388
NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government Of India Enterprise) ISO 9001:2008 Regd. Office: 30-31, Raja House, Nehru Place, New Delhi – 110 019 Corp. Office: Plot No. 67-68, Sector-25, Faridabad – 121 004 www.npcc.gov.in TENDER FOR CONSTRUCTION OF SILVER JUBILEE HALL (AUDITORIUM) FOR NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH. VOLUME: I

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

  • Upload
    others

  • View
    9

  • Download
    0

Embed Size (px)

Citation preview

Page 1: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government Of India Enterprise)

ISO 9001:2008 Regd. Office: 30-31, Raja House, Nehru Place, New Delhi – 110 019

Corp. Office: Plot No. 67-68, Sector-25, Faridabad – 121 004 www.npcc.gov.in

TENDER FOR CONSTRUCTION OF SILVER JUBILEE HALL (AUDITORIUM) FOR

NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH.

VOLUME: I

Page 2: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED

(A Government Of India Enterprise) ISO 9001:2008

Regd. Office: 30-31, Raja House, Nehru Place, New Delhi – 110 019 Corp. Office: Plot No. 67-68, Sector-25, Faridabad – 121 004

www.npcc.gov.in

TENDER FOR CONSTRUCTION OF SILVER JUBILEE HALL (AUDITORIUM) FOR

NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH.

VOLUME: I

1) Notice Inviting Tender

2) Pre-Qualification Documents

3) General Condition of Contract

4) Special Condition of Contract

5) Forms

ISSUED TO:

Page 3: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)
Page 4: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

NIT

Page 5: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

Page 1 of 3

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government of India Enterprise)

Contract, Marketing & Works Division: Corporate Office Plot No. 67 – 68, Sector – 25, Faridabad – 121 004

Phone: 0129-4062672, Tele-fax: 0129-4064129 ISO 9001:2008 WEBSITE: www.npcc.gov.in

NOTICE INVITING TENDER NITRef.No:799946/D/NERIST/2012-13/09 Date: 17.12.2012 National projects Construction Corporation Limited (NPCC) invites sealed percentage rate tenders under two bid systems (One envelope for technical bid and other for financial bid) from the experienced and financially as well as technically sound agencies of National repute for the construction of Silver Jubilee Hall(Auditorium)for NERIST, Nirjuli, Arunachal Pradesh as detailed below: S.

No. Description Package

1. Name of Building/ Work Construction of Silver Jubilee

Hall(Auditorium) 2. Completion time 15(Fifteen) months including rainy season 3. Approx. estimated cost Rs.1634.63Lakhs

(Rupees One Thousand Six hundred Thirty Four point Sixty Three lakhs Only)

4. Earnest money to be deposited in the form of DD/FDR/BG favour of NPCC Ltd. payable at Faridabad. In case of BG it must be from Nationalized/Scheduled Bank as per Appendix-‘M’ .

Rs. 33 Lakhs (Rupees Thirty Three Lakhs)

5. Cost of Tender documents in the form of Demand Draft in favour of NPCC Ltd. Payable at Faridabad (Non-refundable)

Rs. 10,000/- (Ten thousand only)

6. Validity of Tender 120 days from last date of submission of tender

7. Sale of Tender Documents on any working day

From: 18.12.2012 To: 04.01.2013 between 10.00 a.m to 04.00 p.m.

8. Last Day of Submission of Tenders 08.01.2013 upto 3.00 p.m 9. Opening of Technical bid 3.30 P.M on same day (08.01.2013)

PRE-QUALIFICATION CRITERIA: The intending Bidder should fulfill the following minimum pre-qualifying criteria

1. Turnover: Average Annual Financial Turnover on construction works during the last three years, ending 31st March of the previous financial year i.e. 2011-12, should be at least 30% of the estimated cost.

2. Experience: Bidder should have the experience of completion of similar works

during last 7 years ending last day of month previous to the one in which tenders are invited should be either of the following.

Page 6: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

Page 2 of 3

(a) Three similar completed works each costing not less than the amount equal

to 40% of the estimated cost, or

(b) Two similar completed works each costing not less than the amount equal to 50% of the estimated cost,

or (c) One similar completed work costing not less than the amount equal to 80%

of the estimated cost.

3. Similar works mean:

Civil work comprising – Institutional buildings with framed structure including services like electrification, Sanitary & Water Supply, Drainage, Road works, Fire fighting, & Site development etc. from Central / State Govt. Departments / PSUs and/or Autonomous bodies.

4. Profitability: The applicant should be a profit (net) making firm and should not have incurred any loss in the last 2 (two) financial years or any three out of last five years ending 31st March, 2012 duly certified by Chartered Accountant.

5. EPF Registration: Preferably agency should have PF number, in case PF number is not there, the agency should obtain PF number after allotment of work, incase the agency fails to deposit PF the same shall be deducted from the contractor’s payment/dues and shall be deposited to the authorities.

6. Joint Venture: Joint Ventures are not permitted.

7. Bid Capacity: Agencies who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the total bid value. The available bid capacity will be calculated as under:-

Assessed available bid capacity = A x N x 2 - B

N = Number of years rounded up to first decimal prescribed for completion of the subject contract.

A = Maximum value of works executed in anyone year during last five years (up dated to the price level of current financial year with percentage stated in the PQ document)

B = Value at current price level of existing commitments and on going works to be completed in the next 'N' years.

8. Credit Facility: Agency shall have Un-utilized credit facility(minimum) amounting to 10% of Estimated cost of tender rounded up to nearest 10 lakh on or after the date of publication of this NIT but before submission of tender as per Proforma-VII duly certified from Bank.

9. NPCC reserve the right to reject any or all applications without assigning any reason thereof.

10. Request for Tender document: The application for issue of Tender Document is to be submitted along with the following documents without fail.

1) Cost of Tender document as per NIT.

2) Performance certificate in support of experience of similar works as per

Page 7: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

Page 3 of 3

para 2.0 and 3.0 of NIT.

3) Details of Turn over for last 5 years duly certified by Chartered Accountant along with Profit and loss Statement of each financial year.

The issuance of tender document on the basis of above documents does not mean the agency has been technically qualified. Hence agencies/bidders are advised to submit all the relevant documents/ credentials required in tender for technical qualification along with their bid.

Tender documents for the above works can be had from the office of the General Manager, Contract Marketing & Works Division, Corporate Office, NPCC Ltd., Plot no. 67 – 68, Sector – 25, Faridabad – 121 004 Phone No. 0129 – 4062672, Tele-fax 0129 - 4064129, on any working day(as mentioned in NIT) between 10.00A.M. to 4.00 P.M. Tender documents can be viewed at our official website www.npcc.qov.in and the agencies fulfilling the requirements may submit the application along with the details/documents stated in para 10.0 of NIT to purchase the documents on payment of Rs.10, 000/-as specified in above table at S. no. 5 (Non refundable) by DD in favour of NPCC Limited, payable at Faridabad. Tender documents will not be sent by post or courier.

Tender documents can be seen at our official website www.npcc.qov.in which is only for viewing and not for quoting.

Tender documents duly completed in all respect shall be received on date & time as specified in above table at s. no. 8 at the above address and Technical bid shall be opened at date & time as specified in above table at s. no. 9 at same venue (place of sale/submission of tender). Documents received after the stipulated date & time are liable to be summarily rejected.

Any corrigendum/addendum/errata in respect of the above tender shall be made available only at our official web site www.npcc.gov.in. No further press advertisement will be given. Hence prospective bidders are advised to visit NPCC web site regularly for above purpose.

General Manager

Contract, Marketing & Works

Page 8: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

PQ

Page 9: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 1 of 20 NPCC LIMITED

1. Qualifying criteria The intending Bidder should fulfill the following minimum pre-qualifying criteria:-

i. Turnover: Average Annual Financial Turnover on construction works during the last three years, ending 31st March of the previous financial year i.e 2011-12, should be at least 30% of the estimated cost.

ii. Experience: Bidder should have the experience of completion of similar works

during last 7 years ending last day of month previous to the one in which tenders are invited should be either of the following.

a. Three similar completed works each costing not less than the amount equal to

40% of the estimated cost, or

b. Two similar completed works each costing not less than the amount equal to 50% of the estimated cost,

or c. One similar completed work costing not less than the amount equal to 80% of

the estimated cost.

iii. Similar works mean:

Civil work comprising – Institutional buildings with framed structure including services like electrification, Sanitary & Water Supply, Drainage, Road works, Fire fighting, & Site development etc. from Central / State Govt. Departments / PSUs and/or Autonomous bodies.

iv. Profitability: The applicant should be a profit (net) making firm and Should not have incurred any loss in the last 2 (two) financial years or any three out of last five years ending 31st March, 2012 duly certified by Chartered Accountant.

v. EPF Registration: Preferably agency should have PF number, in case PF number is not there, the agency should obtain PF number after allotment of work, incase the agency fails to deposit PF the same shall be deducted from the contractor’s payment/dues and shall be deposited to the authorities.

vi. Joint Venture: Joint Ventures are not permitted.

vii. Credit Facility: : Agency shall have Un-utilized credit facility(minimum) amounting to 10% of Estimated cost of tender rounded up to nearest 10 lakh on or after the date of publication of this NIT but before submission of tender as per Proforma-VII duly certified from Bank.

viii. The applicant must have adequate organizational setup as well as having sufficient number of experienced personnel, technical know-how, and infrastructure to complete the project well within time frame.

ix. The applicant must have minimum three years experience working with public sector

enterprises / government / semi government / autonomous organizations as per clause (iii) above.

x. NPCC is free to get documents verified and agency shall have no objection to it. In

case if it is found at any stage that that the agency has made any false information will be disqualified and black listed.

Page 10: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 2 of 20 NPCC LIMITED

xi. Request for Tender document: The application for issue of Tender Document is to be submitted along with the following documents without fail.

1) Cost of Tender document as per NIT.

2) Performance certificate in support of experience of similar works as per para 2.0 and 3.0 of NIT.

3) Details of Turn over for last 5 years duly certified by Chartered Accountant along with Profit and loss Statement of each financial year.

1.1 Bid Capacity: Agencies who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the total bid value. The available bid capacity will be calculated as under:-

Assessed available bid capacity = A x N x 2 - B

N = Number of years rounded up to first decimal prescribed for completion of the subject contract.

A = Maximum value of works executed in anyone year during last five years (up dated to the price level of current financial year with percentage stated in the PQ document)

B = Value at current price level of existing commitments and on going works to be completed in the next 'N' years.

Note: 1. The Bidder shall furnish statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works preferably countersigned by the Nodal officer or his nominee-in-charge in the format available in documents.

2. Financial Turn Over and cost of completed works of previous years shall be given weightage of 5% per annum (compounded) based on rupee value to bring them to current financial year price level.

2. Instruction to bidders

2.1 Bidders are required to submit full bio-data giving details about their organization, experience, technical personnel & manpower available in their organization, Equipment holding. Balance sheet and turnover details for last 5 years duly certified by CA, Litigation history etc. in order to asses their financial and technical capabilities etc. in the enclosed forms which will be kept confidential.

2.2 While deciding upon the technical qualification of applicant great emphasis will be given on

the ability and competence of applicants to do good quality works within the specified time schedule and in close coordination with other agencies.

2.3 Each page of the documents shall be signed by power of attorney holder or authorized

signatory. The documents shall be signed by person(s) on behalf of the organization having necessary authorization/power of attorney to do so (certified copies to be enclosed).

2.4 If the space in the proforma is in sufficient for furnishing full details, such information may be supplemented on separate sheets of paper, stating therein the part of the proforma and

Page 11: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 3 of 20 NPCC LIMITED

serial number. Separate sheets shall be used for each part. However, the format shall be as per proforma.

2.5 Applications containing false / incomplete and / or inadequate information are liable to be

rejected. Also mere fulfillment of eligibility criteria does not guarantee for selection. 2.6 Clarification, if any required, may be obtained from the office of the General Manager,

Contract Marketing & Works Division, Corporate Office, NPCC Ltd., Plot no. 67 – 68, Sector – 25, Faridabad – 121 004 Phone No. 0129 – 4062672, Telefax 0129 - 4064129, on any working day between 11.00A.M. to 4.00 P.M.

2.7 Canvassing in any form in connection with pre-qualifications is strictly prohibited and the

application of such persons/organizations who resort to canvassing will be liable to rejection.

2.8 Additional Requirement:

Even though the bidders meet the above qualifying criteria, they are liable to be disqualified if they have (a) Made misleading or false representation in the forms, statements and attachments in

proof of the qualification requirements;

(b) Records of poor performance such as abandoning the work, not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.

(c) their business banned by any Central Govt. Department/Public Sector Undertakings or

Enterprises of Central Govt.

(d) not submitted all the supporting documents or not furnished the relevant details as per the prescribed format.

2.9.1 A declaration to the above effect should be submitted as per Proforma-IX.

2.9.2 Bidder shall submit the general information about bidder as per Proforma No- III. 2.9.3 Bidder shall submit the list of major plant & machinery available with the firm as Proforma

No.– IV.

2.10 Site Visit

a. The bidder is advised to visit and examine the Site of Works and its surroundings and obtain for itself on its own responsibility and cost all information that may be necessary for preparing the bid and entering into a contract for construction of the Works.

b. The bidder and any of its personnel or agents will be granted permission by the Employer/Owner to enter upon its premises and lands for the purpose of such visit, but only upon the express condition that the bidder, its personnel, and agents, will release and

c. Indemnify the Employer/Owner and its personnel and agents from and against all liability in respect thereof, and will be responsible for death or personal injury, loss of or damage to property, and any other loss, damage, costs, and expenses incurred as a result of the inspection.

Page 12: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 4 of 20 NPCC LIMITED

d. Before submitting a Bid, the Bidder shall be deemed to have satisfied himself by actual inspection of the site and locality of the works, that all conditions liable to be encountered during the execution of the works are taken into account and that the rates entered in the Price Bid document are adequate and all inclusive for the completion of work to the entire satisfaction of the Employer/Owner.

2.11 Bid Opening 2.11.1 Bids will be opened at the address mentioned in “Notice inviting Tender” in presence of

Bidders or authorized representatives of Bidders who wish to attend the opening of Bids. 2.11.2 The Price bid shall be opened on the date and time, which will be intimated later on to the

technically qualified bidders. NPCC will not be responsible for any postal delay or loss of communication. NPCC will try to give intimation through available phone no. and E-mail ID.

2.12 Process to be Confidential 2.12.1 Information relating to the examination, clarification, evaluation and comparison of bids,

and recommendations for bid shall not be disclosed to bidders or any other persons not officially concerned with such process until the process is finalised.

2.13 Examination of Bids and Determination of Responsiveness 2.13.1 The Employer shall examine the bids to determine whether they are complete, whether the

documents have been properly signed and whether the bids are generally in order, and all documents as per Tender document have been submitted.

2.13.2 Prior to the detailed evaluation, Employer shall determine whether each bid is of

acceptable quality, is generally complete and is substantially responsive to the Tender documents. For purposes of this determination, a substantially responsive bid is one that conforms to all the documents as specified in the Tender document without material deviations, objections, Conditionality or reservation. A material deviation, objection, conditionality or reservation is one; a) That affects in any substantial way the scope, quality or performance of the contract. b) That limits in any substantial way, inconsistent with the bidding documents, the Employers’ rights or the successful Bidder’s obligations under the Tender document or c) Whose rectification would unfairly affect the competitive position of other Bidders who are presenting substantially responsive bids.

2.13.3 If a bid is determined to be not substantially responsive, the Employer shall reject the bid. 2.14 The award of work is subject to approval from Client. 3. MODE OF SUBMISSION

The tender should be submitted in 2 Envelope system.

3.1 The Envelope No.1 TECHNICAL BID will contain the requisite EMD in INR {as per NIT} in the form of DD/FDR/Bank Guarantee in favour of NPCC Limited payable at Faridabad (in case of BG it must be issued from nationalized / scheduled bank as per list appendix-M only) and the unconditional acceptance letter on the letterhead in respect of the tender conditions as per proforma available in the tender document. The EMD shall be

Page 13: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 5 of 20 NPCC LIMITED

valid for 150 days from the last date of submission of tender. The EMD in any other form shall not be accepted. This envelope No. 1 will also contain the tender document (without Price Bid) duly signed without any conditions. This shall contain all information asked vide condition no. 1.1 and Conditional tenders shall be treated as non-responsive and rejected. The Envelope No.2 Price BID will contain the unconditional Price Bid duly signed by authorized signatory. Both the Envelopes shall be sealed separately and shall be marked/written respectively as Technical Bid and Price Bid. These 2 sealed envelopes shall be submitted in an outer sealed envelope clearly mentioning the name of work for which the tender is offered.

The Envelope No. 1 shall be opened on its due date & time in presence of the bidders or

their representatives who wish to be present. On verification of the Envelope No.1 contents as detailed above, the envelope no. 2 of qualified bidders will be opened on the date intimated separately. Conditional tenders will be summarily rejected.

If the contents/requirements of the envelope No.1 are not found in order, the envelope No. 2 shall not be opened and offer of that bidder will be rejected.

The rates for the items are to be quoted both in words & figures in the BOQ enclosed. The rates in words shall supersede the rates in figures and shall be treated as the final rates quoted. All envelopes / packets shall be individually sealed as well as marked as given below and kept in an outer envelope marked as : {Name & Description of work as mentioned in NIT}

NIT No : Due on :

From (Name of the Company) The envelope thus sealed shall be submitted at the place of submission of tender before the stipulated time and date fixed for receipt of tender. The tenders received after the stipulated time and date of tender receipt shall not be considered as well as the same shall be returned to the tenderer unopened. NPCC shall not be responsible for any kind of communication delays whatsoever may be. Each and every envelope is to be addressed to the General Manager, Contract Marketing & Works Division, Corporate Office, NPCC Ltd., Plot no. 67 – 68, Sector – 25, Faridabad – 121 004

3.2 Once the bidder has given an unconditional acceptance to the terms and contract conditions, bidder will not be permitted to put any remark(s)/conditions(s) (except unconditional rebate on price quoted, if any) in/along with the tender document.

3.3 In case the conditions 3.2 mentioned above is found violated at any time after opening of

tender, the tender shall be summarily rejected and NPCC shall, without prejudice to any other right remedy, be at liberty to forfeit the Earnest Money Deposit as specified above.

4. EARNEST MONEY DEPOSIT :

The agency has to submit the requisite EMD as mentioned in NIT. Tenders Received without EMD will be treated as non responsive and summarily rejected.

Page 14: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 6 of 20 NPCC LIMITED

5. NPCC reserves the right to reject any or all the tenders in part or full without assigning any

reason whatsoever thereof. NPCC does not bind itself to accept the lowest tender. NPCC also reserves the right to split up the work among two or more agencies.

6. QUOTING OF RATES & AMOUNTS: 6.1 The tenderers should quote in figures as well in words the rates and amounts tenders by

them. The amount for each item should be worked out and the requisite totals and page totals be given.

6.2 Special care should be taken to write the rates and amounts in figures as well in

words in such a way that any alteration is not possible. The total amount should be written both in figures and in words. In case of figures; the word ‘Rs.’ Should be written before the figure of Rupees and word ‘P’ after the decimal figure e.g. Rs. 2.15p. Rs. 2.15 shall be written as Rupees two and fifteen paisa only. Unless the rate/amount is in whole Rupees it should invariably be up to two decimal places. While quoting the rates in Bill of quantities, the word “only” should be written closely following the amount and it should not be written in the next line.

6.3 Over writing should be avoided, in case of any correction/alteration is required, same

should be cross and re-written neatly duly signed with company seal. 6.4 In case of any discrepancy between the rates/percentage quoted in figures and words, ,

then the rate/percentage quoted by the contractor in words shall be taken as correct. 7. The tenders shall be strictly as per the conditions of contract. Tenders with any additional

condition(s)/modifications shall be rejected. 8. The witnesses to the Tender/Contract Agreement shall be other than the tenderer/

tenderers competing for this work and must indicate full name, address, status/occupation with dated signatures.

9. The tenders for works shall remain open for acceptance for a period of 120(One hundred

twenty) days from the date of opening of the tenders. If any tenderer withdraws his tender before the said period or makes any modification in terms and conditions of the tender to his benefit which are not acceptable to NPCC then NPCC shall without prejudice to any other right or remedy, be at liberty to forfeit the EMD.

10. The acceptance of tender will rest with NPCC who does not bind itself to accept the lowest

tender and reserves to itself the right to reject any or all the tenders received without assigning any reason thereof. Tenders in which any of the prescribed conditions are not fulfilled or found incomplete in any respect are liable to be rejected.

11. Canvassing whether directly or indirectly in connection with tenders is strictly prohibited and the tenders submitted by the contractors who resort to canvassing will be liable for rejection.

12. PERFORMANCE GUARANTEE:-

“Within 15 days (fifteen days) from the date of issue through Fax/e-mail of letter of intent or within such extended time as may be granted by NPCC in writing, the contractor shall submit to NPCC a performance bank guarantee in the form appended, from any

Page 15: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 7 of 20 NPCC LIMITED

Nationalized/ scheduled bank as per list annexed equivalent to 5% (five percent only) of the contract value for the due and proper execution of the contract. This bank guarantee shall remain valid up to 90 (ninety) days after the end of defects liability period. An amount is to be deposited equivalent to 0.01% per day of the amount of Performance guarantee for extended period on request (Limited to 15 days) of submission of Performance guarantee. In case the contractor fails to submit the performance guarantee of the requisite amount within the stipulated period or extended period, letter of intent will stand withdrawn and EMD of contractor shall be forfeited.

13. SECURITY DEPOSIT:-

The security deposit will be deducted from the successful contractor at the rate of 10% from the Gross value of each R/A bills till it reaches 5% of the contract value. No interest will be paid on the Security Deposit under any circumstances. The total security deposit will be refunded only after expiry of defect liability period. However after successful completion of work 50% of the security deposit can be released against bank guarantee from the Nationalized / Scheduled Bank (as per list enclosed) as per approved format.

14. On acceptance of tender, the name of the authorized representative(s) of the contractor

who would be responsible for taking instructions from Engineer-in-charge or his authorized representative shall be intimated by the contractor within 07 days from the date of issue of telegram/letter/telex/fax of intents by NPCC.

15. The tenderer shall not be permitted to tender for works if his near relative is posted as an

Accountant or an Assistant Engineer or any higher ranks in the project office or concerned Zonal office of the NPCC. The contractor shall also intimate the names of persons who are working with him in any capacity or are subsequently employed by him and who are near relatives to any of the officers in NPCC. Any breach of this condition by the tenderer would render him liable to the withdrawal of the work awarded to him and forfeit of Earnest Money and Security Deposit. This may also debar the contractor from tendering for future works under NPCC.

16. Sales tax/VAT or any other tax on materials as also the Turnover Tax, Work Contract Tax,

Service tax, Construction cess or similar, if any, in respect of contract shall be payable by the contractor and NPCC will not entertain any claim whatsoever, on such grounds. In the event of non payment/default in payment of any octroi, royalty, cess, turnover tax, sales tax, including the purchase tax, consignment tax, work contract tax or any labour dues and E.P.F. etc. by contractor/supplier, the NPCC reserves the right to with-hold the dues/payments of contractor and make payment to local / state/ Central Government authorities or to labours as may be applicable. The contractor should submit along with the tender, the Registration Certificates with sales tax on works contract authority and EPF Authorities other wise appropriate recovery shall be made from his bills.

17. Tenderer should quote all prices, including the liability of taxes etc covered under Clause

16.0 or any other levy as applicable in the respective state. 18. The tenderer shall be deemed to have gone through the various conditions and clauses of

the tender and visited the site before quoting their rates, once they make an offer for this work. No claim shall be entertained on this account.

19. The drawings for the work are available with General Manager, Contract Marketing &

Works Division, Corporate Office, NPCC Ltd., Plot no. 67 – 68, Sector – 25, Faridabad – 121 004 . which can be viewed on any working day between 10 AM to 4 PM.

Page 16: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 8 of 20 NPCC LIMITED

20. Tenderer can purchase the tender documents from the office as mentioned in NIT.

However, the documents can be viewed on our website www.npcc.gov.in . 21. ESCALATION/PRICE VARIATION: Deleted 22. NPCC reserves its right to accept or reject any or all tenders without assigning any reason

thereof. 23. Details of documents to be submitted: Following documents are to be submitted

with Technical bid (Envelop No. 1) duly supported with credentials/certificates as directed in the respective proforma.

S.No. Details Proforma No. To be executed on

1. Acceptance of Tender Conditions PROFORMA- I Tenderer’s letter head

2. Form of Tender PROFORMA- II

Tenderer’s letter head

3. General Information PROFORMA - III

4. List of Major Plant and Machinery in Possession of the Firm

PROFORMA - IV

5. Annual Turn Over For The Last Five Years

PROFORMA-V

6. Details of the Similar Works Completed in Last Five Years

PROFORMA-VI

7. Certificate of Credit Facility PROFORMA -VII Banker’s letter Head

8. Details of on-going/existing works

PROFORMA-VIII

9. Past contractual performance

PROFORMA – IX On Non-judicial stamp paper of value not less than Rs. 10/-

Page 17: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 9 of 20 NPCC LIMITED

PROFORMA- I

(On the letter head of the Tenderer)

To, General Manager, Contract Marketing & Works Division, Corporate Office, NPCC Ltd., Plot no. 67 – 68, Sector – 25, Faridabad – 121 004 Sir ACCEPTANCE OF TENDER CONDITIONS

The tender documents for the work “Construction of Silver Jubilee Hall(Auditorium) for NERIST, Nirjuli, Arunachal Pradesh” been sold to me/us by National Project Construction Corporation Limited and I/We hereby unconditionally accept the tender conditions and tender documents in its entirety for the above work.

1. The contents of clause 3.2 and 3.3 of the Tender documents (Instructions to

Tenderer) have been noted wherein it is clarified that after unconditionally accepting the tender condition in its entirety, it is not permissible to put any remark(s)/conditions(s) (except unconditional rebate on price, if any) in the tender enclosed in “Envelope-2 and the same has been followed in the present case. In case this provision of the tender is found violated at any time after opening of the Envelope 2 , I/we agree that the tender shall be summarily rejected and NPCC shall, without prejudice to any other right or remedy be at liberty to forfeit the full said earnest money absolutely.

2. The required earnest money for this work is enclosed herewith.

3. If I/we will not fulfill the minimum qualifying criteria of the tender I/we not lodge

any claim for opening of envelope 2 of the tender. Yours faithfully, (Signature of the tenderer) With rubber stamp

Dated : _____________

Page 18: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 10 of 20 NPCC LIMITED

PROFORMA- II

FORM OF TENDER (On the letterhead of the Tenderer)

To General Manager, Contract Marketing & Works Division, Corporate Office, NPCC Ltd., Plot no. 67 – 68, Sector – 25, Faridabad – 121 004. 1. I/We, ___________________________ [Name and address of the Bidder]___________

have read the various terms and conditions of the Bid documents together with Addendum no(s)/Errata no(s) attached here with duly signed by me/us and agree to abide by the same.

2. I/We hereby declare that we are aware of the site of work and have made ourselves fully

conversant of the conditions therein and including the topography of area, soil strata at site of work, sources and availability of construction materials, rates of construction materials, water, electricity, all local taxes, royalties, octrois etc., availability of local labour (both skilled and unskilled), relevant labour rates and labour laws, the existing road and approaches to the site of work, requirements for further service roads / approaches to be constructed by me / us, the availability and rates of private land etc. that may be required by me / us for various purposes, climatic conditions, law and order situation and availability of working days.

3. I/We hereby tender for execution of “Construction of Silver Jubilee Hall(Auditorium)

for NERIST,Nirjuli,Arunachal Pradesh” as per tender documents within the time schedule of completion of work as per separately signed and accepted rates in the bill of quantities quoted by me/us for the whole work in the accordance with the Notice Inviting Tenders, conditions of Contract. Specifications of materials and workmanship, bill of quantities. Drawings, time schedule of completion of jobs and other documents and papers, all as in tender documents.

4. It has been explained to me/ us that the time stipulated for jobs and completion of works

in all respects and in different stages mentioned in the “Time schedule for Completion of jobs and signed and accepted by me/us is the essence of the contract. I/We agree that in case of failure on my/our part to strictly observe the time of completion mentioned for jobs or any of them and the final completion of works in all respects according to the schedule sat out in the said “Time Schedule for completion of stipulations contained in the contract the recovery being made as specified therein. In exceptional circumstances extensions of time which shall always being in writing way, however be granted by the NPCC at its entire discretion for some items and I/we agree that such extension of time will not be counted for the final completion of work as stipulated in the said “Time Schedule of Completion of jobs.”

5. I/we agree to pay the earnest Money deposit, performance guarantee and Security Deposit

and accept the terms and condition as laid down in the memorandum below in this respect.

Page 19: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 11 of 20 NPCC LIMITED

MEMORANDUM S.No. Description GCC

Clause No.

Values/Description to be applicable for relevant clause(s)

1. Name of Work “Construction of SilverJubilee Hall(Auditorium) for NERIST,Nirjuli,Arunachal Pradesh.”

2. Client/Owner North Eastern Regional Institute of Science And Technology (NERIST).

3. Type of Tender Percentage rate 4. Earnest Money

deposit As per NIT

Rs.33.00 Lakhs ( Rupees Thirty Three Lakhs )

5. Estimated Cost As per NIT

Rs. 1634.63 Lakhs (Rupees One Thousand Six hundred Thirty Four point Sixty Three lakhs Only )

6. Time for completion As per NIT

Total work is to be completed with in 15(Fifteen) months including rainy season

7. Mobilization Advance 8.0 Mobilization advance is payable maximum up to 10 (Ten) % of contract value subject to conditions stipulated in clause no. 8 of GCC.

8. Interest rate on Mobilization Advance

8.0 Simple interest Rate of 12% (Twelve percent only) per annum.

9. Schedule of Rates applicable

46.0 Refer clause No. 46 of GCC in conjunctions with BOQ

10. Validity of Tender 4.0 120 (One hundred twenty) days 11. Performance

Guarantee 9.0 5% of contract value to be submitted within 15

days from the date of issue of LOI 12. Security deposit/

Retention Money 10.0 To be deducted @ 10% of each RA bill and will

be restricted upto 5% of the contract value.

13. Time allowed for starting the work

43.0 Date of start of contract shall be reckoned 10 days after the date of issue of letter/FAX/E-mail of intent/acceptance of tender.

14. Defect liability period 74.0 12 (Twelve Months from the date of handing over of works to Owner/NPCC.

15. Recovery rate of work force supplied by NPCC to Contractor

28.5 Rs. 20000/- (Rupees Twenty Thousand only) each man power per month.

6. Should this tender be accepted, I/We agree to abide by and fulfill all terms and conditions

Referred to above and in default thereof, to forfeit, and pay NPCC or its successors or its authorized nominees such sums of money as are stipulated in the notice inviting tender documents.

Page 20: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 12 of 20 NPCC LIMITED

7. If I/We fail to commence the work immediately on issue of LOI, or I/We fail to submit the

performance guarantee as per Clause 09 of General conditions of contract I/We agree that NPCC shall, without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money deposited with NPCC besides any other action as per terms of registration with NPCC. The NPCC shall also be at liberty to cancel the notice of acceptance of tender if we fail to deposit the performance guarantee as contained elsewhere in the tender documents.

8. I/We are also enclosing herewith the Acceptance letter on the prescribed pro-forma as referred to in condition of NIT. Dated the__________________ day of _________ SIGNATURE OF TENDERER NAME IN CAPITAL LETTERS: ___________ ADDRESS : ___________________________________ ___________________________________ TELEPHONE & FAX NO. : ___________________________________ E-mail ID : ____________________________________ SEAL OF TENDERER WITNESS OCCUPATION. : _______________________

Page 21: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 13 of 20 NPCC LIMITED

PROFORMA - III GENERAL INFORMATION

All individual firms and each partner of a joint venture participating in this Bid are requested to complete the information in this form. 1 Name of Bidder 2 Head Office Address Tel. No Mobile no. Fax No E-mail address 3 Address on which Correspondence

should be done

Tel. No Mobile no. Fax No E-mail address 4 Place of incorporation / registration 5 Legal status of the applicant (attach

copies of original documents defining the legal status)

i) Specify, if the bidder is a) An individual b) A proprietary firm c) A firm in partnership d) A Limited Company or Corporation ii) Attach a copy of Proprietorship or

Partnership Deed or Article of Association or Incorporation of Company or JV Agreement as the case may be.

6 Name of Proprietor / Partners / Directors with their addresses, Mobile & Telephone numbers, Fax no., E-mail address.

7 Designation of individuals authorized to act for the organization with the address, Mobile & Telephone numbers, Fax, E-mail address. (Enclose legal Power of Attorney).

8 Was the applicant ever required to suspend any construction for a period of more than six months continuously after commencement of the construction? If so, give the name of the project & reasons of suspension of work.

9 Has the applicant of any constituent partner in case of partnership firm, ever abandoned the awarded work before its completion? If so, give name of the project and reasons for abandonment.

Page 22: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 14 of 20 NPCC LIMITED

10 Has the applicant, or any constituent partner in case of partnership firm ever been debarred / black listed for tendering in any organization at any time? If so, give details.

11 Has the applicant or any constituent partner in case of partnership firm, ever been convicted by a court of Law? If so, give details.

12 Bank solvency 13 Turn Over / Net Profit for the years

given below: Copies of Audited balance sheets are to be enclosed with proforma V.

Turn Over in Lakhs

2007-08 Profit in Lakhs 2008-09 2009-10 2010-11 2011-12 14 Other details: (Copies to be enclosed) a) Sales Tax No. valid up to

b) Clearance of sales Tax up to

c) PAN No.

d) Service tax registration No.

15 Give particulars of registration with Govt./Semi Govt./Public Sector Undertakings/Local Bodies.

Note: Use separate sheets for providing more information if any. Date & Place Signature & seal of the applicant

Page 23: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 15 of 20 NPCC LIMITED

PROFORMA - IV

List of major Plant and Machinery in possession of the firm

Signature & seal of the applicant Date & Place Note: * In case of any arrangement for getting the equipment on lease, etc., authenticated proof

of the same is to be submitted. ** Use separate sheets for providing more information.

S.No. Name of Plant & Machinery/equipment Available Owned

*Other than col. No. C

A B C D 1. Excavator 2. Dozer 3. Dumper 4. Truck 5. Tractor with trolley 6. Water Tanker 7. Batching Plant : Capacity------- 8. Transit Mixer 9. Site Mixers with weigh batcher 10. Skip Hoist 11. Dewatering / Water Pumps 12. Survey equipments:

a) Total Stn, b) Theodolite c) Level instruments

13. Details of Shuttering & Staging materials 14. Any other information**

Page 24: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 16 of 20 NPCC LIMITED

PROFORMA-V Date: ___________

ANNUAL TURN OVER FOR THE LAST FIVE YEARS

S.

No.

YEAR

Turnover from Engineering

construction works ( Rs in lacs )

Net Profit

(In Rs lacs )

Remarks

(if any)

1 2007-08 2 2008-09 3 2009-10 4 2010-11 5 2011-12

Note:

1 The bidder shall submit the attested copies of the audited balance sheets along with Profit and loss statements and Auditors report and schedules duly certified by the bidder and Chartered Accountant. Certificate from the Chartered Accountant, wherever the Annual Turnover is Certified for the relevant financial year in which the minimum criteria of Annual Turnover is satisfied should also be submitted.

Page 25: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 17 of 20 NPCC LIMITED

PROFORMA-VI

DETAILS OF THE SIMILAR WORKS COMPLETED IN LAST FIVE YEARS

S. No.

Descrip-tion of

the Work with

Contract No.

Name and address of the Employer with Contact No.

Dateof

award

Stipulated date of

completion

Date of actual

completion

Value of completed

work (In Rs lacs)

Reasons for

delays, penalty if any

Any other relevant

information

1 2 3 4 5 6

Note:

1. The Bidder shall submit the attested Copies of the Completion Certificates from the Client.

2. The value of work executed should be inclusive of the value of free supply items.

Page 26: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 18 of 20 NPCC LIMITED

PROFORMA - VII

Certificate of Credit Facility (On Banker’s letter Head)

This is to certify that M/s ______________________________, is a reputed firm/company with a good financial standing. The firm/company is enjoying a fund/non-fund based credit facility of Rs ___________ to meet its working capital requirements.

The firm/company is having un-utilized fund/non-fund based credit facility of Rs ___________ as on ___________.

Signature

Name

Designation

Address of Bank

BANK’S SEAL

NOTE: The above certificate shall be from the RBI Scheduled Bank.

Page 27: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh.

SIGN. OF BIDDER PQ/ITB- Page 19 of 20 NPCC LIMITED

PROFORMA-VIII

DETAILS OF ON-GOING/EXISTING WORKS

S.

No. Description

of the Work with Contract

No.

Name and address of

the Employer

Date of award

Stipulated date of

completion

Value of work as

per order (In Rs. lacs )

Value of work

completed so far (In Rs. lacs )

Anticipated date of

completion of work

Any other relevant

information

1

2

3

4

5

6

7

8

9

Note:- The copies of certificates of ongoing-awarded works issued by the owner shall be attached. Only those works shall be considered for evaluation for which copies of the certificates issued by the owner are attached.

Page 28: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST at Nirjuli, Arunachal Pradesh.

SIGN.OF BIDDER PQ- Page 20 of 20 NPCC LIMITED

PROFORMA – IX

PAST CONTRACTUAL PERFORMANCE

(Affidavit on non-judicial stamp paper of Rs 10/- duly attested by Notary/Magistrate)

This is to certify that We, M/s __________________________[Name of the Bidder with address], in submission of the Bid, ____________________________[Name of Bid with Bid no.] i) have not made any misleading or false representation in the forms,

Statements and attachments in proof of the qualification requirements; ii) do not have records of poor performance such as abandoning the work,

not properly completing the contract, inordinate delays in completion, litigation history or financial failures etc.;

iii) have never been banned by any Central/State Govt. Departments/Public

Sector Undertakings or Enterprises of Central/State Govt. ; iv) have submitted all the supporting documents and furnished the relevant

details as per the prescribed format.; and v) have submitted all the information and the requisite documents with the

Bid and further certify that we are fully responsible for the correctness of the information and documents submitted by us.

SIGNATURE OF THE BIDDER SEAL

Note: Exceptions of the above, if any, shall be clearly mentioned with details by the bidder for evaluation/consideration if any.

Page 29: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

GCC

Page 30: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 1 of 55 NPCC LIMITED

National Projects Construction Corporation Limited (A Govt. of India Enterprise)

GENERAL CONDITIONS OF CONTRACT

1.0 GENERAL

The Contract means the documents forming the tender and acceptance thereof and the agreement executed between the competent person on behalf of NPCC and the contractor, together with the documents referred to therein including these conditions, the specifications, designs, drawings and instructions issued from time to time by the Engineer-in-Charge and all these documents taken together, shall be deemed to form one contract and shall be complementary to one another.

1.1 National Projects Construction Corporation Limited, hereinafter called ‘NPCC’ proposes to get the

works executed as mentioned in the Contract on behalf of Owner/ Client. 1.2 The work will be executed as per drawings “GOOD FOR CONSTRUCTION” to be released by

NPCC unless otherwise specified elsewhere in the tender documents. 1.3 In the contract, the following expressions shall, unless the context otherwise requires, have the

meaning, hereby respectively assigned to them. 1.4 DEFINITIONS a) ENGINEER-IN-CHARGE means the PROJECT MANAGER or an officer nominated by Zonal

Manager of NPCC who shall supervise and be in-charge of the work from time to time.

b) WORKS OR WORK: The expression works or work shall unless there be something either in the subject or context repugnant to such construction, be construed and taken to mean the works by or by virtue of the contract contracted to be executed whether temporary or permanent, and whether original, altered, substituted or additional.

c) CONTRACTOR means the individual, firm or company, whether incorporated or not,

undertaking the works and shall include the legal representative of such individual or the persons composing such firm or company, or the successors of such firm or company and the permitted assignees of such individual, firm or company.

d) DRAWINGS mean the drawings referred to in the Bill of Quantities, specifications and any

modifications of such drawings or such other drawings as may from time to time be furnished or approved by NPCC.

e) SITE means the lands and other places on, under, in or through which the works are to be

executed or carried out and any other lands or places provided by NPCC or used for the purpose of the agreement.

f) APPROVAL means approval in writing including subsequent written confirmation of previous

verbal approval. g) WRITING means any manuscript typed, written or printed statement under or over signature

and/or seal as the case may be.

Page 31: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 2 of 55 NPCC LIMITED

h) MONTH means English Calendar month ‘Day’ means a Calendar day of 24 Hrs each.

i) CONTRACT VALUE means the sum for which the tender is accepted as per the letter of intent.

j) LANGUAGE: All documents and correspondence in respect of this contract shall be in English Language.

k) BILL OF QUANTITIES or SCHEDULE OF QUANTITIES means the priced and completed Bill

of Quantities or Schedule of Quantities forming part of the tender.

l) OWNER means North Eastern Regional Institute of Science & Technology who has awarded the work to NPCC as Implementing agency.

m) IMPLEMENTING/ EXECUTING AGENCY means National Projects Construction

Corporation Limited (A Govt. of India Enterprise) referred as NPCC who has been retained as implementing agency by North Eastern Regional Institute of Science & Technology (NERIST) for Construction of Silver Jubilee Hall (Auditorium).

n) TENDER means the Contractor’s priced offer to NPCC for the execution and completion of the

work and the remedying of any defects therein in accordance with the provisions of the Contract, as accepted by the Letter of Intent or Award letter. The word TENDER is synonymous with Bid and the word TENDER DOCUMENTS with “Bidding Documents” or “offer documents”.

The headings in the clauses/ conditions of tender documents is for convenience only and shall not be used for interpretation of the clause/ condition.

Words imparting the singular meaning only also include the plurals and vice versa where the context requires. Words imparting persons or parties shall include firms, companies and other organizations having legal capacities.

2.0 SITE VISIT AND COLLECTING LOCAL INFORMATION

Before tendering, the tenderer is advised to visit the site, its surroundings to assess and satisfy themselves about the local conditions such as the working and other constraints at site, approach to the site, availability of water & power supply, application of taxes, cess duties and levies as applicable, nature of ground, soil and sub-soil condition, underground water table level, accommodations they may require etc., river regime, river water levels, other details of river, streams & any other relevant information required by them to execute complete scope of work. The tenderer may obtain all necessary information as to risks, weather conditions, contingencies & other circumstances (insurgencies etc.), which may influence or affect their tender prices. Tenderer shall be deemed to have considered site conditions whether he has inspected it or not and to have satisfied himself in all respect before quoting his rate and no claim or extra charges whatsoever in this regard shall be entertained / payable by the NPCC at a later date.

2.1 ACCESS BY ROAD

Contractor, if necessary, shall build temporary access roads to the actual site of construction for the works at his own cost to make the site accessible. The Contractor shall maintain the same in motorable condition at all the times as directed by Engineer-in-Charge at his own cost. The contractor shall be required to permit the use of any roads so constructed by him for vehicles of NPCC or any other agencies/ contractors who may be engaged on the project site, free of cost.

Page 32: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 3 of 55 NPCC LIMITED

Non-availability of access roads or approach to site, for the use of the contractor shall in no case condone any delay in the execution of work nor be the cause for any claim for compensation.

2.2 HANDING OVER & CLEARING OF SITE 2.2.1 The Contractor should note that area for construction may be made available in phases as per

availability and in conjunction with pace of actual progress of work at site. The work may be required to be carried out in constrained situations. The work is to be carried out in such a way that the traffic, people movement, if any, is kept operative and nothing extra shall be payable to the contractor due to this phasing / sequencing of the work. The contractor is required to arrange the resources to complete the entire project within total stipulated time. Traffic diversion, if required, is to be done and maintained as per specification by the contractor at his own cost and the contractor shall not be entitled for any extra payment, whatsoever, in this regard.

2.2.2 The efforts will be made by the NPCC to handover the site to the Contractor free of

encumbrances. However, in case of any delay in handing over of the site to the Contractor, the NPCC shall only consider suitable extension of time for the execution of the work. It should be clearly understood that NPCC shall not consider any revision in contract price or any other compensation whatsoever viz. towards idleness of Contractor’s labour, equipment etc.

2.2.3 The Contractor shall be responsible for removal of all over-ground and under-ground structures

(permanent, semi-permanent and temporary) and constructions from the site. The cost to be incurred in this regard shall be deemed to be included in the quoted rate of Bill of Quantities items and contractor shall not be entitled for any extra payment whatsoever, in this regard. The contractor, if required, shall demolish old structures on the proposed site, properly. The useful material obtained from demolition of structures & services shall be the property of the owner/NPCC and these materials shall be stacked in workmanship like at the place specified by the Engineer- in-charge.

2.2.4 If required, the contractor has to do site clearance, enabling work, barricading, diversion of

Roads, shifting/ realignment of existing utility services, drains, nallahs etc. at his own cost as per direction of Engineer-in-charge and the contractor shall not be entitled for any extra payment whatsoever in this regard.

2.2.5 Necessary arrangements including its maintenance are to be made by the contractor for

temporary diversion of flow of existing drain and road, as the case may be. The existing drain, road would be demolished, wherever required, with the progress of work under the scope of proposed project. The existing Road and Drain, which are not in the alignment of the said project but are affected and/ or need to be demolished during execution for smooth progress of the project, shall be rehabilitated to its original status and condition (including black topping) by the contractor at his own cost. The cost to be incurred by contractor in these regards shall be deemed to be included in the quoted rates of the Bill of Quantities items and contractor shall not be entitled for any extra payment whatsoever, in these regards.

2.2.6 The Contractor shall be responsible to co-ordinate with service provider/ concerned authorities

for cutting of trees, shifting of utilities and removal of encroachments etc. and making the site un-encumbered from the project construction area required for completion of work. This shall include initial and frequent follow up meetings/ actions/ discussions with each involved service provider/ concerned authorities. The contractor shall not be entitled for any additional compensation for delay in cutting of trees, shifting of utilities and removal of encroachments by the service provider/ concerned authorities.

Page 33: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 4 of 55 NPCC LIMITED

2.2.7 The information about the public utilities (whether over ground or underground) like electrical/ telephone/ water supply lines, OFC Cables, open drain etc. is the responsibility of contractor to ascertain the utilities that are to be affected by the works through the site investigation and collection of information from the concerned utility owners.

2.2.8 The contractor shall be responsible to obtain necessary approval from the respective authorities

for shifting/ re-alignment of existing public utilities. NPCC shall only assist the contractor for liasoning in obtaining the approval from the concerned authorities. Take all measures reasonably required by the various bodies to protect their services and property during the progress of works. It shall be deemed to be the part of the contract and no extra payment shall be made to the contractor for the same. Shifting/ re-alignment of public utilities should be done without disturbing the existing one. New service lines should be laid and connected before dismantling the existing one.

2.2.10 Shifting/ re-alignment of existing public utilities shall be done by the contractor as per technical

requirement of respective bodies or as per direction of Engineer-in-Charge. Shifting/ re-alignment of public utilities include all materials, labours, tools and plants and any other expenses whatsoever for the same. The cost to be incurred in this regard shall be deemed to be included in his quoted rates of BOQ items and the contractor shall not be entitled for any extra payment, whatsoever, in this regard. In case any of these services are shifted by the State Govt/ local authorities themselves for which deposit as per their estimates is to be made to them, the contractor shall deposit the same and the contractor shall be paid only at the rates quoted by them in BOQ for quantity specified in the BOQ, if such items are included in the BOQ irrespective of amount paid by him to the State Govt./ local authorities for execution of these works. In case such provision is not made in the BOQ or the quantity exceeds those specified in the BOQ, the same is deemed to be included in the rates quoted by him for other items in BOQ and nothing extra shall be payable to contractor on this account.

3.0 SCOPE OF WORK 3.1 The scope of work covered in this tender shall be as per the Bill of Quantities, specifications,

drawings, instructions, orders issued to the contractor from time to time during the work. The drawings for this work, which may be referred for tendering, provide general idea only about the work to be performed under the scope of this contract. These may not be the final drawings and may not indicate the full range of the work under the scope of this contract. Drawings released as “GOOD FOR CONSTRUCTION” from time to time by the Engineer-in-charge of NPCC and according be executed according to any additions/ modifications/ alterations/ deletions made from time to time, as required by any other drawings that would be issued to the contractor progressively during execution of work. It shall be the responsibility of the contractor to incorporate the changes that may be in this scope of work, envisaged at the time of tendering and as actually required to be executed.

3.2 The quantities of various items as entered in the “BILL OF QUANTITIES” are indicative only and

may vary depending upon the actual requirement. The contractor shall be bound to carry out and complete the stipulated work irrespective of the variation in individual items specified in the bill of quantities.

4.0 VALIDITY OF TENDER

The tender for the works shall remain open for acceptance for a period of one hundred twenty days from the last date of submission of tenders. The earnest money will be forfeited without prejudice to any right or remedy, in case the contractor withdraws his tender during the

Page 34: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 5 of 55 NPCC LIMITED

validity period or in case he changes his offer to his benefits, which are not acceptable to NPCC. The validity period may be extended on mutual consent.

5.0 ACCEPTANCE OF TENDER 5.1 The NPCC reserves to itself the authority to reject any or all the tenders received without

assigning any reason. The acceptance of a tender shall be effective w.e.f. the date on which the telegram/ e-mail, letter of intent of acceptance of the tender is put in the communication by the NPCC. NPCC also reserves the right to Split the work among two or more parties at lowest negotiated rate without assigning any reason thereof. The contractor is bound to accept the portion of work as offered by NPCC after split up at the quoted/-negotiated rates.

5.2 DELETED 6.0 SET OF CONTRACT DOCUMENTS

1. Notice Inviting tender 2. Corrigendum(s) and Addendum (s). 3. Pre-qualification documents 4. General Conditions of contract 5. Special conditions and formats 6. BOQ/schedule of rates 7. Technical Specifications 8. Tender drawings

7.0 EARNEST MONEY DEPOSIT

7.1 Earnest Money Deposit of amount as mentioned in “Memorandum to Form of Tender’’ required to be submitted along with the tender shall be in the form of Demand Draft, or FDR payable at place as mentioned in “NIT/ Instructions to Tenderer” in favour of NPCC Limited from any Nationalized / scheduled Bank of India, or Bank Guarantee in enclosed format from any Nationalized / Scheduled Bank as per list annexed. The EMD shall be valid for minimum period of 150 days (One hundred fifty Days) from last day of submission of Tender

7.2 EMD shall accompany the offer and placed in the sealed envelope cover of the offer as detailed

in the Instruction to tenderer. Any tender not accompanied with the requisite Earnest Money Deposit along with Letter of Acceptance shall be rejected and such tenderer(s) will not be allowed to attend the opening of bids. Conditional tenders will be summarily rejected.

7.3 The date of opening of envelope no. 2 i.e. Price bid shall be intimated telephonically or through

e-mail to the technically qualified bidders only to depute their representative. The Envelope No. 2 shall be opened on intimated date & time in presence of the bidders or their representatives who wish to be present.

7.4 The EMD will be returned to all unsuccessful or technically unqualified tenderers after opening of

price bid and to the technically qualified tenderers other than lowest (L-1) within ten (10) days of the Award of the Contract to successful bidder. EMD of successful tenderer shall be refunded after submission of Performance Guarantee/ initial security deposit duly confirmed from issuing bank by him.

Page 35: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 6 of 55 NPCC LIMITED

7.5 Once the tenderer has given an unconditional acceptance to the tender conditions in its entirety, he is not permitted to put any remark(s)/conditions(s)(except unconditional rebate on price, if any) in/ along-with the tender.

7.6 In case the condition 7.5 mentioned above is found violated at any time after opening of tender,

the tender shall be summarily rejected and NPCC shall, without prejudice to any other right or remedy, be at liberty to forfeit the full said Earnest Money absolutely.

7.7 No interest shall be payable by the NPCC on the said amount covered under EMD/Other security

deposits. 8.0 MOBILISATION ADVANCE 8.1 Mobilization advance up to maximum of amount as mentioned in the “Memorandum to the Form

of Tender” shall be paid to the contractor on submission of non-revocable Bank Guarantee for an amount of 110% (One hundred ten percent) of an amount of mobilization advance demanded, from a nationalized / Scheduled Bank as per list annexed in enclosed Performa. The Mobilization Advance shall be at the Interest rate of 12% simple interest as mentioned in the “Memorandum to the Form of Tender”.

This advance shall be paid in two installments as follows-

i. First Installment of 50(Fifty) percent of total mobilization advance against Bank Guarantee shall be paid after the agreement is signed and upon submission of performance guarantee and its confirmation from issuing bank.

ii. 2nd installment of balance 50(Fifty) percent of total mobilization advances against Bank

Guarantee will be paid after the setting up of site office and facilities to NPCC as per contract, completion of mobilization of Plant and machinery, scaffolding & shuttering materials etc. to the satisfaction of Engineer-in-charge nominated by Project Manager / Zonal Manager and on completion of 10 (Ten) percent of work in terms of cost.

8.2 The mobilization advance bear simple interest at the rate as mentioned in the MEMORANDUM

and shall be calculated from the date of payment to the date of recovery (365 days in a year) both days inclusive, on the out standing amount of advance. Recovery of such sums advanced shall be made by the deduction from the contractor’s bills commencing after first 10 (ten) percent of the gross value of the work is executed and paid, on pro-rata percentage basis to the gross value of the work billed beyond 10% in such a way that the entire advance is recovered by the time 80 (eighty) percent of the gross value of the contract is executed and paid, together with interest due on the entire outstanding amount up to the date of recovery of the installment.

The Mobilization Advance bank guarantee shall essentially be made at least for the 110% (One hundred ten percent) of total mobilization advance payable and valid for the contract period, and be kept renewed from time to time to cover the balance amount and likely period of complete recovery together with interest. However, the contractor can submit part bank guarantees against the mobilization advance in as many numbers as the proposed recovery installments equivalent to the amount of each installment.

8.3 Notwithstanding what is contained in clause No. 8.1 & 8.2, no mobilization advance whatsoever

shall be payable, if payment of mobilization advance is not mentioned in the memorandum to the form of tender.

Page 36: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 7 of 55 NPCC LIMITED

9.0 PERFORMANCE GUARANTEE

“Within 15 days (fifteen days) from the date of issue through Fax/e-mail of letter of intent or within such extended time as may be granted by NPCC in writing, the contractor shall submit to NPCC a performance bank guarantee in the form appended, from any Nationalized/ scheduled bank as per list annexed equivalent to 5% (five percent only) of the contract value for the due and proper execution of the contract. This bank guarantee shall remain valid up to 90 (ninety) days after the end of defects liability period. An amount is to be deposited equivalent to 0.01% per day of the amount of Performance guarantee for extended period on request (Limited to 15 days) of submission of Performance guarantee. In case the contractor fails to submit the performance guarantee of the requisite amount within the stipulated period or extended period, letter of intent will stand withdrawn and EMD of contractor shall be forfeited.

10.0 SECURITY DEPOSIT

The security deposit will be deducted from the successful contractor at the rate of 10% from the Gross value of each R/A bills till it reaches 5% of the contract value. No interest will be paid on the Security Deposit under any circumstances. The total security deposit will be refunded only after expiry of defect liability period. However after successful completion of work 50% of the security deposit can be released against bank guarantee from any Nationalised Bank/Scheduled Bank as per approved format.

11.0 MOBILISATION OF MEN, MATERIALS AND MACHINERY: 11.1 All expenses towards mobilisation at site and de-mobilization including bringing in equipment, work force, materials, dismantling the equipments, clearing the site etc. shall be deemed to be included in prices quoted and no separate payment on account of such expenses shall be entertained. 11.2 It shall be the responsibility of the Contractor to provide, operate and maintain all necessary

construction equipments, scaffoldings and safety, gadget, lifting tackles, tools and appliances to perform the work in a workman like and efficient manner and complete all jobs as per the specifications and within the schedule time of completion of work. Further, contractor shall also be responsible for obtaining temporary electric and water connection for all purposes. The contractor shall also make standby arrangement for water & electricity to ensure un-interrupted supply.

11.3 It shall be the responsibility of the contractor to obtain the approval for any revision and/ or

modification of work desired by him from NPCC before implementation. Also such revisions and/or modifications if accepted / approved by the NPCC shall be carried at no extra cost to NPCC.

11.4 The procurement and supply in sequence and at the appropriate time of all materials and

consumable shall be entirely the contractor’s responsibilities and his rates for execution of work shall be inclusive of supply of all these items.

11.5 It is mandatory for the contractor to provide safety equipments and gadgets to its all workers,

supervisory and Technical staff engaged in the execution of the work while working. The cost of the above equipments/ gadgets are deemed to be included in the rates quoted by the contractor for the items & works as per Bill of Quantities and contractor shall not be entitled for any extra cost in these regard. The above norm is to be strictly complied with at site. In case the contractor is found to be deficient in providing Safety Equipments/ Gadgets in the opinion of

Page 37: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 8 of 55 NPCC LIMITED

Engineer-in-charge, the Engineer-in-charge at his option can procure the same at the risk & cost of contractor and provide the same for the use of worksite and shall make the recoveries from the bills of the contractor for the same. The decision of the Engineer-in-charge shall be final and binding on contractor in this regard.

11.6 All designs, drawings, bill of quantities, etc.,shall be supplied to the contractor for works by

NPCC in phased manner as the works progress. However it shall be the duty and responsibility of the contractor to bring to the notice of the NPCC in writing as to any variation, discrepancy or any other changes required and to obtain revised drawings and designs and / or approval of the NPCC in writing for the same.

11.7 One copy of contract documents including drawings furnished to the contractor shall be kept at

the site and the same shall be available for inspection at all reasonable times. 11.8 All materials, construction plants and equipments etc. once brought by the contractor within the

project area, will not be allowed to be removed from the premises without the written permission of the NPCC. Similarly all enabling works built by the contractor for the main construction undertaken by him, shall not be dismantled and removed without the written authority of the NPCC.

12.0 INCOME TAX DEDUCTION

Income tax deductions shall be made from all payments made to the contractor including advances against work done, as per the rules and regulations in force, in accordance with the Income Tax Act prevailing from time to time.

13.0 TAXES AND DUTIES 13.1 The contractor shall be responsible for the payment, wherever payable, at his own cost of all

taxes such as excise duty, custom duty, sales tax, including the purchase tax, consignment tax, work contract tax, service tax or any other similar tax in the state concerned, turnover tax, toll tax, octroi charges, royalty, cess, levy and other tax (es) or duty (ies) which may be specified by local/ state/ central government from time to time on all materials, articles which may be used for this work or are otherwise payable. The rates quoted by him in the tender in bill of quantities shall be inclusive of all such taxes, duties, cess etc. The imposition of any new and/ or increase in the aforesaid taxes, duties, levies, cess (including fresh imposition of Work Contract Tax, Turnover Tax, Sales Tax on Work Contract or any other similar Tax) etc. during the currency of the contract shall be borne by contractor and shall not be paid or reimbursed to the contractor by NPCC. In the event of non-payment/default in payment of any octroi, royalty, cess, turnover tax, sales tax, including the purchase tax, consignment tax, work contract tax or any other similar tax in the state concerned, customs, excise or any other levy/tax including labour dues etc. by contractor/ supplier, NPCC reserves the right to with-hold the dues/ payments of contractor and make payment to local/state/ Central Government authorities or to labourers as may be applicable. The contractor should submit along with the tender, the” Registration certificates for Sales Tax on works contract” from the authorities concerned, otherwise appropriate recovery shall be made from his bills.

13.2 The rates quoted by the contractor shall be deemed to be inclusive of Sales Tax, Turnover Tax

on works contract or any similar tax as per the Sales Tax Act applicable in the State and it shall not be reimbursed by NPCC. Tax deductions at source shall be made as per laws prevalent in the State.

Page 38: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 9 of 55 NPCC LIMITED

13.3 The stamp duty and registration charges, if any, on the contract agreement levied by the Government or any other statutory body, shall be paid by the contractor. 13.4 It will be incumbent upon the Contractor to obtain a registration certificate as a dealer under the

Local Sales Tax Act and the Central Sales Tax Act and necessary evidence to this effect shall be furnished by the Contractor to NPCC. Sales Tax on the transactions between the Contractor and his Sub-contractor/Vendors etc. shall not be reimbursed by NPCC. The Contractor shall be responsible for any taxes that may be levied hereunder on the transaction between Contractor and NPCC.

13.5 The bidder shall quote his rates inclusive of Turnover Tax/ Sales Tax on Works Contract payable

to State Govt. along-with other taxes, duties, cess, levies etc. in conjunction with other terms and conditions.

13.6 VALUE ADDED TAX (VAT)

“The consideration agreed for the execution of said contract shall include the tax, duties, cess, etc. such as excise duty, service tax, VAT, which is leviable or may be levied in future under any State Law or the Central Law on execution of said contract, such taxes shall be borne by the contractor and shall not be reimbursed by NPCC. Further, if due to any variance in such tax, duties, cess etc. there is any increase in the taxes, the same shall also be borne by the contractor. Where under any of the State or the Central Law, there is requirement of deduction of tax at source, the same shall be deducted from the amount paid or payable to the contractor pursuant to this contract and shall be deposited to the Government authorities by NPCC. NPCC shall issue the documents/forms/ certificate as prescribed under the relevant law, in respect of the amount so deducted from the amount paid or payable to the contractor. NPCC shall have full rights to withhold the amount payable to the contractor in pursuant to this contract, if contractor does not fulfill his obligation under any State or Central Law relating to execution of said contract, in case the amount has already been paid, NPCC has the right to recover such payments from the contractor.”

14.0 ROYALTY ON MATERIALS:

The contractor shall deposit royalty and obtain necessary permit for supply of bajri, stone, kankar, sand etc. from the local authorities and quoted rates shall be inclusive of royalty on any account whatsoever.

15.0 RATES TO BE FIRM 15.1 The Percentage / Item rates quoted by the tenderer shall be firm and fixed for the entire period

of completion and till handing over of the work. No revision to Percentage /Item rates or any escalation shall be allowed on account of any increase in prices of materials, labour, POL and Overheads etc or any other statutory increase during the entire contract period or extended contract period.

15.2 The contractor shall be deemed to have inspected the site, it’s surrounding and acquainted with

the nature of the ground, accessibility of the site and full extent and nature of all operations necessary for the full and proper execution of the contract, space for storage of materials, constructional plant, temporary works, restrictions on the plying of heavy vehicles in area, supply and use of labour, materials, plant, equipment and laws, rules and regulations, if any, imposed by the local authorities.

Page 39: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 10 of 55 NPCC LIMITED

15.3 The rates and prices given in the bill of quantities are for completed and finished items of works and complete in all respects. It will be deemed to include all constructional plant, labour, supervision, materials, transport, all temporary works, erection, maintenance, contractor’s profit and establishment/ overheads, together with preparation of designs & drawings pertaining to casting yard, shop drawing, fabrication drawing (if required), staging form work, stacking yard, etc. all general risk, taxes, royalty ,duties, cess, octroi and other levies, insurance liabilities and obligations set out or implied in the tender documents and contract.

15.4 Unless otherwise specified in the Bill of Quantities (BOQ), the contractor has to make his

own arrangement for dewatering/ bailing out of water, effluent including strutting, shoring etc at every stage of work wherever required including working under foul condition as per direction of Engineer-in-Charge at his own cost and the contractor shall not be entitled for any extra payment, whatsoever, in this regard.

15.5 If required to make work site suitable for execution, contractor shall have to clear jungle

including of rank vegetation, grass, trees etc., clear & clean existing drains/ canals (including strutting, shoring and packing cavities) and dispose them out of the site up-to any lead and lift as per direction of Engineer-in-charge. The contractor should inspect the site of work from this point of view. Unless otherwise specified in the Bill of Quantities, the cost to be incurred in this regard shall be deemed to be included in his quoted rates of BOQ items and the contractor shall not be entitled for any extra payment in this regard.

15.6 If any temporary/ permanent structure is encountered or safety of such structure in the vicinity

is endangered due to execution of the project, the contractor has to protect the structures by any means as per the directions of the Engineer - in – Charge. If any damage caused to any temporary or permanent structure(s) in the vicinity is caused due to execution of the project, the contractor has to make good the same by any means as per directions of the Engineer - in – Charge. The contractor should inspect the site of work from this point of view. The cost to be incurred in this regard shall be deemed to be included in his quoted rates of BOQ items and the contractor shall not be entitled for any extra payment in this regard.

16.0 ESCALATION/ PRICE VARIATION

Deleted

17.0 INSURANCE OF WORKS ETC.

Contractor is required to take contractor’s all risk policy or erection all risk policy (as the case may be) from an approved insurance company in the joint name with NPCC and bear all costs towards the same for the full period of execution of works including the defect liability period for the full amount of contract against all loss of damage from whatever cause arising other than excepted risks for which he is responsible under the terms of the contract and in such manner that the NPCC and the contractor are covered during the period of construction of works and/or also covered during the period of defect liability for loss or damage:

a. The work and the temporary works to the full value of such works.

b. The materials, constructional plant, centering, shuttering and scaffolding materials and other things brought to the site for their full value.

Whenever required by NPCC, the contractor shall produce the policy or the policies of insurance and the receipts for payment of the current premiums.

Page 40: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 11 of 55 NPCC LIMITED

18.0 INSURANCE UNDER WORKMEN COMPENSATION ACT

Contractor is required to take insurance cover under the Workman Compensation Act, 1923 amended from time to time from an approved insurance company and pay premium charges thereof. Wherever required by NPCC the contractor shall produce the policy or the policies of Insurance and the receipt of payment of the current premiums.

19.0 THIRD PARTY INSURANCE Contractor is required to take third party insurance cover for an amount of 5% (five percent)

of contract value from an approved insurance company for insurance against any damage, injury or loss which may occur to any person or property including that of NPCC, arising out of the execution of the works or temporary works. Wherever required by NPCC the contractor shall produce the policy or the policies of Insurance and the receipt of payment of the current premiums. In case of failure of the contractor to obtain contractors all risk policy, insurance under workman compensation act and third party insurance as described above within one month from the date of commencement of work, running account payments of the contractor shall be withheld till such time the contractor obtains the aforesaid insurance covers.

If the Contractor could not effect a comprehensive insurance cover against risks which he may be required to effect under the terms of the contract, then he shall give his attention to get the best insurance cover available and even in case of effecting a wider insurance cover than the one which the subsidiary of the General Insurance Company could offer, such an insurance is ought to be done after the NPCC’s approval, by or through the subsidiary of the General Insurance Company.

20.0 INDEMNITY AGAINST PATENT RIGHTS The contractor shall fully indemnify the NPCC from and against all claims and proceedings for or

on account of any infringement of any patent rights, design, trademark or name or other protected rights in respect of any construction plant, machine, work or material used for in connection with the works or temporary works.

21.0 LABOUR LAWS TO BE COMPLIED BY THE CONTRACTOR

The contractor shall obtain a valid license under the contract labour (R & A) Act 1970 and the contract labour Act (R&A) Central Rules 1971 and amended from time to time, and continue to have a valid license until the completion of the work including defect liability period. The contractor shall also abide by the provision of the child labour (Prohibition and Regulation) Act. 1986 and amended from time to time. Any failure to fulfill this requirement shall attract the penal provisions of this contract arising out the resultant for non-execution of the work before the commencement of work.

21.1 No labour below the age of 18 years shall be employed on the work. 22.0 LABOUR SAFETY PROVISION The contractor shall be fully responsible to observe the labour safety provisions.

Page 41: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 12 of 55 NPCC LIMITED

23.0 OBSERVANCE OF LABOUR LAWS 23.1 The contractor shall be fully responsible for observance of all labour laws applicable

including local laws and other laws applicable in this matter and shall indemnify and keep indemnified NPCC against effect or non observance of any such laws. The contractor shall be liable to make payment to all its employees, workers and sub-contractors and make compliance with labour laws. If NPCC or the client/ owner is held liable as “Principal Employer” to pay contributions etc. under legislation of Govt. or Court decision in respect of the employees of the contractor, then the contractor would reimburse the amount of such payments, contribution etc. to NPCC and/ or same shall be deducted from the payments, security deposit etc. of the contractor.

23.2 The Contractor shall submit proof of having valid EPF registration certificate. In absence of the

said certificate payment to the extent of 4.70% (four point seventy percent) of the value of the Running Account bill may be withheld by NPCC and shall be released only after the production of the EPF registration certificate from the concerned authorities. If it is incumbent upon NPCC to deposit withhold amount with EPF authorities, the withhold amount shall be deposited by NPCC with EPF authorities. In such a case NPCC hall not refund this withhold amount to the contractor even after the production of EPF registration certificate.

23.3 The contractor shall be liable to pay cess levied under the Building and other Construction

Workers Welfare Cess Act, 1996, at such rates as may be notified by the Government from time to time. The NPCC shall deduct at source from every Running Account Bill of the Contractor, the said cess, at such rates for the time being prevailing, which shall not exceed 2% (two percent) but not be less than 1% (one percent) of the cost of construction incurred by the NPCC.

24.0 LAW GOVERNING THE CONTRACT

The Indian Laws shall govern this contract for the time being in force. 25.0 LAWS, BY LAWS RELATING TO THE WORK

The contractor shall strictly abide by the provisions, for the time being in force, of law relating to works or any regulations and bylaws made by any local authority or any water & lighting agencies or any undertakings within the limits of the jurisdiction of which the work is proposed to be executed. The contractor shall be bound to give to the authorities concerned such notices and take all approvals as may be provided in the law, regulations or bylaws as aforesaid, and to pay all fees and taxes payable to such authorities in respect thereof.

26.0 EMPLOYMENT OF PERSONNEL 26.1 The contractor shall employ only Indian Nationals as his representatives, servants and workmen

after verifying their antecedents and loyalty. He shall ensure that no personnel of doubtful antecedents and any other nationality in any way are associated with the works.

26.2 The NPCC shall have full power and without giving any reason to the contractor, immediately to

get removed any representative, agent, servant and workmen or employees on account of misconduct negligence or incompetence or whose continued employment may in his opinion be undesirable. The contractor shall not be allowed any compensation on this account.

Page 42: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 13 of 55 NPCC LIMITED

27.0 TECHNICAL STAFF FOR WORK 27.1 The contractor shall employ at his cost the adequate number of technical staff during the

execution of this work depending upon the requirement of work. For this purpose the numbers to be deployed, their qualification, experience as decided by NPCC shall be final and binding on contractor. The contractor shall not be entitled for any extra payment in this regard. The technical staff should be available at site, whenever required by NPCC to take instructions.

27.2 Within 15 days of letter of intent, the contractor shall submit a site organisational chart and

Resume including details of experience of the Project-in-Charge and other staff proposed by him and shall depute them on the Project after getting approval from Engineer-in-Charge. If desired by the contractor at a later date, the Project-in-Charge and other staff whose resume is approved by NPCC can be replaced with prior written approval of NPCC and replacement shall be with equivalent or superior candidate only. Decision of Engineer-in-Charge shall be final and binding on the contractor.

Even after approving the site organizational chart, the Engineer-in-Charge, due to nature and

exigency of work, can direct the contractor to depute additional staff as per the requirement.

The removal of such additional staff from the site shall only be with the prior written approval of Engineer-in-Charge. The contractor shall not be paid anything extra whatsoever on account of deployment of additional staff and decision of the Engineer-in-Charge shall be final and binding on the contractor. The desired numbers of personnel for the project are as follows:

S.No. Contract Value Graduate Engineers Diploma Engineers Civil Mechanical/

Electrical Civil Mechanical/

Electrical 1. Up to 5.00 Crores - - 02 012. More than 5.00 & Up to 10.00

Crores 01 - 02 01

3. More than 10.00 & Up to 25.00 Crores

02 01 02 01

4. More than 25.00 & Up to 50.00 Crores

03 01 03 01

5. More than 50.00 & Up to 75.00 Crores

04 02 04 02

6. More than 75.00 & Up to 100.00 05 02 06 03 7. More than 100.00 06 03 08 04

27.3 In case the contractor fails to employ the staff as aforesaid he shall be liable to pay a reasonable amount not exceeding a sum of Rs. 40,000 (Rupees forty Thousand only) for each month of default in the case of each Graduate Engineer and Rs.25,000(Rupees twenty five Thousand only) in the case of each Diploma Engineer. The decision of the Engineer-in-charge as to the number of Technical Staff to be adequate for the project and the period for which the required technical staff was not employed by the contractor and as to the reasonableness of the amount to be deducted on this account shall be final and binding on the contractor.

Page 43: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 14 of 55 NPCC LIMITED

28.0 LAND FOR LABOUR HUTS/ SITE OFFICE AND STORAGE ACCOMMODATION 28.1 The contractor shall arrange the land for temporary office, storage accommodation and labour

huts at his own cost and get the clearance of local authorities for setting up of labour camp and same is deemed to be included in the rates quoted by the contractor for the works. The contractor shall ensure that the area of labour huts is kept clean and sanitary conditions are maintained as laid down by the local authorities controlling the area. The labour huts shall be so placed that it does not hinder the progress of work or access to the worksite. Contractor shall give the vacant possession of the land utilised for this purpose back after completion of the work. The security deposit of the contractor shall be released only after contractor demolishes all structures including foundations and gives back clear vacant possession of this land.

28.2 In the event the contractor has to shift his labour campus at any time during execution of the

work on the Instructions of local authorities or as per the requirement of the work progress or as may be required by NPCC, he shall comply with such instructions at his cost and risk and no claim whatsoever shall be entertained on this account.

28.3 FURNISHED OFFICE ACCOMMODATION & MOBILITY AND COMMUNICATION TO BE PROVIDED

BY CONTRACTOR TO NPCC

On acceptance of tender, the contractor at his own cost will provide a suitable furnished Unit office equipped with all facilities such as telephone, fax, internet, photocopier, computer/ laptop & printer along with operator, regular electric & purified drinking water supply etc. as per the requirement of the project. The Unit office shall have an Air Conditioned (1.5 ton capacity) conference hall with furnishings. For any reasons, if the provision of the Unit office is delayed, the NPCC is at liberty to hire a building, which is suitable for this purpose furnish and occupy. The cost of furniture along with the rent, brokerage and advance if any payable to the house owner will be recovered from the contractor. This will be from the date of LOI/LOA till the completion of the defect liability period of the project and settlement & payment of final bill, which ever is later. The details are as per clause no. 13 of Special conditions of contract. The contractor shall also make sufficient arrangement for Photography/ Videography preferably by maintaining a camera/video camera at site so that video photographs can be taken of a specific activity at any point of time. The contractor shall also provide software like MS Project etc. for the purpose of preparing progress report etc.

28.4 The contractor shall make all arrangements for ground breaking ceremony/ inaugural function

etc for the project as required and the cost towards it deemed to be included in his rates/offer. 28.5 UTILISATION OF WORK FORCE OF NPCC BY THE CONTRACTOR

NPCC may supply skilled/semiskilled work force if available in surplus and required by the contractor, like work supervisors, masons, wireman, plumber etc or any other category to assist the contractor in execution of the works at the fixed recovery rate of Rs. 20,000/- per month for each number of workforce (Rupees twenty thousand only per month) or any higher rate mentioned in the “Memorandum to the Form of Tender” against each work force, till handing over of the whole project.

Recoveries, as stated above will be made by NPCC from the monthly running account bills. The contractor shall deploy such work force on the execution of the works as per their trades and deployment shall be for the entire contract period till completion and handing over of works.

Page 44: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 15 of 55 NPCC LIMITED

Further, the monthly rate per person is for the purpose of recovery only and in no way shall be construed to be the rate applicable for working out analysis, justification of rates, extra items, claims etc.

S.No. Value of the Project as per agreement (Rs.in crores)

Number of work force of various categories

1. From Rs.1 crore to 2.5 crore 1 2. Above Rs.2.5 crore to 5 crore 3 3. Above Rs.5 crore to 7.5 crore 4 4. Above Rs.7.5 crore to 10 crore 6 5. Above Rs.10 crore to 15 crore 8 6. Above Rs.15 crore to 20 crore 10 7. Above Rs.20 crore to 30 crore 12 8. Above Rs.30 crore to 50 crore 15 9. Above Rs.50 crore to 75 crore 20 10 Above Rs.75 crore up to any value. 25

29.0 WATCHING AND LIGHTING

The contractor shall at his own cost take all precautions to ensure safety of life and property by providing necessary barriers, lights, watchmen etc. during the progress of work as directed by Engineer-in-Charge.

30.0 HEALTH & SANITARY ARRANGEMENTS

In case of all labour directly or indirectly employed in work for the performance on the contractor’s part of this contract, the contractor shall comply with all rules framed by Govt. from time to time for the protection of health and sanitary arrangements for workers.

31.0 WORKMEN’S COMPENSATION ACT

The contractor shall at all times indemnify NPCC and Owner against all claims for compensation under the provision of workmen’s compensation Act or any other law in force, for any workmen employed by the contractor or his sub-contractor in carrying out the contract and against all costs and expenses incurred by the NPCC therewith.

32.0 MINIMUM WAGES ACT

The contractor shall comply with all the provisions of the minimum wages Act, 1948, contract labour Act (R&A) 1970, and rules framed there under and other labour laws/local laws affecting contract labour that may be brought into force from time to time.

33.0 LABOUR RECORDS

The contractor shall submit by the 4th & 19th of every month to the Engineer-in-Charge of NPCC a true statement, showing in respect of the second half of the proceeding month and the first half of the current month, respectively, of the following data: -

a) The number of the labour employed by him (category-wise).

b) Their working hours.

Page 45: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 16 of 55 NPCC LIMITED

c) The wages paid to them.

d) The accidents that occurred during the said fortnight showing the circumstances under which they happened and the extent of damage and injury caused.

e) The number of female workers who have been allowed Maternity Benefits and the amount

paid to them.

f) Any other information required by Engineer-in-Charge. 34.0 RELEASE OF SECURITY DEPOSIT AFTER LABOUR CLEARANCE

Security Deposit of the work shall not be refunded till the contractor produces a clearance certificate from the Labour Officer. As soon as the work is virtually complete, the contractor shall apply for the clearance certificate to the Labour Officer under intimation to the Engineer-in-Charge. The Engineer-in-Charge, on receipt of the said communication, shall write to the Labour Officer to intimate if any complaint is pending against the contractor in respect of the work. If no complaint is pending, on record till after 3 months after completion of the work and/or no communication is received from the Labour Officer to this effect till six months after the date of completion, it will be deemed to have received the clearance certificate and the Security deposit will be released if otherwise due.

35.0 SECURED ADVANCE AGAINST NON-PERISHABLE MATERIALS

Interest free secured advance up-to a maximum of 75 % (seventy five percent) of the Market Value of the Materials or the cost of materials as derived from the tendered item rate of the contractor, whichever is less, required for incorporation in the permanent works and brought to site and duly certified by NPCC site Engineer shall be paid to the Contractor for all non-perishable items as per CPWD norms. The advance will be paid only on submission of Indemnity Bond in the prescribed pro-forma. The advance shall be recovered in full from next Running Account bill and fresh advance paid for the balance quantities of materials. The contractor shall construct suitable godown at the site of work for safe storing the materials against any possible damages due to sun, rain, dampness, fire, theft etc. at his own cost. He shall also employ necessary watch & ward establishment for the purpose at his costs and risks.

35.1 Payment of such advance shall be processed by NPCCL with a certificate from an Officer not

below the rank of Executive Engineer as under:-

a) The quantities of material for which advance is to be made are required being claimed have actually been brought to site.

b) Full quantity of the material for which advance is to be made are required by the contractor for use on items of work for which rates for finished work have been agreed up on.

c) The quality of materials is as per desired specifications and having the desired test certificates from the approved laboratories.

36.0 MEASUREMENTS OF WORKS

Unless otherwise mentioned in the bill of quantities the measurements of works shall be done as per MOST/ CPWD specifications (as specified in Technical Specification of the Tender) and if the same is not given in the CPWD / MOST Specifications, the same shall be measured as per latest relevant BIS codes in force. The quantity of steel reinforcement and the structural steel sections incorporated in the work shall be measured & paid on the basis of standard coefficients of sections as per BIS Codes of practice.

Page 46: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 17 of 55 NPCC LIMITED

37.0 PAYMENTS 37.1 The bill shall be submitted by contractor each month on or before the date fixed by the

Engineer-in-Charge for all works executed in previous months. The contractor shall prepare computerized bills using the program as approved by Engineer-in-Charge as per prescribed format/ pro-forma. The Contractor shall submit five numbers of hard copies and one soft copy of floppy/ CD for all bills, subject to clause 37.3 herein below, the payment due to the contractor shall be made within fifteen days of getting the measurements verified from the Engineer-in-Charge or his subordinate/ representative and certification of bill by the Engineer-in-Charge.

37.2 All running payments shall be regarded as payments by way of advance against the final

payment only and not as payments for work actually done and completed and / or accepted by NPCC and shall not preclude the recovery for bad, unsound and imperfect or unskilled work to be removed and taken away and reconstructed or re-erected or be considered as an admission of the due performance of the Contract, or any part thereof, in this respect, or the accruing of any claim, nor shall it conclude, determine or affect in any way the powers of the NPCC under these conditions or any of them as to the final settlement and adjustments of the accounts or otherwise, or in any other way vary/ affect the contract. The contractor shall submit the final bill within three months of the completion of work, otherwise NPCC’s certificate of the measurement and of the total amount payable for the work accordingly shall be final and binding on contractor

Each Running Bills should be accompanied by two sets of at-least 20 (twenty) photographs as per direction of Engineer-in-charge taken from various points depicting status of work as on Report/ Bill date along with Monthly Progress Report for the concerned month in the pro-forma to be given/ approved by Engineer-in-Charge. Intermittent progress Photographs as and when required shall also be provided by the Contractor at his own cost as per direction of Engineer-in-Charge. No payment of running account bill shall be released unless it is accompanied by progress photographs and Monthly Progress Report as above.

37.3 It is clearly agreed and understood by the Contractor that notwithstanding anything to the

contrary that may be stated in the agreement between NPCC and the contractor, the contractor shall become entitled to payment only after NPCC has received the corresponding payment(s) from the client/ Owner for the work done by the contractor. Any delay in the release of payment by the client/ Owner to NPCC leading to a delay in the release of the corresponding payment by NPCC to the contractor shall not entitle the contractor to any compensation/ interest from NPCC.

37.4 All payments shall be released by NPCC by Payee’s Account cheque from any of its offices in

India directly at the address notified by the Contractor (Postage charges shall be charged to the contractor’s account). In case of Payments is made by Demand Draft at the request of the Contractor, Bank Commission charges shall be debited to the account of contractor.

38.0 WORK ON SUNDAYS, HOLIDAYS AND DURING NIGHT

For carrying out work on Sunday and Holidays or during night, the contractor will approach the Engineer-in-Charge or his representative at least two days in advance and obtain his permission. The Engineer-in-Charge at his discretion can refuse such permission. The contractor shall have no claim on this account whatsoever. If work demand, the contractor shall make arrangements to carry out the work on Sundays, Holidays and in two, three shifts with the approval of Engineer-in-Charge at no extra cost to NPCC.

Page 47: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 18 of 55 NPCC LIMITED

39.0 NO IDLE CHARGES TOWARDS LABOUR OR P&M ETC.

No idle charges or compensation shall be paid for idling of the contractor’s labour, staff or P&M etc. on any ground or due to any reason whatsoever. NPCC will not entertain any claim in this respect.

40.0 WORK TO BE EXECUTED IN ACCORDANCE WITH SPECIFICATIONS, DRAWINGS AND

ORDERS ETC.

The contractor shall execute the whole and every part of the work in the most substantial and workman like manner both as regards materials and otherwise in every respect in strict accordance with the specifications. The contractor shall also conform exactly, fully and faithfully to the design, drawings and instructions in writing in respect of the work assigned by the Engineer-in-Charge and the contractor shall be furnished free of charge one copy of the contract documents together with specifications, designs, drawings. The contractor shall comply with the provisions of the contract and execute the works with care and diligence and maintain the works and provide all labour and materials, tools and plants including for measurements and supervision of all works, structural plans and other things of temporary or permanent nature required for such execution and maintenance in so far as the necessity for providing these is specified or is reasonably inferred from the contract. The contractor shall take full responsibility for adequacy, suitability and safety of all the works and methods of construction.

41.0 DIRECTION FOR WORKS 41.1 All works to be executed under the contract shall be executed under the directions and

subject to approval in all respects of the Engineer-in-Charge of NPCC who shall be entitled to direct at what point or points and in what manner the works are to be commenced and executed.

41.2 The Engineer-in-Charge and his representative shall communicate or confirm their instructions to the contractor in respect of the execution of work during their site inspection in a ‘Works Site Order Book’ maintained at the site office of Engineer-in- Charge. The contractor or his authorized representative shall confirm receipt of such instructions by signing against the relevant orders in the book. 42.0 ORDER OF PRECEDENCE OF DOCUMENTS

In case of difference, contradiction, discrepancy, dispute with regard to Conditions of Contract, specifications, Drawings, Bill of quantities and rates quoted by the Contractor and other documents forming part of the contract, the following shall prevail in order of precedence.

i) Letter of Intent, Letter of Award, Work Order, Agreement along with statement of agreed

variations and its enclosures. ii) Bill of Quantity / Schedule of Quantities iii)Special Condition of Contract. iv) Technical specifications (General, Additional and Technical Specification) as give in Tender

documents. v) General Conditions of Contract. vi) Drawings.

Page 48: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 19 of 55 NPCC LIMITED

vii) CPWD specifications (as specified in Technical Specification of the Tender) update with correction slips issued up to last date of receipt of tenders. viii) Relevant B.I.S. Codes.

43.0 TIME SCHEDULE & PROGRESS 43.1 Time allowed for carrying out all the works as entered in the tender shall be as mentioned in the

Tender conditions. The Date of start of contract shall be reckoned 10 days after the date of issue of letter/FAX/E-mail of intent/acceptance of tender. Time shall be the essence of the contract and contractor shall ensure the completion of the entire work within the stipulated time of completion.

43.2 The contractor shall also furnish within 10 days of date of receipt of letter of Intent, a CPM

network/ PERT chart/ Bar Chart along with quarterly milestones and resources plan for man, material & machinery to achieve the milestones for completion of work within stipulated time. This will be duly got approved from Concerned Zonal/Unit office of NPCC. This approved Network/ PERT Chart shall form a part of the agreement. Achievement of milestones as well as total completion has to be within the time period allowed.

43.3 Contractor shall mobilize and employ sufficient resources for completion of all the works as

indicated in the agreed BAR CHART/Network. No additional payment will be made to the contractor for any multiple shift work or other incentive methods contemplated by him in his work schedule even though the time schedule is approved by the Engineer-in-Charge.

43.4 During the currency of the work the contractor is expected to adhere to the time schedule on

miles stone and total completion and this adherence will be a part of Contractor’s performance under the contract. During the execution of the work contractor is expected to participate in the review and updating of the Network/ BAR CHART undertaken by the NPCC. These reviews may be undertaken at the discretion of NPCC either as a periodical appraisal measure or when the quantum of work order on the contractor is substantially changed through deviation orders or amendments. The review shall be held at site or any of the offices of NPCC/ owner / consultant at the sole discretion of NPCC. The contractor will adhere to the revised schedule thereafter. The approval to the revised schedule resulting in a completion date beyond the stipulated date of completion shall not automatically amount to a grant of extension of time to the contractor.

43.5 Contractor shall submit fortnightly/ Monthly (as directed by Engineer-in-Charge) progress reports

(5 copies) on a computer based program (program and software to be approved by Engineer-in-Charge) highlighting status of various activities and physical completion of work.

43.6 The contractor shall send completion report with as built drawings and maintenance schedule to

the office of Engineer-in-Charge, of NPCC in writing within a period of 30 days of completion of work.

44.0 WATER AND ELECTRICITY

The contractor shall make his own arrangement for Water & Electrical power for construction and other purposes at his own cost and pay requisite electricity and water charges. The contractor shall also make standby arrangement for water & electricity to ensure un-interrupted supply.

Page 49: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 20 of 55 NPCC LIMITED

45.0 MATERIALS TO BE PROVIDED BY THE CONTRACTOR

The contractor shall, at his own expense, provide all materials, required including Cement & Steel for the works.

The contractor shall at his own expense and without delay, supply to the Engineer-in-Charge samples of materials to be used on the work and shall get the same approved in advance. All such materials to be provided by the Contractor shall be in conformity with the specifications laid down or referred to in the contract. The contractor shall, if required by the Engineer-in- Charge furnish proof, to the satisfaction of the Engineer-in-Charge that the materials so comply.

The contractor shall at his risk and cost, submit the samples of materials to be tested or analyzed and bear all charges and cost of testing unless specifically provided or otherwise elsewhere in the contract or specifications. The Engineer-in-Charge or his authorized representative shall at all times have access to the works and to all workshops and places where work is being prepared or from where materials, manufactured articles or machinery are being obtained for the works and the contractor shall afford every facility and every assistance and cost in obtaining the right and visit to such access. The Engineer-in-Charge shall have full powers to require the removal from the premises of all

materials, which in his opinion are not in accordance with the specifications and in case of default, the Engineer-in-Charge shall be at liberty to employ at the expense of the contractor, other persons to remove the same without being answerable or accountable for any loss or damage that may happen or arise to such materials. The Engineer-in-Charge shall also have full power to require other proper materials to be substituted thereof and in case of default, the Engineer-in-Charge may cause the same to the supplies and all costs which may require such removal and substitution shall be borne by the contractor.

45.1 CEMENT AND CEMENT GODOWN

Cement shall be procured by Contractor confirming to BIS: 8112 Specification latest edition or higher Grade as directed by the Engineer-in-Charge. The cement shall be procured directly from the reputed manufacturers/ stockiest, which will have to be got approved from NPCC in advance. Relevant vouchers and test certificates will be produced as and when required. The cement shall be stored by the contractor in such suitable covered and lockable stores, well protected from climate and atmospheric affect. The cement godown shall be constructed by the contractor as per CPWD specifications at his own cost. The cement in bags shall be stored in godowns in easy countable position. Cement bags shall be used on first in first out basis. Cement stored for beyond 90 days will be required to be tested at contractors cost, before use in works.

45.2 STEEL & STEEL STOCKYARD

Steel confirming to BIS specifications (latest edition) shall be procured by the contractor directly from reputed manufacturers/producers as per approved list of NPCC. The manufacturer has to give a certificate that the material supplied is not a re-rolled product. The contractor will produce relevant vouchers & test certificates. Re-rolled sections will not be allowed. Reinforcement steel, structural steel shall be stored and stacked in such manner so as to facilitate easy identification, removal etc. The contractor shall take proper care to prevent direct contact between the steel and the ground/ water for which he shall provide necessary arrangement at his own cost including ensuring proper drainage of area to prevent water logging as per directions of the Engineer-in-Charge. Steel shall also be protected, by applying a coat of neat cement slurry over the bars for which no extra payment shall be made.

Page 50: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 21 of 55 NPCC LIMITED

Test certificates for each consignment of steel shall be furnished and tests to be got carried out from the authorized laboratory as per the directions of Engineer-in-Charge, before incorporating the materials in the work.

46.0 SCHEDULE OF QUANTITIES / BILL OF QUANTITIES/ QUANTITY VARIATION 46.1 The work under this contract shall be carried out as per BOQ cum rate schedule. In case the

description /specification as per BOQ are found to be incomplete CPWD/MOST specifications shall be followed. Quantities mentioned in the rate schedule are approx. only and liable for variation due to change of scope of work/variation in schedule of quantities, changes in design etc. The tenderers shall under take to execute actual quantities as per advise of NPCC engineer and accordingly the final contract price shall be worked out on the basis of quantities actually executed at site in payments will also be regulated for the same. The quantities indicated against each item may vary to any extent and no compensation will be payable in variation of individual quantity to the extent sanction is available.

46.2 All items of work in the bill of quantities/ schedule of quantities shall be carried out as per the

CPWD/MOST specifications, drawings and instructions of the Engineer-in-Charge of NPCC and the rates shall include for supply of required materials including proper storage, consumables, skilled & unskilled labour, supervision and tools, tackles, plant & machinery complete as called for in the detailed specifications and conditions of the contract. The Contractor without the approval of the NPCC shall execute no item, which is not covered in the bill of quantities. In case any Extra/Substituted item is carried out without specific-approval, the same will not be paid.

47.0 ANTI-TERMITE TREATMENT & WATER PROOF TREATMENT 47.1 Pre-construction treatment shall be carried out in co-ordination with the building work and shall

be executed in such a manner that the civil works are not hampered or delayed by the anti-termite treatment. The treatment shall be carried out as detailed in BIS:6313 (Part-II) latest revision. The waterproof treatment shall be of type and specifications as given in the schedule of quantities.

47.2 The treatment against water-proofing of basement, roofs, water retaining areas and termite

infestation shall be and remain fully effective for a period of not less than 10(Ten) years to be reckoned from the date of expiring of the Defect Liability period, prescribed in the contract. At any time during the said guarantee period if NPCC finds any defects in the said treatment or any evidence of re-infestation, dampness, leakage in any part of buildings or structure and notifies the contractor of the same, the contractor shall be liable to rectify the defect or give re-treatment and shall commence the work or such rectification or re-treatment within seven days from the date of issue of such letter to him. If the contractor fails to commence such work within the stipulated period, the NPCC may get the same done by another agency at the Contractor’s cost and risk and the decision of the Engineer-in-Charge of NPCC for the cost payable by the contractor shall be final and binding upon him.

47.3 Re-treatment if required shall be attended to and carried out by the Contractor within seven days

of the notice from Engineer-in-Charge of NPCC. 47.4 The NPCC reserves the right to get the quality of treatment checked in accordance with

recognized test methods and in case it is found that the chemicals with the required concentration and rate of application have not been applied, or the water proof treatment is not done as per specifications, the contractor will be required to do the re-treatment in accordance with the required concentration & specifications at no extra cost failing which no payment for such work will be made. The extent of work thus rejected shall be determined by NPCC.

Page 51: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 22 of 55 NPCC LIMITED

47.5 Water proofing and anti-termite treatment shall be got done through approved / specialized agencies only with prior approval of Engineer-in-Charge.

47.5a. The contractor shall make such arrangement as may be necessary to safe guard the

workers and residents of the building against any poisonous effect of the chemicals used during the execution of the work. 47.6 During the execution of work, if any damage shall occur to the treatment already done, either

due to rain or any other circumstances, the same shall be rectified and made good to the entire satisfaction of Engineer-In-Charge by the contractor at his costs and risks.

47.7 The contractor shall make his own arrangement for all equipments required for the execution of the job. 47.8 The contractor whose tender is accepted shall execute guarantee Bond in the prescribed form

as appended for guaranteeing the anti-termite treatment and water proof treatment. 48.0 INDIAN STANDARDS

Wherever any reference is made to any IS in any particular specifications, drawings or bill of quantities, it means the Indian Standards editions with the amendments current at the last date of receipt of tender documents.

49.0 CENTERING & SHUTTERING

Marine plywood only or steel plates of minimum thickness as approved by Engineer-in-Charge shall be used for formwork. The shuttering plates shall be cleaned and oiled after every repetition and shall be used only after obtaining approval of NPCC’s Engineers at site. The number of repetitions allowed for plywood and steel shuttering shall be at the discretion of Engineer-in-Charge of NPCC depending upon the condition of shuttering surface after each use and the decision of Engineer-in-Charge in this regard shall be final and binding on the contractor. No claim whatsoever on this account shall be admissible.

50.0 PROPRIETARY MATERIALS 50.1 The following proprietary materials shall be brought to site after the approval of NPCC. a) Water Proofing Compound

b) Cement c) Steel d) Bitumen e) Primer/Paints/Varnish etc. f) Chemical for anti termite treatment g) Any other materials as per discretion of the NPCC.

50.2 The quantity of proprietary materials shall be measured and recorded in the Measurement books

and signed by the Contractor and the Engineer-in-Charge as a check to ensure that the required quantities as required for execution of works as per specifications have to be brought to site for incorporation in the work.

50.3 Proprietary materials brought at site shall be stored as directed by NPCC and those already

recorded in Measurement book, shall be suitably marked for identification.

Page 52: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 23 of 55 NPCC LIMITED

50.4 The contractor shall ensure that the proprietary materials are brought to site in original sealed containers or packing bearing manufacturer’s markings and brands (except where the quantity required is a fraction of the smallest packing). Materials not complying with this requirement shall be rejected. The empty containers of such proprietary materials shall not be destroyed/ disposed-off without the permission of NPCC.

50.5 The contractor shall produce receipted vouchers showing quantities of the materials to satisfy

Engineer-in-Charge that the materials comply with the specifications. These vouchers shall be endorsed, dated and initialed by Engineer-in-Charge giving the contract number and name of work and a certified copy of each such voucher signed both by NPCC and the Contractor shall be kept on record.

51.0 RECORDS OF CONSUMPTION OF MATERIALS 51.1 For the purpose of keeping a record of materials (Steel & Cement) received at site and

consumed in works, the contractor shall maintain a properly bound register in the form approved by the NPCC, showing columns like quantity received and used in work and balance in hand etc. This register shall be signed daily by the contractor’s representative and NPCC’s representative.

51.2 The register of material shall be kept at site in the safe custody of NPCC’s Engineer during

progress of the work. This provision will not, however, absolve the contractor from the quality of the final product.

51.3 In case cement or steel quantity consumed is lesser as compared to the theoretical requirement

of the same as per MOST/CPWD (as the case may be) specifications/ norms, the work will be devalued and/ or a penal rate (i.e. double the rate at which cement/ steel purchased last) recovery for lesser consumption of cement/ steel shall be made in the rates of the work done subject to the condition that the tests results fall within the acceptable criteria as per MOST/CPWD (as the case may be) specifications otherwise the work shall have to be dismantled and redone by the contractor at no extra cost.

In case of cement, if actual consumption is less than 98% of the theoretical consumption, a recovery shall be effected from the contractor’s dues at the penal rate(Prescribed under relevant clauses of I.S.Code) for the actual quantity, which is lower than 98% of theoretical consumption.

52.0 MATERIALS AND SAMPLES 52.1 The materials/ products used on the works shall be one of the approved make/ brands out of list

of manufacturers/ brands/ makes given in the tender documents. The contractor shall submit samples/ specimens out of approved makes of materials/ products to the Engineer-in-Charge for prior approval. In exceptional circumstances Engineer-in-Charge may allow alternate equivalent makes/ brands of products/ materials at his sole discretion. The final choice of brand/ make shall remain with the Engineer-in-Charge, whose decision in this matter shall be final and binding and nothing extra on this account shall be payable to the Contractor.

In case no make or brand of any materials, articles, fittings and accessories etc. is specified, the same shall comply with the relevant Indian Standard Specifications and shall bear the ISI/BIS mark. The Engineer of NPCC and the owner shall have the discretion to check quality of materials and equipments to be incorporated in the work, at source of supply or site of work and even after incorporation in the work. They shall also have the discretion to check the workmanship of various items of work to be executed in this work. The contractor shall provide the necessary facilities and assistance for this purpose.

Page 53: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 24 of 55 NPCC LIMITED

52.2 The above provisions shall not absolve the contractor from the quality of final product and in getting the material and workmanship quality checked and approved from the Engineer-in-Charge of NPCC.

52.3 The contractor shall well in advance, produce samples of all materials, articles, fittings,

accessories etc. that he proposes to use and get them approved in writing by NPCC. The materials articles etc. as approved shall be labeled as such and shall be signed by NPCC and the Contractor’s representative.

52.4 The approved samples shall be kept in the custody of the Engineer- in-Charge of NPCC till

completion of the work. Thereafter the samples except those destroyed during testing shall be returned to the contractor. No payment will be made to the contractor for the samples or samples destroyed in testing.

52.5 The brands of all materials, articles fittings etc. approved together with the names of the

manufacturers and firms from which supplies have been arranged shall be recorded in the site order book.

52.6 The contractor shall set up and maintain at his cost, a field-testing laboratory for all day-to-day

tests at his own cost to the satisfaction of the Engineer-in-Charge. This field-testing laboratory shall be provided with equipment and facilities to carry out all mandatory field tests as per MOST/CPWD (as the case may be) specifications. The laboratory building shall be constructed and installed with the appropriate facilities; Temperature and humidity controls shall be available wherever necessary during testing of samples.

All equipments shall be provided by the Contractor so as to be compatible with the testing requirements specified. The Contractor shall maintain all the equipments in good working condition for the duration of the contract.

The Contractor shall provide approved qualified personnel to run the laboratory for the duration

of the Contract. The number of staff and equipment available must at all times be sufficient to keep pace with the sampling and testing programme as required by the Engineer-in-charge.

The Contractor shall fully service the site laboratory and shall supply everything necessary for its

proper functioning, including all transport needed to move equipment and samples to and from sampling points on the site, etc. The Contractor shall re-calibrate all measuring devices whenever so required by the Engineer-in-charge and shall submit the results of such measurements without delay. All field tests shall be carried out in the presence of NPCC representative. All costs towards samples, materials, collection, transport, manpower, testing etc. shall be borne by the Contractor and are deemed to be included in the rates quoted by him in the bill of quantities.

53.0 TESTS AND INSPECTION 53.1 The contractor shall carry out the various mandatory tests as per specifications and the technical

documents that will be furnished to him during the performance of the work.

All the tests on materials, as recommended by CPWD, MOST and relevant Indian Standard Codes or other standard specifications (including all amendments current at the last date of submission of tender documents) shall be got carried out by the contractor at the field testing laboratory or any other recognized institution/ laboratory, at the direction of the NPCC. All testing charges, expenses etc. shall be borne by the contractor.

Page 54: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 25 of 55 NPCC LIMITED

All the tests, either on the field or outside laboratories concerning the execution of the work and supply of materials shall be got carried out by the contractor or NPCC at the cost of the Contractor.

53.2 WORKS TO BE OPEN TO INSPECTION

All works executed or under the course of execution in pursuance of this contract shall at all times be open to inspection and supervision of the NPCC. The work during its progress or after its completion may also be inspected, by Chief Technical Examiner of Government of India (CTE) and/ or an inspecting authority of State Government of State in which work is executed and/or by third party checks by owner/ clients. The compliance of observations/ improvements as suggested by the inspecting officers of NPCC/CTE/ State authorities/ Owners shall be obligatory on the part of the Contractor at the cost of contractor.

54.0 BORROW AREAS

The contractor shall make his own arrangements for borrow pits and borrow disposal areas including their approaches and space for movement of man, machinery, other equipments as required for carrying out the works. The contractor shall be responsible for taking all safety measures, getting approval, making payment of royalties, charges etc. and nothing extra shall be paid to the contractor on this account and rates quoted by the contractor for various items of bill of quantities shall deemed to include the same.

55.0 BITUMEN WORK 55.1 The contractor shall collect the total quantity of tar or bitumen required for the work as per

standard formula, before the process of painting started and shall hypothecate it to the Engineer-in-Charge. Although the materials are hypothecated to NPCC the Contractor undertakes the responsibility for their proper watch, safe custody and protection against all risks. The materials shall not be removed from site of work without the consent of the Engineer-in-charge in writing.

56.0 CARE OF WORKS

From the commencement to the completion of works and handing over, the contractor shall take full responsibility for care thereof all the works and in case of any damage/loss to the works or to any part thereof or to any temporary works due to lack of Precautions or due to negligence on part of Contractor, the same shall be made good by the Contractor.

57.0 WORK IN MONSOON AND DEWATERING

The execution of the work may entail working in the monsoon also. The contractor must maintain labour force as may be required for the job and plan and execute the construction and erection according to the prescribed schedule. No special/ extra rate will be considered for such work in monsoon. The contractor’s rate shall be considered inclusive of cost of dewatering required if any and no extra rate shall be payable on this account.

58.0 NO COMPENSATION FOR CANCELLATION/ REDUCTION OF WORKS

If at any time after the commencement of the work the NPCC shall for any reason whatsoever is required to abandon the work or is not require the whole work thereof as specified in the tender

Page 55: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 26 of 55 NPCC LIMITED

to be carried out, the Engineer-in-Charge shall give notice in writing of the fact to the contractor, who shall have no claim to any payment of compensation whatsoever on account of any profit or advantage which he might have derived from the execution of the work in full, but which he did not derive in consequence of the full amount of the work not having been carried out or fore-closure, neither shall he have any claim for compensation by reason of any alterations having been made in the original specifications, drawings, designs and instructions which shall involve any curtailment of the work as originally contemplated. Provided that the contractor shall be paid the charges on the cartage only of materials actually and bonafide brought to the site of the work by the contractor and rendered surplus as a result of the abandonment or curtailment of the work or any portion thereof and then taken back by the contractor, provided however, that the Engineer-in-Charge shall have in all such cases the option of taking over all or any such materials at their purchase price or at local current rates whichever may be less. In the case of such stores having been issued by NPCC and returned by the Contractor to NPCC, credit will be given to him by the Engineer-in-Charge at rates not exceeding those at which they were originally issued to him after taking into consideration any deduction for claims on account of any deterioration or damage while in the custody of the contractor and in this respect the decision of the Engineer-in-Charge shall be final.

59.0 RESTRICTION ON SUBLETTING 59.1 The contractor shall not sublet or assign the whole or part of the works except where otherwise

provided, by the contract and even then only with the prior written consent of the NPCC and such consent if given shall not relieve the contractor from any liability or obligation under the contract and he shall be responsible for the acts, defaults or neglects of any sub-contractor, his agents, servants or workman as full as if they were the acts, defaults or neglects of the contractor, his agent, servants or workman provided always that the provision of labour on piece work basis shall not be deemed to be a subletting under this clause.

59.2 The contractor may entrust specialized items of works to the agencies specialized in the specific

trade. The contractor shall give the names and details of such firm whom it is going to employ for approval of NPCC. These details shall include the expertise, financial status, technical manpower, equipment, and resources and list of works executed and on hand of the specialist agency.

60.0 PROHIBITION OF UNAUTHORISED CONSTRUCTION & OCCUPATION

No unauthorized buildings, construction of structures should be put up by the contractor anywhere on the project site, neither any building built by him shall be un-authorisedly occupied by him or his staff.

61.0 CO-ORDINATION WITH OTHER AGENCIES

Work shall be carried out in such a manner that the work of other Agencies operating at the site is not hampered due to any action of the Contractor. Proper Co-ordination with other Agencies will be Contractor’s responsibility. In case of any dispute the decision of NPCC shall be final and binding on the contractor. No claim whatsoever shall be admissible on this account.

62.0 SETTING OUT OF THE WORKS

The contractor shall be responsible for the true and proper setting out of the works and for the correctness of the position, levels, dimensions and alignment of all parts of the works. If at any time during the progress of works, shall any error appear or arise in the position, levels, dimensions or alignment of any part of the works, the contractor shall at his own expenses

Page 56: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 27 of 55 NPCC LIMITED

rectify such error to the satisfaction of Engineer-in- charge. The checking of any setting out or of any line or level by the engineers of NPCC shall not in any way relieve the contractor of his responsibility for the correctness.

63.0 NOTICE BEFORE COVERING UP THE WORK

The contractor shall give not less than seven days notice before covering up or otherwise placing beyond the reach of measurement any work, to the Engineer-in-charge in order that the same may be inspected and measured. If any work is covered up or placed beyond the reach of Inspection/ measurement without such notice or his consent being obtained the same shall be uncovered at the contractor’s expenses and he shall have to make it good at his own expenses.

64.0 SITE CLEARANCE 64.1 The contractor shall ensure that the working site is kept clean and free of obstructions for easy

access to job site and also from safety point of view. Before handing over the work to the NPCC the contractor shall remove all temporary structures like the site offices, cement godown, stores, labour hutments etc., scaffolding rubbish, left over materials tools and plants, equipments etc., clean and grade the site to the entire satisfaction of the Engineer-in-charge. If this is not done the same will be got done by NPCCat his risk and cost.

64.2 The contractor shall clean all floors, remove cement/ lime/ paint drops and deposits, clean

joinery, glass panes etc., touching all painter’s works and carry out all other necessary items of works to make the premises clean and tidy before handing over the building, and the Percentage rates quoted by the contractor shall be deemed to have included the same.

65.0 VALUABLE ARTICLES FOUND AT SITE All gold, silver and other minerals of any description and all precious stones, coins,

treasure, relics, antiques and all other similar things which shall be found in, under or upon the site, shall be the property of the owner/ Government and the contractor shall duly preserve the same to the satisfaction of Engineer-in-charge and shall from time to time deliver the same to such person or persons indicated by the NPCC.

66.0 MATERIALS OBTAINED FROM DISMANTLEMENT TO BE OWNER’S PROPERTY

All materials like stone, boulders and other materials obtained in the work of dismantling, excavation etc. will be considered owner/ government property and may be issued to the contractor by the owner/ NPCC, if required for use in this work at rate s approved by NPCC or the contractor may be asked to dispose these items at his cost.

67.0 SET-OFF OF CONTRACTOR’S LIABILITIES

NPCC shall have the right to deduct or set off the expenses incurred or likely to be incurred by it in rectifying the defects and/or any claim under this agreement against the Contractor from any or against any amount payable to the contractor under this agreement including security deposit and proceeds of performance guarantee.

68.0 MATERIALS PROCURED WITH THE ASSISTANCE OF NPCC If any material for the execution of this contract is procured with the assistance of NPCC either

by issue from its stores or purchase made under orders or permits or licenses obtained by NPCC,

Page 57: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 28 of 55 NPCC LIMITED

the contractor shall hold and use the said materials economically and solely for the purpose of this contract and shall not dispose them without the permission of Engineer-in-charge. The contractor, if required by the NPCC, shall return all such surplus or unserviceable materials that may be left with him after the completion of the contract or at its termination on whatsoever reason, on being paid or credited such price as the NPCC shall determine having due regard to the conditions of materials.

69.0 ALTERATION IN SPECIFICATION, DESIGN & DRAWING 69.1 The Engineer-in-Charge shall have power to make any alterations in, omissions from, additions

to or substitutions for, the original specifications, drawings, designs and instructions that may appear to him to be necessary during the progress of the work, and the contractor shall carry out the work in accordance with any instructions which may be given to him in writing signed by the Engineer-in-Charge and such alterations, omissions, additions, or substitutions shall not invalidate the contract and any altered, additional or substituted work which the contractor may be directed to do in the manner above specified as part of the work shall be carried out by the contractor on the same conditions in all respects on which he agreed to do the main work. The time for the completion of the work shall be extended in the proportion that the altered, additional or substituted work bears to the original contract work, and the certificate of the Engineer-in-Charge shall be conclusive as to such proportion. Over and above this, a further period to the extent of 25 percent of such extension shall be allowed to the contractor. The rates for such additional, altered or substituted work under this clause shall be worked out in accordance with the following provisions in their respective order: i) The rates for the additional, altered or substituted work are specified in the contract for the work, the contractor is bound to carry out the additional, altered or substituted work at the same rates as are specified in the contract for the work.

ii) If the rates for the additional, altered or substituted work are not specifically provided in the contract for the work, the rates will be derived from the rates for a nearest similar item of work as are specified in the contract for the work. In case of composite tenders where two or more schedule of quantities/ bill of quantities form part of the contract, the rates shall be derived from the nearest similar item in the schedule of quantities / bill of quantities of the particular part of work in which the deviation is involved failing that from the lowest of the nearest similar item in other schedule of quantity. The opinion of the Engineer-in-Charge as to whether or not the rate can be reasonably so derived from the item in this contract will be final and binding on the contractor.

iii) If the altered, additional or substituted work includes any work for which no rate is specified in the contract for the work and which cannot be derived in the manner specified in sub para (i) and (ii) from the similar class of work in the contract then such work shall be carried out at the rates entered in the Schedule of rates (DSR-2012including cost index considered in tender) plus the percentage above or below to the quoted rates.

iv) If the rates for the altered, additional or substituted work cannot be determined in the manner specified in sub-clauses (i) to (iii) above, then the contractor shall, within 7 days of the date of receipt of order to carry out the work, inform the Engineer-in-Charge of the rate which it is his intention to charge for such class of work, supported by analysis of the rate or rates claimed, and the Engineer-in-Charge shall determine the rate or rates on the basis of prevailing market rates of the material, Labour, T&P etc. plus 10% (Ten percent) to cover the contractors supervision, overheads and profit and pay the contractor accordingly. The opinion of the Engineer-in-Charge as to the current market rates of materials and quantum of labour involved per unit of measurements will be final and binding on the contractor.

Page 58: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 29 of 55 NPCC LIMITED

However, the Engineer-in-Charge, by notice in writing, will be at liberty to cancel his order to carry out such class of work and arrange to carry it out in such manner as he may consider advisable. But under no circumstances, the contractor shall suspend the work on the plea of non-settlement of rates of items falling under the clause.

. 70.0 ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK

If it shall appear to the Engineer-in-Charge or his authorized subordinate in charge of the work or to the Chief Technical Examiner or to any other inspecting agency of Government/ State Government/ Owner where the work is being executed, that any work has been executed with unsound, imperfect, or unskillful workmanship or with materials of any inferior description, or that any materials or articles provided by him for the execution of the work are unsound or of a quality inferior to that contracted for or otherwise not in accordance with the contract, the contractor shall on demand in writing which shall be made within six months of the completion of the work from the Engineer-in-Charge specifying the work, materials or articles complained of notwithstanding that the same may have been passed, Certified and paid for forthwith rectify, or remove and reconstruct the work so specified in whole or in part as the case may require or as the case may be, remove the materials or articles so specified and provide other proper and suitable materials or articles at his own proper charge and cost, and in the event of his failing to do so within a period to be specified by the Engineer-in-Charge in his demand aforesaid, then the Contractor shall be liable to pay compensation at the rate of one percent of the estimated amount put to tender for every day not exceeding ten days, while his failure to do so shall continue and in the case of any such failure, the Engineer-in-Charge may rectify or remove and re-execute the work or remove and replace with others, the material or articles complained of as the case may be at the risk and expense in all respects of the contractor.

71.0 POSSESSION PRIOR TO COMPLETION 71.1 NPCC shall have the right to take possession of or use any completed or partially completed work

or part of the work. Such possession or use shall not be deemed to be any acceptance of any work not completed in accordance with the contract agreement. If such prior possession or use by NPCC delays the progress of work an equitable adjustment in the time of completion will be made and the contract agreement shall be deemed to be modified accordingly. The decision of NPCC in this case shall be final binding and conclusive.

71.2 When the whole of the works or the items or the groups of items of work for which sepa rate

periods of completion have been specified have been completed the contractor will give a notice to that effect to the Engineer-in-Charge in writing. The Engineer in-Charge shall within 7 days of the date of receipt of such notice inspect the works and either the Engineer-in-Charge issues to the contractor a completion certificate stating the date on which in his opinion the works were completed in accordance with the contract or gives instructions in writing to the contractor specifying the balance items of work which are required to be done by the contractor before completion certificate could be issued. The Engineer-in-Charge shall also notify the contractor of any defect in the works affecting completion.

71.3 The contractor shall during the course of execution prepare and keep updated a complete set of

‘as built’ drawings to show each and every change from the contract drawings, changes recorded shall be countersigned by the Engineer-in-Charge and the contractor. Four copies of ‘as built’ drawings shall be supplied to NPCC by the contractor within 30 days of the completion. All costs incurred in this respect shall be borne by the contractor only.

Page 59: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 30 of 55 NPCC LIMITED

72.0 COMPENSATION FOR DELAY AND REMEDIES 72.1 If the contractor fails to maintain the required progress in terms of relevant clause of Special

Conditions of Contract, to complete the work and clear the site on or before the contract or extended date of completion, he shall, without prejudice to any other right or remedy available under the law to the NPCC on account of such breach, pay as agreed compensation the amount calculated at the rates stipulated below or such smaller amount as the Engineer in charge (whose decision in writing shall be final and binding) may decide on the amount of tendered value of the work for every completed day / week (as applicable) that the progress remains below that specified in the relevant clause in Special Conditions of Contract or that the work remains incomplete. This will also apply to items or group of items for which a separate period of completion has been specified.

i) Completion period (as originally stipulated) not exceeding 3 month @ 1% per day ii) Completion period (as originally stipulated) exceeding 3 months @ 1% per week

Provided always that the total amount of compensation for delay to be paid under this Condition

shall not exceed 10% of the Tendered Value of work or of the Tendered Value of the item or group of items of work for which a separate period of completion is originally given. The amount of compensation may be adjusted or set-off against any sum payable to the Contractor under this or any other contract with NPCC.

72.2 CANCELLATION / DETERMINATION OF CONTRACT IN FULL OR PART

Subject to other provisions contained in this clause the Engineer-in-Charge may, without prejudice to his any other rights or remedy against the contractor in respect of any delay, inferior workmanship, any claims for damages and / or any other provisions of this contract or otherwise, and whether the date of completion has or has not elapsed, by notice in writing absolutely determine the contract in any of the following cases:

i) If the contractor having been given by the Engineer-in-Charge a notice in writing to rectify, reconstruct or replace any defective work or that the work is being performed in an inefficient or otherwise improper or un-workmanlike manner shall omit to comply with the requirement of such notice for a period of seven days thereafter; or

ii) If the contractor has, without reasonable cause, suspended the progress of the work or has failed to proceed with the work with due diligence so that in the opinion of the Engineer-in-Charge (which shall be final and binding) he will be unable to secure completion of the work by the date for completion and continues to do so after a notice in writing of seven days from the Engineer-in-Charge; or

iii) If the contractor fails to complete the work within the stipulated date or items of work with individual date of completion, if any stipulated, on or before such date(s) of completion and does not complete them within the period specified in a notice given in writing in that behalf by the Engineer-in-Charge; or

Page 60: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 31 of 55 NPCC LIMITED

iv) If the contractor persistently neglects to carry out his obligations under the contract and / or commits default in complying with any of the terms and conditions of the contract and does not remedy it or take effective steps to remedy it within 7 days after a notice in writing is given to him in that behalf by the Engineer-in-Charge; or

v) If the contractor shall offer or give or agree to give to any person in NPCC service or to any other person on his behalf any gift or consideration of any kind as an inducement or reward for doing or forbearing to do or for having done or forborne to do any action in relation to the obtaining or execution of this or any other contract from NPCC; or vi) If the contractor shall obtain a contract with NPCC as a result of wrong tendering or other non-bona-fide methods of competitive tendering; or

ii) If the contractor being an individual, or if a firm, any partner thereof shall at any time be adjudged insolvent or have a receiving order or order for administrative of his estate made against him or shall take any proceedings for liquidation or composition (other than a voluntary liquidation for the purpose of amalgamation or reconstruction) under any Insolvency Act for the time being in force or make any conveyance or assignment of his effects or composition or arrangement for the benefit of his creditors or purport so to do, or if any application be made under any Insolvency Act for the time being in force for the sequestration of his estate or if a trust deed be executed by him for benefit of his creditors;or.

viii) If the contractor being a company, shall pass a resolution or the Court shall make an order for the winding up of the company, or a receiver or manager on behalf of the debenture holders or otherwise shall be appointed or circumstances shall arise which entitle the Court or debenture holders to appoint a receiver or manager; or

ix) If the contractor shall suffer an execution being levied on his goods and allow it to be continued for a period of 21 days; or

x) If the contractor assigns, transfers, sublets (engagement of labour on a piece-work basis or of the labour with materials not to be incorporated in the work, shall not be deemed to be subletting) or otherwise parts with or attempts to assign, transfer, sublet or otherwise parts with the entire works or any portion thereof without and prior written approval of the Engineer-in-Charge. xi) When the contractor has made himself liable for action under any of the cases aforesaid, the Engineer-in-Charge may without prejudice to any other right or remedy which shall have accrued or shall accrue hereafter to NPCC, by a notice in writing, cancel the contract as a whole or only such items of work in default from the Contract.

The Engineer-in-Charge shall on such cancellation by the NPCC have powers to:

a) Take possession of site and any materials, constructional plant, implements, stores, etc. thereon; and/ or b) Carry out the incomplete work by any means at the risk and cost of the contractor; and/ or

c) To determine or rescind the contract as aforesaid (of which termination or rescission notice in writing to the contractor under the hand of the Engineer-in-Charge shall be conclusive evidence). Upon such determination or rescission the full security deposit recoverable under the contract shall be liable to be forfeited and un-used materials, construction plants, implements, temporary buildings, etc. shall be taken over and shall be absolutely at the disposal of the NPCC.

Page 61: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 32 of 55 NPCC LIMITED

If any portion of the Security Deposit has not been paid or received it would be called for and forfeited; and/ or

d) To employ labour paid by the Department and to supply materials to carry out the work or any part of the work debiting the contractor with the cost of the labour and the price of the materials (of the amount of which cost and price certified by the Engineer-in-Charge shall be final and conclusive) against the contractor and crediting him with the value of the work done in all respects in the same manner and at the same rates as if it had been carried out by the contractor under the terms of his contract. The certificate of the Engineer-in-Charge as to the value of the work done shall be final and conclusive against the contractor provided always that action under the sub-clause shall only be taken after giving notice in writing to the contractor. Provided also that if the expenses incurred by the department are less than the amount payable to the contractor at his agreement rates, the difference shall not be paid to the contractor; and/ or

e) After giving notice to the contractor to measure up the work of the contractor and to take such whole, or the balance or part thereof as shall be un-executed or delayed with reference to the General Conditions of Contract clause / relevant clause of Special Conditions of Contract, out of his hands and to give it to another contractor to complete in which case any expenses which may be incurred in excess of the sum which would have been paid to the original contractor if the whole work had been executed by him (of the amount of which excess the certificate in writing of the Engineer-in-Charge shall be final and conclusive) shall be borne and paid by the original contractor and may be deducted from any money due to him by NPCC under his contract or on any other account whatsoever or from his security deposit or the proceeds of sales of unused materials, construction plants, implements temporary buildings etc. thereof or a sufficient part thereof as the case may be. If the expenses incurred by the NPCC are less than the amount payable to the contractor at his agreement rates, the difference shall not be paid to the contractor; and/ or f) By a notice in writing to withdraw from the contractor any items or items of work as the Engineer-in-charge may determine in his absolute discretion and get the same executed at the risk and cost of the contractor. Any excess expenditure incurred or to be incurred by NPCC in completing the works or part of the works or the excess loss or damages suffered or may be suffered by NPCC as aforesaid after allowing such credit shall without prejudice to any other right or remedy available to NPCC in law be recovered from any moneys due to the contractor on any account, and if such moneys are not sufficient the contractor shall be called upon in writing and shall be liable to pay the same within 30 days. If the contractor shall fail to pay the required sum within the aforesaid period of 30 days, the Engineer-in-Charge shall have the right to sell any or all of the contractor’s unused materials, constructional plant, implements, temporary buildings, etc. and apply the proceeds of sale thereof towards the satisfaction of any sums due from the contractor under the contract and if thereafter there be any balance outstanding from the contractor, it shall be recovered in accordance with the provisions of the contract and law. Any sums in excess of the amounts due to NPCC and unsold materials, constructional plant etc. shall be returned to the contractor, provided always that if cost or anticipated cost of completion by NPCC of the works or part of the works is less than the amount which the contractor would

Page 62: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 33 of 55 NPCC LIMITED

have been paid had he completed the works or part of the works, such benefit shall not accrue to the contractor. In the event of anyone or more of the above courses being adopted by the Engineer-in-Charge the contractor shall have no claim to compensation for any loss sustained by him by reasons of his having purchased or procured any materials or entered into any engagements or made any advances on account or with a view to the execution of the work or the performance of the contract. And in case action is taken under any of the provision aforesaid the contractor shall not be entitled to recover or be paid any sum for any work thereof or actually performed under this contract unless and until the Engineer-in-Charge has certified in writing the performance of such work and the value payable in respect thereof and he shall only be entitled to be paid the value so certified. Provided further that if any of the recoveries to be made, while taking action as per (d) and/or (e) above, are in excess of the security deposit forfeited, these shall be limited to the amount by which the excess cost incurred by the Department exceeds the security deposit so forfeited.

72.3 CONTRACTOR LIABLE TO PAY COMPENSATION EVEN IF ACTION IS NOT TAKEN

In any case in which any of the powers conferred upon the Engineer-in-Charge by relevant clause thereof, shall have become exercisable and the same are not exercised, the non-exercise thereof shall not constitute a waiver of any of the conditions hereof and such powers shall notwithstanding be exercisable in the event of any future case of default by the contractor and the liability of the contractor for compensation shall remain unaffected. In the event of the Engineer-in-Charge putting in force all or any of the powers vested in him under the preceding clause he may, if he so desires after giving a notice in writing to the contractor, take possession of (or at the sole discretion of the Engineer-in-Charge which shall be final and binding on the contractor) use as on hire (the amount of the hire money being also in the final determination of the Engineer-in-Charge) all or any tools, plant, materials and stores, in or upon the works, or the site thereof belonging to the contractor, or procured by the contractor and intended to the used for the execution of the work / or any part thereof, paying or allowing for the same in account at the contract rates, or in the case of these not being applicable, at current market rates to be certified by the Engineer-in-Charge, whose certificate thereof shall be final, and binding on the contractor and/or direct the contractor or his authorized agent to remove such tools, plant, materials, or stores from the premises (within a time to be specified in such notice) in the event of the contractor failing to comply with any such requisition, the Engineer-in-Charge may remove them at the contractor’s expense or sell them by auction or private sale on account of the contractor and his risk in all respects and the certificate of the Engineer-in-Charge as to the expenses of any such removal and the amount of the proceeds and expenses of any such sale shall be final and conclusive against the contractor.

72.4 TIME ESSENCE OF CONTRACT & EXTENSION FOR DELAY

The time allowed for execution of the Works as specified in the terms of contract or the extended time in accordance with these conditions shall be the essence of the contract. The execution of the works shall commence from the 10th Day or such time period as mentioned in letter of Intent/ award after the date on which the Engineer-in-Charge issues written orders to commence the work. If the Contractor commits default in commencing the execution of the work as aforesaid, the Executing Agency shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the earnest money absolutely.

72.4.1 Within 10 (Ten) days of Letter of Intent, the Contractor shall submit a Time and Progress Chart

(CPM/ PERT/ Quantified Bar Chart) along with quarterly milestones and resources plan for man, material & machinery to achieve the milestones and get it approved by the Engineer-in-Charge.

Page 63: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 34 of 55 NPCC LIMITED

The Chart shall be prepared in direct relation to the time stated in the contract documents for completion of items of the works. It shall indicate the forecast (mile-stones) of the dates of commencement and completion of various items, trades, sections of the work and may be amended as necessary by agreement between the Engineer-in-Charge and the Contractor within the limitations of time stipulated in the Contract documents, and further to ensure good progress during the execution of the work.

The compensation for delay as per clause no. 72 shall be leviable at intermediate stages also, in case the required progress is not achieved to meet the above time deadlines of the completion period and/ or milestones of time and progress chart, provided always that the total amount of Compensation for delay to be paid under this condition shall not exceed 10% of the tendered value of work”.

72.4.2 If the work(s) be delayed by:

i) force-majeure or ii) abnormally bad weather, or iii) serious loss or damage by fire, or iv) civil commotion of workmen, strike or lockout, affecting any of the trades employed on the work, or v) delay on the part of other contractors or tradesmen engaged by Engineer-in-Charge in executing work not forming part of the Contract, or vi) non-availability of stores, which are responsibility of the NPCC or, vii) non availability or break down of tools and plant to be supplied or supplied by NPCC or, viii) any other cause which, in the absolute discretion of the NPCC, is beyond the Contractor’s control, then upon the happening of any such event causing delay, the Contractor shall immediately give notice thereof in writing to the Engineer-in-Charge but shall nevertheless use constantly his best endeavors to prevent or make good the delay and shall do all that may be reasonably required to the satisfaction of the Engineer-in-Charge to proceed with the works.

72.4.3 Request for extension of time, to be eligible for consideration, shall be made by the contractor in

writing with in fourteen days of the happening of the event causing delay on the prescribed form. The Contractor will indicate in such a request the period for which extension is desired. In any such case NPCC may give a fair and reasonable extension of time for completion of work. Such extension shall be communicated to the Contractor by the Engineer-in-Charge in writing, within 3 months of the date of receipt of such request

73.0 WITHHOLDING AND LIEN IN RESPECT OF SUMS DUE FROM CONTRACTOR 73.1 Whenever any claim or claims for payment of a sum of money arises out of or under the contract

against the contractor, NPCC shall be entitled to withhold and also have a lien to retain such sum or sums in whole or in part from the security, if any, deposited by the contractor and for the purpose aforesaid, NPCC shall be entitled to withhold the security deposit, if any, furnished as the case may be and also have a lien over the same pending finalization or adjudication of any such claim. In the event of the security being insufficient to cover the claimed amount or amounts or if no security has been taken from the contractor, NPCC shall be entitled to withhold and have a lien to retain to the extent of such claimed amount or amounts referred to above, from any sum or sums found payable or which may at any time thereafter become payable to the contractor under the same contract or any other contract with NPCC pending finalization or adjudication of any such claim.

73.2 It is an agreed term of the contract that the sum of money or moneys so withheld or retained

under the lien referred to above by the Engineer-in-Charge or NPCC will be kept withheld or retained as such by the Engineer-in-Charge or NPCC till the claim arising out of or under the

Page 64: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 35 of 55 NPCC LIMITED

contract is determined by the competent court and that the contractor will have no claim for interest or damages whatsoever on any account in respect of such withholding or retention under the lien referred to above and duly notified as such to the contractor. For the purpose of this clause, where the contractor is a partnership firm or a limited company, the Engineer-in-Charge or the NPCC shall be entitled to withhold and also have a lien to retain towards such claimed amount or amounts in whole or in part from any sum found payable to any partner/limited company, as the case may be whether in his individual capacity or otherwise.

NPCC shall have the right to cause an audit and technical examination of the works and the final bills of the contractor including all supporting vouchers, abstract, etc, to be made after payment of the final bill and if as a result of such audit and technical examination any sum is found to have been overpaid in respect of any work done by the contractor under the contract or any work claimed to have been done by him under the contract and found not to have been executed, the contractor shall be liable to refund the amount of over-payment and it shall be lawful for NPCC to recover the same from him in the manner prescribed in Clause 51.1 above or in any other manner legally permissible; and if it is found that the contractor was paid less than what was due to him under the contract in respect of any work executed by him under it, the amount of such under payment shall be duly paid by NPCC to the contractor, without any interest thereon whatsoever.

73.3 LIEN IN RESPECT OF CLAIMS IN OTHER CONTRACTS

Any sum of money due and payable to the contractor (including the security deposit returnable to him) under the contract may be withheld or retained by way of lien by the Engineer-in-Charge or by NPCC against any claim of the Engineer-in-Charge or NPCC in respect of payment of a sum of money arising out of or under any other contract made by the contractor with the Engineer-in-Charge or the NPCC. It is an agreed term of the contract that the sum of money so withheld or retained under this clause by the Engineer-in-Charge or the NPCC will be kept withheld or retained as such by the Engineer-in-Charge or the NPCC or till his claim arising out of the same contract or any other contract is either mutually settled or determined by the arbitration clause or by the competent court, as the case may be, and that the contractor shall have no claim for interest or damages whatsoever on this account or on any other ground in respect of any sum of money withheld or retained under this clause and duly notified as such to the contractor.

74.0 DEFECTS LIABILITY PERIOD

The contractor shall be responsible for the rectification of defects in the works for a period of twelve months from the date of taking over of the works by the Owner/ Client. Any defects discovered and brought to the notice of the contractor forthwith shall be attended to and rectified by him at his own cost and expense. In case the contractor fails to carry out these rectifications, the same may without prejudice to any other right or remedy available, be got rectified by NPCC at the cost and expense of the contractor.

75.0 FORCE MAJEURE

Any delay in or failure of the performance of either party hereto shall not constitute default hereunder to give rise to any claims for damages, if any to the Extent such delay or failure of performance is caused by occurrences such as acts of God or the public enemy, expropriation, compliance with any order or request of Government authorities, acts of war, rebellions, sabotage fire, floods, strikes, or riots (other than contractor’s employees). Only extension of time shall be considered for Force Majeure conditions as accepted by NPCC. No adjustment in contract price shall be allowed for reasons of force majeure.

Page 65: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 36 of 55 NPCC LIMITED

76.0 ARBITRATION - Deleted 76.1 JURISDICTION

The agreement shall be executed at New Delhi on non-judicial stamp paper purchased in Delhi and the Courts at Delhi/New Delhi alone will have jurisdiction to deal with matters arising there from, to the exclusion of all other courts.

77.0 SUSPENSION OF WORKS

(a) The contractor shall, on receipt of the order in writing of the Engineer-in-charge, suspend the progress of the works or any part thereof for such time and in such manner as the Engineer-in-charge may consider necessary for any of the following reasons:

i) On account of any default on part of the contractor, or

ii) For proper execution of the works or part thereof for reason other than the default of the contractor, or

iii) For safety of the works or part thereof.

The contractor shall, during such suspension, properly protect and secure the works to the extent necessary and carry out the instructions given in that behalf by the Engineer-in-charge.

(b) If the suspension is ordered for reasons (ii) and (iii) in sub-para (a) above.

i) The contractor shall be entitled to an extension of the time equal to the period of every such suspension plus 25%. No adjustment of contract price will be allowed for reasons of such suspension.

ii) In the event of the Contractor treating the suspension as an abandonment of the Contract by NPCC, he shall have no claim to payment of any compensation on account of any profit or advantage which he may have derived from the execution of the work in full.

78.0 TERMINATION OF CONTRACT ON DEATH OF CONTRACTOR

Without prejudice to any of the right or remedies under this contract if the contractor dies, the Engineer-in-charge shall have the option of terminating the contract without compensation to the contractor.

79.0 CLARIFICATION AFTER TENDER SUBMISSION

Tenderer’s attention is drawn to the fact that during the period, the bids are under consideration, the bidders are advised to refrain from contacting by any means, the NPCC and/or his employees/ representatives on matters related to the bid under consideration and that if necessary, NPCC will obtain clarifications in writing or as may be necessary. Duly authorized Tender Scrutiny Committee does the tender evaluation and process of award of works and this committee is authorised to discuss and get clarification from the tenderers.

Page 66: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 37 of 55 NPCC LIMITED

80.0 ADDENDA/ CORRIGENDA

Addenda/Corrigenda to the tender documents may be issued prior to the date of opening of the tender to clarify or effect modification in specification and/or contract terms included in various tender documents. The tenderer shall suitably take into consideration such Addenda/Corrigenda while submitting his tender. The tenderer shall return such Addenda/ Corrigenda duly signed and stamped as confirmation of its receipt and submit along with the tender document. All addenda/ Corrigenda shall be signed and stamped on each page by the tenderer and shall become part of the tender and contract documents.

81.0 QUALITY ASSURANCE PROGRAMME

To ensure that the services under the scope of this contract are in accordance with the specifications, the Contractor shall adopt Quality Assurance Programme to control such activities at the necessary points. The contractor shall prepare and finalise such Quality Assurance Programme within 15 days from letter of intent. NPCC shall also carryout quality audit and quality surveillance of systems and procedures of Contractor’s quality control activities. A Quality Assurance Programme of Contractor shall generally cover the following:

a) His organization structure for the management and implementation of the proposed Quality Assurance Program.

b) Documentation control system.

c) The procedure for purpose of materials and source inspection.

d) System for site controls including process controls.

e) Control of non-conforming items and systems for corrective actions.

f) Inspection and test procedure for site activities.

g) System for indication and appraisal of inspection status.

h) System for maintenance of records.

i) System for handling, storage and delivery.

j) A quality plan detailing out quality practices and procedures, relevant standards and acceptance levels for all types of work under the scope of this contract.

The Contractors in the formats appended hereto shall submit all the quality reports. Checklist enclosed here in this document shall be followed while carrying out Construction activities (items). If any item is not covered by the Checklist/ Formats appended hereto, the Format for the same may be developed and submitted to Engineer-in-Charge for approval and the same shall be adopted. These filled in formats shall be prepared in two copies and duly signed by representatives of contractor and NPCC. All the costs associate with Printing of Formats and testing of materials required as per technical specifications or by Engineer-in-charge shall be included in the Contractor’s quoted rates in the Schedule/ Bill of quantities.

Page 67: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 38 of 55 NPCC LIMITED

82.0 APPROVAL OF TEMPORARY / ENABLING WORKS

The setting and nature of all offices, huts, access road to the work areas, and all other temporary works as may be required for the proper execution of the works shall be subject to the approval of the Engineer-in-charge.

All the equipments, labour, material including cement, reinforcement and the structural steel required for the enabling/ temporary works associated with the entire Contract-shall have to be arranged by the Contractor only. Nothing extra shall be paid to the Contractor on this account and the percentage rates quoted by the Contractor for various items in the Bill of Quantities shall be deemed to include the cost of enabling works.

83.0 CONTRACT COORDINATION PROCEDURES, COORDINATION MEETINGS AND

PROGRESS REPORTING

The Contractor shall prepare and finalize in consultation with NPCC, a detailed contract coordination procedure within 15 days from the date of issue of Letter of Intent for the purpose of execution of the Contract.

The Contractor shall have to attend all the meetings at any place in India at his own cost with NPCC, Owners/ Clients or Consultants of NPCC/ Owner/ Client during the currency of the Contract, as and when required and fully cooperate with such persons and agencies involved during these iscussions. The Contractor shall not deal in any way directly with the Clients/ Owners or Consultants of NPCC/ Owner/ Clients and any dealing/ correspondence if required at any time with Clients/ Owners/ Consultants shall be through NPCC only.

During the execution of the work, Contractor shall submit at his own cost a detailed Monthly

progress report to the Engineer-in-charge of NPCC by 5th of every month. The format of monthly progress report shall be as approved by Engineer-in-Charge of NPCC.

84.0 CONTRACT AGREEMENT

The Contractor shall enter into a Contract Agreement with the NPCC within 20 days from the date of receipt of Letter of Intent or within such extended time, as may be granted by the NPCC. The cost of stamp papers, stamp duty, registration, if applicable on the contract, shall be borne by the Contractor. Incase, the contractor does not sign the agreement as above or start the work within 10 days of the receipt of letter of intent, his earnest money is liable to be forfeited and letter of intent consequently will stand withdrawn.

85.0 MANNER OF EXECUTION OF AGREEMENT

i. The contract agreement as per prescribed Proforma as enclosed to the tender documents shall be signed at the office of the NPCC within 20 days from the date of receipt of Letter of Intent. The Contractor shall produce for signing of the Contract, appropriate Power of Attorney and the requisite documents/materials. Unless and until a formal contract is prepared and executed, the Letter of Intent read in conjunction with the Bidding Documents will constitute a binding contract.

Page 68: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 39 of 55 NPCC LIMITED

ii. The agreement will be signed in five originals and the Contractor shall be provided with one signed original and the other four originals will be retained by the NPCC. Contractor has to provide 05 (five) nos. of non-judicial stamp papers of requisite value purchased from Delhi.

iii. The Contractor shall deposit the amount in the form of demand draft in favour of N.P.C.C. Ltd. Payable at Faridabad with in seven days of issuance of LOI/LOA equal to the twice of the tender cost in lieu to the preparation of contract agreement.

86.0 PURCHASE PREFERENCE TO PUBLIC SECTOR ENTERPRISES

NPCC reserves its right to extend Purchase Preference to Central Public Sector Enterprises (CPSE s) as per policy of Government of India, if any, as applicable on this work. The tenderers are requested to go through latest instructions of Government of India on its preference policy for CPSU s before quoting for the tender.

87.0 CHANGE IN FIRM’S CONSTITUTION TO BE INTIMATED

Where the contractor is a partnership firm, the previous approval in writing of the Engineer-in-Charge shall be obtained before any change is made in the constitution of the firm. Where the contractor is an individual or a Hindu undivided family business concern such approval as aforesaid shall likewise be obtained before the contractor enters into any partnership agreement where under the partnership firm would have the right to carry out the works hereby undertaken by the contractor. If previous approval as aforesaid is not obtained, the contract shall be deemed to have been assigned in contravention of Clause 59.1 hereof and NPCC shall be entitled to take action under Clause 72.2 (xi).

LABOUR SAFETY PROVISION

The contractor shall be fully responsible to observe the labour safety provisions as per prevailing act and amended from time to time.

1.0 Suitable scaffolds should be provided for workmen for all works that cannot safely be done

from the ground, or from solid construction except such short period work as can be done safely from ladders. When a ladder is used an extra mazdoor shall be engaged for holding the ladder and if the ladder is used for carrying materials as well, suitable footholds and handholds shall be provided on the ladder and the ladder shall be given an inclination not steeper than 1/4 to 1 (1/4 horizontal and 1 vertical).

2.0 Scaffolding or staging more than 3.6m (12 feet) above the ground or floor, swung or suspended

from an overhead support or erected with stationery support shall have a guard rail properly attached or bolted, braced and otherwise secured at least 90 cm. (3 feet) high above the floor or platform of such scaffolding or staging and extending along the entire length of the outside and ends thereof with only such opening as may be necessary for the delivery of materials. Such scaffolding or staging shall be so fastened as to prevent it from swaying from the building or structure.

3.0 Working platforms, gangways, and stairways should be so constructed that they should not sag

unduly or unequally, and if the height of the platform or the gangway or the stairway is more than 3.6m (12 feet) above ground level or floor level, they should be closely boarded, should have adequate width & should be suitable fastened as described in (2.0) above.

Page 69: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 40 of 55 NPCC LIMITED

4.0 Every opening in the floor of a building or in a working platform shall be provided with suitable means to prevent the fall of persons or materials by providing suitable fencing or railing whose minimum height shall be 90 cm (3 feet).

5.0 Safe means of access shall be provided to all working platforms and other working places. Every

ladder shall be securely fixed. No portable single ladder shall be over 9m. (30 feet) in length while the width between side rails in rung ladder shall in no case be less than 29 cm. for ladder up to and including 3m (10 feet) in length. For longer ladders this width should be increased at least 1/4” for each additional 30 cm (1 ft.) of length. Uniform step spacing shall not exceed 30 cm (12”). Adequate precautions shall be taken to prevent danger from electrical equipment. No materials on any of the sites of the work shall be so stacked or placed as to cause danger or inconvenience to any person or the public. The contractor shall provide all necessary fencing and lights to protect the public from accident, and shall be bound to bear the expenses of defence of every suit, action or other proceeding at law that may be brought by an person for injury sustained owing to neglect of the above precautions and to pay any damages and cost which may be awarded in any such suit, action or proceedings to any such person or which may, with the consent of the Contractor, be paid to compensate any claim by any such person.

6.0 EXCAVATION AND TRENCHING

All trenches, 1.2mts.(four feet) or more in depth, shall at all times be supplied with at least one ladder for each 30m. (100 feet) in length or fraction thereof, Ladder shall be extended from bottom of the trench to at least 90 cm (3feet) above the surface of the ground. The side of the trenches, which are 1.5m. (5feet) or more in depth shall be stepped back to give suitable slope or securely held by timber bracing, so as to avoid the danger or sides to collapsing. The excavated materials shall not be placed within 1.5m (5 feet) of the edges of the trench or half of the depth of the trench whichever is more. Cutting shall be done from top to bottom. Under no circumstances undermining or undercutting shall be done.

7.0 DEMOLITION –

Before any demolition work is commenced and also during the progress of the work:

a) All roads and open areas adjacent to the work site shall either be closed or suitably protected.

b) No electric cable or apparatus that is likely to be a source of danger or a cable or apparatus used by the operator shall remain electrically charged.

c) All practical steps shall be taken to prevent danger to persons employed from risk or fire or explosion or flooding. No floor, roof or other part of the building shall be overloaded with debris or materials as to render it unsafe.

8.0 All necessary personal safety equipments as considered adequate by the Engineer-in- charge

should be kept available for the use of persons employed on the site and maintained in a condition suitable for immediate use, and the contractor should take adequate step to ensure proper use of equipment by those concerned- The following safety equipment shall be invariably provided.

8.1 Workers employed on mixing asphaltic materials, cement and lime mortars shall be provided with protective footwear and protective goggles.

Page 70: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 41 of 55 NPCC LIMITED

8.2 Those engaged in white washing and mixing or stacking of cement bags or any materials that are injurious to the eye shall be provided with protective goggles. 8.3 Those engaged in welding works shall be provided with welders protective eye shields. 8.4 Stone breakers shall be provided with protective goggles and protective clothing and seated

at sufficiently safe interval. 8.5 When workers are employed in sewers and manholes, which are in active use, the Contractors

shall ensure that the manhole covers are opened and ventilated at-least for an hour before the workers are allowed to get into the manholes, and the manholes so opened shall be cordoned off with suitable railing and provided with warning signals or boards to prevent accident the public. In addition, the contractor shall ensure that the following safety measures are adhered to:

a. Entry for workers into the line shall not be allowed except under supervision of the JE or any other higher officer b. At least 5 to 6 manholes upstream and down stream should be kept open for at least 2 to 3 hours before any man is allowed to enter into the manholes for working inside. c. Before entry, presence of Toxic gases should be tested by inserting wet lead acetate paper,

which changes colour in the presence of such gases and gives indication of their presence. d. Presence of Oxygen should be verified by lowering a detector lamp into the manhole. In case, no

Oxygen is found inside the sewer line, workers should be sent only with Oxygen kit. e. Safety belt with rope should be provided to the workers. While working inside the manholes such rope should be handled by two men standing outside to enable him to be pulled out during emergency. f. The area should be barricaded or cordoned of by suitable means to avoid mishaps of any

kind. Proper warning signs should be displayed for the safety of the public whenever cleaning works are undertaken during night or day.

g. No smoking or open flames shall be allowed near the blocked manhole being cleaned. h. The malba obtained on account of cleaning of blocked manholes and sewer lines should be

immediately removed to avoid accidents on account of slippery nature of the malba. i. Workers should not be allowed to work inside the manhole continuously. He should be given

rest intermittently. The Engineer In-charge may decide the time up to which a worker may be allowed to work continuously inside the manhole.

j. Gas masks with Oxygen Cylinder should be kept at site for use in emergency. k. Air-blowers should be used for flow of fresh air through the manholes. Whenever called for,

portable air-blowers are recommended for ventilating the manholes. The Motors for these shall be vapour proof and of totally enclosed type. Non sparking gas engines also could be used but they should be placed at-least 2 meters away from the opening and on the leeward side protected from wind so that they will not be a source of friction on any inflammable gas that might be present.

Page 71: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 42 of 55 NPCC LIMITED

l. The workers engaged for cleaning the manholes/ sewers should be properly trained before allowing working in the manhole.

m. The workers shall be provided with Gumboots or non sparking shoes, bump helmets and gloves non sparking tools, safety lights and gas masks and portable air blowers (when necessary). They must be supplied with barrier cream for anointing the limbs before working

inside the sewer lines. n. Workmen descending a manhole shall try each ladder step or rung carefully before putting

his full weight on it to guard against insecure fastening due to corrosion of the rung fixed to manhole well.

o. If a man has received a physical injury, he should be brought out of the sewer immediately

and adequate medical aid should be provided to him. p. The extent to which these precautions are to be taken depend on individual situation but

the decision of the Engineer In charge regarding the steps to be taken in this regard in an individual case will be final.

8.6 The Contractor shall not employ men and women below the age of 18 years on the work of painting with products containing lead in any form Wherever men above the age of 18 are employed on the work of lead painting the following precautions should be taken. 8.6.1 No paint containing lead or lead products shall be used except in the form of paste or readymade paint. 8.6.2 Suitable facemasks should be supplied for use by the workers when paint is applied in the

form of spray or a surface having lead paint is dry rubbed and scrapped. 8.6.3 Overalls shall be supplied by the Contractor to the workmen and adequate facilities shall be provided to enable the working painters to wash during the cessation of work. 8.6.4.1 a. White lead, sulphate or lead work products containing those pigments shall not be used in

painting operation except in the form of paste or of paints ready for use. b. Measures shall be taken whenever required in order to prevent danger arising from the application of paint in the form of spray. c. Measures shall be taken, whenever practicable to prevent danger arising out of dust caused

by dry rubbing down and scrapping. 8.6.4.2 a. Adequate facilities shall be provided to enable working painter to wash during and on cessation of work. b. Suitable arrangements shall be made to prevent clothing put off during working hours being

spoiled by painting materials. 8.6.4.3

Page 72: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 43 of 55 NPCC LIMITED

a Cases of lead poisoning and of suspected lead poisoning shall be notified and shall be subsequently verified by a medical man appointed by the competent authorities of the Consultant. b The NPCC may require when necessary a medical examination of workers. c Instructions with regard to the special hygienic precautions to be taken in the painting trade

shall be distributed to working painters. 9.0 When the work is done near any place where there is risk of drowning, all necessary equipments

should be provided and kept ready for use and all necessary steps taken for prompt rescue of any person in danger and adequate provisions should be made for prompt first aid treatment of all injuries likely to be obtained during the course of the work.

10.0 Use of hoisting machines and tackle including their attachment encourage and supports shall

conform to the following standard of conditions. 10.1 a. These shall be of good mechanical construction, sound material and adequate strength and free

from patent, defects and shall be kept required in good working order. b. Every rope used in hoisting or lowering materials or as a means of suspension shall be of durable quality and adequate strength, and free from patent defects. 10.2 Every crane driver or hoisting appliance operator shall be properly qualified and no person under

the age of 21 years should be in-charge of any hoisting machine including any Scaffolding, winch or giving signals to operator.

10.3 In case of every hoisting machine and of every chain ring hook, shackle swivel and pulley block

used in hoisting or as means of suspension the safe working load shall be ascertained by adequate means. Every hoisting machine and all gear referred to above shall be plainly marked with the safe working load. In case of a hoisting machine having a variable safe working load, each safe working load and the conditions under which it is applicable shall be clearly indicated. No part of any machine or any gear referred to above in this paragraph shall be loaded beyond the safe working load except for the purpose of testing.

10.4 In case of NPCC machines, the safe working load shall be notified by the Engineer-in-Charge. As

regards Contractor’s machines the Contractor shall notify the safe working load of the machine to the Engineer-in-charge whenever he brings any machinery to site of work and get verified by the Engineer-in-Charge.

11.0 Motors gearing, transmission electric wiring and other dangerous parts of hoisting appliances

should be provided with efficient safeguard, hosting appliances should be provided with such means as will reduce to the minimum the risk of accidental descent of the load. Adequate precautions should be taken to reduce the minimum the risk of any part of a suspended load becoming accidentally displaced. When workers are employed on electrical installations, which are already energized, insulating mats, wearing apparel, such as gloves sleeves and boots as may be necessary be provided. The worker should not wear any rings, watches and carry keys or other materials, which are good conductors of electricity.

12.0 All scaffolding, ladders, and other safety devices mentioned or described herein shall be

maintained in safe condition and no scaffold ladder or equipment shall be altered or removed while it is in use. Adequate washing facilities should be provided at or near places of work.

Page 73: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 44 of 55 NPCC LIMITED

13.0 These safety provisions should be brought to the notice of all concerned by display on a notice

board at a prominent place of work spot. The person responsible for compliance of the safety codes shall be named therein by the contractor.

14.0 To ensure effective enforcement of the rules and regulations relating to safety precautions the

arrangements made by the Contractor shall be open to inspection by the or their representatives.

15.0 Notwithstanding the above Clauses from (i) to (xiv) there is nothing in these to exempt the

contractor from the operations of any other Act or Rule in force in the Republic of India. MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY ARRANGEMENTS FOR WORKERS 1.0 APPLICATION

These rules shall apply to all building and construction works in which 20 (twenty) or more workers are ordinarily employed or are proposed to be employed in any day during the period during which the contractor work is in progress.

2.0 DEFINITION

Work place means a place where twenty or more workers are ordinarily employed or are proposed to be employed in connection with construction work on any day during the period during which the contractor work is in progress.

3.0 FIRST-AID FACILITIES 3.1 At every work place first aid facilities shall be provided and maintained, so as to be easily

accessible during working hours, First-Aid boxes at the rate of not less than one box per 150 contract labour or part thereof ordinarily employed.

3.2 The First-Aid box shall be distinctly marked with a red cross on white ground and shall contain

the following equipments: - 3.2.1 a) For work places in which number of contract labour employed does not exceed 50, each First-Aid

box shall contain the following equipments:

i) 6 small sterilized dressings. ii) 3 medium size sterilized dressings. iii) large size sterilized dressings. iv) 3 large sterilized burn dressings. v)1 (30 ml) bottle containing a two percent alcoholic solution of iodine.

vi) 1(30 ml) bottle containing Sal volatile having the dose and mode of administration indicated on the label.

Page 74: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 45 of 55 NPCC LIMITED

vii) 1 snakebite lancet. viii) (30 gms) bottle of potassium permanganate crystals. ix) 1 pair of scissors. x) 1 copy of the First-Aid leaf-let issued by the Director General, Factory Advise Service & Labour Institutes, Government of India. xi) 1 bottle containing 100 tablets (each of 5 grams) of aspirin. xii) Ointment for burns. xiii) A bottle of suitable surgical antiseptic solution.

3.2.2 For work places in which the number of contract labour exceed 50. Each First-Aid box shall

contain the following equipments:

i) 12 small sterilized dressings. ii) 6 medium size sterilized dressings. iii) 6 large size sterilized dressings. iv) 6 large size sterilized burn dressings. v) 6 (15 gms) packet sterilized cotton wool. vi) 1 (60 ml.) bottle containing a two percent iodine alcoholic solution. vii) 1 (60 ml.) bottle containing salvolatile having the dose and mode of administration indicated on the label. viii) 1 roll of adhesive plaster. ix) 1 snake – bite lancet. x) 1 (30 gms.) bottle of potassium permanganate crystals. xi) 1 pair of scissors. xii) 1 copy of the First-Aid leaf-let issued by the Director General, Factory Advice Service and Labour Institutes, Government of India. xiii) A bottle containing 100 tablets (each of 5 grams) of aspirin.

xiv) Ointment for burns. xv) A bottle of suitable surgical antiseptic solution. 3.3 Adequate arrangements shall be made for immediate recoupment of the equipment when

necessary. 3.4 Nothing except the prescribed contents shall be kept in the First Aid box.

Page 75: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 46 of 55 NPCC LIMITED

3.5 The First Aid box shall be kept in charge of a responsible person who shall always be readily

available during the working hours of the work place. 3.6 A person in charge of the First-Aid box shall be a person trained in First-Aid treatment, in work places where the number of labour employed is 150 or more. 3.7 In work places where the number of labour employed is 500 or more and hospital facilities are

not available within easy distance of the works, first-Aid Posts shall be established and run by a trained Compounder. The Compounder shall be on duty and shall be available at all hours when the workers are at work.

3.8 Where work places are situated in places, which are not towns of cities, a suitable motor

transport shall be kept readily available to carry injured person or persons suddenly taken ill to the nearest hospital.

4.0 DRINKING WATER 4.1 In every work place, there shall be provided and maintained at suitable places, easily accessible to labour, a sufficient supply of cold water fit for drinking. 4.2 Where drinking water is obtained from an intermittent public water supply, each work place shall

be provided with storage where such drinking water shall be stored. 4.3 Every water supply of storage shall be at a distance of not less than 50 feet from any latrines

drain or other source of pollution, Where water has to be drawn from an existing well which is within such proximity of latrine, drain or any other source of pollution, the well shall be properly chlorinated before water is drawn from it for drinking. All such wells shall be entirely closed in and be provided with a trap-door which shall be dust and water-proof.

4.4 A reliable pump shall be fitted to each covered well, trap-door shall be kept locked and opened

only for cleaning or inspection which shall be done at least once a month. 5.0 WASHING FACILITIES 5.1 In every work place adequate and suitable facilities for washing shall be provided and maintained for the use of labour employed herein. 5.2 Separate and adequate screening facilities shall be provided for the use of male and female

workers. 5.3 Such facilities shall be conveniently accessible and shall be kept clean and hygienic condition. 6.0 LATRINES AND URINALS 6.1 Latrines shall be provided in every work place on the following scale, namely: a) Where females are employed there shall be at least one latrine for every 25 females. b) Where males are employed, there shall be at least one latrine for every 25 males.

Page 76: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 47 of 55 NPCC LIMITED

Provided that where the number of males or females exceeds 100, it shall be sufficient if there is one latrine for 25 males or females, as the case may be, up to the first 100, and one for every 50 thereafter. 6.2 Every latrine shall be under cover and so partitioned off as to secure privacy, and shall has a

proper door and fastenings. 6.3 Construction of Latrines: The inside walls shall be constructed of masonry or some suitable heat

resisting non-absorbent materials and shall be cement washed inside and outside at least once a year. Latrine shall not be a standard lower than borehole system.

6.4 (a) Where workers of both sexes are employed, there shall be displayed outside each block of atrine

and urinal, a notice in the language understood by the majority of the workers “For Men only” or “For Women only” as the case may be.

(b) The notice shall also bear the figure of man or of women, as the case may be. 6.5 There shall be at least one urinal for male workers up to 50and one for female workers up to 50

employed at a time. Provided that where the number of male or female workmen, as the case may be, exceeds 500, it shall be sufficient if there is one urinal for every 50 males or females up to the first 500 and one for every 100 or part thereof, thereafter.

6.6 a) The latrines and urinals shall be adequately lighted and shall be maintained in a clean and

sanitary condition at all times. b) Latrines and urinals other than those connected with a flush sewerage system shall comply

with the requirements of the Public Health Authorities. 6.7 Water shall be provided by means of a tap or otherwise so as to be conveniently accessible in or

near the latrines and urinals. 6.8 Disposal of Excreta

Unless otherwise arranged for by the local sanitary authority arrangements for proper disposal of excreta by incineration at the work place shall be made by means of a suitable incinerator. Alternatively excreta may be disposed off by putting a layer of night soil at the bottom of a pucca tank prepared for the purpose and covering it with a 15 cm layer of waste or for refuse and then covering it with a layer of earth for fortnight (when it will turn into manure).

6.9 The Contractor shall, at his own expense, carry out all instruction issued to him by the Engineer-

in-Charge to effect proper disposal of night soil and other conservancy work in respect of the Contractor’s workmen or employees on the site. The Contractor shall be responsible for payment of any charges, which may be levied by Municipal or Cantonment Authority for execution of such work on his behalf.

7.0 PROVISION OF SHELTER DURING REST

At every place there shall be provided, free of cost four suitable sheds, two for males and the other two for rest separately for the use of man and women labour. The height of each shelter shall not be less than 3 meters from the floor level to the lowest part of the roof. These shall be kept clean and the space provided shall be on the basis of 0.6 sqm. Per head, provided that the Engineer-in-Charges may permit, subject to his satisfaction, a portion of the building under construction or other alternative accommodation to be used for the purpose.

Page 77: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 48 of 55 NPCC LIMITED

8.0 CRECHES 8.1 At every work place, at which 20 or more women workers are ordinarily employed, there shall be

provided two rooms of reasonable dimensions for the use of their children under the age of six years. One room shall be used as a playroom for the children and the other as their bedrooms.

The rooms shall be constructed on standard not lower than the following:

i) Thatched roof ii) Mud floor and walls. iii) Planks spread over the mud floor and covered with matting

8.2 The rooms shall be provided with suitable and sufficient openings for light and ventilation. There

shall be adequate provision of sweepers to keep the places clean. 8.3 The Contractor shall supply adequate number of toys and games in the playroom and sufficient number of cots and beddings in the bedroom. 8.4 The Contractor shall provide one Ayah to look after the children in the crèche when the number

of women workers does not exceed 50 and two when the number of women workers exceeds 50.

8.5 The use of the rooms/earmarked as crèche shall be restricted to children, their attendant and mother of the children. 9.0 CANTEENS 9.1 In every work place where the work regarding the employment of contract labour is likely to

continue for six months and wherein contract labour numbering one hundred or more are ordinarily employed, an adequate canteen shall be provided by the Contractor for the use of such labour.

9.2 The canteen shall be maintained by the Contractor in an efficient manner. 9.3 The canteen shall consist of at least a dining hall, kitchen, storeroom, pantry and washing places

separately for workers and utensils. 9.4 The canteen shall be sufficiently lighted at all times when any person has access to it. 9.5 The floor shall be made of smooth and impervious material and inside walls shall be lime washed or colour washed at least once in each year provided that the inside walls of the kitchen shall be lime-washed every four months. 9.6 The premises of the canteen shall be maintained in a clean and sanitary condition. 9.7 Waste Water shall be carried away in suitable covered drains and shall not be allowed to accumulate so as to cause a nuisance. 9.8 Suitable arrangements shall be made for the collection and disposal of garbage.

Page 78: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 49 of 55 NPCC LIMITED

9.9 The dinning hall shall accommodate at a time 30 persons of the labour working at time. 9.10 The floor area of the dinning hall, excluding the area occupied by the service counter and any

furniture except tables and chair shall not be less than one square meter per dinner to be accommodated.

9.11 a) A portion of the dinning hall, and service counter shall be partitioned off and reserved for

women workers in proportion to their number. b) Washing places for women shall be separate and screened to secure privacy. 9.12 Sufficient tables, stool, chairs or benches shall be available for the number of dinners to be

accommodated. 9.13.1 a) There shall be provided and maintained sufficient utensils, crockery, furniture and any other

equipment necessary for the efficient running of the canteen. b) The furniture, utensils and other equipment shall be maintained in a clean and hygienic condition. 9.13.2 a) Suitable clean clothes for the employees serving in the canteen shall be provided and maintained. b) A service counter, if provided, shall have top of smooth and impervious material. c) Suitable facilities including an adequate supply of hot water shall be provided for the cleaning of

utensils and equipment. 9.14 The foodstuffs and other items to be served in the canteen shall be in conformity with the

normal habits of the labour. 9.15 The charge for foodstuffs, beverages and any other items served in the canteen shall be based on ‘No profit No loss’ and shall be conspicuously displayed in the canteen. 9.16 In arriving at price of foodstuffs, and other articles served in the canteen, the following items

shall not be taken into consideration as expenditure, namely: a) The rent of land building. b) The depreciation and maintenance charges for the building and equipment provided for the

canteen. c) The cost of purchase, repair and replacement of equipment including furniture, crockery, cutlery and utensils: d) The water charges and other charges incurred for lighting and ventilation: e) The interest and amounts spent on the provision and maintenance and equipment provided for in the canteen. 9.17 The accounts pertaining to the canteen shall be audited once in every 12 months by registered accountants and auditors.

Page 79: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 50 of 55 NPCC LIMITED

10.0 ANTI MALARIAL PRECAUTIONS

The Contractor shall at his own expense, conform to all anti-malarial instructions given to him by the Engineer-in-Charge including the filling up of any borrow pits which may have been dug by him.

11.0 AMENDMENTS

NPCC may from time to time, add to or amend these rules and issue such directions as it may consider necessary for the purpose of removing any difficulty which may arise in the administration hereof.

CONTRACTOR’S LABOUR REGULATIONS

1.0 SHORT TITLE These regulations may be called the Contractor “Labour Regulations”. 2.0 Definitions 2.1 “Workman” means any person employed by the NPCC or its Contractor directly or indirectly

through a sub-contractor, with or without the knowledge, of the NPCC to do any skilled, semi-skilled, un-skilled, manual, supervisory, technical or clerical work for hire or reward, whether, the terms of employment are expressed or implied but does not include any person-

a) Who is employed mainly in a managerial or administrative capacity; or b) Who being employed in a supervisory capacity draws wages exceeding Rupees Two thousand

Five hundred per person or exercises either by the nature of the duties attached to the office or by reason of powers vested to him, functions mainly of managerial nature.

c) Who is an outworker, that is to say, a person to whom any articles or materials are given out by

or on behalf of the principal employer to be made up cleaned, washed, altered, ornamental finished, repaired, adopted or otherwise processed for sale for the purpose of the trade or business of the principal employer and the process is to be carried out either in the home of the out worker or in some other premises, not being premises under the control and management of the principal employer.

2.2 “Fair Wages” means wages whether for time or piecework fixed and notified under the provisions of the minimum Wages Act from time to time. 2.3 “Contractor” shall include every person who undertake to produce a given result other than a

mere supply of goods or articles of manufacture through labour or who supplies labour for any work and includes a sub-contractor.

2.4 “Wages” shall have the same meaning as defined in the Payment of Wages Act. 2.4.1 Normally working hours of an adult employee should not exceed 9 hours a day. The working day

shall be so arranged that inclusive of interval for rest, if any, it shall not spread over more than 12 hours on any day.

2.4.2 When an adult worker is made to work for more than 9 hours on any day or for more than 48

hours in any week he shall be paid overtime for the extra hours put in by him at double the ordinary rate of wages.

Page 80: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 51 of 55 NPCC LIMITED

2.4.3.1 Every worker shall be given a weekly holiday on a Sunday, in accordance with the provisions of the Minimum Wages (Central) Rules 1960 as amended from time to time, irrespective of whether such worker is governed by the Minimum Wages Act or not. 2.4.3.2 Whether the Minimum Wages prescribed by the Government under the Minimum Wage Act are

not inclusive of the wages for the weekly day of rest, the worker shall be entitled to rest day wages at the rate applicable to the next preceding day, provided he has worked under the same contractor for a continuous period of not less than 6 days.

2.4.3.3 here a contractor is permitted by the Engineer-in-Charge to allow a worker to work on a normal

weekly holiday, he shall grant a substitute holiday to him for the whole day on one of the five days immediately before or after the normal weekly holidays and pay wages to such worker for the work performed on the normal weekly holiday at overtime rate.

3.0 DISPLAY OF NOTICE REGARDING-WAGES, ETC.

The contractor shall before he commences his work on contract, display and correctly maintain and continue to display and correctly maintain in a clean and legible condition in conspicuous places on the work, notices in English and in the local Indian languages spoken by the majority of the workers, giving the minimum rates of wages fixed under the Minimum Wages Act, the actual wages being paid, the hours of work for which such wages are earned, wage period, dates of payment of wages and other relevant information as per Appendix ‘A’.

4.0 PAYMENT OF WAGES 4.1 The contractor shall fix wage periods in respect of which wages shall be payable. 4.2 No wage period shall exceed one month. 4.3 The wages of every person employed as labour in an establishment or by a contractor where

less than one thousand, such persons are employed shall be paid before the expiry of the seventh day and in other cases before the expiry of tenth day after the last day of the wage period in respect of which the wages are payable.

4.4 Where the employment of any worker is terminated by or on behalf of the contractor the wages earned by him shall be paid before the expiry of the second working day from the date on which his employment is terminated. 4.5 All payments of wages shall be made on a working day at the work premises and during the

working time and on a date notified in advance and in case the work is completed before the expiry of the wage period, final payment shall be made within 48 hours of the last working day.

4.6 Wages due to every worker shall be paid to him direct or to other person authorized by him in

this behalf. 4.7 All wages shall be paid in current coin or currency or in both. 4.8 Wages shall be paid without any deductions of any kind except those specified by the Central

Government by general or special order in this behalf or permissible under the Payment of Wages Act 1956.

Page 81: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 52 of 55 NPCC LIMITED

4.9 A notice showing the wage period and the place and time of disbursement of wages shall be displayed at the place of work and a copy sent by the contractor to the Engineer-in-Charge under acknowledgment.

4.10 It shall be the duty of the contractor to ensure the disbursement of wages in the presence of the

Engineer or any other authorized representatives of the Engineer-in-Charge who will be required to be present at the place and time of disbursement of wages by the contractor to workmen.

4.11 The contractor shall obtain from the Engineer or any other authorized representative of the

Engineer-in-Charge as the case may be, a certificate under his signature at the end of the entries in the “Register of Wages” or the “Wage-cum-Muster Roll” as the case may be in the following form:

“Certified that the amount shown in column No…......... has been paid to the workmen concerned in my presence on…............. at ….........” 5.0 FINES AND DEDUCTIONS, WHICH MAY BE MADE FROM WAGES 5.1 The wages of a worker shall be paid to him without any deduction of any kind except the following– a) Fines b) Deductions for absence from duty i.e. from the place or the places where by the terms of his

employment he is required to work. The amount of deduction shall be in proportion to the period for which he was absent.

c) Deduction for damage to or loss of goods expressly entrusted to the employed persons for

custody, or from loss of money or any other deduction which he is required to account where such damage or loss is directly attributable to his neglect or default.

d) Deduction for recovery of advances or for adjustment of over payment of wages, advances granted shall be entered in a register. e) Any other deduction, which the Central Government may from time to time allow. 5.2 No fines should be imposed on any workers in respect of such acts and omissions on his part as have been approved by the Chief Labour Commissioner.

NOTE: An approved list of Acts and Omissions for which fines can be imposed is enclosed at Appendix-I.

5.3 No fine shall be imposed on a worker and no deduction for damage or loss shall be made from

his wages until the worker has been given an opportunity of showing cause against such fines or deductions.

5.4 The total amount of fine, which may be imposed in any one-wage period on a worker, shall not

exceed an amount equal to three paise in Rupees of the total wages, payable to him in respect of that wage period.

5.5 No fine imposed on any worker shall be recovered from him in installment, or after the expiry of

sixty days from the date on which it was imposed.

Page 82: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 53 of 55 NPCC LIMITED

5.6 Every fine shall be deemed to have been imposed on the day of the act or omission in respect of which it was imposed.

6.0 LABOUR RECORDS 6.1 The contractor shall maintain a “Register of persons employed” on work on contract in form XIII

of the CL (R&A) Central Rules 1971 (Appendix-B). 6.2 The contractor shall maintain a “Muster Roll” register in respect of all workmen employed by him

on the work under contract in from XVI of the CL (R&A) Rules 1971 (Appendix-C). 6.3 The contractor shall maintain a “Wage Register” in respect of all workmen employed by him on

the work in form (Appendix-D). 6.4 Register of accidents – The contractor shall maintain a register of accidents in such form as may be convenient at the work place but the same shall include the following particulars: a) Full particulars of the labourers who met with accident. b) rate of wages c) Sex d) Age e) Nature of accident and cause of accident. f) Time and date of accident. g) Date and time when he/she admitted in Hospital h) Date of discharge from the Hospital i) Period of treatment and result of treatment j) Percentage of loss of earning capacity and disability as assessed by Medical Officer. k) Claim required to be paid under Workmen’s Compensation Act. l) Date of payment of compensation. m) Amount paid with details of the person to whom the same was paid. n) Authority by whom the compensation was assessed. o) Remarks. 6.5 Register of Fines – The contractor shall maintain a “Register of Fines” in the form (Appendix-H). The contractor shall display in a good condition and in a conspicuous place of work the approved list of Acts and Omission for which fines can be imposed (Appendix-I).

Page 83: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 54 of 55 NPCC LIMITED

6.6 Register of Deductions-The contractor shall maintain a “Register of Deductions” for damage or

loss in form (Appendix-J). 6.7 Register of Advances-The contractor shall maintain a “Register of Advances” in form (Appendix-K). 6.8 Register of Overtime-The contractor shall maintain a “Register of Overtime” in form (Appendix-L). 7.0 ATTENDANCE CARD-CUM WAGE SLIP: 7.1 The contractor shall issue an attendance card-cum-wage slip to each workman employed by him in the specimen form at (Appendix-E). 7.2 The card shall be valid for each wage period. 7.3 The contractor shall mark the attendance of each workman on the card twice each day, once at

the commencement of the day and again after the rest interval, before he actually starts work. 7.4 The card shall remain in possession of the worker during the wage period under reference. 7.5 The contractor shall complete the wage slip portion on the reverse of the card at least a day

prior to the disbursement of wages in respect of the wage period under reference. 7.6 The contractor shall obtain the signature or thump impression of the worker on the wage slip at the time of disbursement of wages and retain the card with himself. 8.0 EMPLOYMENT CARD The contractor shall issue an Employment Card in form to each worker within three days of the employment of the worker (Appendix-F). 9.0 SERVICE CERTIFICATE

On termination of employment for any reason whatsoever the contractor shall issue to the workman whose services have been terminated, a service certificate in from Appendix-G.

10.0 PRESERVATION OF LABOUR RECORDS

All records required to be maintained under Regulations Nos. 6 and 7 shall be preserved in original for a period of three years from the date of last entries made in them and shall be made available for inspection by the Engineer-in-Charge, Labour Officer.

11.0 POWER OF LABOUR OFFICERS TO MAKE INVESTIGATIONS INQUIRY

The Labour Officer or any other person authorized by NPCC on its behalf shall have power to make inquires with a view to ascertaining and enforcing due and proper observance of the Fair Wage Clauses and the Provisions of Regulations. He shall investigate into any complaint regarding the default made by the contractor or sub-contractor in regard to such provision.

Page 84: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST, Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER GCC- Page 55 of 55 NPCC LIMITED

12.0 Inspection of Book and slips

The contractor shall allow inspection of all the prescribed labour records to any of his workers or to his agent at a convenient time and place after due notice is received or to the Labour officer or any other person, authorized by the Central Government on his behalf.

13.0 Submission of Returns The contractor shall submit periodical returns as may be specified from time to time. 14.0 Amendments

The NPCC may from to time, add or amend the regulations and on any question as to the application, interpretation or effect of these regulations the decision of the Zonal Manager concerned shall be final.

15.0 Contractor has to follow all the rules & regulations as per Labour Act and maintain all the records

in the proper formats by obtaining from concerned labour department/office which are to be produced before the Owner / NPCC / labour officers for inspection as & when asked.

General Manager CM&W

Page 85: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SCC

Page 86: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST at Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER SCC- Page 1 of 7 NPCC LTD.,

SPECIAL CONDITIONS OF CONTRACT (SCC)

GENERAL The following special conditions shall be read in conjunction with General Conditions of contract, if there are any provisions in these Special Conditions, which are at variance with the provisions of General Conditions of Contract, the provisions in these special Conditions shall prevail. (1) The work in general shall be carried out as per CPWD/MOST specification updated with

correction slips issued up to last date of submission of tender. (2) For items not covered under CPWD/MOST Specification, as above, the work shall be done

as per latest relevant ISI /BIS Codes of practice. 1.0 INTRODUCTION 1.1 LOCATION/APPROACH TO SITE

The proposed site is in “Nirjuli” city about 10 Km. on Bandardeva_Itanagar road in the state of Arunachal Pradesh.

2.0 LETTER OF UNDERTAKING

The tender shall be accompanied by Letter of acceptance of tender conditions as per proforma given in this tender document.

3.0 Any tender not accompanied by Letter of acceptance in accordance with aforesaid

provision of notice Inviting Tender and Instructions to Tenderer shall be rejected. 4.0 Once the Tenderer has given an unconditional acceptance to the tender conditions in its

entirety, he is not permitted to put any remark(s)/conditions(s)(except unconditional rebate on price ,if any)in/along with the tender.

5.0 SITE VISIT AND COLLECTING LOCAL INFORMATION

Before tendering, the tenderer is advised to visit the site, its surrounding, access and satisfy themselves about the local conditions such as approach roads to the site, availability of water & power supply, application of taxes, duties and levies as applicable, nature of ground, soil and sub-soil condition, underground water table level, accommodations they may require etc., river regime, river water levels, other details of river, streams & any other relevant information required by them to execute complete scope of work. The tenderer may obtain all necessary information as to risks, contingencies & other circumstances (insurgencies etc.) which may influence or affect their tender. Tenderer shall be deemed to have considered site conditions whether he has inspected it or not and to have satisfied himself in all respect before quoting his rates and no claim or extra charges whatsoever in this regard shall be entertained / payable by the NPCC at a later date.

Page 87: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST at Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER SCC- Page 2 of 7 NPCC LTD.,

6.0 SALES TAX ON WORKS CONTRACT & TURNOVER TAX ETC. AS per GCC conditions

7.0 TRANSFER OF BID DOCUMENTS

Transfer of bid documents purchased by one intending bidder to another is not permissible.

8.0 The NPCC reserves the right to award the work to a single party or to split the work

amongst two or more parties as deemed necessary without assigning any reason whatsoever.

9.0 ESCALATION PAYMENT / PRICE VARIATION :

Deleted

10.0 The rates and prices to be tendered in the bill of quantities are for completed and finished items of works and complete in all respects. It will be deemed to include all constructional plant, labour, supervision, materials, transport, all temporary works, erection, maintenance, contractor’s profit and establishment / overheads, together with preparation of designs drawings pertaining to casting yard (if required). Staging from work, stacking yard, etc, all general risk, taxes, royalty, duties, cess, octroi and other levies, insurance liabilities and obligations set out or implied in the tender documents and contract.

11.0 The materials products used on the works shall be one of the approved makes/brands

out of list of manufacturers / brands /makes given in the tender documents. The contractor shall submit samples /specimens out of approved makes of materials /products to the engineer in charge for prior approval. In exceptional circumstances engineer in charge may allow alternate equivalent makes / brands of products / materials at his sole discretion. The final choice of brand / make shall remain with the engineer in charge, whose decision in the matter shall be final and binding and nothing extra on this account shall be payable to the contractor.

Incase single brand / make are mentioned, other equivalent makes brands may be considered by the engineer in charge with prior approval .Incase of variance in CPWD’s specification from approved products makes specification the specification of approved products make shall prevail for which nothing shall be paid extra to the contractor.

12.0 Within 10 (Ten) days of issuance of Letter of Intent, the Contractor shall submit a Time and Progress Chart (CPM/ PERT/ Quantified Bar Chart) along with quarterly milestones and resources plan for man, material & machinery to achieve the milestones and get it approved by the Engineer-in-Charge. The Chart shall be prepared in direct relation to the time stated in the contract documents for completion of items of the works. It shall indicate the forecast (mile-stones) of the dates of commencement and completion of various items, trades, sections of the work and may be amended as necessary by agreement between the Engineer-in-Charge and the Contractor within the limitations of time stipulated in the Contract documents, and further to ensure good progress during the execution of the work.

Page 88: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST at Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER SCC- Page 3 of 7 NPCC LTD.,

13.0 AMENITIES TO BE PROVIDED BY CONTRACTOR TO NPCC

On acceptance of the tender, the contractor at his cost will provide immediately the following amenities exclusively for the effective inspections of their work by Engineer-in-charge and other staff of NPCC who will be connected with the project. Further to monitor at C.O. / Z.O. and Liaison with Owner at Nodal Office level. The details for the same are mentioned below for each package. The contractor shall not be entitled for any extra payment for the same:

S.No. Description Unit Estimated cost of each packages put to tender

(Rs. in Crores) (A) ACCOMMODATION Rs. 2.0

to 5.0 Above Rs. 5.0 to 12.0

Above Rs. 12.0 to 25.0

Additional for every additional

25 crores & part there

of above 25 crores.

Furnished office/transit camp of one or more locations as per direction of Engineer-in-Charge/Zonal Manager with basic amenities like Toilets, Drinking water arrangement, lights etc. for NPCC, Engineer & Staff and maintenance of it till Defect liability period.

Sq. ft. 600 1000 1500 600

Non compliance of ABOVE (A) clause recovery will be made from Bills

As per actual

As per actual

As per actual

As per actual

(B) FURNITURE

(i)Office tables (secretariat) Nos. - - 1 1 (ii)Office tables (half

secretariat)

Nos. 3 5 7 1

(iii) Executive Chairs

Nos. - - 1 1

(iv)Chairs (steel armed)

Nos. 8 12 15 3

(v)Steel Almirah Nos. 2 3 4 2 Non compliance of ABOVE

(B) clause recovery will be made from Bills.

As per actual

As per actual

As per actual

As per actual

(C) OFFICE EQUIPMENT

Page 89: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST at Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER SCC- Page 4 of 7 NPCC LTD.,

(i) Fax machine No. 1 1 1 1 (ii)Computer (Pantium-

IV.Office Edition) with minimum 160 GB HDD along with UPS, Latest Version of Software like Auto Cad. MS Project, Windows, MS Office etc. with Internet connection (Broadband/USB Internet)

No 1 1 2 (Desk Top) +

1 (laptop)

1 (Desk Top) + 1 (laptop)

(iii)Laser or any other printer (Colour) .

No. 1 1 1 1

(iv)Color Television with cable Connection and Refrigerator (200Ltr) or any other gadget of equivalent cost as decided by Engineer-in-Charge/Zonal Manager.

No. - 1 1 1

(v)Water Purifier (R.O.type) (drinking water) or any other gadget of equivalent cost as decided by Engineer-in-Charge/Zonal Manager.

No. - 1 1 1

(vi)Photocopy machine or any other gadget of equivalent cost as decided by Engineer-in-Charge/Zonal Manager.

No. 1 or out source

1 or out source

1 (min. output reg.15

copy per min.)

1 (min. output

reg.15 copy per min.)

Non compliance of ABOVE (C) clause recovery will be made from Bills.

- As per actual

As per actual

As per actual

As per actual

(D) CONSUMABLES

All consumables like Stationery, ink etc. shall be provided by contractor till end of defect liability period. Amount to be restricted to.

Rs. per month

800/- 1200/- 2500/- 1000/-

(E) TELEPHONE WITH STD FACILITY

a)Basic (Land line) Phone with connection

-

-

1

1

Page 90: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST at Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER SCC- Page 5 of 7 NPCC LTD.,

b) Mobile phones with SIM 1 1 2 2 Monthly expenditure on

account of this shall be restricted to

Rs. per month

1000/- 2000/- 3000/- 1000/-

(F) VEHICLES Good Condition vehicle

minimum 2200 CC with Driver.

No. Hired as & when required

1 1 1

Monthly running shall be restricted to

KM/ per vehicle

1500 3000 4000 1000

Non compliance of ABOVE (F) clause recovery will be made from Bills.

Rs. per month

15000/- 30000/- 40000/- 10000/-

(G) ATTENDENT Nos. 1 1 2 1 Non compliance of ABOVE

(G) clause recovery will be made from Bills.

Rs. per month

20000/- 20000/- 40000/- 20000/-

Note: 1. 2. 3.

The vehicles shall be in very good condition and the model of with in the year or new. The make and model of vehicle shall be selected by the Project Manager / Engineer - in - charge. The vehicle shall be maintained in good condition through out the period. The vehicle (s) must have comprehensive Insurance. Above amenities are to be provided by the contractor within 10 days of issue of Letter of Award / Intent at the place(s) as directed by Zonal Manager/Project Manager/Engineer-in-charge. All the above Items except the consumables shall be the property of the Contractor after the defect liability period of the project and settlement & payment of final bill, which ever is later. All the above amenities shall be provided and maintained properly ( including payment of water, electricity, & telephone bills etc.) by the contractor at site or any other offices related with the execution of the work till defect liability period of the project and settlement & payment of final bill, which ever is later. The Contractor shall be responsible for watch and ward of vehicles and other amenities etc. In case of theft/damage, the contractor shall immediately replace the same within a maximum period of two days with the vehicle / facility. In case, the above amenities are not provided by the contractor within ten days of the award of the work NPCC shall arrange the same at risk and cost of the contractor and make the recoveries from the bills proportionately. The decision of the Engineer-in-Charge shall be final and binding on the contractors.

14.0 The contractor if required shall demolish old structures on the proposed site properly.

The useful material shall be the property of the owner /NPCC and these materials shall be stacked in workmanship like at the place specified by the Engineer-in-Charge.

15.0 The contractor shall provided safety equipment and gadgets to all their workers,

Page 91: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST at Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER SCC- Page 6 of 7 NPCC LTD.,

supervisors and technical staff engaged in the execution of the work while working. The equipment and gadgets shall also be provided to NPCC by the contractor at his own cost for use of NPCC officials and /or workforce.

The cost of the above equipments /gadgets shall be included in the rates quoted by the contractor for the items & works as per bill of Quantities and contractor shall not be entitled for any extra cost in this regard. The above norm is to be strictly complied with at site .In case the contractor is found to be deficient in providing safety equipment/ gadgets in opinion of engineer- in - charge, the engineer in charge at his option can procure the same at the risk & cost of contractor and provide the same for the use at work site and shall make the recoveries from the bills of the contractor for the same. The decision of the engineer -in -charge shall be final and binding on contractor in this regard.

16.0 The tenderer shall quote his rates inclusive of turnover tax/ sales tax on works and

service tax , Labour Cess payable to Central/State Government along with other taxes, duties, levies etc. in conjunction with other terms and conditions.

17.0 If required, the contractor has to do site clearance, enabling work, barricading,

shifting / realignment of existing utility services etc at his own cost and the contractor shall not be entitled for any extra payment whatsoever in this regard.

18.0 In case of any sort of anomalies and/or typing error in the nomenclature, rates, &

Description etc. of the items indicated in the Price bid / BOQ of scheduled items must be read as per respective schedule such as DSR-2012.

19.0 Deleted 20.0 Contractor has to submit a Construction Programme within 10 days of issue of

LOA/LOI. 21.0 Unless otherwise provided in the schedule of quantity, rates tendered by the

contractor shall be all inclusive and shall apply to all heights, lifts, leads, & depths of the building and nothing extra shall be paid to him on this account.

22.0 All drawings shall at all times be properly correlated before executing any work.

However, in case of any discrepancy in the item given in the schedule of the quantities appended with the tender and architectural drawings relating to relevant item, the former shall prevail unless and otherwise given in writing by the engineer in charge.

23.0 The contractor shall be required to produce samples of all building materials and

fittings sufficiently in advance to obtain approval of the Engineer-in charge. 24.0 The contractor shall comply with proper and legal orders and directions of the local or

public authority or municipality and abide by their rules and regulations and pay all fees and charges which he may be liable.

25.0 The rate of all items in which use of cement is involved inclusive of all charges for

curing.

Page 92: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium) For NERIST at Nirjuli, Arunachal Pradesh

SIGN.OF BIDDER SCC- Page 7 of 7 NPCC LTD.,

26.0 MODE OF PAYMENT

AS per GCC conditions

27.0 The rate quoted by the contractor shall be deemed to be inclusive of Sales Tax, Turnover Tax on works contract, service tax, Labour cess or any other similar tax as per the laws applicable in the State.

28.0 The stamp duty if any on the contract agreement levied by the Government or any other

statutory body shall be paid by the contractor.

General Manager, (Contract, Marketing & Works)

Page 93: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

FORMS

Page 94: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 1 of 31 NPCC ltd.,

Appendix – ‘A’

LABOUR BOARD

S. No.

Description

1. Name of work 2. Name of Contractor 3. Address of Contractor 4. Name and Address of Unit 5. Name of Labour Enforcement Officer 6. Address of Labour Enforcement Officer 7. Date:

S. No

Category Minimum Wages fixed

Actual Wages fixed

Numbers present

Remarks

Weekly Holiday

Wage Period

Date of Payment of wages

Working hours

Rest interval

Page 95: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 2 of 31 NPCC ltd.,

Appendix – ‘B’

FORM 13 See rule 75 REGISTER OF WORKMEN EMPLOYED BY CONTRACTOR Sl.No.

Description

Name and Address of Contractor Name and Address of Establishment in/

under which contract is carried on

Nature and location of work Name & Address of Principal Employer 1 Sl. No. 2. Name and surname of workman 3. Age & sex 4. Father’s/ Husbands Name 5. Nature of employment / designation 6. Permanent home address of the workman

(village and Taluk and District)

7. Local address 8. Date of commencement of employment 9. Signature or thumb impressions of the workman 10. Date of termination of employment 11. Reasons for termination 12. Remarks

Page 96: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 3 of 31 NPCC ltd.,

Appendix – ‘C’

FORM XVI (See Rule 78(2) (193) MUSTER ROLL

SL.No. Description Name and address of contractor Name and address of establishment in/under which contract is carried on Nature and location of work Name and Address of Principal Employer For the month / fortnight 1. S. No. 2. Name of the workman 3. Sex 4. Father’s/Husband’s Name 5. Dates (1, 2, 3, 4, 5, ------------12, 13, 14, 15) 6. Remarks

Page 97: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 4 of 31 NPCC ltd.,

Appendix – ‘D’ FORM XVII

[See Rule 78(2) (03)] REGISTER OF WAGES Name and address of contractor Name and address of establishment in/under

which contract is carried on

Nature and location of work Name and Address of Principal Employer Wage period: per month/ fortnightly

1 Sl. No.

2 Name of Workman

3 Serial No. in the register of workman

4 Designation /nature of work done

5 Nos. of days worked

6 Units of work done

7 Daily rate of wages/ piece rate

8 Basic rate of Wages

9 Dearness allowance

10 Overtime

11 Other cash payments (Nature of payments to be indicated)

12 Total

13 Deduction if any (indicate nature)

14 Net amount paid

15 15. Signature thumb impression of the

workman

16 Initials of contractor or his representatives

Appendix – ‘E’

Page 98: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 5 of 31 NPCC ltd.,

FORM XIX [SEE RULE 78 (2) (B) ]

W A G E S L I P

Name and address of contractor Name and Father’s/Husband's Name of workman Nature and location of work For the Week/Fortnight/Month ending 1 No. of days worked 2 No. of Units worked in case of piece rate works 3 Rate of daily wages/piece rate 4 Amount of overtime wages 5 Gross wages payable 6 Deductions if any 7 Net amount of wages paid Sign of the Contractor Received the sum of Rs.------------------------ towards my wages for the above period.

Sign.of workman: ------------------------

Page 99: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 6 of 31 NPCC ltd.,

Appendix – ‘E’

WAGE CARD

Wage Card No. & Date of Issue Month/Fortnight Name and address of Contractor Nature of work with location Designation Name of workman Rate of Wages

Dates Morning Evening Rate Amount Initials 1 2 3 4 5 6

Received from the sum of Rs. on account of my wage on. Signature The wage card is valid for one month from the date of issue.

Page 100: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 7 of 31 NPCC ltd.,

Appendix – ‘F’

FORM XIV (See Rule 76) EMPLOYMENT CARD

Sl.No. Description Name and address of contractor Name and address of establishment under

which

the contract is carried out Nature and location of work Name and address of Principal Employer 1 Name of the workman 2 Sl.No in the register of workman employed 3 Nature of Employment/Designation 4 Wage rate (with particulars of unit in case of

piece work)

5 Wage Period 6 Tenure of employment 7 Remarks

Signature of Contractor

Page 101: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 8 of 31 NPCC ltd.,

Appendix – ‘G’

Form XV (See Rule 77) SERVICE CERTIFICATE Name and address of contractor Nature and location of work Name and address of workman Age or date of birth Identification Marks Father’s/Husband's Name Name and address of establishment in/under which

contract is carried on Name and address of Principal Employer Total period of which employed S. No. From To Nature of work Rate of wages Remarks with particulars of unit ( in case of piece work)

Signature

Page 102: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 9 of 31 NPCC ltd.,

Appendix – ‘H’ Form Xii [See Rule 78 (2) (D)] REGISTER OF FINES Name and address of contractor Name and address of establishment in/ under which

contract is carried on Nature and location of work Name and address of workman Name and address of Principal Employer SNo. Name of Father’s / Designation/nature Act/Omission Date of offence Workman Husband Name of employment for which fine impos1 2 3 4 5 7 8 Whether workman showed causes

against fine

9 Name of person in whose presence employees explanation was heared

10 Wages period and wages payable 11 Amount of fine imposed 12 Date on which fine realized 13 Remarks

Page 103: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 10 of 31 NPCC ltd.,

Appendix – ‘I’ LIST OF ACTS AND OMISSIONS FOR WHICH FINES CAN BE IMPOSED In accordance with rule of Labour Regulations, to be displayed prominently at the site of work both in English and local language.

1 Willful insubordination or disobedience, whether alone or in combination with other. 2 Theft, fraud or dishonestly in connection with contractors beside a business or property . 3 Taking or giving bribes or any illegal gratifications. 4 Habitual of Late attendance. 5 Drunkenness fighting riotous or disorderly or indifferent behaviors. 6 Habitual negligence. 7 Smoking near or around the area where combustible or other materials are locked. 8 Habitual indiscipline. 9 Causing damage to work in the progress or to property of the NPCC or of the contractor. 10 Sleeping on duty. 11 Malingering or slowing down work. 12 Giving the false information regarding name, age, fathers name etc. 13 Habitual loss of wage cards supplied by the employer. 14 Unauthorized use of employers property or manufacturing or making of unauthorized

articles at the work place. 15 Bad workmanship in construction and maintenance by skilled workers, which is not

approved by the NPCC for which the contractors are compelled to undertake rectifications. 16 Making false complaints and/or misleading statements. 17 Engaging on trade within the premises of the establishment. 18 Any unauthorized divulgence of business affairs of the employees. 19 Collection or canvassing for the collection of any money within the premises of an

establishment unless authorized by the employer. 20 Holding meeting inside the premises without previous sanction of the employers. 21 Threatening or intimidating any workman or employee during the working hours. .

Page 104: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 11 of 31 NPCC ltd.,

Appendix – ‘J’

Form XX [See Rule 78 (2) (D)]

REGISTER OF DEDUCTIONS FOR DAMAGES OR LOSS Name and address of contractor Name and address of establishment in/ under

which

contract is carried on Nature and location of work Name and address of Principal Employer 1 S. No. 2 Name of workman 3 Father’s/Husband's Name 4 Designation/nature of employment 5 Particulars of damage or loss 6 Date of damage/loss 7 Date of recovery 8 Whether workman showed cause against

deductions

9 Name of person in whose presence

employees explanation was heard

10 Amount of deduction Imposed 11 No. of installment 12 First Installment Last Installment 13 Remarks .

Page 105: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 12 of 31 NPCC ltd.,

Appendix – ‘K’

Form XXII [See Rule 78(2)]

REGISTER OF ADVANCES

Name and address of contractor Name and address of establishment

in/ under which

contract is carried on Nature and location of work Name and address of Principal

Employer

1 S. No. 2 Name of workman 3 Father’s/Husband’s Name 4 Designation/nature of employment 5 Wages period and wages payable 6 Date and amount of advance given 7 Purpose / for which advance made 8 No. of installments by which

advance is to be paid

9 Date and amount of each

installment repaid

10 Date on which last installment was

repaid

11 Remarks

Page 106: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 13 of 31 NPCC ltd.,

Appendix – ‘L’

Form XXIII [See Rule 78(2) (E)]

REGISTER OF OVERTIME

Name and address of contractor Name and address of establishment

in/ under which

contract is carried on Nature and location of work Name and address of Principal

Employer

1 S. No. 2 Name of workman 3 Father’s/Husband’s 4 Sex 5 Designation/nature of employment 6 Date on which overtime worked 7 Total overtime worked or

production in case of piece rated

8 Normal rate of wages 9 Overtime rate of wages 10 Overtime earning 11 Rate on which overtime wages paid 12 Remarks

Page 107: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 14 of 31 NPCC ltd.,

Appendix – ‘M’

LIST OF APPROVED BANKS Nationalized Banks: The BGs shall be accepted from all Nationalized Banks, and in addition, these can also be accepted from the Scheduled Private Banks as detailed below:

Scheduled Private Sector Banks:

• ING Vysya Bank Ltd • Axis Bank Ltd • ICICI Bank Ltd • HDFC Bank Ltd • IDBI Bank Ltd

Page 108: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 15 of 31 NPCC ltd.,

APPLICATION FOR EXTENSION OF TIME

(To be completed by the Contractor) P A R T –I 1. Name of Contractor 2. Name of the work as given in the Agreement 3. Agreement No. 4. Estimated amount put to tender 5. Date of commencement work as per agreement 6. Period allowed for completion of work as per agreement 7. Date of completion stipulated as per agreement 8. Period for which extension of time has been given previously Extension granted a) First extension vide Engineer-in- charge letter No… ……date Months Days b) 2nd extension vide Engineer-in- charge letter No……… date Months Days c) 3rd extension vide Engineer-in- charge letter No………. date Months Days d) 4th extension vide engineer-in- charge letter No………. date Months Days Total extension previously given 9. Reasons for which extension have been previously given (copies of the previous application should be attached) 10. Period for which extension is applied for : 11. Hindrances on account of which extension is applied for with dates on which hindrances occurred, and the period for which these are likely to last. a) Serial No. b) Nature of hindrance c) Date of Occurrence d) Period for which it is likely to last e) Period for which extension required for this particular hindrance.

Page 109: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 16 of 31 NPCC ltd.,

f) Over lapping period, if any, with reference to item g) Net extension applied for h) Remarks, if any Total period for which extension is now applied for on account of hindrances mentioned above …………. Month/ days. 12. Extension of time required for extra work. 13. Details of extra work and on the amount involved: a) Total value of extra work b) Proportionate period of extension of time based on estimated amount put to tender on account of extra work. 14. Total extension of time required for 11 & 12 Submitted to the Engineer-in-Charges office. SIGNATURE OF CONTRACTOR DATE

Page 110: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 17 of 31 NPCC ltd.,

APPLICATION FOR EXTENSION OF TIME

(PART – II) 1. Date of receipt of application from the Contractor in the Engineer-in-charge’s office. 2. Acknowledgement issued by Engineer-in-charge vide his letter No dated 3. Engineer-in-charge remarks regarding hindrances mentioned by the Contractor. i) Serial No. ii) Nature of hindrance iii) Date of occurrence of hindrance iv) Period for which hindrance, is likely to last v) Extension of time period applied for by the contractor vi) Over lapping period, if any, giving reference to items which over lap vii) Net period for which extension is recommended. viii) Remarks as to why the hindrance occurred and Justification for extension recommended. 4. Engineer-in-charge recommendations. (The present progress of the work should be stated and whether the work is likely to be completed by the date up to which extension has been applied for. If extension of time is not recommended, what compensation is proposed to be levied under the agreement? SIGNATURE OF ENGINEER-IN-CHARGE APPROVAL OF ZONAL MANAGER

Page 111: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 18 of 31 NPCC ltd.,

PROFORMA FOR EXTENSION OF TIME

P A R T –III

To NAME ADDRESS OF THE CONTRACTOR SUBJECT: Dear Sir(s) Reference your letter No ___________ dated _________ , in connection with the grant of extension of time for completion of the work….. The date of completion for the above mentioned work, is ……… ……………… as stipulated in the agreement, dated ………… Extension of time for completion of the above-mentioned work is granted up to _____________, without prejudice to the right of the NPCC to recover compensation for delay in accordance with the provision made in the relevant Clause (s) of the said agreement dated the ___/ ___/ ___. It is also clearly understood that the NPCC shall not consider any revision in contract price or any other compensation whatsoever due to grant of this extension. Provided that notwithstanding the extension hereby granted, time is and shall still continue to be the essence of the said agreement. Yours faithfully, FOR NPCC LTD.

Page 112: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 19 of 31 NPCC ltd.,

NATIONAL PROJECTS CONSTRUCTIONCORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE)

PROFORMA OF BANK GUARANTEE IN LIEU OF E M D (BID BOND)

National Projects Construction Corporation Limited, (Address as mentioned in Notice Inviting Tender) In consideration of National Projects Construction Corporation Limited, having its Registered Office at 30-31, Raja House, New Delhi -110019 (hereinafter called “NPCC” which expression shall unless repugnant to the subject or context include its successors and assigns) having issued Notice Inviting Tender No…....... and M/s…............ having its Registered Head Office at…....... (Hereinafter called the “TENDERER”) is to participate in the said tender for….......... Whereas NPCC, as a special case, has agreed to accept an irrevocable and unconditional Bid Bond Guarantee for an amount of Rs… valid up to…. from the tenderer in lieu of Cash Deposit of Rs…...... required to be made by the tenderer, as a condition precedent for participation in the said tender. We the…......(hereinafter called the “BANK”) having its Registered, Office at…...... . . . ……………………and branch office at………………………………………. do hereby unconditionally and irrevocably undertake to pay to NPCC immediately on demand in writing and without demur/protest any amount but not exceeding Rs…....... Any such demand made by NPCC shall be conclusive and binding on us irrespective of any dispute or differences that may be raised by the tenderer. Any change in the constitution of the tenderer or the Bank shall not discharge our liability under the guarantee. We, the… Bank, lastly undertake not to revoke this guarantee during its currency without the prior consent of NPCC in writing and this guarantee shall remain valid upto…....... Unless a claim is made within three months from the date of expiry i.e.... (Three months after the date of expiry), we shall be relieved of our liability under this guarantee thereafter. FOR AND ON BEHALF OF BANK PLACE : DATED : WITNESS. 1. 2.

Page 113: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 20 of 31 NPCC ltd.,

NATIONAL PROJECTS CONSTRUCTIONCORPORATION LIMITED ( A GOVERNMENT OF INDIA ENTERPRISE )

PROFORMA OF BANK GUARANTEE (FOR PERFORMANCE GUARANTEE)

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED, (Address as mentioned in Notice Inviting Tender) Whereas the National Projects Construction Corporation Limited (hereinafter called “NPCC” which expression shall include its successors and assigns) having awarded a work order/contract / supply order No……….. Dated ………………(hereinafter called the contract) to M/s. ….............. …................................ (Hereinafter called the contractor / supplier) at a total price of Rs…............ subject to the terms and conditions contained in the contract. WHEREAS, the terms and conditions of the contract require the contractor to furnish a bank guarantee for Rs…............ (Rupees…................) being ….........% of the total value of the contract for proper execution and due fulfillment of the terms and conditions contained in the contract. We, the Bank, (hereinafter called the “Bank”) do hereby unconditionally and irrevocably undertake to pay to NPCC immediately on demand in writing and without protest/or demur all moneys payable by the contractor/supplier to NPCC in connection with the execution/ supply of and performance of the works/equipment, inclusive of any loss, damages, charges, expenses and costs caused to or suffered by or which would be caused to or suffered by NPCC by reason of any breach by the contractor/supplier of any of the terms and conditions contained in the contract as specified in the notice of demand made by NPCC to the bank. Any such demand made by NPCC on the bank shall be conclusive evidence of the amount due and payable by the bank under this guarantee. However, the Bank’s liability under this guarantee, shall be limited to Rs…...........in the aggregate and the bank hereby agrees to the following terms and conditions:- (i) This guarantee shall be a continuing guarantee and irrevocable for all claims of NPCC as

specified above and shall be valid during the period specified for the performance of the contract including the period of maintenance/warranty i.e. up to…........

(ii) We, the said bank further agree with NPCC that NPCC shall have the fullest liberty without

our consent and without affecting in any manner our obligations and liabilities hereunder to vary any of the terms and conditions of the said contract or to extend time for performance of contract by the contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by NPCC against the contractor/supplier under the contract and forbear or enforce any of the terms and conditions relating to the said contract and we shall not be relieved from our liability by reason of any such variations or extension being granted to the contractor or for any forbearance, act or omission on the part of NPCC or any indulgence by NPCC to the contractor or by any such matter or thing whatsoever, which under the law relating to the sureties would, but for this provision, have effect of so relieving us.

Page 114: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 21 of 31 NPCC ltd.,

(iii) This guarantee/undertaking shall be in addition to any other guarantee or security

whatsoever NPCC may now or at any time have in relation to the performance of the works/equipment and the company shall have full re-course to or enforce this security in performance to any other security or guarantee which the NPCC may have or obtained and there shall be no forbearance on the part of the company in enforcing or requiring enforcement of any other security which shall have the effect of releasing the Bank from its full liability. It shall not be necessary for NPCC to proceed against the said contractor/supplier before proceeding against the Bank.

(iv) This guarantee/ undertaking shall not be determined or affected by the liquidation or

winding up, dissolution or change of constitution or insolvency of the supplier/ contractor, but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to NPCC in terms thereof are paid by the Bank.

(v) The Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee

and the obligations of the bank in terms hereof, shall not be otherwise effected or suspended by reasons of any dispute or disputes having been raised by the supplier/contractor (whether or not pending before any Arbitrator, Tribunal or Court) or any denial of liability by the supplier/contractor stopping or preventing or purporting to stop or prevent any payment by the Bank to NPCC in terms hereof.

We, the said Bank, lastly undertake not to revoke this guarantee during its currency except with the previous consent of NPCC in writing. Unless a claim is made in writing within three months from the date of expiry of this guarantee i.e…............ (Three months after the date of expiry) we shall be relieved from all liabilities under this guarantee thereafter. Signed this …................ day of ….................. at………. For and on behalf of Bank WITNESS. 1. _______________ 2. _______________

Page 115: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 22 of 31 NPCC ltd.,

NATIONAL PROJECTS CONSTRUCTIONCORPORATION LIMITED (A GOVERNMENT OF INDIA ENTERPRISE)

PROFORMA OF BANK GUARANTEE (FOR MOBILIZATION ADVANCE)

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED, ________________ ________________ 1. In consideration of the NPCC….......(hereinafter called “the Corporation” which expression

shall unless repugnant to the subject or context include his successor and assigns) having agreed under the terms and conditions of Contract dated… made between… ………………and the Corporation in connection with… (Hereinafter called “the said contract”) to make at the request of the Contractor a Mobilization Advance of Rs… for utilizing it for the purpose of the Contract on his furnishing a guarantee acceptable to the Corporation, we the..… Bank (hereinafter referred to the “the said Bank”) and having our registered office at…...... do hereby guarantee the due recovery by the Corporation of the said advance as provided according to the terms and conditions of the Contract. We…...... do hereby undertake to pay the amount due and payable under this Guarantee without any demur, merely on a demand from the Corporation stating that the amount claimed is due to the Corporation under the said Agreement. Any such demand made on the…......shall be conclusive as regards the amount due and payable by the….. . under this guarantee and…...... agree that the liability of the …...........to pay the Corporation the amount so demanded shall be absolute and unconditional notwithstanding any dispute or disputes raised by the Contractor and notwithstanding any legal proceeding pending in any court or Tribunal relating thereto. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs…....

2. We ……. Bank further agree that the Corporation shall be the sole judge of and as to

whether the amount claimed has fallen due to the corporation under the said agreement or whether the said Contractor has not utilized the said advance or any part thereof for the purpose of the Contract and the extent of loss or damage caused to or suffered by the Corporation on account of the said advance together with interest not being recovered in full and the decision of the Corporation that the amount has fallen due from contractor or the said Contractor has not utilized the said advance or any part thereto for the purpose of the contract and as to the amount or amounts of loss or damage caused to or suffered by the Corporation shall be final and binding on us.

3. We, the said Bank, further agree that the Guarantee herein contained shall remain in full

force and effect till the said advance has been fully recovered and its claims satisfied or discharged and till NPCC certify that the said advance has been fully recovered from the said Contractor, and accordingly discharges this Guarantee subject, however, that the Corporation shall have no claims under this Guarantee after the said advance has been fully recovered, unless a notice of the claims under this Guarantee has been served on the Bank before the expiry of the said Bank Guarantee in which case the same shall be enforceable against the Bank.

Page 116: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 23 of 31 NPCC ltd.,

4. The Corporation shall have the fullest liberty without affecting in any way the liability of the

Bank under this Guarantee or indemnity from time to time to vary any of the terms and conditions of the said Contract or the advance or to extend time of performance by the said Contractor or to postpone for any time and from time to time of the powers exercisable by it against the said Contractor and either to enforce or forbear from enforcing any of terms and conditions governing the said Contract or the advance or securities available to the Corporation and the said Bank shall not be released from its liability under these presents by any exercise by the Corporation of the liberty with reference to the matters aforesaid or by reasons of time being given to the said Contractor or any other forbearance, act or omission on the part of the Corporation or any indulgence by the Corporation to the said Contractor or of any other matter or thing whatsoever which under the law relating to sureties would but for this provision have the effect of so releasing the bank from its such liability.

5. It shall not be necessary for the Corporation to proceed against the Contractor before

proceeding against the Bank and the Guarantee herein contained shall be enforceable against he Bank notwithstanding any security which the Corporation may have obtained or obtain from the Contractor or shall at the time when proceedings are taken against the Bank hereunder be outstanding or unrealized.

6. We, the said Bank, lastly undertake not to revoke this Guarantee during its currency except

with the previous consent of the Corporation in writing and agree that any change in the constitution of the said Contractor or the said Bank shall not discharge our liability hereunder.

Dated this …...day of…...... For and on behalf of Bank (NAME AND DESIGNATION) Dated:

Page 117: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 24 of 31 NPCC ltd.,

NATIONAL PROJECTS CONSTRUCTIONCORPORATION LIMITED

(A GOVERNMENT OF INDIA ENTERPRISE)

PROFORMA OF BANK GUARANTEE (IN LIEU OF SECURITY DEPOSIT) National Projects Construction Corporation Ltd. ____________________ ____________________ In consideration of the National Projects Construction Corporation Ltd., (hereinafter called “the NPCC”) which expression shall include its successors and assigns having awarded to M/s…................................................ (hereinafter called “the Supplier/Contractor”) which expression shall wherever the subject or context so permits includes its successors and assigns) a Contract in terms inter-alia of the company’s letter No…...................dated….......and the Contract/Purchase Conditions of the Company and upon the condition of the Supplier/Contractor furnishing Security for the performance of the Supplier’s obligations and /or discharge of the contractor’s/supplier’s liability under and/or in connection with the said supply contract up to a sum of Rs…............ (Rupees…....................... only) We,…................. ((Hereinafter called “The Bank”) which expression shall include its successors and assigns) hereby undertake and guarantee payment to NPCC forthwith on the same day on demand in writing and without protest or demur of any and all moneys payable by the supplier/contractor to the Company under, in respect or in connection with the said contract inclusive of all the losses, damages, costs , charges and expenses and other moneys payable in respect of the above as specified in any notice of demand made by the Company to the Bank with reference to this guarantee up to and aggregate limit of Rs……...(Rupees…..................only) and the bank hereby agree with the company that: 1. This Guarantee shall be continuing guarantee and shall remain valid and irrevocable for

all claims of the Company and liabilities of Supplier/Contractor arising upto and until midnight of….........

2. That Guarantee shall be in addition to any other Guarantee or Security whatsoever that the

Company now or at any time have in relation to the Supplier’s obligations/liabilities under and/ or in connection with the said supply/contract, and the company shall have full authority to take recourse or to enforce this Security in preference to any other Guarantee or Security which the Company may have or obtain and no forbearance on the part of the Company in enforcing or requiring enforcement of any other Security shall have the effect of releasing the Bank from its liability hereunder.

3. The Company shall be at liberty without reference to the Bank and without affecting the full

liability of the Bank hereunder to take any other security in respect of the Supplier’s/Contractor’s obligations and/ or liabilities under or in connection with the said supply/contract or to grant time and / or indulgence to the supplier / contractor or to increase or otherwise vary the prices or the total contract value or to release or to forbear from enforcement of all or any of the conditions under the said supply / contract and / or the remedies of the Company under any other security/securities now or hereafter held by the Company and no such dealings, increase(s) or other indulgence(s) or arrangement(s) with the supplier / contractor or releasing or forbearance whatsoever shall have the effect of releasing the Bank from its full liability to the Company hereunder or prejudicing rights of the company against the Bank.

Page 118: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 25 of 31 NPCC ltd.,

4. This Guarantee shall not be determined or affected by the liquidation or winding up,

dissolution or change of constitution or insolvency of the supplier / contractor but shall in all respects and for all purposes be binding and operative until payment of all moneys payable to the company in terms thereof.

5. The Bank hereby waives all rights at any time inconsistent with the terms of this Guarantee

and the obligations of the Bank in terms hereof shall not be otherwise affected or suspended by reason of any dispute or disputes having been raised by the supplier / contractor (whether or not pending before any Arbitrator, Tribunal or Court) or any denial or liability by the supplier/ contractor stopping/ preventing or purporting to stop or prevent any payment by the Bank to the Company in terms thereof.

6. The amount stated in any notice of demand addressed by the company to the Guarantor as

liable to be paid to the Company by the supplier/contractor or as suffered or incurred by the Company on account of any losses or damages, costs, charges and / or expenses shall as between the Bank and the Company be conclusive of the amount so liable to be paid to the company or suffered or incurred by the company as the case may be and payable by the Guarantor to the Company in terms hereof subject to a maximum of Rs …........(Rupees ….................only),

7. Unless demand or claim under this Guarantee is made on the Guarantor in writing within

three months form the date of expiry of the Guarantee i.e. up to …....…………………… The Guarantor shall be discharged from all liabilities under this Guarantee there under.

Notwithstanding anything contained herein before our liability under this guarantee is restricted to Rs. …............ (Rupees….......................………………………………..only). This guarantee will expire on….………………………. Any claim under this Guarantee must be received by us within three months from the date of expiry i.e. ….............. (This Date is, three months after the expiry date) and if no such claim has been received by us by that date all your rights under this guarantee will cease. For and on behalf of the Bank Place Date WITNESS: 1. 2.

Page 119: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 26 of 31 NPCC ltd.,

GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR ANTI-TERMITETREATMENT THIS AGREEMENT made this____ day of Two thousand _____ between M/s_______________ (hereinafter called the guarantor of the one part) and M/s National Projects Construction Corporation Limited, (hereinafter called the NPCC) the OWNER of the other part. Whereas this agreement is supplementary to the contract hereinafter called the contract dated________ made between the guarantor of the one part and National Projects Construction Corporation Ltd., of the other part whereby the contractor inter-alia, understood to render the buildings and structures in the said contract recited, completed, termite proof. And whereas the guarantor agreed to give a guarantee to the effect that the said structure will remain termite proof for TEN YEARS to be so reckoned from the date after the maintenance period prescribed in the contract expires. During this period of guarantee the guarantor shall make good all defects and for that matter shall replace at his risk and cost such wooden member as may be damaged by termite and in case of any other defect being found, he shall render the building termite proof at his cost to the satisfaction of the Engineer-in-charge and shall commence the works of such rectification within seven days from date of issuing notice from the Engineer-in-Charge calling upon him to rectify the defects falling which the work shall be got done by NPCC/ OWNER by some other contractor at the guarantor’s cost and risk and in the later case the decision of the Engineer-in-charge as to the cost recoverable from the guarantor shall be final and binding. That if the Guarantor fails to execute the Anti-Termite treatment or commits breaches hereunder then the Guarantor will indemnify NPCC against all losses damages, cost expenses or otherwise which may be incurred by him by reasons of any default on the part of the guarantor in performance and observance of this supplemental Agreement. As to the amount of loss and or damage and/or cost incurred by NPCC/ OWNER decision of the Engineer-in-charge will be final and binding on the parties. In witness where of these presents have been executed by the guarantor________________ and by____________ for and on behalf of NPCC on the day of month and year first above written. Signed sealed and delivered by (Guarantor) IN THE PRESENCE OF: 1. 2. Signed for and on behalf of NPCC by/ in presence of: 1. 2.

Page 120: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 27 of 31 NPCC ltd.,

GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS The agreement made this ……………. Day of…………... Two thousand eight between …………………………… (Hereinafter called Guarantor of the one part) and the NPCC (hereinafter called the Execution Agency of the other part). WHEREAS this agreement is supplementary to a contract (hereinafter called the Contract), dated ………… and made between the GUARANTOR OF THE ONE part and the NPCC of the other part, whereby the Contractor, inter-alia, undertook to render the buildings and structures in the said contract recited completely water and leak proof. AND WHEREAS the Guarantor agreed to give a guarantee to the effect that the said structures will remain water and leak proof for ten years from the date of handing over of the structure of water proofing treatment NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will render the structures completely leak proof and the minimum life of such water proofing treatment shall be ten years to be reckoned from the date after the maintenance period prescribed in the contract provided that the Guarantor will not be responsible for leakage caused by earthquake or structural defects or misuse of roof or alteration and for such purpose. a) Misuse of roof shall mean any operation, which will damage proofing treatment, like

chopping of firewood and things of the same nature, which might cause damage to the roof. b) Alternation shall mean construction of an additional storey or a part of the roof or

construction adjoining to existing roof whereby proofing treatment is removed in parts c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final During this period of guarantee, the Guarantor shall make good all defects and in case of any defect being found render the building water proof to the satisfaction of the Engineer-in-Charge at his cost and shall commence the work for such rectification within seven days from the date of issue of notice from the Engineer-in-Charge calling upon him to rectify the defects failing which the work shall be got done by the NPCC by some other Contractor at the guarantor’s cost and risk. The decision of Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and binding. That if the Guarantor fails to execute the waterproofing or commits breach thereunder, then the Guarantor will indemnify the principal and his successors against all laws damage, cost, expense or otherwise which he may incur by reason of any default on the part of the GUARANTOR in performance and observance of this supplementary agreement. As to the amount of loss and / or damage and/ or cost incurred by the NPCC, the decision of the Engineer-in-Charge will final and binding on the parties.

Page 121: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 28 of 31 NPCC ltd.,

IN WITNESS WHEREOF these presents have been executed by the Obligator, and by …………. for and on behalf of the NPCC on the day, month and year first above written. Signed, sealed and delivered by Obligator in the presence of- 1. 2. Signed for and on behalf of the NPCC by _____________ In presence of: 1. 2.

Page 122: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 29 of 31 NPCC ltd.,

AGREEMENT FORM

This agreement made this day of (Month) (Year), between the National Projects Construction Corporation Limited (NPCC), a company incorporated under the Companies Act, 1956 having its Registered Office at 30-31,Raja House, Nehru place New Delhi – 110 019 (hereinafter referred to as the “NPCC” which expression shall include its administrators, successors, executors and assigns) of the one part and M/s (NAME OF CONTRACTOR) (hereinafter referred to as the ‘Contractor’ which expression shall unless the context requires otherwise include its administrators, successors, executors and permitted assigns) of the other part. WHEREAS, NPCC, has desirous of construction of (NAME OF WORK) (hereinafter referred to as the “PROJECT”) on behalf of the (NAME OF OWNER/MINISTRY) (hereinafter referred to as “OWNER”), had invited tenders as per Tender documents vide NIT No. _____. AND WHEREAS (NAME OF CONTRACTOR) had participated in the above-referred tender vide their tender dated _____ and NPCC has accepted their aforesaid tender and award the contract for (NAME OF PROJECT) on the terms and conditions contained in its Letter of Intent No. ________ and the documents referred to therein, which have been unequivocally accepted by (NAME OF CONTRACTOR) vide their acceptance letter dated _______ resulting into a contract. NOW THEREFORE THIS DEED WITNESSETH AS UNDER: ARTICLE 1.0 – AWARD OF CONTRACT 1.1 SCOPE OF WORK

NPCC has awarded the contract to (NAME OF CONTRACTOR) for the work of (NAME OF WORK) on the terms and conditions in its letter of intent No. __________ dated ________ and the documents referred to therein. The award has taken effect from (DATE) i.e. the date of issue of aforesaid letter of intent. The terms and expressions used in this agreement shall have the same meanings as are assigned to them in the “Contract Documents” referred to in the succeeding Article.

ARTICLE 2.0 – CONTRACT DOCUMENTS 2.1 The contract shall be performed strictly as per the terms and conditions stipulated herein

and in the following documents attached herewith (hereinafter referred to as “Contract Documents”).

a) NPCC Notice Inviting Tender vide No. ________ date ______and NPCC’ s tender documents consisting of:

i) General Conditions of Contract (GCC) & Special Conditions of Contract (SCC) including

Appendices & Annexure along with amendment(s) / errata (if any) issued (Volume-I).

ii) Bill of Quantities along with amendment(s)/corrigendum(s), if any, (Volume-II).

iii) Technical Specifications along with amendment(s) / corrigendum(s), if any, (Volume-III). iv) Tender drawings along with amendment(s) / corrigendum(s), if any, (Volume-IV).

v) ______________________________________________

Page 123: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 30 of 31 NPCC ltd.,

vi) ______________________________________________

b) (NAME OF CONTRACTOR) letter proposal dated ________ and their subsequent Communication:

i) Letter of Acceptance of Tender Conditions dated ______________

ii) _____________________________________________________

iii) _____________________________________________________

2.2 NPCC’s detailed Letter of Intent No. _________ dated ____ including Bill of Quantities.

Agreed time schedule, Contractor’s Organisation Chart and list of Plant and Equipments submitted by Contractor.

2.3 All the aforesaid contract documents referred to in Para 2.1 and 2.2 above shall form an

integral part of this Agreement, in so far as the same or any part thereof column, to the tender documents and what has been specifically agreed to by NPCC in its Letter of Intent. Any matter inconsistent therewith, contrary or repugnant thereto or deviations taken by the Contractor in its “TENDER” but not agreed to specifically by NPCC in its Letter of Intent, shall be deemed to have been withdrawn by the Contractor without any cost implication to NPCC. For the sake of brevity, this Agreement along with its aforesaid contract documents and Letter of Intent shall be referred to as the “Contract”.

ARTICLE 3.0 – CONDITIONS & CONVENANTS 3.1 The scope of Contract, Consideration, terms of payments, advance, security deposits,

taxes wherever applicable, insurance, agreed time schedule, compensation for delay and all other terms and conditions contained in NPCC’s Letter of Intent No. __________ dated _____ are to be read in conjunction with other aforesaid contract documents. The contractor shall duly perform the contract strictly and faithfully in accordance with the terms of this contract.

3.2 The scope of work shall also include all such items which are not specifically mentioned in

the Contract Documents but which are reasonably implied for the satisfactory completion of the entire scope of work envisaged under this contract unless otherwise specifically excluded from the scope of work in the Letter of Intent.

3.3 Contractor shall adhere to all requirements stipulated in the Contract documents. 3.4 Time is the essence of the Contract and it shall be strictly adhered to. The progress of work

shall conform to agreed works schedule/contract documents and Letter of Intent. 3.5 This agreement constitutes full and complete understanding between the parties and terms

of the presents. It shall supersede all prior correspondence to the extent of inconsistency or repugnancy to the terms and conditions contained in Agreement. Any modification of the Agreement shall be effected only by a written instrument signed by the authorized representative of both the parties.

Page 124: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall (Auditorium), for NERIST,Nirjuli,

Arunachal Pradesh.

SIGN.OF BIDDER Forms- Page 31 of 31 NPCC ltd.,

3.6 The total contract price for the entire scope of this contract as detailed in Letter of Intent is Rs._________________ (Rupees _____________________________ only), which shall be governed by the stipulations of the contract documents.

ARTICLE 4.0 – NO WAIVER OF RIGHTS 4.1 Neither the inspection by NPCC or the Engineer-in-Charge or Owner or any of their

officials, employees or agents nor order by NPCC or the Engineer-in-Charge for payment of money or any payment for or acceptance of, the whole or any part of the work by NPCC or the Engineer-in-Charge nor any extension of time nor any possession taken by the Engineer-in-Charge shall operate as waiver of any provisions of the contract, or of any power herein reserved to NPCC, or any right to damage herein provided, nor shall any waiver of any breach in the contract be held to be a waiver or any other or subsequent breach.

ARTICLE 5.0 – GOVERNING LAW AND JURISDICTION 5.1 The Laws applicable to this contract shall be the laws in force in India and jurisdiction of

Delhi Court (s) only. 5.2 Notice of Default

Notice of default given by either party to the other party under the Agreement shall be in writing and shall be deemed to have been duly and properly served upon the parties hereto, if delivered against acknowledgment due or by FAX or by registered mail duly addressed to the signatories at the address mentioned herein above.

IN WITNESS WHEREOF, the parties through their duly authorized representatives have executed these presents (execution whereof has been approved by the Competent Authorities of both the parties) on the day, month and year first above mentioned at New Delhi. For and on behalf of: For and on behalf of: (NAME OF CONTRACTOR) M/S NATIONAL PROJECTS

CONSTRUCTION CORPORATION LIMITED WITNESS: WITNESS: 1. 1. 2. 2.

Page 125: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government Of India Enterprise)

ISO 9001:2008 Regd. Office: 30-31, Raja House, Nehru Place, New Delhi – 110 019

Corp. Office: Plot No. 67-68, Sector-25, Faridabad – 121 004 www.npcc.gov.in

TENDER FOR CONSTRUCTION OF SILVER JUBILEE HALL (AUDITORIUM) FOR

NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH.

VOLUME: II

Page 126: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED

(A Government Of India Enterprise) ISO 9001:2008

Regd. Office: 30-31, Raja House, Nehru Place, New Delhi – 110 019 Corp. Office: Plot No. 67-68, Sector-25, Faridabad – 121 004

www.npcc.gov.in

TENDER FOR CONSTRUCTION OF SILVER JUBILEE HALL (AUDITORIUM) FOR

NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH.

VOLUME: II PRICE BID

ISSUED TO:

_________________________________________________________________________

Page 127: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

BOQ\CIVIL

Page 128: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall for NERIST at Nirjuli, Arunachal Pradesh.

SL. NO. DESCRIPTIONESTIMATED COST IN RS.

QUOTED AMOUNT IN RS.

IN FIGURES IN WORDS After Adding %ageQuoted (AtPar/Below/Above)

1 2 3 4 5 6A) CIVIL WORK

DSR ITEMS 13,04,75,432.01 NON DSR ITEMS 1,03,65,115.00

B) PLUMBING WORK DSR ITEMS 29,81,275.66 NON DSR ITEMS 32,55,303.35

C) FIRE FIGHTING WORK DSR ITEMS 2,48,888.34 NON DSR ITEMS 61,95,690.00

D) ELECTRICAL WORK DSR ITEMS 24,44,386.49 NON DSR ITEMS 74,97,076.00

E) TOTAL (A+B+C+D) 16,34,63,167.00

NOTE: 1

rates in Sr. nos. A to D23

CONSTRUCTION OF SILVER JUBILEE HALL FOR NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE &TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH

BIDDERS OFFERPERCENTAGE

ABOVE/BELOW/AT PAR

The bidder has to quote rates on percentage basis (at par/below/over) the respective schedule of

The bidder is advised to mention very clearly (Above/at par/below) in column no.4Percentage Rates quoted by the Tenderer shall be inclusive of all taxes and duties and royalties as mentioned in tender conditions.

ABSTRACT OF COST

Signature of Bidder NPCC LTD.,

Page 129: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

S. NO.

DESCRIPTION QTY UNIT RATE in Rs.

AMOUNT in Rs.

1.0 SEWAGE SYSTEM 7,538.10

2.0 SOIL, WASTE & VENT PIPES & FITTINGS 17,60,312.40

3.0 WATER SUPPLY SYSTEM 4,61,104.30

4.0 SANITARY FIXTURES 15,21,337.00

5.0 RAIN WATER PIPES AND FITTINGS &STORM WATER DRAINAGE SYSTEM

9,59,729.85

6.0 TUBEWELL AND TUBEWELL PUMPS 8,65,882.35

TOTAL 55,75,904.00

DSR BASED ITEMS 23,20,600.65 Add Cost Index over DSR [email protected]% 6,60,675.01 NON DSR ITEMS 32,55,303.35

TOTAL 62,36,579.01

CONSTRUCTION OF SILVER JUBLIEE HALL FOR NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH.

SUMMARY OF PLUMBING WORKS

SIGN.OF BIDDERBOQ/Plumbing works

Page 1 of 16 NPCC LTD.,

Page 130: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

1.0 SEWAGE SYSTEM

1.1 19.4 Providing and fixing square-mouth S.W. gullytrap grade ‘A’ complete with C.I. grating brickmasonry chamber with water tight C.I. coverwith frame of 300 x300 mm size (inside) theweight of cover to be not less than 4.50 kg andframe to be not less than 2.70 kg as perstandard design:100 x 100 mm size P type

a) 19.4.1.1 With F.P.S. Bricks class designation 75 6.00 Each 1256.35 7,538.10

TOTAL OF SEWAGE SYSTEMCARRIED OVER TO SUMMARY

7,538.10

2.0 SOIL, WASTE & VENT PIPES & FITTINGS

2.1 Providing and fixing soil waste and vent pipes

(a) 17.35.1.2

100mm diameter centrifugally cast (spun) ironS&S pipe

295.00 Metre 857.30 2,52,903.50

(b) 17.35.2.2

75mm diameter centrifugally cast (spun) ironS&S pipe

110.00 Metre 744.50 81,895.00

2.2 Providing and fixing M.S. holder-bat clampsof approved design to sand cast ironcentrifugally cast (spun) iron S&S pipesembedded in and including cement concreteblocks 10x 10 x 10 cm of 1:2:4 mix (1 cement: 2 coarse sand : 4 graded stone aggregate20mm nominal size) including cost of cuttingholes and making good the walls, etc.

(a) 17.37.1 For 100mm dia pipe 77.00 Each 112.50 8,662.50

(b) 17.37.2 For 75mm dia pipe 12.00 Each 110.15 1,321.80

2.3 Providing and fixing plain bend of requireddegree:

(a) 17.39.1.2 100mm centrifugally cast (spun) iron S&S 105.00 Each 296.35 31,116.75

(b) 17.39.2.2 75mm centrifugally cast (spun) iron S&S 5.00 Each 221.95 1,109.75

SIGN.OF BIDDERBOQ/Plumbing works

Page 2 of 16 NPCC LTD.,

Page 131: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

2.4 Providing and fixing bend of required degreewith access door insertion rubber washer 3mmthick, bolts and nuts complete

(a) 17.38.1.2 100mm sand cast iron S&S as per IS:3989. 10.00 Each 353.25 3,532.50

2.5 Providing and fixing double equal plainjunction of required degree with access door,insertion rubber washer 3mm thick, bolts andnuts complete

17.41.1.2 100 x 100 x 100 x 100mm sand cast iron S&Sas per IS:3989.

2.00 Each 747.95 1,495.90

2.6 Providing and fixing single equal plainjunction of required degree with access door,insertion rubber washer 3mm thick, bolts andnuts complete

(a) 17.43.1.2 100 x 100 x 100mm sand cast iron S&S as perIS:3989.

21.00 Each 579.75 12,174.75

2.7 Providing and fixing single equal plainjunction of required degree.

(a) 17.44.1.2 100 x 100 x 100mm centrifugally cast (spun)iron S&S

22.00 Each 522.85 11,502.70

2.8 Providing and fixing single unequal junctionof required degree with access door, insertionrubber washer 3mm thick, bolts and nutscomplete.

(a) 17.47.1.2 100 x 100 x 75mm sand cast iron S&S as perIS:3989.

13.00 Each 771.40 10,028.20

2.9 Providing and fixing single unequal plainjunction of required degree.

(a) 17.48.1.2

100 x 100 x 75mm centrifugally cast (spun)iron S&S

3.00 Each 673.85 2,021.55

2.10 Providing and fixing door piece, insertionrubber washer 3mm thick, bolts & nutscomplete.

(a) 17.55.1.2

100mm centrifugally cast iron S&S 9.00 Each 469.40 4,224.60

(b) 17.55.2.2

75mm centrifugally cast iron S&S 3.00 Each 333.45 1,000.35

SIGN.OF BIDDERBOQ/Plumbing works

Page 3 of 16 NPCC LTD.,

Page 132: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

2.11 Providing and fixing terminal guard(a) 17.56.1.

2100mm centrifugally cast (spun) iron S&S 9.00 Each 244.10 2,196.90

(b) 17.56.2.2

75mm centrifugally cast (spun) iron S&S 3.00 Each 221.95 665.85

2.12 Providing lead caulked joints to sand castiron/centrifugally cast (spun) iron pipes andfittings of diameter

(a) 17.58.1 100mm 490.00 Each 207.85 1,01,846.50

(b) 17.58.2 75mm 110.00 Each 176.50 19,415.00

2.13 Providing and fixing M.S. stays and clampsfor sand cast iron/centrifugally cast (spun) ironpipe of diameter:

(a) 17.59.1 100mm 9.00 Each 61.70 555.30

(b) 17.59.2 75mm 3.00 Each 52.35 157.05

2.14 Providing and fixing cast iron trap of selfcleansing design with sand cast iron screweddown or hinged grating with or without vent,arm complete, including cost of cutting andmaking good the walls and floors

(a) 17.60.1.1

100mm inlet and 100mm outlet centrifugallycast (sun) iron S&S

13.00 Each 801.70 10,422.10

(b) 17.60.2.1

100mm inlet and 75mm outlet centrifugallycast (spun) iron S&S

31.00 Each 838.85 26,004.35

2.15 Painting sand cast iron/centrifugally cast(spun) iron soil, waste vent pipes and fittingswith paint of any colour such as chocolate,grey or buff, etc., over a coat of primer (ofapproved quality) for new work.

(a) 17.65.1 100mm diametre pipe 145.00 Metre 28.75 4,168.75

(b) 17.65.2 75mm diametre pipe 25.00 Metre 22.00 550.00

SIGN.OF BIDDERBOQ/Plumbing works

Page 4 of 16 NPCC LTD.,

Page 133: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

2.16 4.1 Providing and laying in position cementconcrete of specified grade excluding the costof centring and shuttering - All work up toplinth level.

(a) 4.1.3 1:2:4 (1 cement : 2 coarse sand : 4 gradedstone aggregate 20 mm nominal size)

235.00 Cum 4514.05 10,60,801.75

2.17 Providing and fixing GI pipes complete withGI fittings, including trenching and refillingetc..

(a) 18.12.4 32mm nominal bore 120.00 Metre 248.55 29,826.00

(b) 18.12.6 50mm nominal bore 50.00 Metre 355.95 17,797.50

(c) 18.12.8 80mm nominal bore 45.00 Metre 573.40 25,803.00

2.18 Painting G.I. Pipes with two coats of anti-corrosive bitumastic paint of approved quality.

(a) 18.40.4 32mm dia 120.00 Metre 7.80 936.00

(b) 18.40.6 50mm dia 50.00 Metre 10.55 527.50

(c) 18.40.8 80mm dia 45.00 Metre 15.00 675.00

2.19 N.S.I Providing and fixing 100mm dia G.I. Inletfitting of standard design and as shown indrawing with two-three inlets, suitable for32mm to 50mm G.I. Pipes and 75mm to100mm outlet.

44.00 Each 642.00 28,248.00

2.20 Providing and fixing CP Brass floor cleanoutplug as per drawing complete with G.I. Socketjointed to drainage pipe outlet with leadcaulked joint.

(a) N.S.I 100 mm dia 6.00 Each 1121.00 6,726.00

TOTAL OF SOIL WASTE & VENT PIPESAND FITTINGS CARRIED OVER TOSUMMARY

17,60,312.40

SIGN.OF BIDDERBOQ/Plumbing works

Page 5 of 16 NPCC LTD.,

Page 134: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

3.0 WATER SUPPLY SYSTEM

3.1 18.7 Providing and fixing Chlorinated PolyvinylChloride (CPVC) pipes, having thermalstability for hot & cold water supply includingall CPVC plain & brass threaded fittingsincluding fixing the pipe with clamps at 1.0 mspacing. This includes jointing of pipes &fittings with one step CPVC solvent cementand testing of joints complete as per directionof Engineer in Charge.

Internal work- exposed on walla) 18.7.2 20 mm nominal outer dia pipes 15 Metre 157.15 2,357.25

b) 18.7.3 25 mm nominal outer dia pipes 35 Metre 197.90 6,926.50

c) 18.7.4 32 mm nominal outer dia pipes 10 Metre 252.65 2,526.50

d) 18.7.5 40 mm nominal outer dia pipes 25 Metre 348.25 8,706.25

e) 18.7.6 50 mm nominal outer dia pipes 55 Metre 514.35 28,289.25

f) N.S.I. 65 mm nominal outer dia pipes 100 Metre 1428.00 1,42,800.00

g) N.S.I. 80 mm nominal outer dia pipes 10 Metre 1857.00 18,570.00

3.2 18.8 Providing and fixing Chlorinated PolyvinylChloride (CPVC) pipes, having thermalstability for hot & cold water supply includingall CPVC plain & brass threaded fittingsincluding fixing the pipe with clamps at 1.0 mspacing. This includes jointing of pipes &fittings with one step CPVC solvent cementand the cost of cutting chases and makinggood the same including testing of jointscomplete as per direction of Engineer inCharge.

Concealed work including cutting chasesand making good the walls etc.

a) 18.8.1 15 mm nominal outer dia pipes 170 Metre 218.65 37,170.50

b) 18.8.2 20 mm nominal outer dia pipes 85 Metre 243.05 20,659.25

c) 18.8.3 25 mm nominal outer dia pipes 55 Metre 297.95 16,387.25

SIGN.OF BIDDERBOQ/Plumbing works

Page 6 of 16 NPCC LTD.,

Page 135: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

18.8.4 32 mm nominal outer dia pipes 10 Metre 358.90 3,589.00

3.3 18.9 Providing and fixing Chlorinated PolyvinylChloride (CPVC) pipes, having thermalstability for hot & cold water supply includingall CPVC plain & brass threaded fittingsincluding fixing the pipe with clamps at 1.0 mspacing. This includes jointing of pipes &fittings with one step CPVC solvent cement,trenching, refilling & testing of jointscomplete as per direction of Engineer inCharge.

External worka) 18.9.5 40 mm nominal outer dia pipes 45 Metre 309.60 13,932.00

b) 18.9.6 50 mm nominal outer dia pipes 65 Metre 230.45 14,979.25

3.4 Providing and fixing lever operated gun metalball valve with SS ball.

a) N.S.I. 25 mm nominal bore. 2.00 Each 627.00 1,254.00

b) N.S.I. 40 mm nominal bore. 2.00 Each 1489.00 2,978.00

c) N.S.I. 50 mm nominal bore. 3.00 Each 2244.00 6,732.00

d) N.S.I. 65 mm nominal bore. 1.00 Each 4930.00 4,930.00

e) N.S.I. 80 mm nominal bore. 2.00 Each 2567.00 5,134.00

3.5 18.18 Providing and fixing ball valve (brass) ofapproved quality, high or low pressure, withplastic floats complete.

a) 18.18.3 25 mm nominal bore 2.00 Each 421.65 843.30

3.6 Providing and fixing class-O Kaiflex STinsulation 6mm thick to hot water pipe andfittings and valves as per manufacturer'srecommendations.

a) N.S.I. 15mm nominal bore 10.00 Metre 34.00 340.00

SIGN.OF BIDDERBOQ/Plumbing works

Page 7 of 16 NPCC LTD.,

Page 136: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

3.7 18.48 Providing and placing on terrace (at all floorlevels) polyethylene water storage tank ISI :12701 marked with cover and suitablelocking arrangement and making necessaryholes for inlet, outlet and overflow pipes butwithout fitting and base support for tank.

a) 18.48 5000 ltrs. 4.00 Each 30500.00 1,22,000.00

TOTAL OF INTERNAL WATER SUPPLYSYSTEM CARRIED OVER TOSUMMARY

4,61,104.30

4.0 SANITARY FIXTURES

4.1 Providing and fixing white glazed vitreousChina wall mounted European type watercloset with seat and lid, C.P. brass hinges andrubber buffers, flushing cistern of an approveddesign, including cutting and making good thewalls and floors where required.

a) N.S.I. CNS-WHT water closet No. WSO3, complete with cistern with lid CIB-WHT-31801011X Slim concealed sistern orapproved equivalent with solid white plasticseat with cover (Jaquar make or equivalent asapproved.)

32.00 Each 8761.00 2,80,352.00

4.2 N.S.I. Providing and fixing white vitreous wallmounted wash down water closet (MATRIXSET-1) of Hindware Cat no. 70002 orequivalent as approved with one pair mountingbrackets, EWC & Cistern complete withfittings & seat cover, one no hinged rail760mm and five nos of grab rail 600mmcomplete all respect.

3.00 Each 37169.00 1,11,507.00

SIGN.OF BIDDERBOQ/Plumbing works

Page 8 of 16 NPCC LTD.,

Page 137: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

4.3 N.S.I. Providing and fixing white glazed vitreouschina flat back lipped urinals with SensorURS-WHT-0704 Jaquar make or equivalentas approved of size 710 x 460 x 300mm, C.I.hangers with electronic solenoid valveoperated auto flushing system comprising ofstop cock, solenoid valve, electronic controlunit, etc., complete with all electrical worksrequired for completion of work, with fittingsconcealed in chase, C.P. spreaders, 32mm C.P.brass domical waste, 32mm C.P. cast brassscrews and washers complete including cuttingand making the walls and floors whererequired.

39.00 Each 9903.00 3,86,217.00

.4.4 N.S.I. Providing and fixing white glazed vitreous

china wash basins with C.P. pillar tap, C.P.brass waste 32mm C.P. bottle trap and unionsand sealing of joints between wash basins andcounter slabs around the wash basins withSilicone rubber cement of approved make ofmatching colour all complete including cuttingand making good the walls and floors whererequired.

a) N.S.I. Jaquar make FLS-WHT-0401 Wash basin(under counter) (190 x 550 x 425) orequivalent as approved with C.P. piller tapJaquar Cat No. CQT-23037 or equivalent asapproved.

34.00 Each 4985.00 1,69,490.00

b) N.S.I. Jaquar make JDS-WHT-0542 Wash basin(over counter) (150 x 625 x 410) or equivalentas approved with C.P. single lever basin mixer(Jaquar Cat No. ORM-10011 ) or equivalentas approved.

1.00 Each 11173.00 11,173.00

4.5 N.S.I. Providing and Fixing health faucet JAQUAR Cat. No. ALD-573 (ALLIED SERIES) withflexible pipe and wall hook with eachEuropean W.C. Pan or equivalent as approved.

35.00 Each 1673.00 58,555.00

SIGN.OF BIDDERBOQ/Plumbing works

Page 9 of 16 NPCC LTD.,

Page 138: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

4.6 N.S.I. Providing and fixing C.P. brass bib taps longbody Jaquar Cat NO. 107 or equivalent asapproved including cutting and making goodthe walls wherever required.

a) 15mm dia 35.00 Each 952.00 33,320.00

4.7 N.S.I. Providing and fixing, ABS plastic body liquidsoap dispenser with push lever assemblycomplete with soap refill - Kimberly - ClarkCat. No.-01070 make or approved equivalent.

18.00 Each 1112.00 20,016.00

4.8 N.S.I. Providing and fixing 15mm C.P. brass anglevalve with C.P. brass connection pipe Jaquar Cat No. 053 & Cat No. 803, union nutscomplete with C.P. brass flange includingcutting and making good the walls whereverrequired or equivalent as approved.

145.00 Each 995.00 1,44,275.00

4.9 N.S.I. Providing and fixing C.P. brass robe hooks,(JAQUAR Cat. No. CAN-1161N) orapproved equivalent.

35.00 Each 636.00 22,260.00

4.10 N.S.I. Providing and fixing stainless steel toilet paperholder or approved equivalent (JAQUAR Cat.No. AHS-15511N) fixed in position by meansof C.P. screws and rawl plugs embedded in thewalls complete including cutting and makinggood the walls wherever required.

35.00 Each 1633.00 57,155.00

4.11 N.S.I. Providing and fixing stainless steel soap dish(Jaquar Cat. No. AQN-7731) including making good the walls wherever required orequivalent as approved.

1.00 Each 1219.00 1,219.00

4.12 N.S.I. Providing and fixing C.P. brass towel ring(Jaquar Cat. No. AQN-7731) or approvedequivalent complete with C.P. brass bracketsfixed to rawl plug of approved design withC.P. brass screws.

1.00 Each 1064.00 1,064.00

SIGN.OF BIDDERBOQ/Plumbing works

Page 10 of 16 NPCC LTD.,

Page 139: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

4.13 N.S.I. Providing and fixing S.S. hinged grating, 6mmthick with frame (Neer Cat. No. - NRG 7001approved equivalent) including setting in floorwith cement mortar 1:3.

72.00 Each 418.00 30,096.00

4.14 N.S.I. Providing and fixing white glazed vitreouschina division plates for urinals (Hindware Cat no. 61001 or approved equivalent) of size690x 325 mm.

29.00 Each 1130.00 32,770.00

4.15 Providing and fixing automatic high pressureelectric water heaters (RACOLD or approvedequivalent) with glass lining thermostats witheach element and high temperature cut off,necessary insulation, safety valve, etc. allcomplete.

a) N.S.I. 25 litres 1.00 Each 7671.00 7,671.00

4.16 N.S.I. Providing and fixing electrical operated handdrier (UTEC make Model UTEC 5AT orapproved equivalent) in ABS materialcomplete with all electrical works. The handdrier shall have the following features :

a) No. touch operation.b) Solid state time delay to allow user to keep

hands in comfortable position.c) Suitable for operation on 220 V 50 Hz 15 A

outlet AC supply.d) RPM - 3200e) Sensing range - 15 cmf) Dimenstion - 250x238x230mm 18.00 Each 7653.00 1,37,754.00

4.17 Providing and fixing wall mounted PaperTowel Dispenser in ABS material for use withcapacity 450 C-fold paper towels. (UTEC make Model UT-444 or approvedequivalent).

1.00 Each 1674.00 1,674.00

4.18 N.S.I. Providing and fixing Bath spout with Wallflange JAQUAR Cat. No. SPJ-CHR-429 or equivalent as approved.

1.00 Each 1371.00 1,371.00

SIGN.OF BIDDERBOQ/Plumbing works

Page 11 of 16 NPCC LTD.,

Page 140: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

4.19 N.S.I. Providing & fixing CP brass single leverconcealed diverter Jaquar Cat. No. ALD-CHR-065+ FLR-CHR-5065K or approvedequivalent.

1.00 Each 7946.00 7,946.00

4.20 N.S.I. Providing & fixing CP brass shower rose withshower arm Jaquar cat no. OHS-CHR-1989+ SHA-CHR-477 or approvedequivalent.

2.00 Each 2726.00 5,452.00

TOTAL OF SANITARY FIXTURESCARRIED OVER TO SUMMARY

15,21,337.00

5.0 RAIN WATER PIPES AND FITTINGS & STORM WATER DRAINAGE SYSTEM

5.1 Providing and fixing soil waste and vent pipes(Rain water)

a) N.S.I. 150mm diameter centrifugally cast (spun) ironS&S pipe

280.00 Metre 2114.00 5,91,920.00

b) 17.35.1.2

100mm diameter centrifugally cast (spun) ironS&S pipe

120.00 Metre 857.30 1,02,876.00

c) 17.35.2.2

75mm diameter centrifugally cast (spun) ironS&S pipe

15.00 Metre 744.50 11,167.50

5.2 Providing and fixing plain bend of requireddegree:

a) N.S.I. 150mm centrifugally cast (spun) iron S&S 26 Each 939.00 24,414.00

b) 17.39.1.2 100mm centrifugally cast (spun) iron S&S 10 Each 296.35 2,963.50

c) 17.39.2.2 75mm centrifugally cast (spun) iron S&S 4 Each 221.95 887.80

5.3 Providing and fixing M.S. holder-bat clampsof approved design to sand cast ironcentrifugally cast (spun) iron S&S pipesembedded in and including cement concreteblocks 10x 10 x 10 cm of 1:2:4 mix (1 cement: 2 coarse sand : 4 graded stone aggregate20mm nominal size) including cost of cuttingholes and making good the walls, etc.

a) N.S.I. For 150mm dia pipe 137 Each 68.00 9,316.00

SIGN.OF BIDDERBOQ/Plumbing works

Page 12 of 16 NPCC LTD.,

Page 141: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

b) 17.37.1 For 100mm dia pipe 59 Each 112.50 6,637.50

c) 17.37.2 For 75mm dia pipe 7 Each 110.15 771.05

5.4 Painting sand cast iron/centrifugally cast(spun) iron soil, waste vent pipes and fittingswith paint of any colour such as chocolate,grey or buff, etc., over a coat of primer (ofapproved quality) for new work.

a) N.S.I. 150mm diametre pipe 250.00 Metre 40.00 10,000.00

b) 17.65.1 100mm diametre pipe 110.00 Metre 28.75 3,162.50

c) 17.65.2 75mm diametre pipe 15.00 Metre 22.00 330.00

5.5 4.1 Providing and laying in position cementconcrete of specified grade excluding the costof centring and shuttering - All work up toplinth level.

a) 4.1.3 1:2:4 (1 cement : 2 coarse sand : 4 gradedstone aggregate 20 mm nominal size)

40.00 Cum 4514.05 1,80,562.00

5.6 Providing and fixing C.I. square grating atterrace RWP pipe complete in all respects.

a) N.S.I. 150x150mm 14 Each 279.00 3,906.00

b) N.S.I. 225x225mm 26 Each 416.00 10,816.00

TOTAL OF RAIN WATER PIPES &FITTINGS & STORM WATERDRAINAGE SYSTEM CARRIED OVERTO SUMMARY

9,59,729.85

6.0 TUBEWELL AND TUBEWELL PUMPS

6.1 N.S.I Geo Hydrological Survey of site using resistivity method to assess the ground water potentials and select the best possible location for tubewell for 3500 GPH yield.

2 Job 11029.41 22,058.82

SIGN.OF BIDDERBOQ/Plumbing works

Page 13 of 16 NPCC LTD.,

Page 142: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

6.2 Boring/drilling in all soils including hard rock, sand stone and boulder formulations including making strata charts, transportation, installation, removal of tools & plants after completion of work all as per directions of the Engineer-in-Charge as follows.

a) N.S.I 200mm dia boreDepth upto 130m (by ODEX /DTH drilling rig 260 M 661.76 1,72,058.82

6.3 Supplying, assembling lowering and fixing in vertical position :

a) Mild steel blind pipe complete with sockets and having wall thickness not less than 5.2 mm with threaded socketed ends as required and painting outside with two coats of anti-corrosive paint of approved brand and manufacturer all complete as per directions of the Engineer.

i) N.S.I 200 mm dia 210 M 1286.76 2,70,220.59

b) Slotted Mild Steel pipe complete with sockets and having wall thickness not less than 5.2 mm and slots 1.5mm to 2 mm with threaded socketed ends as required and painting outside with two coats of anti corrosive paint of approved manufacturer all complete as per direction of the Engineer. Jindal / TT Swastic or equivlant make.

i) N.S.I 200 mm dia nominal bore 50 M 1360.29 68,014.71

6.4 N.S.I Providing and fixing Casing Shoe, well cap clamp and welding complete

2 Set 4411.76 8,823.53

6.5 Development of tube well to stabilisation and sand free discharge of water with Air compressor complete as per directions of the Engineer.

a) N.S.I For a period upto 50 hours. 80 Hrs. 551.47 44,117.65

SIGN.OF BIDDERBOQ/Plumbing works

Page 14 of 16 NPCC LTD.,

Page 143: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

6.6 Providing and fixing single / multistage submersible tubewell pump suitable for 150mm bore with stainless steel casing, NORYL impeller, stainless steel shaft and built in non return valve coupled with submersible squirrel cage motors suitable for 145V ± 10% volts. 3 phase, 50 cycles AC supply.

a) N.S.I Capacity 400 lpmHead 75m , 10 HP 2 No. 29411.76 58,823.53

6.7 N.S.I 80mm dia GI column pipe of heavy class duly flanged.

150 mtr. 735.29 1,10,294.12

6.8 N.S.I Providing and fixing gunmetal pressure gauge (100mm dia) of rating (0-10 kg/cm2) with gunmetal isolating cock and connecting pipe.

2 No. 1838.24 3,676.47

6.9 N.S.I Providing and fixing 80mm cable clips with nuts & bolts.

48 Nos. 55.15 2,647.06

6.10 N.S.I Providing and fixing 80mm dia supporting clamps with nuts and bolts.

2 Pair 551.47 1,102.94

6.11 N.S.I Providing and fixing 3C - 6 sq.m submersible cable.

200 M 147.06 29,411.76

6.12 Providing and fixing Butterfly valve of cast body with stainless steel disc and stainless steel stem, teflon bushing and niterite o'rings.

a) N.S.I 80mm dia 2 No. 6985.29 13,970.59

6.13 Providing and fixing steel wire rope 6mm dia complete with wire rope clamps for safety of pump set.

150 M 110.29 16,544.12

6.14 Supplying & laying 1.1KV grade aluminium conductor PVC insulated and PVC sheathed armoured cables including 8 SWG GI earth wire on surface/cable trays as required.

a) N.S.I 3 Core - 6sq.mm 20 M 477.94 9,558.82

SIGN.OF BIDDERBOQ/Plumbing works

Page 15 of 16 NPCC LTD.,

Page 144: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

6.15 Providing and fixing dust and vermin proof motor control panel fabricated from 14 SWG MS sheet with stove enamelled paint and comprising of: (for Tubewell pumps)

a) One feeder of 63 ampere 4 Pole ELCB.

b) One fully automatic star delta starter with push buttons and indicating lights.

c) One panel type volt meter 96mm square with Rotary selection switch for reading voltage between phase and neutral or incoming feeder.

d) Three Neon Phase indicating lights on the incoming Main.

e) One Ampere meter 96mm square panel type of appropriate range.

f) Etched plastic identification plates for all switch gears.

g) Space for liquid level controller.

h) N.S.I All internal wiring should be colour coded from incoming main to switchgear, starters, meters, indicating lights.

2 No. 17279.41 34,558.82

TOTAL OF ONE NO. TUBEWELL &TUBEWELL PUMPS CARRIED OVERTO SUMMARY

8,65,882.35

SIGN.OF BIDDERBOQ/Plumbing works

Page 16 of 16 NPCC LTD.,

Page 145: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

S. NO.

DESCRIPTION

QUANTITY

UNIT DEPT.RATE (DSR

2012)

AMOUNT

1.0 FIRE FIGHTING PUMPS & EQUIPMENTS15,03,785.00

2.0 SUCTION AND DELIVERY PIPES ANDVALVES FOR FIRE FIGHTING PUMPS

4,42,472.00

3.0 FIRE HYDRANT SYSTEM 20,42,939.65

4.0 SPRINKLER SYSTEM 23,02,896.00

5.0 FIRE EXTINGUISHERS 97,330.00

TOTAL 63,89,422.65

DSR BASED ITEMS 1,93,732.65 Add Cost Index over DSR [email protected]% 55,155.69

NON DSR ITEMS 61,95,690.00

TOTAL 64,44,578.34

CONSTRUCTION OF SILVER JUBLIEE HALL FOR NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH.

SUMMARY OF FIRE FIGHTING WORKS

SIGN. OF BIDDERBOQ/fire fighting

Page 1 of 18 NPCC LTD.,

Page 146: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

1.0 FIRE FIGHTING PUMPS &EQUIPMENTS

1.01 Supply, installation, testing &commissioning of electric driven HydrantPump suitable for automatic operationconsisting of the following:

a) Horizontal end suction centrifugal pumpcomplete with mechanical seal and includingnecessary arrangement for testing of pump

b) Squirrel cage induction motor suitable for415 V, 50 Hz, AC supply of suitable ratingfor the above pump with synchronous speedof 2900 RPM T.E.F.C. type and conformingto IP:55 and flexible coupling and couplingguard with the pump.

c) Common bed plate of fabricated mild steelchannel or cast iron type.

d) Suitable reinforced cement concrete pumpfoundation including cushy foot mounting,foundation bolts, washers as required.

e) Painting of pump with IS red 5 shade 276.

The pump shall be of the following specifications:

Discharge - 2280 lpmHead - 60 mNo. of stage preferred - Single / Double

Speed RPM - 2900Material of construction a) Impeller - Bronzeb) Casing - C.I.c) Shaft & Shaft Sleeve - SS-410d) Bearing - Grease Lubicatede) Seal & Make - Mechanical

N.S.I. Type of pump - End suction 1 Set 276171.00 2,76,171.00

SIGN. OF BIDDERBOQ/fire fighting

Page 2 of 18 NPCC LTD.,

Page 147: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

1.02 Supply, installation, testing &commissioning of electric driven JockeyPump suitable for automatic operationconsisting of the following:

a) Horizontally mounted centrifugal end suctionpump complete with mechanical seal andincluding necessary arrangement for testingof pump.

b) Squirrel cage induction motor suitable for415 V, 50 Hz, AC supply of suitable ratingfor the above pump with synchronous speedof 2900 RPM T.E.F.C. type and conformingto IP:55 and flexible coupling and couplingguard with the pump.

c) Common bed plate of fabricated mild steelchannel or cast iron type.

d) Suitable reinforced cement concrete pumpfoundation including cushy foot mounting,foundation bolts, washers as required.

e) Painting of pump with IS red 5 shade 276.

The pump shall be of the following specifications:

Discharge - 180 lpmHead - 60 mNo. of stage preferred - MultistageSpeed RPM - 2900Mover - Electric MotorDrivenMaterial of construction a) Impeller - Bronzeb) Casing - C.I.c) Shaft & Shaft Sleeve - SS-410d) Bearing - Grease Lubicatede) Seal & Make - Mechanical

N.S.I. Type of pump - End suction 1 Set 101937.00 1,01,937.00

SIGN. OF BIDDERBOQ/fire fighting

Page 3 of 18 NPCC LTD.,

Page 148: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

1.03 Supply, installation, testing &commissioning of diesel engine HydrantPump suitable for automatic operationconsisting of the following:

a) Horizontal end suction centrifugal pumpcomplete with mechanical seal and includingnecessary arrangement for testing of pump

b) Water coolled Diesel Engine developingsuitable BHP at 1500 RPM for the Pump,common bed plate for mounting of engineand pump, RCC foundation and vibrationdamping arrangement by Cushy Foot andengine panel provided by enginemanufacturer, connection to Engine StartingPanel as per item (4), sealed maintenancefree batteries of 24 V, 88 AH. Rate shallinclude Exhaust pipe of required length withasbestos lagging, muffler, day oil tank of 400lts with first charge and manual oil pump set.

c) Flexible coupling and coupling guard withthe Pump,

d) Common bed plate of fabricated mild steelchannel or cast iron type.

e) Suitable reinforced cement concrete pumpfoundation including cushy foot mounting,foundation bolts, washers as required.

f) Engine panel g) Sealed maintenance free batteries of 24 V,

88 AHh) Exhaust pipe of required length with glass

wool lagging, muffleri) Day oil tank of 400 lts with first charge and

manual oil pump set.j) Painting of pump with IS red 5 shade 276.

The pump shall be of the following specifications:Discharge - 2280 lpmHead - 60 mNo. of stage preferred - Single / Double

Speed RPM - 1850

SIGN. OF BIDDERBOQ/fire fighting

Page 4 of 18 NPCC LTD.,

Page 149: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

Mover - Diesel enginedrivenMaterial of construction a) Impeller - Bronzeb) Casing - C.I.c) Shaft & Shaft Sleeve - SS-410d) Bearing - Grease Lubicatede) Seal & Make - Mechanical

N.S.I. Type of pump - End suction 1 Set 537629.00 5,37,629.00

1.04 Providing and fixing air vessel for fire pumps as per following specifications:

Diameter - 450mmShell thickness - 8mmDish ends - 10mmHeight - 1500mmFinishing - Two coats of Redenamel paint of first grade over one coat ofprimer externally & two coats of epoxycoating insideMaterial of Construction - M.S.

N.S.I. Test Pressure - 15 Kg./sq.cm. 1 Each 65579.00 65,579.00

1.05 Receiving, testing and commissioning ofcubical type floor mounted power cumcontrol panel complete with suitable switchgear, bus bars, relays, contractors, indicatinglamps, fuses, instruments manual isolator &auxillary switch including connectionscomplete as required for 1 Nos HydrantPump, 1 No. Jockey Pump and 1 No EngineStarting Panel for Diesel Pump.

N.S.I. Details of requirements given inspecifications.

1 Set 420457.00 4,20,457.00

1.06 Providing and laying the PVC insulated &sheathed FRLS Armoured cables of 1.1 K.V.Aluminium Conductor including supplyingand making end termination with brasscompression glands:

a) N.S.I. 3 core x 70 sq.mm 40 Metre 353.00 14,120.00

b) N.S.I. 3 core x 10 sq.mm 20 Metre 131.00 2,620.00

SIGN. OF BIDDERBOQ/fire fighting

Page 5 of 18 NPCC LTD.,

Page 150: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

1.07 N.S.I. Providing, installation, testing, &commissioning of pressure switches forHydrant, Sprinkler, Standby and Jockeypump including necessary wiring uptocontrol panel & other materials.

5 Each 10532.00 52,660.00

1.08 N.S.I. Providing and fixing fire retardent /extinguishing electrical insulated syntheticmat of 3mm thick ±10% conforming to latestBIS doc no.-ET-02(5440) meetingrequirements of IS 3043 / IS 5216 (Part I, II& III), IS 8437 & IEC 479 suitable for allvoltages not exceeding 3.3 KV AC supplyand having minimum width of 1000mm ±20mm and including supply of requiredquantity of adhsive / compound and fixingthe same at site as per site requirement.

2.5 Metre 4136.00 10,340.00

1.09 Supplying and installation following size ofperforated pre painted M.S. cable trays withperforation not more than 17.5%, inconvenient sections, joint with horizontaland vertical bends, reducers, tees, crossmembers and other accessories as requiredand duly suspended from the ceiling withM.S. suspenders etc. as required.

a) 4.1.2 150mm width x 50mm depth x 1.6 mmthickness.

10 Metre 464.00 4,640.00

1.10 5.4 Earthing with GI Earth plate 600 mm x 600mm x 6 mm th.including accessories andproviding masonry enclosure with coverplate having locking arrangement andwatering pipe with charcoal or coke and saltcomplete as required.

2 Set 3996.00 7,992.00

1.11 5.15 Providing & fixing 25 mm x 5 mm G.I. Stripin on surface or in recess for connections etcas required.

50 Metre 120.00 6,000.00

SIGN. OF BIDDERBOQ/fire fighting

Page 6 of 18 NPCC LTD.,

Page 151: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

1.12 5.11 Providing & fixing 25 mm x 5 mm G.I. Stripin 40 mm dia GI pipe from earth electrodeincluding connections with GI nut, bolt,spring, washer excavation and re-filling etc.as required.

10 Metre 364.00 3,640.00

TOTAL OF FIRE FIGHTING PUMPSCARRIED OVER TO SUMMARY

15,03,785.00

2.0 SUCTION AND DELIVERY PIPES ANDVALVES FOR FIRE FIGHTING PUMPS

2.01 Providing and fixing M.S. suction &delivery headers / pipes for fire fightingpumps (IS. 1239 heavy duty) including allfittings like couplings, bends, elbows,offsets, blind flanges, plugs, tees, flanges (flanges as per table E), etc. threaded orwelded ( all type ) joints as per detailedspecfications as required, cutting holes andchases in brick or RCC walls or floors andmaking good complete .

a) N.S.I. 80 mm nominal bore 5 Metre 859.00 4,295.00

b) N.S.I. 100 mm nominal bore 5 Metre 1230.00 6,150.00

c) N.S.I. 150 mm nominal bore 20 Metre 1798.00 35,960.00

d) N.S.I. 200 mm nominal bore 10 Metre 2618.00 26,180.00

SIGN. OF BIDDERBOQ/fire fighting

Page 7 of 18 NPCC LTD.,

Page 152: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

2.02 Painting for M.S. pipe with a coat of redoxide primer and two or more coats ofsynthetic enamel paint of approved colourand Quality to give an even shadeincluding surface preparation.

a) N.S.I. 80 mm nominal bore 5 Meter 20.00 100.00

b) N.S.I. 100 mm nominal bore 5 Meter 25.00 125.00

c) N.S.I. 150 mm nominal bore 20 Meter 30.00 600.00

d) N.S.I. 200 mm nominal bore 10 Meter 40.00 400.00 -

2.03 Providing and fixing cast iron wafer typeButterfly valve of the following sizecomplete with bolts, nuts, washers andneoprene gaskets as per specifications.

a) N.S.I. 80 mm nominal bore 1 Meter 3849.00 3,849.00

b) N.S.I. 100 mm nominal bore 1 Meter 4943.00 4,943.00

c) N.S.I. 150 mm nominal bore 6 Meter 6916.00 41,496.00

d) N.S.I. 200 mm nominal bore 2 Meter 15285.00 30,570.00

2.04 Providing and fixing cast iron dual platewafer type non return valves.

a) N.S.I. 80 mm nominal bore 1 Each 10240.00 10,240.00

b) N.S.I. 150 mm nominal bore 4 Each 27824.00 1,11,296.00

c) N.S.I. 200 mm nominal bore 1 Each 40390.00 40,390.00

2.05 Providing and fixing Y strainer.a) N.S.I. 200mm nominal bore 2 Each 51841.00 1,03,682.00

2.06 N.S.I. Providing and fixing dial type pressuregauges with isolation cock and copper pipeon main header Dial diameter 100 mmcelebration 0-15 / sq. cm. (At pumps deliverypipe).

1 Each 1196.00 1,196.00

2.07 Providing and fixing reinforced Neopreneflexible pipe connectors with all accessorieson all pumps delivery.

SIGN. OF BIDDERBOQ/fire fighting

Page 8 of 18 NPCC LTD.,

Page 153: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

a) Suitable for 20 Kg/cm2

(i) N.S.I. 80mm 1 Each 5000.00 5,000.00

(ii) N.S.I. 150mm 2 Each 8000.00 16,000.00

SUCTION AND DELIVERY PIPES ANDVALVES FOR FIRE FIGHTING PUMPS

4,42,472.00

3.0 FIRE HYDRANT SYSTEM(All Fire Fighting Hardware Should beISI Mark)

3.01 Providing and laying M.S (Class 'C') pipeIS:1239 marked including all accessoriessuch as screwed/welded flanges, tees,reducers etc. conforming to IS standardscomplete including painting, welding,jointing and neoprene gaskets, nuts, bolts etc.as required.

a) MS (Class 'C') Pipes complete with painting,wrapping and coating of the pipes as perIS:10211 in all kinds of soil at a depth 1.5 mincluding excavation and refilling thetrench all complete.

i) N.S.I. 80 mm dia (IS : 1239) (Class 'C') 15 Meter 864.00 12,960.00

ii) N.S.I. 100 mm dia (IS : 1239) (Class 'C') 50 Meter 1235.00 61,750.00

iii) N.S.I. 150 mm dia (IS : 1239) (Class 'C') 360 Meter 1770.00 6,37,200.00

b) MS (Class 'C') Pipes complete with one coatof primer & two coats of post office red enamel paint tied in ceiling, walls, columnsfor all heights with hangers/supports andfasteners all as per drawing includingchasing of walls/coloumns/ceiling etc. andmaking goood the same complete required.

i) N.S.I. 80 mm dia (IS : 1239) (Class 'C') 15 Meter 1143.00 17,145.00

ii) N.S.I. 100 mm dia (IS : 1239) (Class 'C') 85 Meter 1516.00 1,28,860.00

iii) N.S.I. 150 mm dia (IS : 1239) (Class 'C') 25 Meter 2083.00 52,075.00

SIGN. OF BIDDERBOQ/fire fighting

Page 9 of 18 NPCC LTD.,

Page 154: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

3.02 Providing and fixing stainless steel landing valve conforming to IS -52290 with 63 mmdia instantaneous female coupling on theoutlet with S.S. orifice flange 6 mm thickas required to maintain 3.5 Kg/sq.cm., gunmetal blank cap and chain, necessarycompanion flanges ( as per table "E") nuts,bolts, washer and gasket complete as perspecification. (ISI marked).

a) N.S.I. Single outlet 18 Each 8646.00 1,55,628.00

3.03 N.S.I. Providing and fixing 63 mm dia 15m longEPDM lined fabric lined hose includingstainless steel male and female instantaneoustype coupling approved by fire authority,machine wound with copper wire completein all respects.Hose shall conform to IS 636TypeII and coupling to IS 903 -1975 ( ISImarked).

28 Each 10534.00 2,94,952.00

3.04 N.S.I. Providing and fixing first aid hose reel fullswinging type including cabinet with 30 mlength x 20 mm dia rubber lined pipe withABS plastic shut off nozzle of 6 mm dia. Thehose reel shall conform to IS requirements.Rate shall include 25 mm dia pipeconnection from riser to hose reel includingflexible pipe, sockets, nipples, elbows and 25mm ball valve.

8 Each 6972.00 55,776.00

3.05 N.S.I. Providing and fixing standard short sizestainless steel branch pipe with stainlesssteel fog nozzle 16 mm dia outlet withstandard instantaneoustype 63 mm diacoupling. (ISI marked).

14 Each 7862.00 1,10,068.00

SIGN. OF BIDDERBOQ/fire fighting

Page 10 of 18 NPCC LTD.,

Page 155: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

3.06 N.S.I. Providing and fixing fire hose cabinetfabricated from 16 gauge M.S.sheet withlocking arrangement and hangingarrangement for accessories painted "FireRed" with Stove enameled paint "FireHose" written on front including suitablesupports to place 900 mm above ground levelproperly anchored, approximately size750x600x250 mm deep (to house twolengths of canvas hose with couplings,branch pipe with nozzle for externalhydrants).

8 Each 4663.00 37,304.00

3.07 N.S.I. Providing and fixing weather proof standard hose cabinet (1.0 x0.45x0.6) outdoor typemade of not less than 3 mm aluminium sheethaving central opening glazed door includingnecessary locking arrangement, painting (onecoat primer & two coats of paint) foraccomodatating external hydrant valves.(The cabinet shall be prepared as perdrawing). The words "Hose Cabinet" to bepainted on the Box.

6 Each 12204.00 73,224.00

3.08 Providing and fixing C.I. Butterfly valvesconforming to PN 16 1.0/13095 with nuts,bolts, washers, 3mm thick insertion rubergasket and two matching flanges as per table'E' etc. complete.

a) N.S.I. 150 mm dia 3 Each 6916.00 20,748.00

b) N.S.I. 100 mm dia 4 Each 4943.00 19,772.00

SIGN. OF BIDDERBOQ/fire fighting

Page 11 of 18 NPCC LTD.,

Page 156: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

3.09 Providing and fixing cast iron dual platewafer type non return valves of PN1.6including nuts, bolts,1.5mm thickcompressed asbestos gasket includingmatching flanges as per table"E"complete.

a) N.S.I. 150 mm dia 2 Each 27824.00 55,648.00

b) N.S.I. 100 mm dia 1 Each 13523.00 13,523.00

3.10 Providing and fixing stainless steel fire brigade inlet head as per IS:904Specification tested for 20 Kg/cm2 with 63mm dia instantaneous type inlet and 150mmdia. flanged outlet with built-in check valvefor fire brigade connection to under groundtanks and fire risers including campanionflanges as pertable " E" including nuts, bolts& washers etc.

a) N.S.I. Four way 1 Each 18665.00 18,665.00

b) N.S.I. Two way 2 Each 12354.00 24,708.00

3.11 N.S.I. Providing and fixing air release valve with250 dia air vessels at the top of Risers.

4 Each 3643.00 14,572.00

3.12 N.S.I. Providing and fixing suction coupling /Draw Off connection for fire brigade drawlof water from tank with 150 mm dia GI(Medium) pipe and foot valve (Pipe max 8 Mlong).

1 Each 8853.00 8,853.00

3.13 N.S.I. Providing and fixing 12 mm thick stainlesssteel Orifice flange 80 mm dia x 50 mmminimum bore as per 1 AC requirements torestric the pressure to kg per sq cm at thepoint of branching off from Riser on lowerfloors.

4 Each 3643.00 14,572.00

3.14 N.S.I. Providing and fixing dial type pressure gauge with isolation cock and copper pipeon main header Dial diameter 100 mmcelebration 0-15 / sq. cm.

1 Each 1196.00 1,196.00

SIGN. OF BIDDERBOQ/fire fighting

Page 12 of 18 NPCC LTD.,

Page 157: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

3.15 N.S.I. Providing and making drainage provision forthe risers with necessary 40 mm dia pipe,ball valve etc as required. Maximum lengthof pipe shall be 6 M.

8 Each 5285.00 42,280.00

3.16 18.34 Constructing masonry chamber 90 x 90 x100 cm inside with 75 class designationbrick work in cement mortar 1 : 4 ( 1 cement: 4 coarse sand ) for sluice valve, withC.I.frame and cover 60 x 45 cm surface boxfixed in cement concrete slab 1 : 2 : 4 mix ( 1cement : 2 coarse sand : 4 graded stoneaggregate 20 mm nominal size ) necessaryexcavation, foundation concrete 1 : 5 : 10 ( 1cement : 5 coasre sand : 10 graded stoneaggregate 40 mm nominal size ) and insideand outside plaster with cement mortar 1 : 3 (1 cement : 3 coarse sand ) 12 mm thickfinished with a floating coat of neat cementcomplete as per standard design anddrawings.

a) 18.34.1 With F.P.S. bricks 6 Each 9277.10 55,662.60

3.17 18.35 Constructing masonry chamber 120 x 120 x100 cm inside with 75 class designationbrick work in cement mortar 1 : 4 ( 1 cement: 4 coarse sand ) for sluice valve, with C.I.surface box 100mm. top diameter,160bottom diameter and 180mm deep (inside)with chained lid and RCC top slab 1 : 2 : 4mix ( 1 cement : 2 coarse sand : 4 gradedstone aggregate 20 mm nominal size )necessary excavation, foundation concrete 1: 5 : 10 ( 1 cement : 5 coasre sand : 10 gradedstone aggregate 40 mm nominal size ) andinside and outside plaster with cementmortar 1 : 3 ( 1 cement : 3 coarse sand ) 12mm thick finished with a floating coat ofneat cement complete as per standard designand drawings.

a) 18.35.1 With F.P.S. bricks 9 Each 12866.45 1,15,798.05

SIGN. OF BIDDERBOQ/fire fighting

Page 13 of 18 NPCC LTD.,

Page 158: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

TOTAL OF FIRE HYDRANT SYSTEMCARRIED OVER TO SUMMARY

20,42,939.65

4.0 SPRINKLER SYSTEM

4.01 Providing and laying M.S (Class 'C') pipeIS:1239 marked including all accessoriessuch as screwed/welded flanges, tees,reducers etc. conforming to IS standardscomplete including painting, welding,jointing and neoprene gaskets, nuts, bolts etc.as required.

a) MS Pipes complete with painting, wrappingand coating of the pipes as per IS:10211 inall kinds of soil at a depth 1.5 m includingexcavation and refilling the trench allcomplete.

i) N.S.I. 150 mm dia (IS : 1239) (Class 'C') 160 Metre 2083.00 3,33,280.00

4.02 Providing and fixing MS (Class 'C')) PipeIS:1239 marked including all forged fittingsand accessories such as screwed/weldedflanges, tees, reducers etc. completeincluding painting, welding, jointing andneoprene gaskets, nuts, bolts etc. as requiredof the following pipes painted with one coatof primer & two coats of post office redenamel paint fixed in ceiling, walls,coloumns for all heights with hangers,supports and fasteners all as per drawingincluding chasing of walls/columns/ceilingsetc. and making good the same complete asrequired (for Sprinkler System).

a) N.S.I. 25 mm dia (IS : 1239) (Class 'C') 2040 Metre 272.00 5,54,880.00

b) N.S.I. 32mm dia (IS : 1239) (Class 'C') 175 Metre 353.00 61,775.00

c) N.S.I. 40 mm dia (IS : 1239) (Class 'C') 160 Metre 409.00 65,440.00

d) N.S.I. 50 mm dia (IS : 1239) (Class 'C') 110 Metre 551.00 60,610.00

e) N.S.I. 65 mm dia (IS : 1239) (Class 'C') 190 Metre 700.00 1,33,000.00

f) N.S.I. 80mm dia (IS : 1239) (Class 'C') 145 Metre 859.00 1,24,555.00

SIGN. OF BIDDERBOQ/fire fighting

Page 14 of 18 NPCC LTD.,

Page 159: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

g) N.S.I. 100 mm dia (IS : 1239) (Class 'C') 125 Metre 1230.00 1,53,750.00

h) N.S.I. 150 mm dia (IS : 1239) (Class 'C') 190 Metre 1798.00 3,41,620.00

4.03 Providing testing and commissioning ofInstallation Control Valve inclusive of :i)150 mm dia Sluice Valveii) Alarm Valve with Water Motor Gong

N.S.I. iii) Pressure gauge and other miscellaneousValves and fittings as required.

1 Set 38619.00 38,619.00

4.04 N.S.I. Providing and fixing Pressure Gauges onSprinkler Headers including ball valve andpipe stem complete as required.

1 Each 1196.00 1,196.00

4.05 Providing, fixing, testing & commissioningof sprinkler heads of the following type :

a) N.S.I. Pendent type (Quick response) 437 Each 430.00 1,87,910.00

b) N.S.I. Upright type (Quick response) 233 Each 430.00 1,00,190.00

4.06 N.S.I. Providing and fixing air release valve with250 dia air vessels at the top of Risers.

1 Each 3643.00 3,643.00

4.07 Providing and fixing Fire Brigade Inlet toHydrant outside the Building with Butterflyvalve and non return valve complete in allrespects :

a) N.S.I. Two way 1 Each 12354.00 12,354.00

4.08 N.S.I. Providing and fixing gun metal dial typepressure gauge (150 mm dia) of rating 0-10kg./cm2 with gun metal isolating cock pigand connecting pipe.

1 Each 1196.00 1,196.00

SIGN. OF BIDDERBOQ/fire fighting

Page 15 of 18 NPCC LTD.,

Page 160: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

4.09 Providing and fixing full bore type flowswitch suitable for minimum 60 lpm flowrate.

a) N.S.I. 150mm dia 3 Each 3935.00 11,805.00

4.10 N.S.I. Providing, fixing, testing and commissioningof main control fire alarm panel suitable for6 zones sprinkler system complete withindivisual indication for each zone withLED, Piezo Sounder and Acknowledgefacility.

1 Each 18391.00 18,391.00

4.11 N.S.I. Providing and laying 2 x 2.5 sq mm copperconductor XLPE insulated PVC sheathed 1.1KV grade armoured cable for connecting firealarm Panel to flow switch.

250 Metre 143.00 35,750.00

4.12 Providing and fixing cast iron Butterfly valveof the following size PN-16 complete withbolts, nuts, washers and neoprene gaskets asper specifications.

a) N.S.I. 150 mm dia 2 Each 6916.00 13,832.00

b) N.S.I. 80 mm dia 2 Each 3849.00 7,698.00

4.13 Providing and fixing lever operated gunmetal ball valve with SS ball.

a) N.S.I. 50 mm dia 3 Each 4526.00 13,578.00

4.14 Providing and fixing cast iron dual platewafer type non return valves of PN1.6including nuts, bolts,1.5mm thickcompressed asbestos gasket includingmatching flanges as per table"E"complete.

a) N.S.I. 150 mm dia 1 Each 27824.00 27,824.00

TOTAL OF SPRINKLER SYSTEMCARRIED OVER TO SUMMARY

23,02,896.00

SIGN. OF BIDDERBOQ/fire fighting

Page 16 of 18 NPCC LTD.,

Page 161: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

5.0 FIRE EXTINGUISHERS

5.01 Providing and fixing ABC powder storedpressure type fire extinguishers consisting ofwelded MS cylindrical body, squeeze leverdischarge valve fitted with pressureindicating gauge internal discharge tube, 30cms long high pressure discharge hose,discharge nozzle, suspension bracket,conforming to ISI finished externally withred enamel paint and fixed to wall withbrackets complete with internal charge.

a) N.S.I. Capacity 5 kg. IS 13849 16 Each 2063.00 33,008.00

5.02 Providing and fixing Carbon-di-oxide fireextinguishers consisting of welded M.Scylinderical body,squeeze lever dischargevalve fitted with internal dischargetube,30cms long high pressure discharge hose,discharge nozzle, suspension bracket,confirming to IS : 2878 finished externallywith red enamel paint and fixed to wallwith brackets with rawl plug/dash fastenerscomplete with internal charge.

a) N.S.I. Capacity 4.5 kg. I.S.I. Marked. 1 Each 29899.00 29,899.00

5.03 Providing and fixing mechanical foamtype(ISI marked) fire extinguishersconsisting of welded M.S. cylindrical bodysqueeze lever discharge valve 30 cm longhigh pressure discharge hose, dischargenozzle suspension bracket ISI marked as perIS 933 finished externally with red enamelpaint and fixed to wall with bracketscomplete with internal charger.

a) N.S.I. 50 litres capacity (trolly mounted) IS 10204 1 Each 11201.00 11,201.00

SIGN. OF BIDDERBOQ/fire fighting

Page 17 of 18 NPCC LTD.,

Page 162: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh

SR. NO DSR-2012

ITEM DESCRIPTION QUANTITY

UNIT RATE in Rs.

AMOUNT in Rs.

5.04 Providing and fixing carbon-di-oxide fireextingushers trolley mounted with allaccessories internal discharge tube, highpressure discharge hose, discharge nozzle,suspension bracket, ISI marked as perIS:2878 finished externally with red enamelpaint and fixed to wall with bracketscomplete with internal charge.

a) N.S.I. Capacity 22.5 kg. IS 2878 1 Each 23222.00 23,222.00

TOTAL OF FIRE EXTINGUISHERSCARRIED OVER TO SUMMARY

97,330.00

SIGN. OF BIDDERBOQ/fire fighting

Page 18 of 18 NPCC LTD.,

Page 163: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

S. NO.DESCRIPTION QUAN

TITY UNIT RATE in

Rs. AMOUNT in

Rs.

1.0 POWER DISTRIBUTION BOARDS 11,25,306.00

2.0 LT CABLE AND ACCESSRIES 14,80,136.60

3.0 EARTHING & LIGHTENING PROTECTION 4,11,847.00

4.0 INTERNAL ELECTRIFICATION WORKS : 44,00,247.90

5.0 LOW CURRENT SERVICES 2,63,375.00

6.0 FIRE ALARM SYSTEM 17,18,854.00

TOTAL 93,99,766.50

DSR BASED ITEMS 19,02,690.50 Add Cost index over DSR items @28.47% 5,41,695.99

NON DSR ITEMS 74,97,076.00

TOTAL 99,41,462.49

CONSTRUCTION OF SILVER JUBLIEE HALL FOR NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH.

SUMMARY OF ELECTRICAL WORKS

SIGN. OF BIDDERBOQ/ElectricalPage 1 of 35 NPCC LTD.,

Page 164: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

1.0 POWER DISTRIBUTION BOARDS (415V AC, 3 phase, 4 wire, 50 Hz)Supply, unloading, shifting to foundation,assembly,testing & commissioning of FDB thiswill be floor mounted, free standing, indoor duty,dust proof, vermin proof, front operated,electrical panel fabricated as per specificationslaid in this document and will be complete withthe main and auxiliary bus bars, interconnection,earth bus and will be powder coated finish with70 micron thickness. This panel shall be for 415V AC, 3 phase, 50 Hz, 3 phase 4 wire supplysystem. Each incoming breaker will havemicroprocessor based releases and all outgoingbreaker will have minimum electrostatic releasesor mention as mention in BOQ. The Panel will bemade as per detailed specifications & drawingsforming part of this document.

(Each MCCB will be variable current settingfrom front, with front extended lockable handle,pad lockable in off position, indication light forON, shrouding on incomer side, termination shallbe suitable for aluminium bus bars.)

1.1 FLOOR DISTRIBUTION PANEL :Supply, unloading, installation at correct place,testing & commissioning of Floor distributionpanels. The Panel will be made as per detailedspecifications & drawings forming part of thisdocument.A minimum derating factor must be taken forcalculation of bus bar sizes. The bus bar size afterderating shall be equal to the ampere given in theBOQ The conductivity of bus bar shall not be lessthan 58% and earth bus size shall be minimum10% of phase bus bar. Each MCCB shall havefront extended operating handle, door interlockedwith handle,Variable current setting from front,indication lights for ON, shrouding for incomerside. All 3 pole MCCB 's will have isolableneutral.

1.1.1 FDB - L&P (Ics - 35KA)A INCOMER

SIGN. OF BIDDERBOQ/ElectricalPage 2 of 35 NPCC LTD.,

Page 165: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

i) 1No. Incomer 800Amps TPN feeder having 800ATP MCCB with microprocessor based overcurrent, short circuit and earth fault releases withisolable neutral & ON/OFF indications.

ii) 1 no. ON/OFF indication.iii) 3nos. phase indication lights to show the

incoming power with control MCB.iv) 1 no. ammeter & ammeter selector switch with

matching cast resin CT's.v) 1 no. voltmeter, 1 no. VSSvi) 1 no. APFCR relay with matching cast resin CT.

B BUS BAROne set of TPN, Al. bus bar rated 900 Amps(after considering necessary deratings) for phasesand neutral for half capacity of phases.

C OUTGOING : Ics = 25KAi) 2 Nos. 630 Amps TPN feeder each having

630A,TP+IN, MCCB with ON indication.

ii) 1 No. 400 Amps TPN feeder having400A,TP+IN, MCCB with ON indication.

iii) 2 Nos. 200 Amps TPN feeder each having200A,TP+IN, MCCB with ON indication.

iv) 1 No. 160 Amps TPN feeder having160A,TP+IN, MCCB with ON indication.

v) 1 Nos. 125 Amps TPN feeder having125A,TP+IN, MCCB with ON indication.

vi) 1 Nos. 100 Amps TPN feeder having100A,TP+IN, MCCB with ON indication.

vii) 15 Nos. 63 Amps TPN feeder each having63A,TP+IN, MCCB with ON indication.

D MR 1 set of complete wiring 1 No ######### 5,79,802.00

1.2 UPS Output Panel for 40 KVA

SIGN. OF BIDDERBOQ/ElectricalPage 3 of 35 NPCC LTD.,

Page 166: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

A INCOMERi) 1 No. incomer of 125 Amps TP MCCB with

thermal magnetic releases for short circuit andover current with isolable neutral (servicebreaking short circuit rating of 10 KA, attachedwith all accessories to make it complete in everyrespect.

B BUS BAROne set of TPN, CU. bus bar rated 200 Amps(after considering necessary deratings) for phasesand neutral for half capacity of phases.

C OUTGOING : Ics =10KAi) 6 Nos. 40Amp TPN feeder each having 40A DP

MCB "C" curve.ii) 4 Nos. 63Amp TPN feeder each having 63A TP

MCB"C" curve.

D MR 1 set of complete wiring 1 No. 55,530.00 55,530.00

1.3 245KVAR CAPACITOR PANELS(3x50KVAR + 3x25 KVAR + 2x10KVAR)THESE CAPACITOR VALUES SHOULD BENET AT 415V AND ACCORDINGLYCAPACITORS SHALL BE DERATED AT525V TO PROVIDE NET VALUES AT415VOLT.

- Supply, unloading, shifting to foundation,assembly & commissioning of 245KVAR at415V capacitor panel having 1 no. incomer 630Amps TP MCCB with thermal magnetic shortcircuit, over current release incomer. Incomer tohave 3 control fuses, 3 phase indicating lights forincoming power, 1 Volt meter 0-500 V, 96 sqmmwith volt meter selector switch, 1 no. auto manualselector switch, 3 Nos. of CT's, PF meter andone no. three phase automatic power factorcontroller with display of all parametrs andsuitable 15 VA CT’s.

- One set of alm. TPN bus bar systems rated for700A for phases and neutral after taking allderating factors.

SIGN. OF BIDDERBOQ/ElectricalPage 4 of 35 NPCC LTD.,

Page 167: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

- 2 nos x 10 KVAR capacitor banks each 10KVAR (should offer net capacitance of 10KVAR at 415V after derating at 525V capacitor)section will have 63A HRC fuse with base, with 1no of 40amps TP contactor, net 15 KVAR heavyduty capacitor rated at 415V, 1 set lightsON/OFF, 1 set of ON/OFF push buttons, 1 no.CT operated ammeter 0-60 amps.

- 3 nos x 25 KVAR capacitor banks each 25KVAR (should offer net capacitance of 25KVAR at 415V after derating at 525V capacitor)section will have 100A HRC fuse with base, with1 no of 70amps TP contactor, net 25 KVARheavy duty capacitor rated at 415V, 1 set lightsON/OFF, 1 set of ON/OFF push buttons, 1 no.CT operated ammeter 0-100 amps.

- 3 nos x 50 KVAR capacitor banks each 50KVAR (should offer net capacitance of 50KVAR at 415V after derating at 525V capacitor)section will have 160A HRC fuse with base, with1 no of 110amps TP contactor, net 50 KVARheavy duty capacitor rated at 415V, 1 set lightsON/OFF, 1 set of ON/OFF push buttons, 1 no.CT operated ammeter 0-160 amps.

- Each capacitor bank shall be able to operate ineither manual or auto mode individually through8 steps APFC relay and separately in auto mode.Actual capacitance value will be high at 525Vand each capacitors should be derated to offervalue given above at 415V.

- MR 1 set of complete wiring 1 No. ######### 4,89,974.00

TOTAL OF 1.0 Power Distribution Board11,25,306.00

2.0 LT CABLE AND ACCESSRIES

SIGN. OF BIDDERBOQ/ElectricalPage 5 of 35 NPCC LTD.,

Page 168: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

2.1 SUPPLY OF L.T. CABLE:

2.1.1 Supplying of following sizes of 1.1 KV grademulticore aluminium/ copper conductor XLPEinsulated armoured/ unarmoured cableconforming to IS:7098 (Part - I) complete with allamendments etc. as required.

a) M.R 3 C X 2.5 Sq.mm Cu. PVC arm. 25 Mtrs. 220.00 5,500.00

b) M.R 3 C X 4 Sq.mm Cu. PVC arm. 15 Mtrs. 314.00 4,710.00

c) M.R 3 C X 6 Sq.mm Cu. PVC arm. 225 Mtrs. 428.00 96,300.00

d) M.R 4 C X 10 Sq.mm Al. XLPE arm. 240 Mtrs. 211.00 50,640.00

e) M.R 4 C X 16 Sq.mm Al. XLPE arm. 660 Mtrs. 233.00 1,53,780.00

f) M.R 4 C X 25 Sq.mm Al. XLPE arm. 100 Mtrs. 312.00 31,200.00

g) M.R 3.5 C X 35 Sq.mm Al. XLPE arm. 20 Mtrs. 345.00 6,900.00

h) M.R 3.5 C X 70 Sq.mm Al. XLPE arm. 10 Mtrs. 626.00 6,260.00

i) M.R 3.5 C X 95 Sq.mm Al. XLPE arm. 100 Mtrs. 768.00 76,800.00

j) M.R 3.5 C X 150 Sq.mm Al. XLPE arm. 50 Mtrs. 1,151.00 57,550.00

k) M.R 3.5 C X 185 Sq.mm Al. XLPE arm. 40 Mtrs. 1,402.00 56,080.00

l) M.R 1 C X 35 Sq.mm Cu. PVC sheathed unarm. 90 Mtrs. 2,706.00 2,43,540.00

m) M.R 1 C X16 Sq.mm Cu. PVC sheathed unarm. 20 Mtrs. 574.00 11,480.00

SIGN. OF BIDDERBOQ/ElectricalPage 6 of 35 NPCC LTD.,

Page 169: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

2.2 LAYING OF LT CABLES

2.2.1 LT Cable Laying

2.2.1.1 Laying and fixing of one number PVC insulatedand PVC sheathed/XLPE power cable of 1.1 KVgrade, of following sizes on cable tray asrequired:-

a) DSR 7.8.1

Upto 35 sq. mm1000 Mtrs. 16.50 16,500.00

b) DSR 7.8.2

Exceeding 35 sq. but not exceeding 95 sq. mm100 Mtrs. 38.50 3,850.00

c) DSR 7.8.3

Exceeding 95 sq. but not exceeding 185 sq. mm90 Mtrs. 47.50 4,275.00

d) DSR 7.8.4

Exceeding 185 sq. but not exceeding 400 sq. mm20 Mtrs. 72.50 1,450.00

2.2.1.2 Laying and fixing of one number PVC insulatedand PVC sheathed/XLPE power cable of 1.1 KVgrade, of following sizes on wall surface asrequired:-

a) DSR 7.7.1

Upto 35 sq. mm315 Mtrs. 19.50 6,142.50

b) DSR 7.7.2

Exceeding 35 sq. but not exceeding 95 sq. mm20 Mtrs. 60.00 1,200.00

2.3 END TERMINATION OF LT CABLE :

2.3.1 Supply and making end termination with brasscompression glands and aluminium / copper lugsfor PVC insulated and PVC sheathed aluminium /copper conductor cable of 1.1 KV grade of thefollowing sizes as required:-

a) M.R 3 C X 2.5 Sq.mm Cu. PVC arm. 2 Sets 181.00 362.00

b) M.R 3 C X 4 Sq.mm Cu. PVC arm. 2 Sets 203.00 406.00

c) M.R 3 C X 6 Sq.mm Cu. PVC arm. 6 Sets 251.00 1,506.00

SIGN. OF BIDDERBOQ/ElectricalPage 7 of 35 NPCC LTD.,

Page 170: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

d) DSR 9.1.32

4 C X 10 Sq.mm Al. XLPE arm.8 Sets 146.00 1,168.00

e) DSR 9.1.33

4 C X 16 Sq.mm Al. XLPE arm.22 Sets 188.00 4,136.00

f) DSR 9.1.34

4 C X 25 Sq.mm Al. XLPE arm.2 Sets 192.00 384.00

g) DSR 9.1.10

3.5 C X 35 Sq.mm Al. XLPE arm.2 Sets 204.00 408.00

h) DSR 9.1.12

3.5 C X 70 Sq.mm Al. XLPE arm.2 Sets 269.00 538.00

i) DSR 9.1.13

3.5 C X 95 Sq.mm Al. XLPE arm.2 Sets 321.00 642.00

j) DSR 9.1.15

3.5 C X 150 Sq.mm Al. XLPE arm.4 Sets 447.00 1,788.00

k) DSR 9.1.16

3.5 C X 185 Sq.mm Al. XLPE arm.4 Sets 605.00 2,420.00

l) M.R 1 C X 35 Sq.mm Cu. PVC sheathed unarm. 18 Sets 179.00 3,222.00

m) M.R 1 C X16 Sq.mm Cu. PVC sheathed unarm. 2 Sets 169.00 338.00

2.4 MASONARY CABLE ACCESS CHAMBER

2.4.1 DSR Civil

(2012) 18.33

Constructing masonry Chamber 60x60x75 cminside, in brick work in cement mortar 1:4 (1cement : 4 coarse sand) for sluice valve, with C.I.surface box 100mm top diameter, 160 mm bottomdiameter and 180 mm deep ( inside) with chainedlid and RCC top slab 1:2:4 mix (1 cement : 2coarse sand : 4 graded stone aggregate 20mmnominal size) , i/c necessary excavation,foundation concrete 1:5:10 (1 cement : 5 finesand : 10 graded stone aggregate 40 mm nominalsize) and inside plastering with cement mortar 1:3(1 cement : 3 coarse sand) 12 mm thick, finishedwith a floating coat of neat cement complete asper standard design :

SIGN. OF BIDDERBOQ/ElectricalPage 8 of 35 NPCC LTD.,

Page 171: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT 18.33.

1With common burnt clay F.P.S.(non modular)bricks of class designation 7.5 4 Nos. 5,392.90 21,571.60

SIGN. OF BIDDERBOQ/ElectricalPage 9 of 35 NPCC LTD.,

Page 172: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

2.4.2 DSR Civil

(2012) 18.34

Constructing masonry Chamber 90x90x100 cminside, in brick work in cement mortar 1:4 (1cement : 4 coarse sand) for sluice valve, with C.I.surface box 100 mm top diameter, 160 mmbottom diameter and 180 mm deep (inside) withchained lid and RCC top slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mmnominal size ), i/c necessary excavation,foundation concrete 1:5:10 (1 cement : 5 finesand : 10 graded stone aggregate 40 mm nominalsize ) and inside plastering with cement mortar1:3 (1 cement : 3 coarse sand) 12 mm thick,finished with a floating coat of neat cementcomplete as per standard design :

5 Nos. 9,277.10 46,385.50 18.34.

1With common burnt clay F.P.S.(non modular) bricks of class designation 7.5

2.5 MS CABLE TRAYS & PIPES:

2.5.1 Supplying and installing following size ofperforated pre painted M.S. cable trays withperforation not more than 17.5%, in convenientsections, joined with connectors, suspended fromthe ceiling with M.S. suspenders including bolts& nuts, painting suspenders etc as required.

a) MR 50 mm. width x 50 mm. depth x 1.6 mm.thickness 400 Mtrs. 350.00 1,40,000.00

b) DSR 4.1.1

100 mm. width x 50 mm. depth x 1.6 mm.thickness 10 Mtrs. 405.00 4,050.00

c) DSR 4.1.2

150 mm. width x 50 mm. depth x 1.6 mm.thickness 310 Mtrs. 464.00 1,43,840.00

d) DSR 4.1.4

300 mm. width x 50 mm. depth x 1.6 mm.thickness 75 Mtrs. 677.00 50,775.00

e) DSR 4.1.6

450 mm. width x 50 mm. depth x 2 mm. thickness30 Mtrs. 974.00 29,220.00

SIGN. OF BIDDERBOQ/ElectricalPage 10 of 35 NPCC LTD.,

Page 173: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

2.5.2 Supplying and installing following size ofperforated pre painted M.S. cable trays bendswith perforation not more than 17.5%, inconvenient sections, joined with connectors,suspended from the ceiling with M.S. suspendersincluding bolts & nuts, painting suspenders etc asrequired.

a) DSR 4.2.1

100 mm. width x 50 mm. depth x 1.6 mm.thickness 4 No. 678.00 2,712.00

b) DSR 4.2.2

150 mm. width x 50 mm. depth x 1.6 mm.thickness 10 No. 790.00 7,900.00

c) DSR 4.2.4

300 mm. width x 50 mm. depth x 1.6 mm.thickness 6 No. 1,197.00 7,182.00

d) DSR 4.2.6

450 mm. width x 50 mm. depth x 2 mm. thickness4 No. 1,751.00 7,004.00

2.5.3 Supplying and installing following size ofperforated pre painted M.S. cable trays reducerswith perforation not more than 17.5%, inconvenient sections, joined with connectors,suspended from the ceiling with M.S. suspendersincluding bolts & nuts, painting suspenders etc asrequired.

a) DSR 4.3.1

100 mm. width x 50 mm. depth x 1.6 mm.thickness 4 No. 936.00 3,744.00

b) DSR 4.3.2

150 mm. width x 50 mm. depth x 1.6 mm.thickness 8 No. 1,108.00 8,864.00

c) DSR 4.3.4

300 mm. width x 50 mm. depth x 1.6 mm.thickness 7 No. 1,713.00 11,991.00

d) DSR 4.3.6

450 mm. width x 50 mm. depth x 2 mm. thickness2 No. 2,517.00 5,034.00

SIGN. OF BIDDERBOQ/ElectricalPage 11 of 35 NPCC LTD.,

Page 174: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

2.5.4 Supplying and installing following size ofperforated pre painted M.S. cable trays Tee's withperforation not more than 17.5%, in convenientsections, joined with connectors, suspended fromthe ceiling with M.S. suspenders including bolts& nuts, painting suspenders etc as required.

b) DSR 4.4.2

150 mm. width x 50 mm. depth x 1.6 mm.thickness 2 No. 1,408.00 2,816.00

c) DSR 4.4.4

300 mm. width x 50 mm. depth x 1.6 mm.thickness 2 No. 2,228.00 4,456.00

d) DSR 4.4.6

450 mm. width x 50 mm. depth x 2 mm. thickness1 No. 3,282.00 3,282.00

2.5.5 Supplying and installing following size ofperforated pre painted M.S. cable trays crossmembers with perforation not more than 17.5%,in convenient sections, joined with connectors,suspended from the ceiling with M.S. suspendersincluding bolts & nuts, painting suspenders etc asrequired.

a) DSR 4.5.1

100 mm. width x 50 mm. depth x 1.6 mm.thickness 2 No. 549.00 1,098.00

b) DSR 4.5.2

150 mm. width x 50 mm. depth x 1.6 mm.thickness 3 No. 626.00 1,878.00

c) DSR 4.5.4

300 mm. width x 50 mm. depth x 1.6 mm.thickness 2 No. 945.00 1,890.00

d) DSR 4.5.6

450 mm. width x 50 mm. depth x 2 mm. thickness1 No. 1,378.00 1,378.00

SIGN. OF BIDDERBOQ/ElectricalPage 12 of 35 NPCC LTD.,

Page 175: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

2.5.6 Supply, fabrication and installation of pregalvanised factory built in ladder type cabletrays complete with all bends, tees, crossmember, reducers etc. with rungs at every 250mmspacing of various width in two tier/three/ fivetier fashion either on one side of the wall or ontwo sides of the wall or at other places and paintafterward if required. (All bends & tees shall beof factory built-in of same make as that of tray)

a) M.R 300 mm tray, 2.0 mm thick, (25x75x25 sidechannel) (rung - 15 x35 x 15 mm) 5 Mtrs. 436.00 2,180.00

b) M.R 450mm tray, 2.0 mm thick, (25x75x25 sidechannel) (rung - 15 x35 x 15 mm) 10 Mtrs. 541.00 5,410.00

2.5.7 Cable Tray Support

a) M.R Supply, fabrication and installation of hangersand supports for cable trays of various width inone/two/three tier fashion either on one side ofthe wall or on two sides of the wall/column/trussor at other places as required as per drawing. Thework involves design of support system,fabrication of clamps, hooks, suspension rod orstrip painted with two coats of red oxide and onecoat afterward with paint as per the approvedcolour. Before fabricating, the contractor has toget the cable support design approved from thesite – engineer/consultant.

1000 Kgs. 114.00 1,14,000.00

TOTAL OF 2.0 LT Cables & Accessories14,80,136.60

3.0 EARTHING & LIGHTENING PROTECTION

3.1 EARTHING :

SIGN. OF BIDDERBOQ/ElectricalPage 13 of 35 NPCC LTD.,

Page 176: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

3.1.1 GI Earthing

a) DSR 5.2Earthing with G.I. earth pipe 4.5mtr. Long 40mmdia including accessories and providing masonaryenclosure with cover plate having lockingarrangement and watering pipe etc. with charcoaland salt as required. 2 Set 3,385.00 6,770.00

b) DSR 5.4Earthing with Gl earth plate 600mm x 600mm x6mm thick including accessories and providingmasonry enclosure with cover plate havinglocking arrangement and watering pipe etc. withcharcoal or coke and salt complete as required.

2 Set 3,996.00 7,992.00

3.2 Copper Earthing

a) DSR 5.6Earthing with Copper earth plate 600mm x600mm x 3mm thick including accessories andproviding masonry enclosure with cover platehaving locking arrangement and watering pipe of2.7 metre long etc. with charcoal or coke and saltas required. 1 Sets. 8,559.00 8,559.00

SIGN. OF BIDDERBOQ/ElectricalPage 14 of 35 NPCC LTD.,

Page 177: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

3.3 Maintenance Free Chemical Earthing

MR Supply, installation, testing and commissioning of Maintenance Free Gel Earthing or equivallent-Dual Pipe (G.I) Technology of 3 mtr long80/100 mm dia with the lead terminal at top filledwith special earth inhenceing compound forlowering the effective ground impedence value toless than one ohm and ensuring that it should beless than one ohm by adding more earthing pits asa combined sets.The earthing inhancementcompound shall boost moisture to retain themoisture duly tested & certified by CPRI &CETL Laboratory.Incase more earthing pits areadded then interconnecting these pits shall beincluded in this item

4 Nos 12,355.00 49,420.00

3.4 MR Providing and fixing 50 mm x 6mm GI strip onsurface/cable tray or in recess for connections etc.as required. 100 Mtrs. 271.00 27,100.00

3.5 MR Providing and fixing 40 mm x 6mm GI strip onsurface/cable tray or in recess for connections etc.as required. 10 Mtrs. 239.00 2,390.00

3.6 MR Providing and fixing 25 mm x 5mm GI strip onsurface/cable tray or in recess for connections etc.as required. 150 Mtrs. 148.00 22,200.00

3.7 DSR 5.15

Providing and fixing 25 mm x 3mm GI strip onsurface/cable tray or in recess for connections etc.as required. 600 Mtrs. 120.00 72,000.00

3.8 DSR 5.16

Providing and fixing 6 SWG dia GI Wire onsurface or in recess for loop earting as required.

200 Mtrs. 30.00 6,000.00

SIGN. OF BIDDERBOQ/ElectricalPage 15 of 35 NPCC LTD.,

Page 178: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

3.9 HUME PIPEProviding and lying non-pressure NP2 class (lightduty) R.C.C. pipes with collars jointed with stiffmixture of cement mortar in the proportion of 1:2(1cement :2 fine sand) including testing of jointetc. complete :

a) DSR 14.14.

2

150mm dia R.C.C. pipe

10 Mtrs. 328.00 3,280.00

3.10 LIGHTENING PROTECTION :

3.10.1 MR Supply,installation,testing and commissioning ofEarly Streamer Emission type LightningProtection complete with the Lightning AirTerminal- Configured as a Spheroid which iscomprised of separate electrically isolated 4panels surrounding an Earthed Central Finial. TheInsulation material used to electrically isolate thepanels shall be comprised of a base polymerwhich provides high Ozone & UV resistance witha di-electric strength of 24-38 kv/mm & ESEterminal shall withstand a minimum SwitchingImpulse Voltage of 500 KV tested as per NFC 17-102 to be installed at the top & Centre of thebuilding & Lift room. The terminal shall offerlevel 1 protection of minimum 65mtr. radius.

1 Nos. ######### 1,33,730.00

3.10.2 MR Supply, installation, testing and commissioning of Mast (G.I. Mast) for mounting the terminal &adaptor to mount the Air Terminal with Coupler,wires, supporting stray wire etc. 1 Nos. 8,721.00 8,721.00

3.10.3 MR Supply, installation, testing and commissioning of Lightning Strike recorder( 6 digits Display) of non-resettable type in an IP 67 enclosure with theminimum sensitivity of 1500 A & capacity of 150KA ( 8/20 microsec waveform) tested as per IEC60-1:189

1 Nos. 13,809.00 13,809.00

SIGN. OF BIDDERBOQ/ElectricalPage 16 of 35 NPCC LTD.,

Page 179: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

3.10.4 MR Supply, installation, testing and commissioning of Maintenance Free Gel Earthing or equivallent-Dual Pipe (G.I) Technology of 3 mtr long80/100 mm dia with the lead terminal at top filledwith special earth inhenceing compound forlowering the effective ground impedence value toless than one ohm and ensuring that it should beless than one ohm by adding more earthing pits asa combined sets.The earthing inhancementcompound shall boost moisture to retain themoisture duly tested & certified by CPRI &CETL Laboratory.Incase more earthing pits areadded then interconnecting these pits shall beincluded in this item

1 Nos. 12,355.00 12,355.00

3.10.5 MR Supply,installation,testing and commissioningdown conductor of multi layered stranded cablewith voltage withstand of 200KV (Minimum sizeof Single Core 50 sq.mm Cu. Stranded insulatedcable) with necessary saddles,screws and allaccessories complete in every way.

40 Mtr. 829.00 33,160.00

3.10.6 MR Supply,installation,testing and commissioning ofTest Link Joint Kit in a IP 55 weather proofenclosure of suitable dimension. 1 Nos. 4,361.00 4,361.00

TOTAL OF 3.0 EARTHING & LIGHTINGPROTECTION 4,11,847.00

4.0 INTERNAL ELECTRIFICATION WORKS :

4.1 POINT WIRING IN STEEL CONDUIT:

4.1.1 DSR- 1.3.3

Group C

Wiring for light point/ fan point/ exhaust fanpoint/ call bell point with 1.5 sq.mm FR PVCinsulated copper conductor single core cable insurface / recessed steel conduit, with modularswitch, modular plate, suitable GI box andearthing the point with 1.5 sq.mm. FR PVCinsulated copper conductor single core cable etcas required. 155 Points 937.00 1,45,235.00

SIGN. OF BIDDERBOQ/ElectricalPage 17 of 35 NPCC LTD.,

Page 180: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

4.1.2 MR Wiring for light point/ fan point/ exhaust fanpoint/ call bell point with 1.5 sq.mm FR PVCinsulated copper conductor single core cable insurface / recessed steel conduit, with MCB,suitable GI box and earthing the point with 1.5sq.mm. FR PVC insulated copper conductorsingle core cable etc as required. (excluding MCB cost) 90 Points 1,103.00 99,270.00

4.1.3 MR Wiring for loop light point/ fan point/ exhaust fanpoint/ call bell point with 1.5 sq.mm FR PVCinsulated copper conductor single core cable insurface / recessed steel conduit, with modularswitch, modular plate, suitable GI box andearthing the point with 1.5 sq.mm. FR PVCinsulated copper conductor single core cable etcas required. 625 Points 958.00 5,98,750.00

4.1.4 DSR- 1.4

Wiring for twin control light point with 1.5sq.mm FR PVC insulated copper conductorsingle core cable in surface / recessed steelconduit,2 way modular switch, modular plate,suitable GI box and earthing the point with 1.5sq.mm. FR PVC insulated copper conductorsingle core cable etc as required.

6 Points 990.00 5,940.00

4.1.5 MR Wiring for loop twin control light point with 1.5sq.mm FR PVC insulated copper conductorsingle core cable in surface / recessed steelconduit,2 way modular switch, modular plate,suitable GI box and earthing the point with 1.5sq.mm. FR PVC insulated copper conductorsingle core cable etc as required.

6 Points 1,028.00 6,168.00

4.2 CIRCUIT & SUBMAINS WIRING:

4.2.1 DSR- 1.5

Wiring for light/ power plug with 2 x 4 sq. mmFR PVC insulated copper conductor single corecable in surface/ recessed steel conduit alongwith1 No 4 sq.mm FR PVC insulated copperconductor single core cable for loop earthing asrequired.(6/16A Socket wiring)

100 Mtrs. 230.00 23,000.00

SIGN. OF BIDDERBOQ/ElectricalPage 18 of 35 NPCC LTD.,

Page 181: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

4.2.2 DSR- 1.6

Wiring for light / power plug with 4 x 4 sq. mmPVC insulated FR copper conductor single corecable in surface / recessed steel conduit alongwith 2 Nos. 4 Sq.mm FR PVC insulated copperconductor single core cable for loop earthing asrequired.(6/16A Power point wiring)

75 Mtrs. 359.00 26,925.00

4.2.3 Wiring for circuit/ submain wiring alongwithearth wire with the following size of FR Pvcinsulated copper conductor, single core cable insurface/recessed steel conduit as required.

a) DSR- 1.7.1

2 x 1.5 sq. mm + 1 x 1.5 Sq. mm for earth wire200 Mtrs. 173.00 34,600.00

b) DSR- 1.7.2

2 x 2.5 sq. mm + 1 x 2.5 Sq. mm for earth wire1000 Mtrs. 198.00 1,98,000.00

c) DSR- 1.7.7

4 x 2.5 sq. mm + 2 x 2.5 Sq. mm for earth wire50 Mtrs. 296.00 14,800.00

d) DSR- 1.7.4

2 x 6 sq. mm + 6 Sq. mm for earth wire 50 Mtrs. 298.00 14,900.00

e) DSR- 1.7.9

4 x 6 sq. mm + 2 x 6 Sq. mm for earth wire 50 Mtrs. 483.00 24,150.00

4.3 Supplying and drawing following sizes of FRPVC insulated copper conductor, single core inthe existing surface/ recessed steel/ PVC conduitas required.

4.3.1 (6A light Socket Wiring etc.)

4.3.1.1 DSR 1.17.3

3 x 1.5 sq. mm (Loop Point)300 Mtrs. 50.00 15,000.00

4.3.1.2 DSR 1.17.1

2

3 x 2.5 sq. mm (First Point)

250 Mtrs. 74.50 18,625.00

4.3.2 (Fire Alarm System Wiring etc.)

SIGN. OF BIDDERBOQ/ElectricalPage 19 of 35 NPCC LTD.,

Page 182: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

4.3.2.1 DSR 1.17.2

2 x 1.5 sq. mm 2250 Mtrs. 33.50 75,375.00

4.3.2.2 DSR 1.17.4

4 x 1.5 sq. mm 750 Mtrs. 63.50 47,625.00

4.4 CONDUITS:4.4.1 Supplying and fixing of following sizes of steel

conduit alongwith accessories in surface/ recessincuding painting in case of surface conduit, orcutting the wall and making good the same incase of recessed conduit as required.

(For Fire Alarm Wiring)a) DSR

1.20.120 mm

250 Mtrs. 123.00 30,750.00

b) DSR 1.20.2

25 mm 1500 Mtrs. 143.00 2,14,500.00

c) DSR 1.20.3

32 mm 200 Mtrs. 195.00 39,000.00

d) DSR 1.20.4

40 mm 20 Mtrs. 290.00 5,800.00

e) DSR 1.20.5

50 mm 20 Mtrs. 390.00 7,800.00

4.5 METAL BOXES:

4.5.1 Supplying and fixing of following sizes (NominalSize) on surface or in recess with suitable size ofphenolic laminated sheet cover in the frontincluding painting etc. as required:-

a) DSR 1.22.5

180 mm X 100 mm X 60 mm deep20 Nos. 108.00 2,160.00

b) DSR 1.22.8

200 mm X 150 mm X 75 mm deep5 Nos. 158.00 790.00

c) DSR 1.22.1

0

200 mm X 250 mm X 75 mm deep

5 Nos. 218.00 1,090.00

SIGN. OF BIDDERBOQ/ElectricalPage 20 of 35 NPCC LTD.,

Page 183: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

4.5.2 Supplying and fixing following size / modulesGI box along with modular base and cover platefor modular switches including necessary cadiumplated screws in recessed etc. as required.

(light plug point/ telephone/ data points)a) DSR

1.27.12 module (75 mm x 75 mm)

10 Nos. 142.00 1,420.00

b) DSR 1.27.2

3 module (100 mm x 75 mm) 45 Nos. 154.00 6,930.00

c) DSR 1.27.4

6 module (200 mm x 75 mm) 22 Nos. 221.00 4,862.00

SIGN. OF BIDDERBOQ/ElectricalPage 21 of 35 NPCC LTD.,

Page 184: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

4.6 FITTINGS AND ACCESSORIES:

4.6.1 Supplying and fixing following modular switch /socket on existing modular plate and switch boxincluding connections but excluding modularplates etc. as required.

a) DSR 1.24.1

5/6 amps switch 5 Nos. 75.00 375.00

b) DSR 1.24.2

2 way 5/6 amps switch6 Nos. 98.50 591.00

c) DSR 1.24.3

15/16 amps switch22 Nos. 109.00 2,398.00

d) DSR 1.24.4

3 pin 5/6 amp socket outlet44 Nos. 96.00 4,224.00

e) DSR 1.24.5

6 pin 15/16 amp socket outlet5 Nos. 147.00 735.00

4.6.2 S/F 20A SPN MCB industrial socket outlet :DSR 2.18

Supplying and fixing 20 amps, 240 volts, SPNindustrial type, socket outlet, with 2 pole andearth, metal enclosed plug top along with 20amps 'C' series, SP, MCB, in sheet steelenclosure, on surface or in recess, with chainedmetal cover for the socket outlet and completewith connections, testing and commissioning etc.as required. 17 Nos. 693.00 11,781.00

SIGN. OF BIDDERBOQ/ElectricalPage 22 of 35 NPCC LTD.,

Page 185: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

4.6.3 S/F 32A SPN MCB industrial socket outlet :DSR 2.18

Supplying and fixing 32 amps, 240 volts, SPNindustrial type, socket outlet, with 2 pole andearth, metal enclosed plug top along with 32amps 'C' series, SP, MCB, in sheet steelenclosure, on surface or in recess, with chainedmetal cover for the socket outlet and completewith connections, testing and commissioning etc.as required. 2 Nos. 693.00 1,386.00

4.7 DSR 1.34

Supplying and fixing Brass Batten/ Angleholder including connections etc. as required. 20 Nos. 63.00 1,260.00

4.8 DSR 1.38

Supplying and fixing Call Bell / Buzzer singlephase, 230 volts, complete as required. 20 Nos. 54.50 1,090.00

4.9 S/F light plug point modular type accessories :DSR 1.3 Supplying and fixing suitable size GI box with

modular plate and cover in front on surface or inrecess, including providing and fixing 3 pin 5/6amps modular socket outlet and 5/6 ampsmodular switch, connection, painting etc. asrequired. 55 Nos. 288.00 15,840.00

4.10 S/F power plug point modular type accessories :

DSR 1.3 Supplying and fixing suitable size GI box withmodular plate and cover in front on surface or inrecess, including providing and fixing 6 pin 15/16& 5/6 amps modular socket outlet and 15/16amps modular switch, connection, painting etc.as required. 100 Nos. 366.00 36,600.00

4.11 DSR 1.41

Installation, Testing & Commissioning ofprewired, flourescent fitting /CompactFlourscent fitting of all types complete with allacceessories and tube etc. directly on ceiling /wall, including connections with 1.5 sq. mm.PVC insulated, FR copper conductor, single core/ multi core cable etc. as required. 470 Sets. 69.50 32,665.00

SIGN. OF BIDDERBOQ/ElectricalPage 23 of 35 NPCC LTD.,

Page 186: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

4.12 MR Installation, Testing & Commissioning ofprewired, flourescent fitting /CompactFlourscent fitting of all types complete with allacceessories and tube etc. on false ceiling withthe help of GI chain wire suspended fromceiling., including connections with 1.5 sq. mm.PVC insulated, FR copper conductor, single core/ multi core cable etc. as required. 430 Sets. 165.00 70,950.00

4.13 M.R Supplying and Fixing of 25mm G.I FlexibleConduit alongwith the accessories etc asrequired . 750 Mtrs. 46.00 34,500.00

4.14 DSR CIVIL 2012 Item no:

10.18

Providing and fixing circular/ Hexagonal castiron or M.S. sheet box for ceiling fan clamp, ofinternal dia 140 mm, 73 mm height, top lid of 1.5mm thick M.S. sheet with its top surface hackedfor proper bonding, top lid shall be screwed intothe cast iron/ M.S. sheet box by means of 3.3 mmdia round headed screws, one lock at the corners.Clamp shall be made of 12 mm dia M.S. bar bentto shape as per standard drawing.

12 Nos. 117.45 1,409.40

4.15 DSR 1.45

Installation, Testing & Commissioning of Ceiling fan , including wiring the down rods of standardlength (upto 30 cm.) with 1.5 sq.mm. PVCinsulated, FR copper conductor, single core cableincluding providing and fixing phenoliclaminated sheet cover on the fan box etc. asrequired. 12 Nos. 99.00 1,188.00

4.16 DSR 1.25

Supplying and fixing Stepped type modular fanregulator on the existing modular plate &switch box including connections but excludingmodular plate etc as required. 12 Nos. 322.00 3,864.00

4.17 M.R Supplying and fixing extra conduit down rod of100 cm length G.I. pipe, 20mm dia, heavy guageincluding painting etc. as required. (Note : Morethan 5cm length shall be rounded to the nearest10cm and 5cm or less shall be ignored).

12 Nos. 186.00 2,232.00

SIGN. OF BIDDERBOQ/ElectricalPage 24 of 35 NPCC LTD.,

Page 187: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

4.18 MR Installation of Wall fan upto 600mm sweep,including making the Bracket to suit the size ofthe above fan, making good the damage,connections, testing, commissioning etc. asrequired. 30 Nos. 148.00 4,440.00

4.19 DSR 1.50

Installation of exhaust fan upto 450mm sweepin the existing opening, including making goodthe damage, connections, testing, commissioningetc. as required. 15 Nos. 163.00 2,445.00

4.20 DSR 1.51

Extra for fixing the Louvers/ shutters completewith frame for exhaust fans of all sizes.

15 Nos. 68.50 1,027.50

4.21 DSR 1.49

Numbering of ceiling fan / exhaust fan /flourescent fittings as required. 950 Nos. 19.50 18,525.00

4.23 DISTRIBUTION BOARDS & MCB's:

4.23.1 Supplying and fixing of following way, singlepole and neutral prewired, sheet steel, MCB Distribution Board, 240 volts, on surface /recess, complete with loose wire box, terminalblocks, tinned copper busbar, neutral link, earthbar, din bar, detachable gland plate,interconnections, including powder coat painting,earthing etc. as required. (Without MCB / RCCB/ Isolator).

a) DSR 2.7.4

Double Door 4 way1 Nos. 2,152.00 2,152.00

b) DSR 2.7.5

Double Door 8 way3 Nos. 2,572.00 7,716.00

4.23.2 Supplying and fixing of following way, Triplepole and neutral prewired, sheet steel, MCB distribution board, 415 volts, on surface /recess, complete with loose wire box, terminalblocks, tinned copper busbar, neutral link, earthbar, din bar, detachable gland plate,interconnections, including powder coat painting,earthing etc. as required. (Without MCB / RCCB/ Isolator).

SIGN. OF BIDDERBOQ/ElectricalPage 25 of 35 NPCC LTD.,

Page 188: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

a) DSR 2.8.6

Double Door 6 way (4+18)1 No. 8,197.00 8,197.00

b) DSR 2.8.7

Double Door 8 way (4+24)3 Nos. 8,984.00 26,952.00

c) DSR 2.8.8

Double Door 12 way (4+36)10 No. 11,042.00 1,10,420.00

4.23.3 Supplying and fixing 5 amps. to 32 amps. Rating240 volts 'C' series miniature circuit breakerof following poles in the existing MCB DBcomplete with connections, testing andcommissioning etc. as required. (Category-C)

a) DSR 2.10.1

Single pole 375 Nos. 141.00 52,875.00

4.23.4 Supplying and fixing of following rating 240/415volts 'C' series miniature circuitbreaker/MCCB of following poles in theexisting MCB DB/TAP OFF box complete withconnections, testing and commissioning etc. asrequired.

a) MR 40 Amps. Double Pole (10 KA) 3 Nos. 1,090.00 3,270.00

b) MR 63 Amps. Double Pole (10 KA) 6 Nos. 1,090.00 6,540.00

c) MR 40 Amps. Four Pole (10 KA) 2 Nos. 2,134.00 4,268.00

d) MR 40 Amps. Triple Pole (10 KA) 3 Nos. 2,134.00 6,402.00

e) MR 63 Amps. Triple Pole (10 KA) 10 Nos. 2,134.00 21,340.00

f) MR 63 Amps. Four Pole (10 KA) 1 Nos. 2,134.00 2,134.00

g) MR 63 Amps. Three Pole (15 KA) MCCB 1 Nos. 3,463.00 3,463.00

h) MR 100 Amps. Three Pole (15 KA) MCCB 1 Nos. 3,463.00 3,463.00

4.24 DSR 2.11

Supplying and fixing single pole, blanking platein the existing MCB DB complete etc. asrequired. 10 Nos. 5.50 55.00

SIGN. OF BIDDERBOQ/ElectricalPage 26 of 35 NPCC LTD.,

Page 189: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

4.25 S/F vertical type TP MCB DB :Supplying and fixing of following ways surface/recess mounting, vertical type, 415 volts, TPNMCB distribution board of sheet steel, dustprotected, duly powder panited, inclusive of 200amps tinned copper bus bar, common neutral link,earth bar, din bar for mounting MCB's (butwithout MCCB's and incomer) as required. (Note:Vertical type MCCB TPDB is normally usedwhere 3 phase outlets are required.)

a MR 6 way (4 + 18), Double door 1 Nos. 6,079.00 6,079.00

b DSR 2.5.5

8 way (4 + 24), Double door1 Nos. 4,865.00 4,865.00

4.26 Supplying and fixing following rating, doublepole, (single phase and neutral) 240 volts,residual current circuit breaker (RCCB) having asensitivity current upto 300 milliamperes in theexisting MCB DB complete with connection,testing and commissioning etc. as required.

a) DSR 2.14.2

40 amps (300mA )9 Nos. 1,394.00 12,546.00

b) DSR 2.14.3

63 amps (300mA )24 Nos. 1,824.00 43,776.00

SIGN. OF BIDDERBOQ/ElectricalPage 27 of 35 NPCC LTD.,

Page 190: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

4.27 LUMINARIES AND FIXTURES:

4.27.1 Supplying of lighting fittings/ fixtures completewith internal wiring , special electronics low lossballast/ lumilux tube/ lamp/ condenser/ starter/louvers/ reflector/cover etc. complete in everyway as required:-

a) MR 1 x 18 w Recessed downlighter CircularPHILLIPS Cat No. -FBT 150 1xPL-C/2P18W 1240/ WIPRO Cat No. -WCP 27118SGW / orEquivalent 77 Nos. 1,628.00 1,25,356.00

b) MR 2 x 18 w Recessed downlighter CircularPHILLIPS Cat No. -FBT 150 2xPL-C/2P18W 1240/ WIPRO Cat No. -WCP 27218SGW / orEquivalent 190 Nos. 2,044.00 3,88,360.00

c) MR 2 x 18 w Recessed downlighter Circular withdimmable electronics ballast.PHILLIPS Cat No. -FBT 150 2xPL-C/2P18W 1240 / WIPRO Cat No. -WCP 27218SGW / orEquivalent 50 Nos. 4,469.00 2,23,450.00

d) MR Recess mounted square-2 x 36W CFL HF ceilinglight fittingPHILLIPS Cat No. -FBS580 2xPL-L36W EBTD6 DF-WH/ WIPRO Cat No. -WVP 74236 SGA/ or Equivalent 33 Nos. 5,723.00 1,88,859.00

e) MR 2x42 watt Recessed Mounted Downlight CFL with dimmable electronics ballast.PHILLIPS Cat No. - FBH 250 2xPL-T/4P42W HF or Equivalent 29 Nos. 6,873.00 1,99,317.00

f) MR 2 x 11w Surface Mounted Light CFLPHILLIPS Cat No. - FCS518 2xPL-S/2P11W 1240V/ WIPRO Cat No. -WVP 41211 1x11wCFL / or Equivalent 45 Nos. 1,670.00 75,150.00

g) MR 1 x 14w Mirror / Cove Light (T5) FTLPHILLIPS Cat No. - VECTOR 14W TCH2007/WIPRO Cat No. -WRP 21111 1x11w CFL/ orEquivalent 24 Nos. 628.00 15,072.00

h) MR 1 x 28w Mirror/Cove light (T5) FTL

SIGN. OF BIDDERBOQ/ElectricalPage 28 of 35 NPCC LTD.,

Page 191: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

PHILLIPS Cat No. - VECTOR 28W TCH2007/WIPRO Cat No. -WRF 80128 SG/ or Equivalent

290 Nos. 616.00 1,78,640.00

i) MR Surface/ Wall Mounted 1x28 watt T5 industrialfitting without reflector.PHILLIPS Cat No. -PENTURA TMS 122/128HF/ WIPRO Cat No. -WIF 30128 SG/ orEquivalent 10 Nos. 1,280.00 12,800.00

j) MR 1x9w Bulkhead Luminaire CFLPHILLIPS Cat No. -FXC101 1xPL-S/2P9W ACGR/ WIPRO Cat No. -WKP 14109/ orEquivalent 26 Nos. 1,078.00 28,028.00

k) MR 1x65w Highbay Luminaires CFL lamp withclosed versionPHILLIPS Cat No. -HPK205 1xMax PL-EH 65WPR CLOSED VERSION / WIPRO Cat No. -GRP90226 SWG/ or Equivalent 25 Nos. 4,013.00 1,00,325.00

l) MR Step lighting LED fixture complete with allacessories as required in everyway. 26 Nos. 1,663.00 43,238.00 (DECON Cat No. - 115YI or equivalent asapproved )

m) MR Supply of double ball bearing capacitor startceiling fan of approved make suitable for 230v50Hz single phase AC supply & complete with all standard accessories such as motor, bledscapacitor , down rod etc .Ceiling Fan- 3 Blade -1200 mm diaHavell's/Crompton without regulator 12 Nos. 2,979.00 35,748.00

n) MR Supply of exhaust fan of approved make suitablefor 230v 50Hz single phase AC supply &complete with all standard accessories such asmotor bleds capacitor, legs, frame , mountingnotbolt etc .Exhaust Fan-300 mm domestic type with louvers

Havell's / Crompton 15 Nos. 3,827.00 57,405.00

SIGN. OF BIDDERBOQ/ElectricalPage 29 of 35 NPCC LTD.,

Page 192: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

o) MR Supply of Wall fan of approved make suitable for230v 50Hz single phase AC supply & completewith all standard accessories such as motor bledscapacitor, legs, frame , mounting notbolt etc .

Wall Fan-600 mm Havell's / Crompton 30 Nos. 10,310.00 3,09,300.00

p) MR Supply, installation, testing & commissioning ofDimmer control panel Able to control 1-10VBallasts . having 12 channel ballast controller, 12channel relay controller & button control platewith SS cover complete in every way as required.

Philips Dynalite Cat refer. - DDBC1200,DDRC1220FR-GL & DLPE9100 1 set. 1,45,111.00 1,45,111.00

4.28 UNDER FLOOR DISTRIBUTION:

4.28.1 Supply and installation of 1.6 mm thickGalvanised GI trunking of the best quality asper the layout drawings and as instructed at site.All hardware shall be hot dipped galvanised. Alltrunking shall be factory fabricated and onlyminor cutting at site is allowed and alldamages/cutting etc to the floor/ site shall bemade good etc as required:-

(a) MR 50 mm Wide x 38mm Deep x 1.6 mm Thick 20 Mtrs. 540.00 10,800.00

(b) MR 75 mm Wide x 38mm Deep x 1.6 mm Thick 10 Mtrs. 648.00 6,480.00

(c) MR 100 mm Wide x 38mm Deep x 1.6 mm Thick 5 Mtrs. 765.00 3,825.00

SIGN. OF BIDDERBOQ/ElectricalPage 30 of 35 NPCC LTD.,

Page 193: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

4.28.2 Supply and fixing of underfloor junction boxfabricated out of 16 SWG GI sheet steel with 2mm Thick MS powder coated cover complete asrequired. The box shall be painted with two coatsof primer and black paint to avoid rusting of thematerial. Hole of appropriate sizes shall beprovided on the sides of the box to facilitate theentry of wires including civil works such aschasing the floor, fixing and finishing of the floorcomplete as required. The size of the cover plateshall be 15 mm more than the size of the junctionbox on all sides and chiseling of floor shall becarriedout to required depth and making cementbed cushion as per the requirement is part of thisitem.

(a) MR 150 x 150 x 75 mm deep 10 Nos. 1,348.00 13,480.00

TOTAL OF 4.0 INTERNALELECTRIFICATION WORKS 44,00,247.90

5.0 LOW CURRENT SERVICES

5.1 CABLE T.V. SYSTEM WIRING:

5.1.1 DSR 1.24.7

Supplying and fixing of Modular type TV Co-axial socket outlet in the existing modular MS /GI sheet box and cover plate includingconnections etc complete as required:- 1 Nos. 93.00 93.00

5.1.2 Supply and drawing co-axial TV cable RG-6/RG-11 grade, 0.7mm solid copper conductor PEinsulated, shielded with fine tinned copper braidand protected with PVC sheath in the existingsurface/ recessed steel/ PVC conduit as required:

a) DSR 1.19

TV Cable RG-6100 Mtrs. 22.00 2,200.00

b) MR TV Cable RG-11 20 Mtrs. 78.00 1,560.00

SIGN. OF BIDDERBOQ/ElectricalPage 31 of 35 NPCC LTD.,

Page 194: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

5.1.3 Supply and fixing of TV Splitter in the existingMS / GI box including making connections withthimbles/ connectors etc. as required.

a) MR Two Nos. outgoing 1 Nos. 83.00 83.00

5.1.4 Supply & fixing of metal box of following sizes(nominal size) on surface or in recess withsuitable or in recess with suitable size of pheoniclaminated sheet cover infron including paintingetc. as required.

a) DSR 1.22.4

150mm X 150mm X 60mm deep metal box1 Nos. 131.00 131.00

5.2 TELEPHONE & DATA SYSTEM WIRING:

5.2.1 MR S/I/T/Commissioning of 30 pair telephone tagblock with 4 line EPBX set new module withtermination and crimping etc. complete 1 No. 1,500.00 1,500.00

5.2.2 Supplying and fixing following modular switch /socket on existing modular plate and switch boxincluding connections but excluding modularplates etc. as required.

a) DSR 1.24.7

Telephone socket outlet22 Nos. 89.00 1,958.00

b) MR Data point socket outlet 22 Nos. 550.00 12,100.00

5.3 DSR 1.18.2

Supply and drawing 2 pair 0.5sq mm FR PVCinsulated annealed cooper conductor, unarmoredtelephone cable in existing surface/ recessed steel/ PVC conduit as required: 1000 Mtrs. 15.50 15,500.00

SIGN. OF BIDDERBOQ/ElectricalPage 32 of 35 NPCC LTD.,

Page 195: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

5.4 MR Supply and drawing CAT-6 unshielded twistedpair (UTP) cable for computer LAN FR PVCsheath in the existing surface/ recessed steel/PVC conduit as required: 1250 Mtrs. 59.00 73,750.00

5.5 MR Supply & drawing PVC insulated PVC sheathedmulticore unarmoured taped 50 pair telephonecables of 0.60 mm dia size in existingconduit pipe or in ground. 250 Mtrs. 595.00 1,48,750.00

5.6 MR Supplying, Installation, Testing &Commissioning of CAT-6 24 Port fully loadedjack panel. 1 No. 5,750.00 5,750.00

TOTAL OF 5.0 LOW CURRENT SERVICES2,63,375.00

6.0 FIRE ALARM SYSTEM 6.1 FIRE ALARM SYSTEM (Addressable type)

6.1.1 MR Supply Installation, Testing & Commissioning ofUL/VDS listed 4 loop Fire alarm control panelhaving microprocessor based loops card ( 125intelligent addressable detectors & devices / loopcard) Intelligent addressable fire alarm system.The panel shall have 168 character LCD displayand LED's for displaying system status. Inaddition to the digital screen, the user can view agraphics map which can show a simple buildingfloor plan. The panel shall have zone wiseindication of PA system. The panel shall providethe user with 40 programmable macro or functionbuttons, which can be programmed for a varietyof usages like controlling AHU's, Pressurisationfans, fire pumps, monitoring of flow switches infire pipe line etc. The panel shall have 240 V ACpower supply, automatic battery charger, 24 VSMF batteries sufficient for 24 hour in standbyand 5 minutes in alarm and complete as perspecification.

1 Nos. ######### 1,25,000.00

SIGN. OF BIDDERBOQ/ElectricalPage 33 of 35 NPCC LTD.,

Page 196: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

6.1.2 MR Supply Installation, Testing & Commissioning ofUL/VDS listed Intelligent addressable colourLED multi criteria detector with standard baseetc. complete as per required with inbuilt isolator(minimum of 1 no. fault isolator after every 10nos. detector shall be provided at no extra cost).

215 Nos. 4,306.00 9,25,790.00

6.1.3 MR Supply Installation, Testing & Commissioning ofUL/VDS listed Intelligent addressable colourLED Photoelectric Detector with standard baseetc. complete as per required with inbuilt isolator(minimum of 1 no. fault isolator after every 10nos. detector shall be provided at no extra cost).

20 Nos. 3,711.00 74,220.00

6.1.4 MR Supply Installation, Testing & Commissioning ofUL/VDS listed Intelligent addressable colourLED ROR cum fixed heat detector with standardbase etc. complete as per required with inbuiltisolator (minimum of 1 no. fault isolator afterevery 20nos. detector shall be provided at noextra cost). 20 Nos. 3,410.00 68,200.00

6.1.5 MR Supply Installation, Testing & Commissioning ofUL/VDS listed Intelligent addressable ManualCall Point / Pull station complete as perspecification. 9 Nos. 3,705.00 33,345.00

6.1.6 MR Supply, installation, testing and commissioning of UL/VDS listed addressable control modulecomplete as per specification. 9 Nos. 5,068.00 45,612.00

6.1.7 MR Supply, installation, testing and commissioning of UL/VDS listed addressable monitor modulecomplete as per specification. 9 Nos. 5,068.00 45,612.00

6.1.8 MR Supply Installation, Testing & Commissioning ofUL/VDS listed Fault Isolators complete as perspecification. (part of detector) 20 Nos. 2,100.00 42,000.00

6.1.9 MR Supply Installation, Testing & Commissioning ofwall mounting Hooter suitable for Alarm sirenwith suitable power supply unit. 9 Nos. 6,463.00 58,167.00

SIGN. OF BIDDERBOQ/ElectricalPage 34 of 35 NPCC LTD.,

Page 197: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction ofSilver Jubilee Hall(Auditorium)

for NERIST at Nirjuli, Arunachal Pradesh.

SR. NO

DSR-2012 ITEM DESCRIPTION QTY UNIT RATE AMOUNT

6.1.10 MR Supply Installation, Testing & Commissioning ofwall mounting strobe with suitable power supplyunit. 9 Nos. 5,276.00 47,484.00

6.1.11 MR Supply Installation, Testing & Commissioning ofResponse Indicator single LED / 2 LED. 45 Nos. 312.00 14,040.00

6.1.12 MR Supply Installation, Testing & Commissioning ofFire fighters telephone handset. 9 Nos. 20,816.00 1,87,344.00

6.1.13 MR Supplying, installation, testing & Commissioningof Self contained 8 W 200 lumins (minimum OneHour reserve) double sided emergency signallingunit for flag/suspension mounting withsuspension kit and having 'Exit' or 'FireExtinguisher' or 'Fire Hose

10 Nos. 5,204.00 52,040.00

TOTAL OF 6.0 FIRE ALARM SYSTEM 17,18,854.00

SIGN. OF BIDDERBOQ/ElectricalPage 35 of 35 NPCC LTD.,

Page 198: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender for the Construction of Silver Jubilee Hallfor NERIST at Nirjuli, Arunachal Pradesh.

SL. NO. DESCRIPTIONESTIMATED COST IN RS.

QUOTED AMOUNT IN RS.

IN FIGURES IN WORDS After Adding %ageQuoted (AtPar/Below/Above)

1 2 3 4 5 6A) CIVIL WORK

DSR ITEMS 13,04,75,432.01 NON DSR ITEMS 1,03,65,115.00

B) PLUMBING WORK DSR ITEMS 29,81,275.66 NON DSR ITEMS 32,55,303.35

C) FIRE FIGHTING WORK DSR ITEMS 2,48,888.34 NON DSR ITEMS 61,95,690.00

D) ELECTRICAL WORK DSR ITEMS 24,44,386.49 NON DSR ITEMS 74,97,076.00

E) TOTAL (A+B+C+D) 16,34,63,167.00

NOTE: 1

rates in Sr. nos. A to D23

CONSTRUCTION OF SILVER JUBILEE HALL FOR NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE &TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH

BIDDERS OFFERPERCENTAGE

ABOVE/BELOW/AT PAR

The bidder has to quote rates on percentage basis (at par/below/over) the respective schedule of

The bidder is advised to mention very clearly (Above/at par/below) in column no.4Percentage Rates quoted by the Tenderer shall be inclusive of all taxes and duties and royalties as mentioned in tender conditions.

ABSTRACT OF COST

Signature of Bidder NPCC LTD.,

Page 199: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government Of India Enterprise)

ISO 9001:2008 Regd. Office: 30-31, Raja House, Nehru Place, New Delhi – 110 019

Corp. Office: Plot No. 67-68, Sector-25, Faridabad – 121 004 www.npcc.gov.in

TENDER FOR CONSTRUCTION OF SILVER JUBILEE HALL (AUDITORIUM) FOR

NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH.

VOLUME: III

Page 200: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government Of India Enterprise)

ISO 9001:2008 Regd. Office: 30-31, Raja House, Nehru Place, New Delhi – 110 019

Corp. Office: Plot No. 67-68, Sector-25, Faridabad – 121 004 www.npcc.gov.in

TENDER FOR CONSTRUCTION OF SILVER JUBILEE HALL (AUDITORIUM) FOR

NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH.

VOLUME: III TECHNICAL SPECIFICATIONS

ISSUED TO:

Page 201: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)
Page 202: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 1

TECHNICAL SPECIFICATIONS

TABLE OF CONTENTS

SECTION DESCRIPTION PAGE NO.

A) CIVIL WORK A.1 General Technical Specifications 2 - 104 A.2 List of Makes 105 - 106 B) PLUMBING WORK B.1 General Technical Specifications 107 - 122 B.2 List of Makes 123 - 125 C) FIRE FIGHTING WORK C.1 General Technical Specifications 126 -147 C.2 List of Makes 148 D) ELECTRICAL WORK D.1 General Technical Specifications 149 - 182 D.2 List of Makes 183 -184

Page 203: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 2

I - GENERAL TECHNICAL SPECIFICATIONS

PART A – CIVIL WORK 1. GENERAL

1.1 The work shall generally be carried out in accordance with latest CPWD specifications. For items of works not included in CPWD specifications, the work shall be executed as per relevant IS specifications/manufacturers specifications. However, for works not covered in CPWD specifications and BIS codes, sound standard engineering practice shall be followed with the approval of Owner/ Architect.

1.2 Wherever reference has been made to Indian Standard or any other specifications the same

shall mean to refer to the latest specifications irrespective of any particular edition of such specification being mentioned in the specifications below or the Schedule of quantities.

1.3 The workmanship shall be the best of its kind and shall conform to these specifications as

given. In case nothing is specified in these specifications the Indian Standard specifications in every respect and where I.S.I. is also silent latest trade practices shall prevail subject to the approval of the Architects. All materials or workmanship, which in the opinion of the Architects is defective or unsuitable, shall be removed immediately from the site and shall be substituted with proper material and /or workmanship forthwith.

2.0 APPROVED MAKES OF MATERIALS :

List of approved makes of materials is attached which shall only be used in the works. In respect of materials for which the make of materials have not been mentioned, ISI marked materials will be used with the prior approval of Owner/Architect.

3.0 SCHEDULE OF SPECIFICATIONS FOR CIVIL & SPECALISED ITEMS : 3.1 The contractor should visit and assess the site conditions before submitting their quotation.

They should familiarise themselves with site conditions, working space available, space required for construction of site offices, stores, labour huts and for installation of batching plant etc. Additionally, they should also satisfy themselves as to the nature of existing roads and other means of communications and other details pertaining to the work and local conditions and facilities and informations on all other materials affecting the execution of work. No extra charge on account of non-assessment of difficulty in execution of work, lack of information/incorrect information on any of these points or on ground of insufficient description shall be payable.

3.2 The contractor shall submit samples for the bought out items and obtain the approval of

Owner/ Architect. The approved samples shall remain in the custody of Owner till the work is finalized for the purpose of comparison. The contractor shall furnish the vouchers, on request, to prove that the materials are as specified.

1.0 GENERAL 1.1 In case where the specifications given below are found incomplete or misleading, the latest

I.S. specifications shall hold good. 1.2 Wherever reference has been made to Indian Standard or any other specifications the same

shall mean to refer to the latest specifications irrespective of any particular edition of such specification being mentioned in the specifications below or the Schedule of quantities.

Page 204: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 3

1.3 The workmanship shall be the best of its kind and shall conform to these specifications as given. In case nothing is specified in these specifications the Indian Standard specifications in every respect and where I.S.I. is also silent latest trade practices shall prevail subject to the approval of the Architects. All materials or workmanship, which in the opinion of the Architects is defective or unsuitable, shall be removed immediately from the site and shall be substituted with proper material and /or workmanship forthwith.

2.0 MATERIALS 2.1 General:

(a) All materials shall be best of their kind and shall conform to the latest Indian Standards. (b) All materials shall be of approved quality as per samples and from origins approved by

the Architects. 2.2 Cement 2.2.1 The cement used shall be any of the following and the type selected should be appropriate for

the intended use. (a) 33 grade ordinary Portland cement conforming to IS: 269. (b) 43 grade ordinary Portland cement conforming to IS: 8112. (c) 53 grade ordinary Portland cement conforming to IS: 12269. (d) Rapid hardening Portland cement conforming to IS: 8041. (e) Portland Slag cement conforming to IS: 455. (f) Hydrophobic cement conforming to IS: 8043. (g) Low heat Portland cement conforming to IS: 12600. (h) Sulphate resisting Portland cement conforming to IS: 12330.

Different types of cement shall not be mixed together. In case more than one type of cement is used in any work, a record shall be kept showing the location and the types of cement used.

2.2.2 Setting time: Setting time of cement of any type or any grade when tested by Vicat apparatus method described in IS: 4031 shall conform to the following requirement (a) Initial setting time : Not less than 30 minutes (b) Final setting time : Not more than 600 minutes

2.2.3 Supply : The cement shall be packed in jute sacking bags conforming to IS:2580-1982, double Hessian bituminized (CRI type) or woven HDPE conforming to IS 11652”:1986. Woven polypropylene conforming to IS: 11653:1986, jute synthetic union conforming to IS: 12174:1986, or any other approved composite bags, bearing the manufacturer’s name or his registered trade mark if any, and grade and type of cement.

2.2.4 Every delivery of cement shall be accompanied by a producer’s certificate confirming that the supplied cement conforms to relevant specifications. These certificates shall be endorsed to the Architects for his record.

2.2.5 Every consignment of cement must have identification marks on packages indicating date of manufacture and grade and type of cement. Cement brought to works shall not be more that 6 weeks old from the date of manufacture.

2.2.6 Effective precautionary measures shall be taken to eliminate dust – nuisance during loading or transferring cement.

2.2.7 Stacking and Storage: Cement in bags shall be stored and stacked in a shed which is dry, leak proof and as moisture proof as possible. Flooring of the shed shall consist of the two layers of dry bricks laid on well consolidated earth to avoid contact of cement bags with the floor. Stacking shall be done about 150 to 200 mm clear above the floor using wooden planks, Cement bags shall be stacked at least 450 mm clear off the walls and in rows of two bags leaving in a space of at least 600 mm between two consecutive rows. In each row the cement bag shall be kept close together so as to reduce air circulation. Stacking shall not be more that 10 bags high to avoid lumping under pressure. In stacks more than 8 bags high, the cement bags shall be arranged in header and stretcher fashion i.e. alternately lengthwise and crosswise so as to tie the stacks together and minimise the danger of toppling over. For extra safety during monsoon, or when cement is expected to be stored for an unusually long period, each stack shall be completely enclosed by a water proofing membrane, such as polythylene

Page 205: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 4

which shall cover the top of the stack. Care shall be taken to see that the water proofing membrane is not damaged at any time during use.

Storage of cement at the work site shall be at the contractor’s expense and risk. Any damage occurring to cement due to faulty storage in contractor’s shed or on account of negligence on his part shall be the liability of the contractor.

2.3 Steel 2.3.1 For reinforcement 2.3.1.1 All steel for reinforcement shall be high yield strength deformed bars conforming to IS : 1786

with minimum yield stress 0.2% proof stress of 415 N/sqm (grade Fe 415) 2.3.2 Other types of steel that can be to be used when specified are of the following types:

(a) Mild steel and medium tensile bars conforming to IS: 432 (Part I) (b) Hard drawn steel wire fabric conforming to IS: 1566 (c) Structural steel conforming to Grade A of IS: 2062 (d) Thermo-mechanically treated bars TMT Bars

2.3.3 Types and Grades: Reinforcement supplied in accordance with this standard shall be classified into the following types: (a) Mild steel bars: It shall be supplied in the following two grades

(i) Mild steel bars grade 1 designated as Fe 410 –S (ii) Mild steel bars grade II designated as Fe 410 –O

(b) Medium tensile steel bars, grade II designated as Fe 540-W-H Mild steel and Medium tensile steel : Physical requirement are given in the following table.

TABLE SI. No. Type and nominal size of bar Ultimate tensile

Stress N/mm square minimum

Yield stress N/mm/square

Elongation percent

minimum 1 Mild steel grade I

For bars upto and including 20 mm. For bars over 20 mm up to and including 50 mm

410 410

23 23

2 Mild steel grade II For bars up to and including 20 mm For bars over 20 mm, up to and including 50 mm.

370 370

23 23

3 Medium tensile steel For bars up to & including 16 mm For bars over 16 mm up to and including 32 mm For bars over 32 mm, up to and including 50 mm.

540 540 510

20 20 20

Note :1. Grade (II) Mild steel bars are not recommended for the use in structures located In

earthquake zone subjected to severe damage and for structures subjected to dynamic loading (Other than wind loading) such as railway and highway bridges.

2. Welding of reinforcement bars covered in this specification shall be done in accordance with the requirements of IS : 2751.

3. 2.3.3 Nominal mass/weight : The tolerance on mass/weight for round and square bars shall be the

percentage given in Table 2 of the mass/weight calculated on the basis that the masses of the bar/wire of nominal diameter and of density 0.785 kg/cum or .00785 kg/millimeter. Tolerance shall be determined in accordance with method given in IS: 1786. Test – Following type of lab test shall be carried out

Page 206: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 5

1 Tensile Tests: This shall be done as per IS: 1608. 2 Bend Tests : This shall be done as per IS: 1599 3 Re-test : This shall be done as per IS: 1786 4 Rebend test : This shall be done as per IS: 1786 Should any one of the test pieces first selected fail to pass any of the tests specified above, two further sample shall be selected for testing in respect of each failure. Should the test pieces from both these additional samples pass, the materials represented by the test samples shall be deemed to comply with the requirement of the particular test. Should the test piece from either of these additional samples fail, the material represented by the test samples shall be considered as not having complied with standard.

2.3.4 Stacking and storage 2.3.4.1 Steel for reinforcement shall be stored in such a way as to prevent distorting and corrosion.

Care shall be taken to protect the reinforcement from exposure to saline atmosphere during storage, fabrication and use. It may be achieved by treating the surface of reinforcement with cement wash or by suitable methods. Bars of different classifications, sizes and lengths shall be stored separately to facilitate issue in such sizes and lengths to cause minimum wastage in cutting from standard length.

3.4 Aggregate 2.4.1 Coarse Aggregate 3.4.1.1 Aggregate most of which is retained on 4.75 mm IS: Sieve and contains only as much, fine

material as is permitted in IS: 383 for various sizes and grading is known as coarse aggregate. Coarse aggregate shall be specified as stone aggregate, gravel or brick aggregate and it shall be obtained from approved/ authorized sources.

3.4.1.2 Stone Aggregate : It shall consist of naturally occurring (uncrushed, crushed or broken) stones. It shall be hard, strong, dense, durable and clean. It shall be free from veins, adherent coatings injurious amounts of disintegrated pieces, alkali, vegetable matter and other deleterious substances. It shall be roughly cubical in shape. Flaky and elongated pieces shall be avoided. It shall conform to IS: 383 unless otherwise specified.

3.4.1.3 Gravel : It shall consist of naturally occurring (uncrushed, crushed or broken) river bed shingle or pit gravel. It shall be sound, hard and clean. It shall be free from flat particles of shale or similar laminated material, powdered clay, silt, loam, adherent coatings, alkali, vegetable, matter and other deleterious substances. Pit gravel shall be washed if it contains soil materials adhering to it. These shall conform to IS: 383 unless otherwise specified.

3.4.1.4 Brick Aggregate: Brick aggregate shall be obtained by breaking well burnt or over burnt dense bricks/brick bats. They shall be homogeneous in texture, roughly cubical in shape and clean. They shall be free from unburnt clay particles. Soluble salt, silt, adherent coating of soil, vegetable matter and other deleterious substances. Such aggregate should not contain more than one percent of sulphates and should not absorb more than 10% of their own mass of water, when used in cement concrete and 20% when used in lime concrete. It shall conform to IS: 306-1983 unless otherwise specified.

2.4.2 Fine Aggregate. 2.4.2.1 Most of the aggregate that passes through 4.75 mm IS sieve is known as fine aggregate. Fine

aggregate shall consist of natural sand, crushed stone sand or crushed gravel sand stone dust or marble dust, fly ash and Surkhi (crushed brick and cinder) conforming to IS: 2686-1977. It shall be hard, durable, chemically inert, clean and free from adherent coating, organic matter etc. and shall not contain any appreciable amount of clay balls or pellets and harmful impurities e.g. iron pyrites, alkalis, salts, coal, mica, shale or similar laminated materials in such form or in such quantities as to cause corrosion of metal or affect adversely the hardening, the strength, the durability or the appearance of mortar, plaster or concrete. The sum of the percentages of all deleterious material shall not exceed 5% . Fine aggregate must be checked for organic impurities such as decayed vegetation hums, coal dust etc.

Page 207: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 6

2.4.2.2 Grading : On the basis of particle size, fine aggregate is graded into four zones. The grading when determined shall be within the limits given in Table below. Where the grading falls outside the limits of any particular grading zone of sieves, other than 600 micron IS sieve, by a total amount not exceeding 5 percent, it shall be regarded as falling within that grading zone.

TABLE IS

Sieve Percentage passing for

Grading Zone I

Grading Zone II

Grading Zone III

Grading Zone IV

10 mm 100 100 100 100 4.75 mm 90-100 90-100 90-100 95-100 2.36 mm 60-95 75-100 85-100 95-100 1.18 mm 30-70 55-90 75-100 90-100

600 microns 15-34 35-59 60-79 80-100 300 microns 5-20 8-30 12-40 15-50 150 microns 0-10 0-10 0-10 0-15

Note 1: Fine aggregate conforming to Grading Zone IV shall not be used in reinforced cement

concrete unless tests have been made to ascertain the suitability of proposed mix proportions. 2.5 Sand 2.5.1 Sand used for mortar for plaster work shall conform to IS : 1542-1977 and for masonry work

shall conform to IS : 2116-1980. 2.5.2 Deleterious Material : Sand shall not contain any harmful impurities such as iron, pyrites,

alkalis, salts, coal or other organic impurities, mica, shale or similar laminated materials, soft fragments, sea shale in such form or in such quantities as to affect adversely the hardening, strength or durability of the mortar.

The maximum quantities of clay, fine silt, fine dust and organic impurities in the sand shall not exceed the following limits:

Clay, fine silt and fine dust when determined in accordance with IS: 2386 (Part II)- 1963. (1) In natural sand or crushed gravel sand not more than 5% by mass

& crushed stone sand (2) Organic impurities when determined Colour of the liquid shall be lighter

in accordance with IS: 2386 (Part II) 1963 than indicated by the standard specified on IS : 2386 (Part II) 1963

2.5.3 Coarse sand Shall be either river sand or pit sand, clean, sharp, strong, angular and composed of hard siliceous materials. It shall be obtained from Badarpur, Stone, Anangpur quarries approved by the Architect. Its grading shall be within the limits of Grading Zone III. When the grading falls outside the percentage limits prescribed for the sieves other than 600 micron, 300 micron and 150 micron (I.S.) sieves by not more than 5% it shall be regarded as falling within the zone. This five percent can be split up; for example it could be one percent of each of three sieves and two percent on another, or four percent on one sieve and one percent on another. The maximum quantity of silt shall not exceed 8%.

2.5.4 Fine Sand. This shall be natural river sand. Its grading shall be within the limits of grading zone V. The maximum quantity of silt shall not exceed 8%.When the grading falls outside the percentage limits prescribed for the sieves other that 600 micron, 300 micron and 150 micron (I.S) sieves by not more than 5% it shall be regarded as falling within the zone. This 5% can be split up; for example it could be one percent on each of three sieves and two percent on another or 4% on one sieve and one percent another

2.5.5 Stone dust. It shall be obtained from crushing hard stones and from quarries approved by the Architects. Its grading shall be within the limits of grading zone III. The maximum quantity of silt shall not exceed 8%.When the grading falls outside the percentage limits prescribed for sieves other than 600 micron and 300 micron (IS) sieves by not more than 5% and on 150 micron sieve by not more than 20% it shall be regarded as falling within the zone. This five

Page 208: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 7

percent can be split up: it example could be on percent in each of the three sieves and two percent on another or four percent on one sieve and one percent on another.

2.6 Chemical Admixtures:

When required, admixtures of approved quality shall be mixed with concrete, as specified. The admixtures shall conform to IS: 9103

2.6.1 Admixtures may be any one of the following classes for use in concrete : (a) Water-reducing Admixtures (b) Retarding Admixtures (c) Accelerating Admixtures. (d) Water reducing and retarding Admixtures. (e) Water reducing and accelerating Admixtures. (f) Permeability reducing (water proofing) Admixtures.

2.6.2 Liquid admixtures : Admixtures introduced into the concrete as liquids generally fall into the following categories. (a) Air-entraining. (b) Water reducing (c) Water reducing retarders. (d) Retarders. (e) Water reducing accelerators. (f) Accelerators.

2.7 Bricks. 2.7.1 Bricks used in the masonry may be of the following type:

a) Common burnt clay bricks :Shall be hand moulded or machine moulded. They shall be free from nodules of free lime, visible cracks, flaws warpage and organic matter, have a frog 100 mm in length 40 mm in width and 10 mm to 20 mm deep one of its flat sides. Bricks made by extrusion process and brick tiles may not be provided with frogs. Each brick shall be marked (in the frog where provided) with the manufacturer’s identification mark or initials.

b) Fly Ash Lime Bricks (FALG Bricks): The Fly Ash Lime Bricks (FALG Bricks) shall conform to IS : 12894-1990. Visually the bricks shall be sound, compact and uniform in shape free from visible cracks, warpage, flaws and organic matter. The bricks shall be solid and with or without frog on one of its flat side. Fly Ash: Fly ash shall conform to grade 1 or grade 2 of IS : 3812-1981.

Note : This item will be operated only for load bearing structure up to 2 storeys and for non-load bearing walls 23 cms thick for multi-storeyed buildings. Bottom ash used as replacement of sand shall not have more than 12% loss on ignition when tested. Sand : Deleterious materials, such as clay and silt in the sand shall preferably be less that 5% Lime : Lime shall conform to class ‘C’ hydrated lime of IS : 712

Additives : Any suitable additive considered not detrimental to the durability of bricks may be used.

i) Clay Fly Ash Bricks : The clay fly ash bricks shall conform to IS: 13757-1993. The bricks shall be sound compact and uniform in shape and colour, Bricks shall have smooth rectangular faces with sharp and square corners. The bricks shall be free from visible cracks, flaws, warpage, nodules of free lime and organic matter, the brick shall be hand or machine moulded. The bricks shall have frog of 100 mm in length 40 mm width and 10 to 20 mm deep on one of its flat sides. If made by extrusion process may not be provided with frogs. Fly ash : Fly ash shall conform to grade 1 or grade 2 of IS: 3812.

c) Calcium Silicate Bricks : The Brick shall conform to IS: 4139-1989. The Calcium Silicate bricks shall be sound, compact and uniform in shape. Brick shall be free from visible cracks, warpage organic matter, large pebbles and modules of free lime. Brick

Page 209: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 8

shall be solid and with or without frog. The bricks shall be made of finely grounded sand siliceous rock and lime. In addition limited quantity of fly ash confirming to IS: 3812-1989 may be used in the mix. These bricks are also known as Fly Ash Sand Lime bricks in the construction industry.

d) Tile Brick: The bricks of 4 cm height shall be moulded without frogs. Where modular tiles are not freely available in the market, the tile bricks of F.P.S. Thickness 44 mm (1-3/4”) shall be used

e) Brick Bats: Bricks bats shall be obtained from well burnt bricks. 2.8.1 Dimensions

The bricks may be modular or non-modular. Size for both types of bricks/tiles shall be as per Table 1. While use of modular bricks/tiles is recommended, not-modular (FPS) bricks/tiles can

also be used where so specified. Non-modular bricks/tiles of sizes other than the sizes mentioned in the Table may also be used where specified.

Types of Bricks/Tiles Nominal Size mm Actual Size mm Modular bricks Modular tile bricks Non-modular tile bricks Non-modular bricks

200 x 100 x 100 mm 200 x 100 x 40 mm 229 x 114 x 44 mm 229 x 114 x 70 mm

190 x 90 x 90 mm 190 x 90 x 40 mm 225 x 111 x 44 mm 225 x 111 x 70 mm

2.8.2 Classification

Bricks/Brick tiles shall be classified on the basis of their minimum compressive strength as given below:

Class/Designation Average compressive strength

Not less than Less than N/mm² (kgf/cm² N/mm² (kgf/cm²) 10(100) 10 ( 100 ) 12.5 125 7.5 (75) 7.5 ( 75 ) 10 100 5 (50) 5 ( 50 ) 7.5 75

3.5 (35) 3.5 ( 35 ) 5.0 50

The bricks shall have smooth rectangular faces with sharp corner and shall be uniform in colour (and emit clear ringing) sound when struck.

2.8.3 Sampling and Tests Samples of bricks shall be subjected to the following tests: a) Dimensional Tolerance. b) Water absorption c) Efflorescence. d) Compressive Strength.

2.8.3.1 Sampling: For carrying out compressive strength, water absorption, efflorescence and

dimensional tests, the samples of bricks shall be taken at random according the size of lot. The sample thus taken shall be stored in a dry place until tests are made. For the purpose of sampling, the following definition shall apply: a) Lot: A collection of bricks of same class and size, manufactures under relatively

similar conditions of production. For the purpose of sampling a lot shall contain a maximum, of 50,000 bricks. In case a consignment has bricks more than 50,000 of the same classification and size and manufactured under relatively similar conditions of production, it shall be delivered into lots of 50,000 bricks or part thereof.

b) Sample: A collection of bricks selected for inspection and/or testing from a lot to reach the decision regarding the acceptance or rejection of the lot.

Page 210: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 9

c) Defective : A brick failing to meet one or more of the specified requirements. 2.8.3.2 Scale of Sampling and Criteria for Physical Characteristics: The lot which has been found

satisfactory in respect of visual and dimensional requirements shall be next tested for physical characteristics like compressive strength, water absorption, efflorescence as specified in relevant material specification. The bricks for this purpose shall be taken at random from those already selected above. The number of bricks to be selected for each of these characteristics shall be in accordance with relevant of columns of the following Table.

Lot size Sample size for compressive strength,

water absorption and efflorescence Permissible No. of defectives for

efflorescence

(1) (2) (3) 2001-10000 5 0 10001-35000 10 0 35001-50000 15 1

Note: In case the lot contains 2000 or less bricks, the sampling shall be as per decision of the Architects

2.8.3.3 Dimensional tolerances: i) Modular Bricks: The dimensions of modular bricks when tested as described above shall

be within the following limits per 20 bricks: Length 372 to 388 cm (380 + 8 cm) Width 176 to 184 cm (180 + 4 cm) Height 176 to 184 cm (180 + 4 cm) for 90 mm high bricks.

ii) Brick Tiles 76 to 84 cm (80 + 4) for 40-mm high brick tiles.

iii) In case of non-modular bricks, % age tolerance will be + 2 % for group of 20 numbers of class. 10 bricks, and + 4% for other class of bricks.

2.8.3.4 Water Absorption – The bricks, when tested in accordance with the procedure laid down in IS: (Part 2) – 1976 after immersion in cold water for 24 hours, shall have average water Efflorescence Test – The bricks when tested in accordance with the procedure laid down in IS:3495 (Part 3) – 1976, shall have the rating of efflorescence not more than moderate up to Class 100 and ‘slight’ for higher classes.

2.8.3.5 Compressive Strength – The minimum average compressive strength of fly ash-lime bricks shall not be less than the one specified for each class in 4.1 when tested as described in IS:3495 (Part 1) – 1975. The compressive strength of any individual brick shall not fall below the minimum average compressive strength specified for the corresponding class of bricks by more than 20 per cent.

2.8.3.6 Drying Shrinkage – The average drying shrinkage of the bricks when tested by the method described in IS: 4139-1989, being the average of three units, shall both exceed 0.15 percent.

2.8.3.7 absorption not more than 20 percent by mass up to class 100 and 15 percent by mass for higher classes.

2.9 TIMBER 2.9.1 Teak wood (Tectona grandis)

It is outstanding merit in retention of shape and durability. The heart wood is one of the most naturally durable woods of the world. It usually remains immune to white ant attack and insect attack for very long periods. It is, however, not always immune from fungus attack (rot). ¹[Taken as a whole, good quality teak is very durable. It is relatively easy to saw and work. It can be finished to a fair surface and takes polish well. It is generally used for making furniture and all important timber construction].

2.9.1.1 First Class Teak Wood Individual hard and sound knots shall not be more than 25 mm in diameter and the aggregate area of all the knots shall not exceed one percent of the area of the piece.

Page 211: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 10

2.9.1.2 Second Class Teak Wood Individual hard and sound knot shall not be more than 40 mm. In diameter and aggregate of all the knots shall not exceed one and half per cent of the area of the piece. Wood shall be generally free from sapwood, but traces of sapwood may be allowed. Steam Beech Wood Shall be at source steam treated White Beech (European variety) in scantling form not less than 50 mm thickness. Individual hard knots shall not be more than 12 mm in diameter and the aggregate area of the knots shall not exceed half percent of the area of the piece.

2.9.2 Kail Wood (Pinus Wallichiana) Kail wood is not a very durable wood. But it is easy to saw and work and is usually very popular in workshops. It can be brought to a fine smooth surface, but is more suitable for paint and enamel finishes than for polish work. It is useful for joinery works, constructional work, light furniture and house figments.

2.9.2.1 First Class Kail Wood No individual hard and sound knot shall exceed 25 mm in diameter and the aggregate area of all the knots shall not exceed 1 per cent of the area of the piece. Wood shall be generally free from sapwood, but traces of sapwood shall be allowed.

2.9.2.2 Second Class Kail Wood No individual hard and sound knot shall exceed 40 mm in diameter and the aggregate area of all the knots shall not exceed 1.5 per cent of the area of the piece. Wood shall be generally free from sapwood but traces of sapwood shall be allowed.

2.9.3 Hollock (Terminalia Myriocarpa) Hollock is not a durable wood unless properly treated. It can be readily treated with wood preservatives. It can be finished to fairly good surface, but needs careful filling before it is polished. It is used for house building in the form of scantlings, beams, rafters and planking. It also makes up into excellent furniture.

2.9.4 Tolerance on Moisture Content of Timber 2.9.4.1 Average Moisture content of all the samples form a lot shall be within +3 per cent and

moisture content of individual samples with +5 percent of maximum permissible moisture content specified in the following Table. These tolerances are the absolute values over the percentage moisture content for SI. Nos. 1 & 2 of Table. No tolerance on moisture content is permitted for SI. Nos. 3 and 4 of Table.

TABLE 1 : SPECIES OF TIMBER S. No. Botanical Name Trade Name Average Unit wt kg/m³ 1. Tectona grandis linnf Teak 6402. Acacia Catechiu Wild Khair 10103. Acacia Arabica Wild Babul 7854. Adina Cordifolia Roxb HK.f Haldu 6755. Cedrus Deodara D Don Deodar 5456. Magnifera Indica Linn Mango 6907. Pinus Excelsa Wall Chir 5758. Pinus Excelsa Wall Kail 5159. Shorea Robusta Gaertn. Sal (U.P.) 88110. Terminalia Myrioecarpa Heurcket

Muell Arg. Hollock 610

11. Lagerstroemia Lanceolata Wall Benteak 67512. Gamelinc Arborea Linn Gamari 51513. Terminalia Bellirica Roxb. Bahora 80114. Pterocarpus Marsupium Roxb Bijasal 800

Page 212: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 11

2.9.5 Seasoning of Timber Timber shall be either air seasoned or kiln – seasoned and in both cases moisture content of the seasoned timber shall be as specified. Unless otherwise specified air seasoned timber shall be used. Kiln seasoning of timber, where specified, shall be done as per IS: 1141 in a plant approved by Architects.

2.9.6 Preservation of Timber Preservative treatment, where specified, shall be done using Oil type, Organic solvent type or Water soluble type preservative. Oil type preservatives shall be used if the timber is not required to be polished or painted. Before preservative treatment, the timber shall be sawn and seasoned. All surfaces exposed after treatment, except due to planning, shall be thoroughly brushed with the preservation before joining. Preservative treatment of timber shall be done as per IS: 401 in plant approved by the Architects.

2.9.7 Plywood Boards 2.9.7.1 Plywood boards are formed by gluing and pressing three or more layers of veneers with the

grains of adjacent veneers running at right angles to each other. They veneers shall be either rotary cut or sliced and shall be sufficiently smooth to permit an even spread of glue. Face veneers may be either commercial or decorative on both sides or one side commercial and the other decorative. Plywood shall be of BWP grade or BWR grade as per IS : 303.

2.9.7.2 Adhesive: Adhesive used for bonding BWP grade of plywood board shall be BWP type synthetic resins conforming IS: 848 respectively.

2.9.7.3 The thickness of all veneers shall be uniform, within a tolerance of +/- 5 percent. Corresponding veneers on either side of the centre one shall be of the same thickness and species. The requirements of thickness and core veneers shall be as follows: (a) In 3 ply boards up to 5 m thick. The combined thickness of the face veneers shall not

exceed twice the thickness of centre ply (b) In a multiply boards, the thickness of any veneer shall not be more than thrice the

thickness of any other veneer. (c) The sum of the thickness of the veneers in one direction shall approximate to the sum of

the thickness off the veneers at right angle to them and shall not be greater than 1.5 times this sum except for 3 ply as specified.

2.9.7.4 Thickness: Plywood boards are available in thickness ranging from 3 to 25 mm. Tolerance in thickness shall be +/- 10% for boards up to and including 5 mm +/- 7% for boards from 6 to 9 mm and +/-5% for boards above 9 mm thickness. The boards shall be of uniform thickness and the surfaces of the boards shall be sanded to a smooth finish..

2.9.7.5 Moisture content of the plywood boards when tested in accordance with IS: 1734 (Part 1) shall not be less than 5 per cent and not more than 15 per cent.

2.9.7.6 Testing : One sample for every 100 sqm. Or part thereof shall be taken and testing done as per IS: 303 However, testing may not be done if the total requirement of plywood boards is less than 30 sqm. All the samples tested shall meet the requirements of physical and mechanical properties of plywood boards specified.

2.9.8 Block Board 2.9.8.1 Block Boards have a solid core made up of uniform strips of wood each not exceeding 25 mm

in width, laid separately, or spot glued, or otherwise joined to form a slab which is glued. Between two or more outer veneers, with the direction of the grain of the core block running at right angles to that of adjacent veneers. In any one block board, the core strips shall be of one species of timber only. Face veneers may be decorative or commercial on both faces or decorative on one face and commercial on the other. Block boards shall be Grade I (Exterior Grade) as per IS: 1659. Both surfaces of the boards shall be sanded to a smooth finish.

2.9.8.2 Adhesives: The adhesives used for bonding shall be BWP type synthetic resin conforming to IS : 848 for Grade I block boards.

Page 213: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 12

2.9.8.3 Thickness and Tolerance: Block boards are available in thickness ranging from 12 to 50 mm. Tolerance in thickness shall be +/- 5% for boards up to and including 25 mm thick and +/- 2.5% for boards above 25 mm thickness. Each board shall be of uniform thickness.

2.9.8.4 Testing: One sample for every 100 sqm. or part thereof shall be taken and testing done as per IS: 1659. However, testing may not be done if the total requirement of block boards in a work is less than 30 sqm. All the samples tested shall meet the requirements of physical and mechanical properties of block board specified in the relevant B.I.S. code.

2.10 Float Glass, frosted Float Glass 2.10.1 Sheet Glass shall be flat, transparent and clear as judged by the unaided eye. It may, however,

possess a slight tint when viewed edgewise. Sheet glass shall be of Selected Quality (SQ) or Ordinary Quality (OQ) as per IS: 2835. Glass shall be free from cracks. Unless otherwise specified, ordinary quality sheet glass shall be used.

2.10.2 Dimensions Nominal thickness and range of thickness of sheet glass shall be as per the following table.

Tolerance on cut sizes (length and width) shall be +/- 2.0 mm.

Thickness and weight of Sheet Glass

Nominal Thickness mm Range of Thickness mm Weight (Kg/sqm)

3.0

4.0

4.8

5.5

6.3

2.8 to 3.2

3.8 to 4.2

4.6 to 5.1

5.2 to 5.8

6.0 to 6.6

7.5

10.0

11.9

13.5

15.5

2.10.2.1Sheet Glass of 4 mm nominal thickness weighing not less than 10 kg/ sqm shall be used for

glass panel of area up to 0.5 sqm. 2.10.2.2For panel exceeding 0.5 sqm in area, the nominal thickness of the glass to be used shall be as

specified. 2.11 Steel 2.11.1 All finished steel shall be well and cleanly rolled to the dimensions and weight specified by

BIS subject to permissible tolerances as per IS: 1852. The finished materials shall be reasonably free from cracks, surface flaws laminations, rough and imperfect edges and all other harmful defects.

2.11.2 Steel Sections, shall be free from excessive rust, scaling and pitting and shall be well protected. The decision of the Architects regarding rejecting any steel section on account of any of the above defects shall be final and binding.

2.11.3 Steel windows and doors shall be made from mild steel sections of approved make frees from rolling defects. All steel doors and windows shall conform to IS: 1038-1975 unless other wise provided. Steel section should be cold straightened and such as to be easily punched and welded.

2.12 Marble stone 2.12.1 Marble shall be hard, sound, dense and homogeneous in texture with crystalline texture as far

as possible. It shall generally be uniform in colour and free from stains, cracks, decay and weathering. Marble shall be as specified in the schedule of quantities conforming to samples approved by the Architects. The marble slabs shall be machine cut to required dimensions.

Page 214: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 13

2.12.1 Marble are metamorphic rocks capable of taking polish, formed from the re-crystallization of lime stones or dolomitic lime stones and are distinguished from lime stone by even visibly crystalline nature and nonflaggy stratification. Note : Marble is a product of nature hence it is difficult to guarantee uniformity of colour, veining or other characteristics that may be represented in any sample submitted. A sample will indicate only an average of colour, veining and other general texture and specified finish.

2.12.3 Physical Properties The physical properties of marble for blocks, slabs and tiles and method of test are mentioned in the following table

PHYSICAL PROPERTIES OF MARBLE

S. No. Characteristic Requirements Method of test (1) (2) (3)

Moisture absorption after 24 hrs immersion in cold water Hardness Specific Gravity

Max 0.4 % by weight Min. 3 Min. 2.5

IS: 1124 * Mhos scale IS: 1122#

* Method of test for water absorption of natural building stone # Method of determination of specific gravity and porosity of natural building stones. 2.12.2 Approval of Sample.

Before starting the work, the contractor shall get samples of marbles approved by the Architects. Approved samples shall be kept in the custody of the Architects and the marble supplied and used on the work shall conform to samples with regard to soundness, colour, veining and general texture.

2.12.3 Sampling. In any consignment all the blocks/slabs/tiles of the same group, size and finish shall be grouped together to constitute a lot. Sample shall be selected and tested separately for each lot for determining its conformity or otherwise to the requirements of the specification. The number of blocks/slabs/tiles to be selected for the samples shall depend upon the size of the lot and shall be in accordance with the following Table.

SAMPLE SIZE AND CRITERIA FOR CONFORMITY

Number of blocks/ Slabs/ Tiles in the lot

Number of blocks / slabs/ Tiles to be selected in sample

Permissible number of defectives

Sub sample size in no.

(1) (2) (3) (4) Up to 25 26 to 100 101 to 200 201 to 500 501 to 1000

3 5 8 13 20

0 0 0 0 1

2 2 3 4 5

Note : The blocks/ slabs/ tiles in the sample shall be taken at random and in order to ensure to randomness of selection, random tables may be used. Explanation 1: All the blocks/ slabs/ tiles, selected in the sample, shall be examined for dimensions workmanship and general requirements. Any block/ slab/ tile failing in any one or more of the above requirements shall be considered as defective. A lot shall be considered as conforming to these requirements if the number of defectives obtained is not more than permissible no. of defectives given in above table. Explanation 2 : The lot having been found satisfactory with respect to dimension, workmanship and general requirement shall be tested for physical properties of the marble. For this purpose a sub sample of the size given in col. 4 of the table shall be selected at random. These blocks/ slabs/ tiles in the sub sample shall be tested for moisture absorption, hardness and specified gravity. The lot shall be considered having satisfied the requirements

Page 215: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 14

of the physical properties if none of the blocks/ slabs/ tiles tested for the requirements fails in any of these tests.

2.13 Tar felts

Shall comply with IS: 1322-1970 of Hessian base type-3, Grade-I or type-3 grade-II of approved well-known make, unless otherwise specified.

2.14 Paints These shall be of standard manufacture approved by Architects conforming to the latest Indian Standards for various paints.

2.15 Water Shall be clean and free from excessive salinity, impurities/ingredients and other harmful matters duly tested in an approved Laboratory declared suitable for construction purpose and as approved by Architects.

3.0 EARTHWORK 3.1 Excavation 3.1.1 All excavation operations shall include excavation and ‘getting out’ the excavated materials.

In case of excavation for trenches, basements, water tanks, etc. ‘getting out’ shall include throwing the excavated materials at distance of at least one metre or half the depth of excavation, whichever is more, clear off the edge of excavation. In all other cases ‘getting out’ shall include depositing the excavated material as specified. The subsequent disposal of the excavated material shall be as stated in the Schedule of Quantities.

3.1.2 During the excavation the natural drainage of the area shall be maintained. Excavation shall be done from top to bottom. Undermining or undercutting shall not be done.

3.1.3 The Excavation shall be done true to level, slop, shape and pattern indicated by the Architects. Only the excavation shown on drawings or as required by the Architects shall be measured and record for payment.

3.1.4 In case of excavation for foundations in trenches or over areas, the bed of excavation shall be to correct level or slope and consolidated by watering and ramming. If the excavation for foundation is done to a depth greater than that shown in the drawings or as required by the Architects, the excess depth shall be made good by the contractor at his own cost with the concrete of the mix used for leveling/bed concrete for foundations. Soft/defective spots at the bed of the foundations shall be dug out and filled with concrete (to be paid separately) as directed by the Architects.

3.1.5 In all other cases where the excavation is taken deeper by the contractor, it shall be brought to the required level by the contractor at his own cost by filling in with earth duly watered, consolidated and rammed.

3.1.6 In case the excavation is done wider than that shown on the drawings or as required by the Architects, additional filling wherever required on this account shall be done by the contractor at his own cost.

3.1.7 In All Kinds of Soils 3.1.7.1 In firm soils, the sides of the trenches shall be kept vertical up to depth of 2 metres from the

bottom. For greater depths, the excavation profiles shall be widened by allowing steps of 50 cms on either side after every 2 metres from the bottom. Alternatively, the excavation can be done so as to give slope of 1:4 (1 horizontal :4 vertical). Where the soil is soft, loose or slushy, the width of steps shall be suitably increased or sides sloped or the soil shored up as directed by the Architects. It shall be the responsibility of contractor to take complete instructions in writing from the Architects regarding the stepping, sloping or shoring to be done for excavation deeper than 2 meters.

3.1.8 In Ordinary/Hard Rock 3.1.8.1 Where hard rock is met with and blasting operations are considered necessary, the contractor

shall obtain the approval of the Architects in writing for resorting to the blasting operations.

Page 216: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 15

Blasting operations shall be done and chiseling shall be done to obtain correct levels, slopes shape and pattern of excavation as per the drawings or as required by the Architects and nothing extra shall be payable for chiseling.

3.1.8.2 Where blasting operations are prohibited or are not practical, excavation in hard rock shall be done be chiseling.

3.1.8.3 In ordinary rock excavation shall be carried out by crowbars, pick axes or pneumatic drills and blasting operation shall not be generally adopted. Where blasting operations are not prohibited and it is practicable to resort to blasting for excavation in ordinary rock, contractor may do so with the permission of the Architects in writing but nothing extra shall be paid for this blasting.

3.1.9 Excavation Over Area shall comprise

(a) Excavation exceeding 1.5 m in width and 10 sqm on plan and exceeding 30 cm in depth.

(b) Excavation for basements, water tanks, etc. (c) Excavation in trenches exceeding 1.5 m in width and 10 sqm. on plan.

3.1.10 Measurements 3.1.10.1 Only the excavation shown on the drawings or as required by the Architects shall be

measured and recorded for payment except in case of hard rock, where blasting operations have been resorted to, excavation shall be measured to the actual levels, provided the Architects is satisfied that the contractor has not gone deeper that what was unavoidable.

3.1.10.2 The length and breadth of excavation or filling shall be measured with a steel tape correct to the nearest cm. The depth of cutting or height of filling shall be measured, correct to 5 mm, by recording levels before the start of the work and after the completion of the work. The cubical contents shall be worked out to the nearest two places of decimal in cubic metres.

3.1.10.3 In case the ground is fairly uniform and where the site is not required to be leveled, the Architects may permit the measurements of depth of cutting or height of filling with steel tape, correct to the nearest cm. In case of borrow pits, diagonal ridges, cross ridges or deadmen, the position of which shall be fixed by the Architects, shall be left by the contractor to permit accurate measurements being taken with steel tape on the completion of the work. Deduction of such ridges and deadmen shall be made from the measurements unless the same are required to be removed later on and earth so removed is utilised in the work. In the later case nothing extra will be paid for their removal as subsequent operation.

3.1.10.4 Where ordinary rock and hard rock is mixed, the measurement of the excavation shall be made as follows. The two kinds of rock shall be stacked separately and measurement in stacks. The net quantity of the two kinds of rocks shall be arrived at by applying deduction 50% to allow for voids in stacks. If the sum of net quantity of two kinds of rocks exceeds the total quantity of the excavated material, then the quantity for each type of rock shall be worked out from the total quantity in the ratio of net quantities in stack measurements of the two types of rocks. If in the opinion of the Architects stacking is not feasible, the quantity of ordinary and hard rock shall be worked out by means of cross-sectional measurements.

3.1.10.5 Where soil, ordinary rock and hard rock are mixed, the measurements for the entire excavation shall be made as follows. Excavated materials comprising hard rock and ordinary rock shall be stacked separately, measured, and each reduced by 50% to allow for voids to arrive at the quantity payable under hard rock and ordinary rock. The difference between the entire excavation and the sum of the quantities payable under hard rock and ordinary rock shall be paid for as excavation in ordinary soil or hard soil as the case may be.

3.1.10.6 Where it is not possible or convenient to measure the depth of cutting by recording levels, quantity of excavation shall be worked out from filling. The actual measurements of the

Page 217: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 16

fill shall be calculated by taking levels of the original ground before start of the work after site clearance and after compaction of the fill as specified and the quantity of earth work so computed shall be reduced by 10% in case of consolidated fills and by 5% in case the consolidation is done by heavy mechanical machinery to arrive at the net quantity of excavation for payment. No such deduction shall, however, be made in case of consolidation heavy mechanical machinery at optimum moisture content, or when the consolidated filling is in confined situations such as under floors.

3.1.10.7 Trenches for pipes, cables, conduits, etc. shall be measured in running metre correct to the nearest cm in stages of 1.5 m depth and described separately as under. (a) Pipes, cables, conduits, etc. not exceeding 75 mm dia. (b) Pipes, cables, conduits, etc. exceeding 75 mm dia but not exceeding 300 mm dia. (c) Pipes, cables, conduits, etc. exceeding 300 mm dia.

3.1.11 Rates 3.1.11.1Rates for earthwork shall include the following:

(a) Excavation and depositing excavated material. (b) Handling of antiquities and useful material. (c) Protection as specified. (d) Site clearance. (e) Setting out and making profiles. (f) Forming (or leaving) deadmen or ‘Tell Tales’ in borrow pits and other removal after

measurements. (g) Bailing out or pumping of rain water from excavations. (h) Initial lead of 50 m and lift of 1.5 m. (i) Blasting operations for hard rock.

3.1.11.2 No deduction shall be made from the rate if in the opinion of the Architects, operations specified in (b) to (h) are not required to be carried out on any account whatsoever.

3.2 Filling of Earth 3.2.1 Normally excavated earth from same area shall be used for filling. Earth used for filling shall

be free from shrubs, rank vegetation, grass, brushwood, stone shingle and boulders (larger than 75 mm in any direction), organic or any other foreign matter. Earth containing deleterious materials, salt peter earth etc, shall not be used for filling. All clods and lumps of earth exceeding 8 cm in any direction shall be broken or removed before the earth is used for filling.

3.2.2 Filling 3.2.2.1 The space around the foundations, and drains in trenches shall be cleared of all debris, brick

bats etc. The filling shall be done in layers not exceeding 20 cm in depth. Each layer shall be watered, rammed and consolidated, Ramming shall be done with iron rammers where possible and with blunt end of crow bars where rammers cannot be used. Special care shall be taken to ensure that no damage is caused to the pipes, drains, masonry or concrete in the trenches.

3.2.2.2 In case of filling under floor, the finished level of filling shall be kept to the slope intended to be given to the floor.

3.2.3 Measurements 3.2.3.1 Filling sides of foundations: The cubical contents of bed concrete leveling course and

masonry /concrete in foundations up to the ground level shall be worked out and the same deducted from the cubical contents of earth work in excavation for foundation already measured under the respective item of earth work to arrive at the quantity or filling sides of foundation. The quantity shall be calculated correct to two places of decimal.

3.2.3.2 Filling in plinth and under floors : Depth of filling shall be the consolidated depth. The dimensions of filling shall be on the basis of pre-measurement correct to the nearest cm and cubical contents worked out in cubic metres correct to two places of decimal

Page 218: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 17

3.2.4 Rates 3.2.4.1 The rates include cost of all the operations described above.

3.3 Sand Filling 3.3.1 Filling 3.3.1.1 Sand filling shall be done in a manner similar to earth filling in plinth specified above except

that consolidation shall be done by flooding with water. The surface of the consolidated sand filling shall be dressed to the required level or slope and shall not be covered till the Architects have inspected and approved of the sand filling.

3.3.2 Measurements 3.3.2.1 The length, breadth and depth of consolidated sand shall be measured with steel tape correct

to the nearest cm and cubical contents worked out in cubic metres correct to two places of decimal.

3.3.3 Rates 3.3.3.1 The rates include the cost of material and labour involved in all the operation described

above.

3.4 Surface Dressing 3.4.1 Surface dressing shall include cutting and filling up to a depth of 15 cm and clearing of

shrubs, rank vegetation, grass, brushwood, trees and saplings of girth up to 30 cm measured at a height of one metre above the ground level and removal of rubbish and other excavated material up to a distance of 50 metres outside the periphery of the area under surface dressing. High portions of the ground shall be cut down and hollow depressions filled up to the required level with the excavated earth so as to give an even, neat and tidy look.

3.4.2 Measurements 3.4.2.1 Length and breadth of the dressed ground shall be measured correct to the nearest cm and the

area worked out in square metres correct to two places of decimal. 3.4.3 Rates 3.4.3.1 The rates shall include cost of labour involved in all the operations described above.

3.5 Jungle Clearance 3.5.1 Jungle clearance shall comprise uprooting of rank vegetation, grass, brushwood, shrubs,

stumps, trees and sapling of girth up to 30 cm measured at a height of one metre above the ground level. Where only clearance of grass is involved it shall be measured and paid for separately.

3.5.2 Uprooting of vegetation 3.5.2.1 The roots of trees and saplings shall be removed to a depth of 60 cm below ground level or 30

cm bellow formation level or 15 cm below sub-grade level, whichever is lower. All holes or hollows formed due to removal of roots shall be filled up with earth rammed and levelled. Tree, shrubs, poles, fences, signs, monuments, pipe lines, cable, etc. within or adjacent to the area which are not required to be disturbed during jungle clearance shall be properly protected by the contractor at his own cost and nothing extra shall be payable.

3.5.3 Stacking and disposal 3.5.3.1 All useful materials obtained from clearing and grubbing operation shall be stacked in the

manner as directed by the Architects. Trunks and branches of trees shall be cleared of limbs and tops and stacked neatly at places indicated by the Architects. The materials shall be property of the Government. All unserviceable materials which in the opinion of the

Page 219: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 18

Architects cannot be used or auctioned shall be removed up to a distance of 50 m outside the periphery of the area under clearance. It shall be ensured by the contractor that unserviceable materials are disposed off in such a manner that there is no likelihood of getting mixed up with the materials meant for construction.

3.5.4 Clearance of grass 3.5.4.1 Clearing and grubbing operations involving only the clearance of grass shall be measured and

paid for separately and shall include removal of rubbish up to a distance of 50 m outside the periphery of the area under clearance.

3.5.5 Measurements 3.5.5.1 The length and breadth shall be measured correct to the nearest cm and the area worked out in

square metres correct to two places of decimal. 3.5.6 Rates 3.5.6.1 The rates include cost of all the operations described above. Note : Jungle clearance and clearance of grass are not payable separately for the earthwork above. 4.0 ANTI TERMITE TREATMENT 4.1 General:

Sub-terranean termites are responsible for most of the termite damage in buildings. Typically, they form nests or colonies underground, in the soil near ground level in a stump or other suitable pieces of timber in a conical or dome shaped mound. The termite finds access to the super –structure of the building either through the timber buried in the ground or by means of mud shelter tubes constructed over unprotected foundations. Termite control in existing as well as new building structures is very important, as the damage likely to be caused by the termites to wooden members of building and other household article like furniture, clothing, stationary etc. is considerable. Anti-termite treatment can be either during the time of construction, i.e. pre-constructional chemical treatment or after the building has been constructed, i.e. treatment for existing buildings. Prevention of the termite from reaching the super-structure of the building and its contents can be achieved by creating a chemical barrier-between the ground, from where the termites come and other contents of the building which may form food for the termites. This is achieved by treating the soil beneath the building and around the foundation with a suitable insecticide.

4.2 Materials 4.2.1 Chemicals : Chemicals are available in concentrated form in the market and concentration is

indicated on the sealed containers. The following chemicals in water emulsion shall be used. Chloropyrophos emulsion concentrates 0.5% 4.2.2 To achieve the specified percentage of concentration, chemical should be diluted with water

in required quantity before it is used. Graduated containers shall be used for dilution of chemicals with water in the required proportion to achieve the desired percentage of concentration. For example, to dilute chemical of 30% concentration, 59 parts of water shall be added to one part of chemical for achieving 0.5% concentration.

4.2.3 Architects shall procure the chemical of required concentration in sealed original containers

directly from the reputed and authorized dealers. The material shall be brought in at a time in adequate quantity to suffice for the whole or at least a fortnight’s work. The chemical shall be kept in the custody of the Architects or his authorised representatives and issued for use to meet the day’s requirements. Empty containers after washing and concentrated chemical left unused at the end of the day’s work shall be returned to the Architects or his authorised representative.

Page 220: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 19

4.2.3.1 Safety Precautions- All chemical used for anti-termite treatment are poisonous and hazardous

to heath. These chemicals can have and adverse effect upon health when absorbed through the skin, inhaled as vapours or spray mists or swallowed. Person using or handling these chemicals should be warned of these dangers and advised that absorption through skin is the most likely source of accidental poisoning. They should be cautioned to observe carefully the safety precautions gives below. These chemicals are usually brought to site in the form of emulsifiable concentrator. The containers should be clearly labelled and should be stored carefully so that children and pet can not get at them. They should be kept securely closed. Particular care should be taken to prevent skin contact with concentrates. Prolonged exposure to dilute emulsions should also be avoided. Workers should wear clean clothing and should wash thoroughly with soap and water, especially before eating and smoking. In the event of severe contamination, clothing should be removed at once and the skin washed with soap and water. If chemical splash into the eye they shall be flushed with plenty of soap and water and immediate medical attention should be sought.

4.2.3.2 The concentrates are oil solution and present a fire hazard owing to the use of petroleum

solvents. Flames should not be allowed during mixing. 4.2.3.3 Care should be taken in the application of chemical to see that they are not allowed to

contaminate wells or spring, which serve as sources of drinking water. 4.2.4 Pre-Construction Chemical Treatment 4.2.4.1 This is a process in which chemical treatment is applied to a building in the early stages of its

construction. Hand operated pressure pump shall be used for uniform spraying of the chemical. To have proper check for uniform spraying of chemical, graduated containers shall be used.

4.2.4.2 Time of application- Soil treatment should start when foundation trenches and pits are ready to take mass concrete in foundations. Laying of mass concrete should start when the chemical emulsion has been absorbed by the soil and the surface is quite dry. Treatment should not be carried out when it is raining or soil is wet with rain or sub-soil water. The foregoing applies also in the case of treatment to the filled earth surface within the plinth before laying the sub grade for the floor.

4.2.4.3 Disturbance- The treated soil barriers shall not be disturbed after they are formed. If by chance, treated soil barriers are disturbed, immediate steps shall be taken to restore the continuity and completeness of the barrier system.

4.2.3.4 Treatment of Column-pits, Walls-trenches and Basement-excavation: (a) The bottom surface and the sides (up to a height of about 300 mm) of the excavations made

for column, pits, wall trenches and basements shall be treated with the chemical at the rate of the surface area.

(b) After the columns, foundations and the retaining walls of the basement come up the back fill in immediate contact, with the foundation structure shall be treated at the rate of the vertical surface of the sub-structure for each side. If water is used for ramming the earth fill, the chemical treatment shall be carried out after the ramming operation is done by rodding the earth at 150 mm centers close to the wall surface and spraying the chemical with the above dose. The earth is usually returned in layers and the treatment shall be carried out in similar stages. The chemical emulsion shall be directed towards the concrete or masonry surfaces of the columns and walls so that the earth in contact with these surfaces is well treated with the chemical. (c) In the case of R.C.C. framed structures with column and plinth beams and R.C.C. basements the concrete mix is rich and dense, it is unnecessary to start the treatment from the bottom of excavations for columns and plinth beams. The treatment shall start at the depth of 500 mm below ground level. From this depth the back fill around the columns, beams, and R.C.C. basement walls, shall be treated @ 15

Page 221: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 20

liters/sqm. of the vertical surface. The other details of treatment shall be as laid down in clause (b) above.

4.2.3.5 Plinth walls shall be treated with chemical emulsion at the rate of surface before the sand/subgrade is laid. Holes up to 50 to 75 mm deep at 150 mm centres both ways shall be made with crowbars on the surface to facilitate saturation of the soil with chemical emulsion.

4.2.3.6 Treatment of Junction of wall and Floor: To achieve continuity of the vertical chemical barrier on inner wall surfaces from the ground level, small channel 30 x 30 mm shall be made at all the junctions of wall and column with floor (before laying the sub-grade) and rod holes made in the channel up to ground level 150 mm apart and chemical emulsion poured along the channel @ of the vertical wall or column surface so as to soak the soil right to bottom. The soil shall be tamped back into place after this operation.

4.2.3.7 Treatment of Soil along External Perimeter of Building- After the building is complete, provide holes in the soil with iron rods along the external perimeter of the building at intervals about 150 mm and depth 300 mm and filling these holes with chemical emulsion at the rate of perimeter of the external wall.

4.2.3.8 Treatment for Expansion Joints- Anti-termite treatment shall be supplemented by treating through the expansion joint after the sub grade has been laid @ 2 litres per linear meter of expansion joint.

4.2.4 Measurements 4.2.4.1 Concentrated chemical in sealed containers shall be measured in litres. Chemicals of different

types and concentration shall be measured separately. 4.2.4.2 The measurements shall be made in sqm, on the basis of plinth area of the building at floor

(GF) only for all operations described above. Nothing extra shall be measured. 4.2.5 Rates

The rate for the concentrated chemical shall include the cost of material, containers and all the operations involved in transportation and delivery at the place specified.

5.0 CEMENT CONCRETE 5.1 This shall be prepared by mixing cement and sand with or without the addition of pozzolana

in specified proportions. 5.1.1 Proportioning :

Cement bag weighing 50 kg shall be taken as 0.035 cubic metre. Other ingredients in specified proportion shall be measured using M.S. boxes of size 40x35x25 cm. Sand shall be measurement on the basis of its dry volume.

5.2 Mixing The mixing of mortar shall be done in mechanical mixers operated manually or by power as decided by Architects. The Architects may, however, permit hand mixing at their discretion taking into account the nature, magnitude and location of the work and practicability of the use of mechanical mixers or where item involving small quantities are to be done or if in their opinion the use of mechanical mixer is not feasible. In cases, where mechanical mixers are not to be used, the contractor shall take permission of the Architects in writing before the commencement of the work. (a) Mechanical Mixing : Concrete shall be mixed in mechanical batch type concrete mixers

conforming to IS: 1791-1985 having two blades and fitted with power loader (lifting hopper type). Half bag mixers and mixers without lifting hoppers shall not be used for mixing concrete. When hand mixing is permitted, Cement and sand in the specified proportions shall be mixed dry thoroughly in a mixer. Water shall then be added gradually and wet mixing continued for at least three minutes. Only the required quantity of water shall be added which will produce mortar of workable consistency but not stiff paste. Only the quantity of mortar, which can be used within 30 minutes of its mixing shall be prepared at a time. Mixer shall be cleaned with water each time before suspending the work.

Page 222: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 21

(b) Hand Mixing : In exceptional circumstances, such as mechanical break down of mixer, work in remote areas or power breakdown and when the quantity of concrete work is very small, hand mixing may be done with the specific prior permission of the Architects in writing subject to adding 10% extra cement. It shall be carried out on a water tight platform and care shall be taken to ensure that mixing is continued unit the concrete is uniform in colour and consistency. Before mixing the brick aggregate shall be well soaked with water for a minimum period of two hours and stone aggregate or gravel shall be washed with water to remove, dirt, dust and other foreign materials. The measured quantity of sand shall be leveled on a clean masonry platform and cement bags emptied on top. The cement and sand shall be thoroughly mixed dry by being turned over and over. Backwards and forwards, several times till the mixture is of a uniform colour. The quantity dry mix which can be used within 30 minutes shall then be mixed in masonry trough with just sufficient quantity of water to bring the mortar to a stiff paste of necessary working consistency. For guidance, the mixing time may be 1.5 to 2 minutes, for hydrophobic cement it may be taken as 2.5 to 3 minutes.

5.3 Compaction Concrete shall be thoroughly compacted and fully worked around embedded fixtures and into corners of the form work. Compaction shall be done by mechanical vibrator of appropriate type till a dense concrete is obtained. The mechanical vibrators shall conform to IS: 2505, IS: 2506, IS: 2514 and IS: 4656. To prevent segregation, over vibration shall be avoided. Compaction shall be completed before the initial setting starts. For the items where mechanical vibrators are not to be used, the contractor shall take permission of the Architects in writing before the start of the work. After compaction the top surface shall be finished even and smooth with wooden trowel including rendering the surface with 1:3 cement sand mortar at the rate of 0.0015 cum/sqm. before the concrete begins to set.

5.4 Construction Joints Concreting shall be carried out continuously upto construction joints. The position and arrangement of construction joints shall be as shown in the structural drawings or as directed by the Architects. Number of such joints shall be kept minimum. Joints shall be kept as straight as possible. Construction joints should comply with IS: 11817

5.5 Concreting under Special Conditions 5.5.1 Work in Extreme Weather Condition: During hot and cold weather, the concreting shall be

done as per the procedure set out in IS: 7861 (Part-I)- 1975 and IS: 7861 (Part III)- 1981 respectively. Concreting shall not be done when the temperature falls bellow 4.5 degree C. In cold weather , the concrete placed shall be protected against frost. During hot weather, it shall be ensured that the temperature of wet concrete does not exceed 38 degree C.

5.6 Curing 5.6.1 Curing is the process of preventing loss of moisture from the concrete. The following

methods shall be employed for effecting curing. 5.6.2 Moist curing:

Exposed surfaces of concrete shall be kept continuously in a damp or wet condition by ponding or by covering with a layer of sacking, canvas, hessian or similar materials and kept constantly wet for at least 7 days from the date of placing concrete in case of ordinary portland cement and atleast 10 days where mineral admixtures or blended cements are used. The period of curing shall not be less than 10 days for concrete exposed to dry and hot weather conditions. In the case of concrete where mineral admixtures or blended cements are used, it is recommended that above minimum periods may be extended to 10 days.

5.6.3 Membrane Curing :

Page 223: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 22

Approved curing compounds may be used in lieu of moist curing with the permission of the Architects. Such compound shall be applied to all exposed surfaces of the concrete as soon as possible after the concrete has set Impermeable membrane such as polythene sheet covering the concrete surface may also be used to provide effective barrier against the evaporation.

5.6.4 Freshly laid concrete shall be protected from rain by suitable covering. 5.6.5 Over the foundation concrete, the masonry work may be started after 48 hours of its

compaction but the curing of exposed surfaces of cement concrete shall be continued along with the masonry work for atleast 7 days. And where cement concrete is used as base concrete for flooring, this may be commenced before the curing period of base concrete is over but the curing of base concrete shall be continued along with top layer of flooring for a minimum period of 7 days.

5.7 Form work Form work shall be as specified in R.C.C. head and shall be paid for separately unless

otherwise specified. 5.8 Finishes 5.8.1 Plastering and special finished other than those, obtained through form work shall be

specified and paid for separately unless otherwise specified. 5.9 Workability of Concrete 5.9.1 The concrete mix proportion chosen should be such that the concrete is of adequate

workability for the placing conditions of the concrete and can properly be compacted with the means available.

5.10 For foundation. 5.10.1 For foundation cement concrete shall be mixed in proportion and with ingredients as specified

in the schedule of quantities. The concrete shall be mixed in a mechanical mixer. No more concrete shall be mixed than can be consumed within half an hour. It shall be deposited gently in the trenches in horizontal layers not more than 30 cm. thick and rammed and consolidated with steel rammers of 5 to 6 kg. weight. After laying and consolidation is completed watering twice a day for a week from the next day shall be done.

5.11 For Cinder concrete fills: 5.11.1 This shall be cement concrete maximum 60 lb./cft made from, well burnt furnace residue

conforming to B.S. 1165: 1947. Clinkers shall be from unburnt coal, sulphur or lime for roofs cinder concrete fill (proportion 1:10 cement cinder) shall be laid in specified thickness to proper falls, slopes and grades and finished smooth to receive tarfelt to the satisfaction of Architects. Cinder ash shall not be used.

5.12 Measurements 5.12.1 Dimension of length, breadth and thickness shall be measured correct to nearest cm. Except

for the thickness of slab and partition which shall be measured to nearest 5 mm. Areas shall be worked out to nearest 0.01 sq. m. and the cubic contents of consolidated concrete shall be worked out to nearest 0.001 cum. Any work done in excess over the specified dimensions or sections shown in the drawings shall be ignored.

5.12.2 Concrete work executed in the following conditions shall be measured separately: (a) Work in or under water (b) Work in liquid mud (c) Work in or under foul positions

5.12.3 Cast-in-situ concrete and or precast concrete work shall be measured in stages described in the item of work, such as: (a) At or near the ground level

Page 224: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 23

(b) Upto specified floor level (c) Between two specified floor levels (d) Upto specified height above or depth below plinth level/defined datum level (e) Between two specified heights or depth with reference to plinth/defined datum level.

5.12.4 No deduction shall be made for the following: (a) Ends of dissimilar materials for example beams, posts, girders, rafters, purlins trusses

corbels and steps upto 500 sqcm in cross sections. (b) Opening upto 0.1 sqm (1000 sq. cm). (c) Volume occupied by pipes, conduit sheathing etc. not exceeding 100 sqcm each in cross

sectional areas. (d) Small voids such as shades portions in Figure below when these do not exceed 40 sqcm

each in cross section. Note : In calculating area of opening, the thickness of any separate lintel or still shall be included in the height. Nothing extra shall be payable for forming such openings or voids.

Area of Fig. A to G shall be = LB Area of Fig. H & J shall be = L [Average of B and B’] 5.12.5 Cast –in-situ and precast concrete work shall be classified and measured separately.

(a) Foundation, footings, bases for columns (b) Walls (any thickness) including attached pilasters, buttresses, plinth and string courses,

fillets etc. (c) Shelves (d) Slabs (e) Chajjas including portions bearing on the wall (f) Lintels, beams and bressummers (g) Columns piers abutments, pillars, post and struts (h) Stair case including stringer beams but excluding landings. (i) Balustrades, newels and sailing.

5.13 Rates 5.13.1 The rate is inclusive of the cost of labour and materials involved in all the operations

described above.

6.0 DAMP PROOF COURSE 6.1 Cement Concrete layer 6.1.1 This shall consist of cement concrete of specified proportions and thickness. The surface of

brick or stone masonry work shall be levelled and prepared before laying the cement concrete. Edge of damp proof course shall be straight, even and vertical. Side shuttering shall consist of steel forms and shall be strong and properly fixed so that it does not get disturbed during compaction and the mortar does not leak through. The concrete mix shall be of workable consistency and shall be tamped thoroughly to make a dense mass. When the sides are removed, the surface should come out smooth without honey-combing. Continuity shall be maintained while laying the cement concrete layer and laying shall be terminated only at the predetermined location where damp proof course is to be discontinued. There shall be no construction joint in the Damp Proof Course.

6.2 Curing 6.2.1 Damp proof course shall be cured for at least seven days, after which it shall be allowed to

dry. 6.3 Application of Hot Bitumen 6.3.1 Where so directed, hot bitumen is specified quantity shall be applied over the dried up surface

of cement concrete, properly cleaned with brushes and finally with a piece of cloth soaked in kerosene oil. Bitumen of penetration A90 or equivalent where used shall be heated to a temperature of 160ْ +- 5ْ C. The hot bitumen shall be applied uniformly all over, so that no blank spaces are left any where. It will be paid for separately.

Page 225: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 24

6.4 Water Proofing Materials 6.4.1 Where so specified, water proofing material of approved quality shall be added to the

concrete mixture in accordance with the manufacture’s specifications stating the quantity of water proofing material in litres or kg per 50 kg or cement and will be paid for separately.

6.5 Measurements 6.5.1 The length and breadth shall be measured correct to a cm and its area shall be calculated in

square metres correct to two places of decimal. The depth shall not be less than the specified thickness at any section.

6.6 Rates 6.6.1 The rate is inclusive of the cost of materials and labour involved in all the operations

described above except for the applications of a coat of hot bitumen and addition of water proofing materials which shall be paid for separately, unless otherwise specified

LIST OF BUREAU OF INDIAN STANDARD CODES RELATED TO REINFORCED CEMENT

CONCRETE Sl. No. IS No. Subject

1. IS : 226 Structural Steel.

2. IS : 432 (Part I) Specified for mild steel and medium tensile steel bars and hard drawn steel wire for concrete reinforcement Part I mild steel and medium tensile steel bars.

3. IS : 432 (Part II) Specification for mild steel and medium tensile steel bars and hard drawn steel wire for concrete reinforcement –Part II Hard drawn steel wire.

4. IS : 456 Code of Practices for Plain and Reinforced concrete. 5. IS : 516 Method of test for strength of concrete. 6. IS : 716 Specification for Pentachlorophenol. 7. IS : 1199 Method of sampling and analysis of Concrete. 8. IS : 1200 (Part II) Method of measurement of building and civil engineering work –

concrete work. 9. IS : 1200 (Part V) Method of measurement of building and civil engineering work -

concrete work (Part 5 – From work). 10. IS : 1566 Specification of hard – drawn steel wire fabric for Concrete

requirement. 11. IS : 1599 Method for bend test.12. IS : 1343 Code of Practice for Prestressed Concrete. 13. IS : 1608 Method for tensile testing of steel products. 14. IS : 1786 Specification for high strength deformed steel and wires for

concrete reinforcement. 15. IS : 1791 Specification for batch type concrete mixes. 16. IS : 2502 Code of practice for bending and fixing of bars for concrete

reinforcement. 17. IS : 2751 Recommended practice for welding of mild steel plain and

deformed bars for reinforced construction. 18. IS : 4925 Batch Plants Specification for concrete batching and mixing plant. 19. IS : 6523 Specification for precast reinforced concrete door, window frames.20. IS : 10262 Recommended guidelines for concrete mix design. 21. IS : 13311 (Part I) Indian Standard for non-destructive testing of concrete Method of

test for ultrasonic pulse velocity. 22. IS : 13311 (Part

II) Indian standard for non-destructive testing of concrete- Method of testing by rebound hammer.

Page 226: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 25

7.0 REINFORCED CEMENT CONCRETE WORK 7.1 General:

Reinforced cement concrete work may be cast-in-situ or precast as directed. Reinforced cement concrete work shall comprise of the following as per description of the item of work (a) Form work (b) Reinforcement (c) Concrete (d) Plastering or other finishing on concrete surface.

7.1.1 Scope: This specification covers reinforced cement concrete work both cast-in-situ and precast and related: work in sections, formwork and reinforcement. Special requirements for shell and folded plate construction, architecturally exposed concrete are also included.

7.1.2 Reference Publication: The following specifications, standards and codes are made a part of this specification. Publication referred to herein shall be the latest editions including all applicable official amendments and revisions. In case of discrepancy, between this specifications and those referred to herein, this specification shall govern.

7.1.3 Definitions (I) Nominal Mix Concrete. Concrete in which the determinations of proportion of

cement, aggregates and water to attain the required strength is made without any prior concrete mix design, by adopting nominal mix proportion shall be called “Nominal Mix Concrete”.

(II) Design Mix Concrete. Concrete in which the determination of cement, aggregates and water to attain the required strength is made by designing the concrete mix shall be called “ Design Mix Concrete”.

(III) Embedded Items. All bolts, inserts, sleeves, conduit, fixture and other material placed so as to become anchored in cast-in-place or precast concrete, as indicated and specified elsewhere in the contract documents.

(IV) Testing Laboratory. A testing laboratory by the contractor or any specified testing agency to perform testing services required in this section not otherwise assigned, and to perform any other such services requested by the Employer’s Representative. All records and work shall be available for Employer’s Representative.

(V) Concrete Admixtures. Special purpose manufactured materials added to concrete mixes by specific dispensing equipment furnished to the concrete Producer by the admixture manufacture.

(VI) Free Water Cement Ratio. The total water in a concrete mix consists of water absorbed by aggregates to bring into a saturated surface dry condition, and the free water available for the hydration of cement and for the workability of fresh concrete. The free water cement ratio is the ration by weight of free water to cement in the mix.

7.2 Form work (Centring & Shuttering) 7.2.1 General requirement: Form work shall include all temporary or permanent forms or moulds

required for forming the concrete which is cast-in-situ, together with all temporary construction required for their supports

7.2.1.1 It shall be strong enough to withstand the dead and live loads and forces caused by ramming and vibrations of concrete and other incidental loads, imposed upon it during and after casting of concrete. It shall be made sufficiently rigid by using adequate number of ties and braces, Screw jacks or hard board wedges where required shall be provided to make up any settlement in the form work either before or during the placing of concrete.

7.2.1.2 Forms shall be so constructed as to be removable in sections in the desired sequence without damaging the surface of concrete or disturbing other sections. Care shall be taken to see that no piece is keyed into the concrete. In case of structures with two or more floors, the weight of concrete, centring and shuttering of any upper floor being cast shall be suitably supported on one floor below the top most floor already cast.

Page 227: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 26

7.2.1.3 Form work and concreting of upper floor shall not be done until concrete of lower floor has set atleast for 14 days.

7.2.1.4 Form work shall be properly designed for self weight, weight of reinforcement, weight of fresh concrete, and in addition, the various live loads likely to be imposed during the construction process (such as workmen, materials and equipment). In case the height of centring exceeds 3.50 metres, the prop may be provided in multi-stages.

7.2.1.5 The design of form work shall conform to sound Engineering practices and relevant IS codes. 7.2.1.6 Camber : Suitable camber shall be provided in horizontal members of structure, especially in

cantilever spans to counteract the effect of deflection. The form work shall be so assembled as to provide for camber. The camber for beams and slabs shall be 4 mm per metre (1 to 250 ) or as directed by the Architects, so as to offset the subsequent deflection. For cantilevers the camber at free end shall be 1/50th of the projected length or as directed by the Architects.

7.2.2 Materials for Form Work

The selection of materials suitable for form work shall be based on economy, consistent with safety and quality required in the finished work. From work shall be of plywood, steel, fibreglass, reinforced plastics or any other material as approved by architect whose decision in this respect shall be final. Props and shores shall be of steel only.

7.2.2.1 Propping and centring -All propping and centring should be either of steel tubes with extension pieces or built up sections of rolled steel.

7.2.2.2 Centring/ Staging : Staging should be as designed with required extension pieces as approved by Architects to ensure proper slopes, as per design for slabs/beams etc. and as per levels as shown in drawings. All the staging to be either of Tubular steel structure with adequate bracings as approved or made of built up structural sections made from rolled structural steel sections.

7.2.2.3 Shuttering : Shuttering used shall be of sufficient stiffness to avoid excessive deflection and joints shall be tightly butted to avoid leakage of slurry. If required, rubberised lining of material as approved by the Architects shall be provided in the joints. Steel Shuttering used for concreting should be sufficiently stiffened. The steel shuttering should also be properly repaired before use and properly cleaned to avoid stains, honey combing, seepage of slurry through joints etc. (a) Runner Joists : RSJ, MS Channel or any other suitable section of the required size

shall be used as runners. (b) Assembly of beam head over props. Beam head is an adopter that fits snugly on the

head plates of props to provide wider support under beam bottoms.

7.2.3 Design and installation of form work. 7.2.3.1 The design and engineering of the formwork, as well as its construction, shall be the

responsibility of the contractor. 7.2.3.2 The formwork shall be designed for the loads, lateral pressure, and allowable stresses outlined

and for design considerations, wind loads, allowable stresses and other applicable requirements of the controlling local building code.

7.2.3.3 Requirements for facing materials are given in section 10, Finishing of formed surfaces. The maximum deflection of facing materials reflected in concrete surfaces exposed to view shall be 1/240 of the span between structural members.

7.2.3.4 Forms shall be sufficiently tight to prevent loss of mortar form the concrete Chamfer strips shall be placed in corners of forms to produce bevelled edges on permanently exposed surfaces. Interior corners on such surfaces and the edges of formed joints will not require bevelling unless required by the contract documents.

7.2.3.5 Where necessary to maintain the specified tolerances, the formwork shall be cambered to compensate for anticipated deflections in the formwork prior to hardening of the concrete.

7.2.3.6 Positive means of adjustment (wedges or jacks) of shores and struts shall be provided and all settlement shall be taken up during concrete placing operation. Forms shall be securely braced against lateral deflections.

Page 228: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 27

7.2.3.7 Temporary opening shall be provided at the base of column forms and wall forms and at other point where necessary to facilitate cleaning and observation immediately before concrete is placed.

7.2.3.8 Form ties shall be constructed so that the ends, or end fasteners can be removed without causing appreciable spelling at the faces of the concrete. After the ends or ends or end fasteners of forms ties have been removed, the embedded portion of the ties shall terminate not less than 2 diameters of twice the minimum dimension of the tie from the formed faces of concrete to be permanently exposed to view except the in no case shall this distance be less than ¾ inch. When the formed face of the concrete is not to be permanently exposed to view, form ties may be cut off flush with the formed surfaces.

7.2.3.9 At construction joints, contact surface of the form sheathing for flush surfaces exposed to view shall overlap the hardened concrete in the previous placement by not more that 1 inch. The forms shall be held against the hardened concrete to prevent offsets or loss of mortar at the construction joint and to maintain a true surface.

7.2.3.10 Wood forms for wall openings shall be constructed to facilitate loosening, if necessary, to counteract swelling of the forms.

7.2.3.11 Wedges used for final adjustment of forms prior to concrete placement shall be fastened in position after the final check.

7.2.3.12 Formwork shall be so anchored to shores or other supporting surfaces or members that upward or lateral movement of any part of the formwork system during concrete placement will be prevented.

7.2.3.13 Runways for moving equipment shall be provided with struts or legs and shall be supported directly on the formwork or structural member without resting on the reinforcing steel.

7.2.3.14 Earth cuts shall not be used as forms for vertical surfaces unless required or permitted.

7.2.4 Design & Tolerance in Construction Form work shall be designed and constructed to the shapes, lines and dimensions shown on the drawings with the tolerance given below: Tolerances for formed surfaces (applicable only for concrete dimensions not applicable for positioning of vertical reinforcing steel, dowels or embedded items). (i) Variation from plumb. (a) In the lines and surfaces of columns, piers, walls and in sharp edges formed at

meeting of two surfaces 6 mm per 3.0 M, but not more than 25 mm. (b) For exposed corner columns and other conspicuous lines-

In any 6 M height. 6 mm Maximum for entire height. 12 mm

(ii) Variation from the level or from the grades indicated on the drawings after allowing for specified cambers).

(a) In slab soffits, ceiling beam soffits, and in horizontal sharp edges formed at meeting of two surfaces, (measured before removal of supporting shores) In 3 M 6 mm In any bay or in any 6 M. length 10 mm Maximum for entire length 20 mm (b) For exposed lintels, sills parapets, horizontal grooves and other conspicuous lines In any bay or in 6 M length 6 mm Maximum for entire length. 12 mm

(iii) Variation of the linear building lines from established position in plan and related position of columns, wall and partitions.

In any 6 M. of length 12 mm Maximum for entire length 25 mm

(iv) Variation in the sizes and locations for sleeves openings in walls and floors. 6 mm.

(v) Variation in cross-sectional dimensions of columns and beams and in the thickness of slabs and walls.

Page 229: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 28

Minus 6 mm. Plus 12 mm (vi) Footings

(a) Variation in dimension in plan Minus 12 mm Plus 50 mm. (b) Misplacement or eccentricity 2% of footing width in the direction of misplacement but not more than 50 mm

(c) Reduction in thickness minus 50% of specified thickness subject to a maximum of 50 mm

(vii) Variation in steps. (a) In a flight of stairs Rise 3 mm Tread 5 mm (b) In consecutive steps Rise 1.5 mm Tread 3 mm.

7.2.5 Removal of Form work (Stripping Time) : When repair of surface defects or finishing is

required at an early age, forms shall be removed as the concrete has hardened sufficiently to resist damages from removal operation.

7.2.5.1 Top forms on sloping surfaces of concrete shall be removed as soon as the concrete has attained sufficient stiffness to prevent sagging. Any needed repairs or treatment required on such sloping surfaces shall be performed at once and be allowed by the specified curing.

7.2.5.2 Wood forms for wall openings shall be loosened as soon as this can be accomplished without damage to the concrete. In normal circumstances and where ordinary Portland cement is used, forms would generally be removed after expiry of the following periods: (a) Walls columns and vertical faces of all

structural members. 24 to 48 hours as may be decided by the Architects

(b) Slabs (props left under) 3 days (c) Beam soffits (props left under) 7 days (d) Removal of props under slabs: Spanning upto 4.5 M 7 days Spanning over 4.5 14 day (e) Props to beams and arches :

(1) Spanning upto 6m Spanning over 6m

14 Days 21 days

7.2.5.3 For cement other than ordinary portland cement the time for removal of forms shall be as

specified below: (i) Forms supporting sides of beams, walls

and columns. At an age when concrete attains 20% of the specified characteristic strength.

(ii) Bottoms of slabs upto 4.5 span At an age when concrete attains 67% of the specified characteristic strength.

(iii) Bottoms of slabs above 4.5 m span At an age when concrete attains 80% of the specified characteristic strength.

(iv) Bottom of beams upto 6 m span At an age when concrete attains 80% of the specified characteristic strength.

(v) Bottoms of beams over 6 m span At an age when concrete attains 90% of the specified characteristic strength.

Page 230: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 29

Note 1 : For other types of cement, the stripping time recommended for ordinary Portland cement may be suitably modified. If Portland pozzolana or low heat cement has been used for concrete, the stripping time will be 10/7 of the period stated above. Note 2 : The number of props left under, their sizes and disposition shall be such as to be able to safely carry the full dead load of the slabs, beam or arch as the case may be together with any live load likely to occur during curing or further construction. Note 3 : For rapid hardening cement, 3/7 of above periods will be sufficient in all cases except for vertical side of slabs, beams and columns which should be retained for atleast 24 hours. Note 4 : In case of cantilever slabs and beams, the centring shall remain till structures for counter acting or bearing down have been erected and have attained sufficient strength. Note 5 : Proper precautions should be taken to allow for the decrease in the rate of hardening that occurs with all types of cement in cold weather and accordingly stripping time shall be increased. Note 6 : Work damaged through premature or careless removal of forms shall be reconstructed.

7.2.5.3 The periods as mentioned above shall be determined by testing cubes at different ages (3 days 7 days 14 days, 21 days 28 days) from the same sample of concrete using the particular type of cement. Testing is to be repeated for every new arrival of cement.

7.2.5.4 The number of props left under, their sizes and disposition shall be such as to be able to safety carry the full dead load of the slab, beams or arch as the case may be together with any live load likely to occur during curing or further construction.

7.2.6 Reshoring 7.2.6.1 When reshoring is permitted or required, the operations shall be planned in advance and shall

be subject to approval. While reshoring is under way no, live load shall be permitted on the new construction.

7.2.6.2 In no case during reshoring shall concrete in beam slab, column or any other structural member be subjected to combined dead and construction loads in excess of the loads permitted by the Architect/Engineer for the developed concrete strength at the time of reshoring.

7.2.6.3 Reshores shall be tightened to carry their required loads without overstressing the construction.

7.2.6.4 Floors supporting shores under newly placed concrete shall have their original supporting shores left in place or shall be reshored. The reshoring system shall have capacity sufficient to resist the anticipated loads and in all cases shall have a capacity equal to atleast one half of the capacity of the shoring system above.

7.2.6.5 The reshores shall be located directly under a shore position above unless other locations are permitted.

7.2.6.6 In multistorey buildings the reshoring shall extend over a sufficient number of storeys to distribute the weight of newly placed concrete forms and construction live loads in such a manner that the design superimposed loads of the floors supporting shores are not exceeded.

7.2.7 Mechanical slip form sliding, shuttering (Moving form) 7.2.7.1 General: The use of mechanical slips forms sliding shuttering is a specialised operation used

for concreting vertical structures. It shall be entrusted to only suitably trained and experienced personnel. The contractor shall submit detailed working drawings & design of this type of forms alongwith detailed calculations and get them approved from the Architects of Consultants before starting the work.

7.2.7.2 Material: The shuttering can either be made of steel or timber. Timber shuttering is preferred due to its weight being lighter than steel. In case of timber shuttering vertical boards are used which are attached to the ribs. The boards are not close jointed but a space not more than 4 mm between adjacent boards is kept to allow for swelling which occurs when timber forms is in constant touch with water. The shuttering height shall be limited to 1:3 M.A. slight slope shall be given to the tow vertical shuttering walls. The gap between the inside and outside forms of a wall shall be slightly more at the bottom and slightly less at the top than the required thickness of the wall. The slope informs shall be about 6 mm (metres i.e. 0.5%

Page 231: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 30

(percent) with allowable tolerance of +- 0.1% in the shuttering suitable inspection windows at the bottom shall be kept to check the consistency and strength of concrete deposited.

For isolated cylindrical structures the outer shuttering shall be 100 mm higher than the inner shuttering to prevent overflow of concrete to the lower finishing platform.

7.2.7.3 Platforms: Three platforms resting on Yokes shall be provided as follow : a) At the top edge level of the shuttering for placing reinforcement concreting and operation

of jacks etc. b) At about 2.4 metres below the platform mentioned above for the finishers to finish the

concrete as it comes out of the forms. c) At about 2.4 metres above the platform mentioned above for storage of materials and

accommodation lifting arrangement. 7.2.7.4 Lifting equipment: The equipment shall either be mechanical, hydraulic or pneumatic. The

details shall be got approved from the Architects. 7.2.7.5 Yokes: These shall be substantially made. All members are to be bolted together and the

whole frame cross-braced or otherwise strengthened laterally. The hole in bottom transverse member shall be provided with wedges. The hole shall be sufficiently large to allow the jack rod to pass freely. The wedges shall be provided adequate lateral support to jack rod. The spacing of yoke shall not be greater than 25 metres. Actual spacing shall be determined by design calculations, which are to be approved by the Architect.

7.2.7.6 Jack Rods: These shall be of M.S. rounds conforming to Grade I of IS 456-1968 or I.S. 226-1964 and shall be of minimum 25 mm diameter. The size shall be checked against buckling and design calculations shall be got approved. Alternatively steel tubes may be used instead of M.S. rounds. The starting jack rod shall be provided with adequate bearing in the form of base plates etc. while placing this on horizontal plane form which slip from work is started. The jack rod extension is required to be concentrically connected to one another so that load is transferred through direct compression. The two abutting surfaces of the rods are to be machine finished at a place perpendicular to the vertical rod axis. One method of ensuring concentric connection of jack roads with adequate stability is to provide 10 mm dia studs to be fixed in concentric threaded holes, machined in both the abutting rods. The joints in the jack rods shall be suitably staggered.

7.2.7.7 Operation: In the use of slip forms care is required to ensure that each operation is carried out in correct sequence without delay to the succeeding operation. All the materials required for the work shall be brought to site before the actual operation is started. The reinforcement for the complete work shall be bent and kept ready before commencing jacking. For the 1st lift of concreting the two shuttering surfaces shall be connected with through bolts or G.I. wires which shall be kept in position till starting jacking operation.

7.2.7.8 Speed: The speed shall be adjusted that there is atleast about 60 cm. Of hard concrete in the forms. A heavy steel rod with pointed end shall be used to find the depth of soft concrete. In mechanical lifting by screw jacks the maximum speed shall be limited to 15 cms per hour. For pneumatic or hydraulic lifting the maximum speed shall be restricted to 40 cms. Per hour. The design calculations referred to above shall ensure that the concrete in the lowest levels shall be able to withstand the weight of the structures including incidental loads at the age commensurate with the maximum speed proposed to be adopted.

7.2.7.9 Alignment: It shall be ensured that the whole formwork is made rigid and kept in true horizontal position. Alignment and plumb shall be checked very often and corrected immediately as and when found out of plumb or alignment. The following method for checking alignment shall be used: 1. Water level. 2. Theodolite fixed at distant point. 3. Plumb line. 4. Hairlines fixed to forms. 5. Laser beam vertical alignment system. It is essential to use atleast two of the above methods to achieve correct alignment as approved by the Architects.

Page 232: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 31

In normal circumstances and where ordinary Portland cement is used , forms may generally be removed after the expiry of the following periods:

7.2.8 Surface Treatment 7.2.8.1 Oiling the Surface : Shuttering gives much longer service life if the surfaces are coated with

suitable mould oil which acts both as a parting agent and also gives surface protections. A typical mould oil is heavy mineral oil or purified cylinder oil containing not less than 5% pentachlorophenol conforming to IS : 716 well mixed to a viscosity of 70-80 centipoise. After 3- 4 uses and also in cases when shuttering has been stored for a long time, it should be recoated with mould oil before the next use.

7.2.9 Inspection of Form Work

The completed form work shall be inspected and approved by the Architects before the reinforcement bars are placed in position.

Proper form work should be adopted for concreting so as to avoid honey combing, blow holes, groutloss, stains or discolouration of concrete etc. Proper and accurate alignment and profile of finished concrete surface will be ensured by proper designing and erection of form work which will be approved by Architects.

Shuttering surface before concreting should be free from any defect/ deposits and fully cleaned so as to give perfectly straight smooth concrete surface. Shuttering surface should be therefore checked for any damage to its surface and excessive roughness before use.

7.2.9.1 Erection of form work (centring and shuttering). Following points shall be borne in mind while checking during erection: (a) Any member which is to remain in position after the general dismantling is done,

should be clearly marked. (b) Material used should be checked to ensure that, wrong items/rejects are not used. (c) If there are any excavations nearby which may influence the safety of form works,

corrective and strengthening action must be taken. (d) (i) The bearing soil must be sound and well prepared and the sole plates shall

bear well on the ground. (ii) Sole plates shall be properly seated on their bearing pads or sleepers. (iii) The bearing plates of steel props shall not be distorted. (iv) The steel parts on the bearing members shall have adequate bearing areas.

(e) Safety measures to prevent impact of traffic, scour due to water etc, should be taken. Adequate precautionary measures shall be taken to prevent accidental impacts etc.

(f) Bracing, struts and ties shall be installed along with the progress of form work to ensure strength and stability of form work at intermediate stage. Steel sections (especially deep sections) shall be adequately restrained against tilting, over turning and form work should be restrained against horizontal loads. All the securing devices and bracing shall be tightened.

(g) The stacked materials shall be placed as catered for, in the design. (h) When adjustable steel props are used, they should :

1) be undamaged and not visibly bent. 2) have the steel pins provided by the manufacturers for use.. 3) be restrained laterally near each end. 4) have means for centralising beams placed in the forkheads.

(i) Screw adjustment of adjustable props shall not be over extended. (j) Double wedges shall be provided for adjustment of the form to the required position

wherever any settlement/elastic shortening of props occurs. Wedges should be used only at the bottom end of single prop. Wedges should not be too steep and one of the pair should be tightened/clamped down after adjustment to prevent their shifting.

(k) No member shall be eccentric upon vertical member. (l) The number of nuts and bolts shall be adequate. (m) All provisions of the design and/or drawings shall be complied with. (n) Cantilever supports shall be adequate.

Page 233: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 32

(o) Props shall be directly under one another in multistage constructions as far as possible.

(p) Guy ropes or stays shall be tensioned properly. (q) There shall be adequate provision for the movement and operation of vibrators and

other construction plant and equipment. (r) Required camber shall be provided over long spans. (s) Supports shall be adequate, and in plumb within the specified tolerances.

7.2.10 Measurements 7.2.10.1General

The form work shall include the following: (a) Splayed edges, notchings, allowance for overlaps and passing at angles, sheathing

battens, strutting, bolting, nailing, wedging, easing, striking and removal. (b) All supports, struts, braces, wedges as well as mud sills, piles or other suitable

arrangements to support the form work. (c) Bolts, wire ties, clamps, spreaders nails or any other items to hold the sheathing

together. (d) Working scaffolds, ladders, gangways, and similar items. (e) Filleting to form stop chamfered edges of splayed external angles not exceeding 20

mm wide to beams, columns and the like. (f) Where required, the temporary opening providing in the forms for pouring concrete,

inserting vibrators, and cleaning holes for removing rubbish from the interior of the sheathing before pouring concrete.

(g) Dressing with oil to prevent adhesion and (h) Raking or circular cutting.

7.2.10.2 Classification of Measurements : Where it is stipulated that the form work shall be paid for separately, measurements shall be taken of the area of shuttering in contact with the concrete surface. Dimensions of the form work shall be measured correct to a cm. The measurements shall be taken separately for the following: (a) Foundations, footings, bases of columns etc. and for mass concrete and pre-cast

shelves. (b) Walls (any thickness) including attached pilasters, buttresses, plinth and string

courses etc. (c) Suspended floors, roofs, landings, shelves and their supports and balconies (d) Lintels beams, girders, bressummers and cantilevers. (e) Columns, pillars, posts and struts. (f) Stairs (excluding landings) except Spiral Staircase. (g) Spiral staircases (including landings). (h) Arches. (i) Domes, vaults, shells roofs, archribs and folded plates. (j) Chimneys and shafts. (k) Well steining (l) Vertical and horizontal fins individually or forming box, louvers and bands. (m) Waffle or ribbed slabs. (n) Edge of slabs and breaks in floors and walls (to be measured in running metres where

below 200 mm in width or thickness). (o) Cornices and mouldings. (p) Small surfaces, such as cantilevers ends, brackets and ends of steps, caps and boxes to

pilasters and columns and the like. (q) Weather shades, chajjas, corbels etc. including edges (r) Elevated water reservoirs.

7.2.10.3 Centring, and shuttering where exceeding 3.5 metre height in one floor shall be measured and

paid for separately.

Page 234: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 33

7.2.10.4 Where it is not specifically stated in the description of the item that form work shall be paid for separately, the rate of the RCC item shall be deemed to include the cost of form work.

7.2.10.5 No deductions from the shuttering due to the openings/obstructions shall be made if the area of such openings/obstructions does not exceed 0.1 square metre. Nothing extra shall be paid for forming such openings.

7.2.11 Rate

The rate of the form work includes the cost of labour and materials required for all the operations described above.

7.3 Reinforcement 7.3.1 Steel reinforcement shall be shall be high yield strength deformed bars conforming to IS :

1786 with minimum yield stress 0.2% proof stress of 415 N/sqm (grade Fy 415)as specified in the drawings. Fabric reinforcement in topping slab or precast concrete units shall be of hard drawn mild steel wire mesh. I.R.C. welded mesh or other equivalent as approved. Bars shall be free from loose milscales, dust, loose rust, coats of paints, oil or other coating which may destroy or reduce bond

TABLE

SI. No. Type and nominal size of bar Ultimate tensile Stress N/mm square minimum

Yield stress N/mm/square

Elongation percent

minimum 1 Mild steel grade I

For bars upto and including 20 mm. For bars over 20 mm upto and including 50 mm

410 410

250 240

23 23

2 Mild steel grade II For bars upto and including 20 mm For bars over 20 mm, upto and including 50 mm.

370 370

225 215

23 23

3 Medium tensile steel For bars upto & including 16 mm For bars over 16 mm upto and including 32 mm For bars over 32 mm, upto and including 50 mm.

540 540 510

350 340 330

20 20 20

Note : 1. Grade (II) Mild steel bars are not recommended for the use in structures located In

earthquake zone subjected to severe damage and for structures subjected to dynamic loading (Other than wind loading) such as railway and highway bridges.

1. Welding of reinforcement bars covered in this specification shall be done in accordance with the requirements of IS : 2751.

Nominal mass/weight : The tolerance on mass/weight for round and square bars shall be the percentage given in Table 2 of the mass/weight calculated on the basis that the masses of the bar/wire of nominal diameter and of density 0.785 kg/cum or. .00785 kg/milliimetre. Tolerance shall be determined in accordance with method given in IS: 1786. Test – Following type of lab test shall be carried out 5 Tensile Tests: This shall be done as per IS: 1608. 6 Bend Tests : This shall be done as per IS: 1599 7 Re-test : This shall be done as per IS: 1786 8 Rebend test : This shall be done as per IS: 1786 Should any one of the test pieces first selected fail to pass any of the tests specified above, two further sample shall be selected for testing in respect of each failure. Should the test pieces from both these additional samples pass, the materials represented by the test samples

Page 235: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 34

shall be deemed to comply with the requirement of the particular test. Should the test piece from either of these additional samples fail, the material represented by the test samples shall be considered as not having complied with standard.

7.3.2 Steel for reinforcement shall be stored in such a way as to prevent distorting and corrosion. Prior to assembly of reinforcement on no account any oily substance shall be used for removing the rust. Care shall be taken to protect the reinforcement from exposure to saline atmosphere during storage, fabrication and sue. It may be achieved by treating the surface of reinforcement with cement wash or by suitable methods. Bars of different classifications, sizes and lengths shall be stored separately to facilitate issue in such sizes and lengths to cause minimum wastage in cutting from standard length.

7.3.3 The contractor shall submit bar bending schedule for the approval of the Project Manager

prior to commencement of fabrication. These will indicate the accurate dimensions and bending of bars as required in the structural drawings. Fabrication shall be accurately done to the dimensions, spacing and minimum cover as shown on structural drawings. Preferably bars of full length shall be used. Necessary cutting and straightening is also included. Over lapping of bars, where necessary shall be done as directed by the Architects. The overlapping bars shall not touch each other and these shall be kept apart with concrete between them by 25 mm or 1.5 times the maximum size of the coarse aggregate whichever is greater. But where this is not possible, the overlapping bars shall be bound together at intervals not exceeding twice the dia. Of such bars with two strands annealed steel wire Architects. But in no case the over lapping shall be provided in more that 50% of cross sectional area at one section

7.3.31 Bonds and Hooks Forming End Anchorage : Reinforcement shall be bent and fixed in

accordance with procedure specified in IS 2502, code of practice for bending and fixing of bars for concrete reinforcement. The details of bends and hooks are shown below for guidance. i) U – Type Hook In case of mild steel plain bars standard U type hook shall be provided by bending ends of rod into semicircular hooks having clear diameter equal to four times the diameter of the bar. Note : In case of work in seismic zone, the size of hooks at the end of rod shall be eight times

the diameter of bar or as given in the structural drawing. ii) Bends Bend forming anchorage to a M.S. plain bar shall be bent with an internal radius equal to two times the diameter of the bar with a minimum length beyond the bend equal to four times the diameter of the bar.

a) Anchoring Bars in Tension : Deformed bars may be used without end anchorage’s provided, development length requirement is satisfied. Hooks should normally be provided for plain bars in tension. Development length of bars will be determined as per IS: 456-2000.

b) Anchoring Bars in Compression : The anchorage length of straight bar in compression shall be equal to the ‘Development length’ of bars in compression as specified in IS: 456-2000. The projected length of hooks, bends and straight lengths beyond bend, if provided for a bar in compression, shall be considered for development length.

c) Binders, stirrups, link etc. : In case of binders, stirrups, links etc. the straight portion beyond the curve at the end shall be not less that eight times and nominal size of bar Welding of Bars: Wherever facility for electric arc welding is available, welding of bars shall be done in lieu of overlap. The location and type of welding shall be got approved by the Architects. Welding shall be as per IS: 2751 and IS: 9417.

7.3.4 All steel shall be rigidly held in place with 18 gauge annealed steel wire. Cement mortar (1:2) cubes, M.S. chairs and spacer bars shall be used in order to ensure accurate positioning of reinforcement.

Page 236: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 35

7.3.5 All joints in mild steel reinforcement upto and including 16 mm dia shall be overlapped. The length of overlap for tension and compression joints shall be in accordance with typical details drawing No. SG/1 joints in mild steel reinforcement above 16 mm diameter may be welded if permitted by the Architects in writing. All joints in deformed bars shall be overlapped strictly in accordance with typical drawing No. SG/1. The laps shall be staggered in such a way that the centre to centre distance of the splices is not less than 1:3 times the lap length as required and at one particular section not more than 50% of the bars are overlapped.

7.3.6 Cover to Reinforcement:

Care shall be taken to maintain the correct cover to reinforcement. The minimum covers to be provided shall be in accordance with the provisions specified in the structural drawings. Exposure Nominal Concrete Cover In mm not less than Mild 20 Moderate 30 Severe 45 Very Severe 50 Extreme 75 Note : 1. For main reinforcement upto 12 mm diameter bar for mild exposure the nominal cover may be reduced by 5 mm. 2. Unless specified otherwise, actual concrete cover should not deviate from the required nominal cover by + 10 mm 3. For exposure condition ‘severe’ and ‘very severe’, reduction of 5 mm may be made, where concrete grade is M35 and above.

7.3.7 Placing in Position 7.3.7.1 Fabricated reinforcement bars shall be placed in position as shown in the drawings or as

directed by the Architects . The bars crossing one another shall be tied together at every intersection with two strands of annealed steel wire 0.9 to 1.6 mm thickness twisted tight to make the skeleton of the steel work rigid so that the reinforcement does not get displaced during deposition of concrete. Tack welding in crossing bars shall also be permitted in lieu of binding with steel wire if approved by Architects

7.3.7.2 The bars shall be kept in correct position by the following methods : (a) In case of beam and slab construction precast cover blocks in cement mortar 1:2 (1

cement : 2 coarse sand) about 4x4 cm section and of thickness equal to the specified cover shall be placed between the bars and shuttering, so as to secure and maintain the requisite cover of concrete over reinforcements.

(b) In case of cantilevered and doubly reinforced beams or slabs, the vertical distance between the horizontal bars shall be maintained y introducing chairs, spacers or support bars of steel at 1.0 metre or at shorter spacing to avoid sagging.

(c) In case of columns and walls, the vertical bars shall be kept in position by means of timber templates with slots accurately cut in them or with block of cement mortar 1:2 (1 cement : 2 coarse sand) of required size suitably tied to the reinforcement to ensure that they are in correct position during concerning.

(d) In case of other R.C.C. structure such as arches, domes, shells storage tanks etc. a combination of cover blocks, spacers and templates shall be used as directed by Architects.

7.3.7.3 Tolerance on Placing of Reinforcement : Unless otherwise specified by t Architects reinforcement shall be placed within the following tolerances :

Tolerance in spacing (a) For effective depth, 200 mm or less + 10 mm (b) For effective depth, more than 200 mm - 15 mm.

Page 237: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 36

7.3.7.4 Bending at Construction Joints : Where reinforcement bars are bent aside at construction joints and afterwards bent back into their original position care should be taken to ensure that at no time the radius of the bend is less than 4 bar diameters for plain mild steel or 6 bar diameters for deformed bars. Care shall also be taken when bending back bars to ensure that the concrete around the bar is not damaged.

7.3.8 Rate

The rate for reinforcement shall include the cost of labour and materials required for all operations described above such as cleaning of reinforcement bars, straightening, cutting hooking, bending, binding, placing in position etc. as required or directed including tack welding on crossing of bars in lieu of binding with wires.

7.4 Concrete 7.4.1 Cement: Shall conform to following I.S. Codes

(1) IS 269 - Ordinary and low heat Portland cement. (2) IS 455 - Portland slag cement. (3) IS 8041 - Rapid hardening Portland cement. (4) IS 1489 -Portland Pozzolana cement. (5) IS 8112 - High strength ordinary Portland cement. (6) IS 8043 - Hydrophobic Portland cement. (7) IS 6909 - Supersulphated cement. (a) These different cements shall not be used interchangeable in the same element or

portion of the work. (b) Unless otherwise permitted or required cement shall be ordinary Portland cement. (c) Cement shall be further classified according to the compressive strength of cement at

the age of 7 days as given in the following table.

Table Cement Type Compressive strength of cement at the age of 168+/-2 Hrs.

A not less than 22 N/sqmm. B not less than 26 N/sqmm. C not less than 30 N/sqmm. D not less than 33 N/sqmm.

7.4.1.1 Testing of cement

IS 4031 - Physical Tests for Hydraulic cement. IS 650 - Standard sand for testing for cement.

7.4.2 Aggregates Aggregates shall be locally best available and shall conform to the following standards.

IS: 383 Specification for coarse and fine aggregates from natural sources for concrete. (b) Fine and coarse aggregates shall be regarded as separate ingredients. Each size of coarse

aggregates, as well as the combination of sizes when two or more are used, shall conform to the grading requirements of the applicable standard. IS 383- Coarse and fine aggregates from natural sources for concrete. IS 2386 - Method of Test (Part I to III) - for aggregate for concrete

7.4.3 Concrete IS 1199 - Methods of sampling and analysis of concrete. IS 516 - Methods of test for strength of concrete. IS 1881 - Analysis hardened concrete.

7.4.4 Water Water used for mixing and curing shall conform to requirements as specified in IS: 456 IS 3025 - Method of sampling and test for water used in Industry.

Page 238: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 37

7.4.5 Admixtures Admixtures to be used in concrete when required or permitted shall conform to the appropriate specification given in the reference publication. IS 2645 - Integral cement Waterproofing compound. IS 9103 - Admixtures for concrete.

7.4.6 Codes of Practice IS 456- Code of practice for plain and reinforced concrete. IS 3696 (Part I & II)- Safety code for scaffolds and ladders.

IS 1200- Method of measurement of building and civil engineering works.

IS 7861 - Code of practice for extreme weather concrete. ASTN-94- Ready mixed concrete.

7.4.7 Concrete Grades and Quality 7.4.7.1 Grades. The concrete shall be in grades designated as following:

The characteristic strength is defined as the strength of material below which not more than 5 percent of the test results are expected to fall.

Grade Designation Specified characteristic compressive strength at 28 days in N/mm sqm.

M-10 10 M-15 15 M-20 20 M-25 25 M-30 30M-35 35 M-40 40

7.4.8 Workability of Concrete

The concrete mix proportions chosen shall be such that the concrete is of adequate workability for the placing conditions of the concrete and can be properly compacted. The definition of the ranges of workability of concrete as measured by either the slump or V-B Test (IS.1199) and the ranges to be generally adopted for different kinds of work unless specified otherwise are given in Table below.

Placing Condition Degree Of

Workability Values Of Workability

Concreting of shallow sections with vibration.

very low Slump: 0-10 mm V,B; 12 sec.

Concreting of lightly reinforced sections with vibration.

low Slump: 10-30 mm V,B; 6-12 sec.

Concrete of lightly reinforced sections without vibration or heavily reinforced section with vibration.

medium Slump: 30-60 mm V,B; 3-6 sec.

Concreting of heavily reinforced sections without vibration

high Slump: 60-180 mm V,B; 0-3 sec.

7.4.9 Durability.

Unless otherwise specified to ensure durability the concrete shall be proportioned with limitations of 290 kg/cum minimum cement contents and 0.56 maximum water cement ratios.

7.4.10 Proportioning The mix proportions shall be selected to ensure that the workability of the fresh concrete is suitable for the conditions of handling and placing, go that after compaction in surround all

Page 239: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 38

reinforcements and completely fills the form work. When concrete is hardened, it shall have the required strength, durability and surface finish. The determination of the proportions of cement aggregates and water to attain the required strength shall be made as follows:

(a) By designing the concrete mix, such shall be called “Design Mix Concrete”. (b) By adopting normal concrete mix such concrete shall be called “Nominal Mix concrete.

7.4.10.1Design Mix Concrete This mix shall be designed to produce the grade of concrete having the required workability and characteristic strength. The requirements of minimum cement contents, maximum water cement ratios, entertainment etc. specified from the point of view of achieving durability are also to be adequately considered.

7.4.10.2Target mean strength of concrete The mix shall be designed to produce the grade of concrete shall be done for the following mean strengths:

Grade Designation Target mean cube strength at 28 days N/sqmm.

M-10 14.0 M-15 20.8 M-20 27.5 M-25 33.7 M-30 39.0 M-35 45.0 M-40 50.0

7.4.10.3 Nominal Mix. Concrete

Nominal mix concrete may be used for concrete of grades M-10 M-15, and M-20. The proportions of materials for nominal mix concrete shall be in accordance with the following Table.

Grade of concrete Total quantity of

aggregates by mass per 50 kg. of cement to be taken as the sum of the individual masses of fine & coarse aggregates

Proportion of fine aggregate to coarse aggregate (by mass)

Maximum water cement ratio by weight

(1) (2) (3) (4) M-10 480 Generally 1:2 but

Subject to an upper limit of 1:1.5 and a lower limit of 1: 2.one forth

0.68

M-15 350 0.64 M-20 250 0.60

(1) The proportions of the fine to coarse aggregates should be adjusted from upper limit to

lower limit progressively as the grading of the fine aggregate become finer and the maximum size of coarse aggregate becomes larger. Graded coarse aggregates shall be used for example, for an average grading of fine aggregate (i.e. zone II of Table 4 of IS-383), the proportion shall be 1: 1.5, 1:2 and 1: 2.5 for maximum size of aggregate 10 mm, 20 mm and 40 mm respectively.

(2) Nominal mix concrete is also to meet the requirements of durability. Hence the maximum water cement ratios are to be adequately modified as per the exposure situation.

(3) The mix proportions as given in table above are given in component weights. When expressly permitted, the following volumetric mixes may also be used for the respective grades of concrete.

Page 240: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 39

Grade of concrete Volumetric cement : Coarse

sand : stone aggregate Maximum water cement ratio

M-10 1 : 3 : 6 0.56 M-15 1 : 2 : 4 0.54 M-20 1 : 1.5 : 3 0.46

7.4.11 Sampling and Strength test of concrete 7.4.11.1General

Samples from fresh concrete shall be taken as per IS: 1199-1959 and cubes shall be made, cured and tested at 28 days in accordance with IS: 516-1959.

7.4.11.2In order to get relatively quicker idea of the quality of concrete, optional tests on beams for modulus of rupture at 72+- 2 hours or at 7 days, or compressive strength tests at 7 days may be carried out in addition to 28 days compressive strength tests. For this purpose, the values given in the following Table may be taken for general guidance in the case of concrete mix with ordinary Portland cement. In all cases, the 28 days compressive strength specified in the Table shall alone be the criteria for acceptance or rejection of the concrete.

OPTIONAL TEST REQUIREMENTS OF CONCRETE Grade of concrete

Compressive strength on 15 cm Cubes Min. at 7 days in N/sqm

Modulus of Rupture by Beam Test, Min. at 72+- 2 h in N/sqm

At 7 days in N/sqm

(1) (2) (3) (4) M-10 7.0 1.2 1.7 M-15 100 1.5 2.1 M-20 135 1.7 2.4 M-25 17.0 1.9 2.7 M-30 20.0 2.1 3.0 M-35 23.5 2.3 3.2 M-40 27.0 2.5 3.4

7.4.12 Frequency Of sampling 7.4.12.1Sampling Procedure. A random sampling procedure shall be adopted to ensure that each

concrete batch shall have a reasonable change of being tested; that is the sampling should be spread over the entire period of concreting and cover all mixing units

7.4.12.2Frequency. One sample shall be taken for every 30 cum. concrete or part thereof deposited on any day. Six cubes shall be made for every sample unless otherwise required.

7.4.12.3Test Specimen. Three test specimens shall be made from each sample for testing at 28 days. Additional cubes may be required for various purposes such as to determine the strength of concrete at 7 days or at the time of striking the from work, or to determine the duration of curbed or to check the testing error. Additional cubes may also be required for testing cubes cured by accelerated methods as described in IS: 9013-1978. The specimen shall be tested as described in IS-516-1969.

7.4.13 Test Strength of Sample

The test strength of the sample shall be the average of the strength of three specimens. The individual variation should not be more that +- 15 percent of the average.

7.4.14 Standard Deviation 7.4.14.1Standard Deviation based on Test Results.

Page 241: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 40

(a) Number of test results - The total number of test results required to constitute and acceptable record for calculation of standard deviations shall be not less than 30. Attempts should be made to obtain the 30 test results, as early as possible, when a mix is used for the first time.

(b) Standard deviation to be brought up to date – The calculation of the standard deviation shall be brought upto date after every change of mix design and at least once a month.

7.4.14.2Determination of Standard Deviation. (a) Concrete of each grade shall be analysed separately to determine its standard deviation. (b) The standard deviation of concrete of a given grade shall be calculated using the following

formula from the results of individual tests of concrete of that grade obtained. Estimated standard deviations Where ∇=Deviation of the individual test strength from the average strength of n samples, and N= number of sample test results.

(c) When significant changes are made in the production of concrete batches (for example change in the materials used, mix design, equipment or technical control), the standard deviation value shall be separately calculated for such batches of concrete.

7.4.14.3Assumed Standard Deviation- where sufficient test results for a particular grade of concrete are not available, the value of standard deviation given in the following Table may be assumed.

ASSUMED STANDARD DEVIATION

Grade Designation Assumed Standard Deviation in N\ sqmm. M-10 2.3 M-15 3.5 M-20 4.6 M-25 5.3 M-30 6.0 M-35 6.3M-40 6.6

However, when adequate past records for a similar grade exist and justify to the designer a value of standard deviation different from that shown in Table it shall be permissible to use that value.

7.4.15 Acceptance Criteria 7.4.15.1The concrete shall be deemed to comply with the strength requirements if;

(a) every sample has a test strength not less than the characteristic value; or (b) the strength of one or more sample though less than the characteristic value, is in each

case not less than the greater of : (1) The characteristic strength minus 135 times the standard deviation; and (2) 0.80 time the characteristic strength;

and the average strength of all the sample is not less than the characteristic strength plus [1.65 – 1.65/√No. of samples]times the standard deviation

7.4.15.2The concrete shall be deemed not to comply with the strength requirement if: (a) The strength of any sample is less than the greater of : (1 The characteristic strength minus 1.35 times the standard deviation; and (2 0.80 times the characteristic strength : or

(b) the average strength of all the samples is less than the characteristic strength plus[1.65 – 1.65/√No. of samples]times the standard deviation

7.4.15.3Concrete, which does not meet the strength requirements as specified in 7.4.15.1but has strength greater than required by 7.4.14.2 may, at the discretion of the designer, be accepted as being structurally adequate without testing.

7.4.15.4Concrete of each grade shall be assessed separately. Concrete shall be assessed daily for compliance. The contractor shall keep a record at site of all such tests identifying them with the portion of the work to which they relate. This record

Page 242: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 41

will be checked by the Architects, from time to time. The said record shall give the following details and shall be initialed by the Architects.

(a) Reference to specific structural member receiving the batch of concrete from which the cubes were cast.

(b) Mark on cubes. (c) Mix of concrete. (d) Date and time of casting. (e) Water cement ration by weight and slump. (f) Crushing strength as obtained at the end of 7 days for 3 cubes out of a set of 6

cubes and at the end of 28 days for the remaining 3 cubes. (g) Laboratory in which tested and reference to test certificates. (h) The quantity of concrete incorporated in work that is represented by the quantity

of concrete of the set of the cubes. (i) Any other information required by the Architects.

7.5 Joints and Embedded items 7.5.1 Construction joints

Construction joints shall be made only where shown on the drawings or approved by the Architect. Such joints shall be kept to the minimum and shall not be located in valleys. The joints shall be at places where the shear force is the minimum shall be at right angles to the direction of main reinforcement. In case of columns and walls the joint shall be horizontal and 8 to 15 cms below the bottom of the beam or slab running into the columns or wall head or below the anchor reinforcement of beam and slab coming into the column and the portion of the column or wall between the stopping of level and the top of the slab shall be concrete with the beam or slab (1) Vertical joints. At the end of any days’ work or run of concrete the concrete should be

finished off against temporary shutter stop which should be vertical and securely fixed. This stop should be removed as early as weather permits.

(2) Horizontal joints. Horizontal joints should be washed down two hours after casting in the manner described above for vertical joints

If the concrete has been allowed to harden excessively, surface shall be chipped over its whole surface to depth of at least 10 mm and thereafter thoroughly washed. Before fresh concrete is added on the other side of a construction joints, the surface of the old concrete will be thoroughly wetted then covered with a thin layer of cement mortar 1:2 All construction joint in all concrete floors and wall of basement, water tanks or any other structure in contact with water or earth, shall be provided with approved PVC water stops coated on both sides with hot asphalt or approved metallic strips. The longitudinal joints in water stops shall be preferably hot welded or overlapped atleast 8 (200 mm). When stopping the concrete on a vertical place in slabs and beams, and approved stop-board shall be placed with necessary slots for reinforcement bars or any other obstruction to pass the bars freely without bending. The construction joints shall be keyed by providing a triangular or trapezoidal fillet nailed on the stop-board. Inclined or feather joints shall not be permitted. Any concrete flowing through the joints of stop-board shall be removed soon after the initial set. When concrete is stopped on a horizontal plane, the surface shall e roughened and cleaned after the initial set.

7.5.2 Expansion joint Expansion joint shall be provided where required as shown in the drawings as directed by the Architects. The filler to be used shall be of approved material.

7.5.3 Inserts

Page 243: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 42

Inserts of any kind like fan hooks, sleeves pipes, bolts and nuts, anchor bolts etc. are to be accurately placed in the concrete (and /or brick work) and concreted over as and where required and directed. The work “insert” will mean article like anchors, anchor beams, sleeves pipes, bolts, nuts etc. and the weight of which does not exceed 100 kgs/piece. The contractor shall provide necessary wooden plugs sleeves, etc, for his own works, for which no extra payment shall be made. He will provide if so directed any inserts, wooden plugs, sleeves etc. for other contractors for which he shall be paid but in case where the other contraction provide the inserts, he will take proper measures at his own expense not to disturb their work while concreting.

7.5.4 Conduit & Plumbing Pipes All electric conduits and all sanitary pipes, water supply pipes and down pipes that lie within concrete slabs, beams or columns shall be laid correctly in place and the Architects approval shall be obtained before the casting of concrete. No cutting of structural concrete will be permitted. All care shall be taken to ensure that conduit piper are not damaged.

7.6 Production of Concrete 7.6.1 General: To avoid confusion and error in batching consideration should be given to using the

smallest practical number of different concrete mixes on any site or in any one plant. 7.6.1.1 A competent person shall supervise all stages of production of concrete. Preparation of test

specimens and site test shall be properly supervised. 7.6.1.2 The Architects shall be afforded all reasonable opportunity and facility to inspect the

materials and manufacture of concrete and to take any samples or to make any test. All such inspection, sampling and testing shall be carried out with the minimum of interference with the process of manufacture and delivery.

7.6.2 Ready Mixed Concrete

Except as otherwise provided, ready mixed concrete shall be batched, mixed and transported in accordance with “ Specifications for Ready –mixed Concrete” ASTM C94

7.6.3 Site –mixed Concrete 7.6.3.1 Batching

(a) In proportioning concrete, the quantity of both cement and aggregate should be determined by mass. Where the mass is determined on the basis of mass of cement per bag, reasonable number of bags should be weighed periodically to check the net mass. Where the cement is weighted on the site and not in bags it should be weighed separately from the aggregates. Water should be either measured by volume in calibrated tanks or weighed. Any solid admixture that may be added, may be measured by mass; liquid and paste admixtures by volume or mass ‘Batching plant where used should conform to IS: 4925;1968. All measuring equipments should be maintained in a clean serviceable condition, and their accuracy periodically checked.

(b) Except where it can be shown to the satisfaction of the Architects that supply of properly graded aggregate of uniform quality can be maintained over the period of work, the grading of aggregate should be controlled by obtaining the coarse aggregate in different size and blending them in the right proportions when required. The different sizes being stacked in separate stock piles. The grading of coarse and fine aggregate should be checked as frequently as possible, the frequency for a given job being determined by the Architects to ensure that the specified grading is maintained.

(C) Volume batching with weight control. Where batchings by volume with weight control is specified by the Architects all measurements of sand, coarse aggregate and water shall be by the volume and of cement by the bag controlled by regular periodical weighing. In order to ensure correct proportioning following precautions shall be taken: (i) The contractor shall maintain at site a number of platforms, balance similar to

the balances used for weighing luggage at railways platforms, capable of

Page 244: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 43

weighing upto 200 kgs. to the nearest 500 grams. The balance shall be used for weighing cement bags and occasional boxes of sand and coarse aggregate as specified below:

(ii) The contractor shall provide the mixer operator with two standard measures, one of 5 litre and one of 1 litre capacity for measuring the water to be added to the mix.

(iii) The quantity of water to be added to the mix shall be approved by the Architects or their representatives and may be adjusted by them as frequently as necessary in order to allow for the moisture content of fine and coarse aggregate and workability desired. On no account shall the contractor allow more water to be added to the mix than that specified ; a mix containing such excess water may be rejected by the Architects or their representatives and not allowed for use in the work.

(iv) Sand and coarse aggregate shall be measured by volume. The sizes of measuring boxes or the depth to which they are filled or both shall be adjusted to obtain the correct weight of each material specified by the Architects for that mix.

(d) It is important to maintain the water-cement ratio constant at its correct value. To this end, determination for moisture contents in both fine and coarse aggregates shall be made as frequently as possible, the frequency for a given job being determined by the Architects according to the weather conditions. The amount of the added water shall be adjusted to compensate for any observed variations in the moisture contents. For the determination of moisture content in the aggregate. IS2386 (part III) 1963 may be referred to. To all for the variation in mass of aggregate due to variation inn their moisture content, suitable adjustments in the masses of aggregates shall be made. In the absence of exact data, only in the case of nominal mixes, the amount of surface water may be estimated from the values given in the Table.

Surface water carried by aggregate

Aggregate Approximate quantity of surface water percent by mass

Very wet stand 7.5 Moderately wet stand 5.0 Moist sand 2.5 Moist gravel or crushed rock 1.25-2.5 Coarser the aggregate, less the water it will carry.

(e) No substitutions in materials used on the work or alterations in the established proportion

except as permitted for accounting bulkage of fine aggregate and moisture contents in the fine and coarse aggregates shall be made without additional test to show that the quality and strength of concrete are satisfactory.

7.6.4 Mixing

Concrete shall be mixed in a mechanical mixer. The mixer should comply with IS:1791-1968. The mixing shall be continued until there is a uniform distributing of the materials and the mass is uniform in colour and consistency. If there is segregation after unloading from the mixer, the concrete should be remixed. Note 1. For guidance, the mixing time may be 1-1/2 to 2 minutes; for hydrophobic cement, may be taken as 2-1/2 to 3 minutes.

7.6.4.1 Workability of the concrete should be controlled by direct measurement of water content. Workability should be checked at frequent interval (Sec IS : 1199-1965).

7.6.4.2 Work in extreme weather condition. During hot or cold weather, the concreting should be done as per the procedure set out in IS: 7861 (part –I) – 1975 or IS: 7861 (Part II).

Page 245: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 44

7.6.5 Placing of concrete 7.6.5.1 Preparation before placing. a) Concreting shall be commenced only after Architects have inspected the centering, shuttering

and reinforcement as placed and recorded measurement thereof in the measurement book and passed the same. Shuttering shall be clean and free from all shavings, saw dust, pieces of wood, or other foreign material.

b) Hardened concrete and foreign materials should be removed from the inner surfaces of the conveying equipment.

c) Form work shall have been completed; snow, ice and water shall have been removed; reinforcement shall have been secured in place; expansion joint material, anchors and other embedded items shall have been positioned; and the entire preparation shall have been approved.

d) Semiporous subgrades shall be sprinkled sufficiently to eliminate suction and porous subgrades shall be sealed in an approved manner.

e) Concrete shall not be placed on frozen ground. f) In case of concreting of slabs and beams, wooden plank or cat walks of checkered MS plates

or bamboo chalies or any other suitable material supported directly on the centring by means of wooden blocks or lugs shall be provided to convey the concrete to the place of deposition without disturbing the reinforcement in any way. Labour shall not be allowed to walk over the reinforcement.

g) In case of columns and walls, it is desirable to place concrete without construction joints. The progress of concreting in the vertical direction, shall be restricted to one metre per hour.

h) The concrete shall be deposited in its final position in a manner to preclude segregation of ingredients. In deep trenches and footings concrete shall be placed through chutes or as directed by the Architects. In case of columns and walls, the shuttering shall be so adjusted that vertical drop of concrete is not more than 1.5 metres at a time.

7.6.5.2 Conveying a) Concrete shall be handled from the mixer to the place of final deposit as rapidly as practicable

by methods which will prevent segregation or loss of ingredients and in manner which will assure that the required quality of the concrete is maintained.

b) Conveying equipment shall be approved and shall be of size and design such that detectable setting of concrete shall not occur before adjacent concrete is placed. Conveying equipment shall be cleaned at the end of each operation or work day. Conveying equipment and operations shall conform to the following additional requirements: (1) Truck mixers, agitator and non-agitation units and their manner of operation shall

conform to the applicable requirements of Specifications for Ready Mixed Concrete (ASMT C9).

(2) Belt conveyors shall be horizontal or at a slope which will not cause excessive segregation or loss of ingredients. Concrete shall be protected against undue drying or rise in temperature. An approved arrangement shall be used at the discharge end to prevent apparent segregation. Mortar shall not be allowed to adhere to the return length of the belt. Long runs shall be discharged into a hopper or through a baffle.

(3) Chutes shall be metal or metal-lined and shall have a slope not exceeding 1 vertical to 2 horizontal and not less than 1 vertical to 3 horizontal. Chutes more than 6 metres long and chutes not meeting the slope requirements may be used provided they discharge into a hopper before distribution.

(4) Pumping or pneumatic conveying equipment shall be of a suitable kind with adequate pumping capacity. Pneumatic placement shall be controlled so that segregation is not apparent is the discharged concrete. The loss of slump in pumping or pneumatic conveying equipment shall not exceed 50 mm.

(5) Concrete shall not be conveyed through pile made to aluminium or aluminium alloy. 7.6.5.3 Depositing. a) General: Concrete shall be deposited continuously , or in layers of such thickness that no

concrete will be deposited on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously,

Page 246: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 45

construction joints shall be located as shown in the structural drawings or as approved. Placing shall be carried on at such a rate that the concrete which is being integrated with fresh concrete is still plastic concrete which has partially hardened or has been contaminated by foreign materials shall not be deposited. Temporary spreaders in forms shall be removed when the concrete placing has reached an elevation rendering their service unnecessary. The may remain embedded in the concrete only if made of metal or concrete and if prior approval has been obtained.

b) Placing: Placing of concrete in supported elements shall not be started until the concrete previously placed in columns and walls is no longer plastic and has been in place atleast two hours.

c) Segregation. Concrete shall be deposited as nearly as practicable in its final position to avoid segregation due to re handling or flowing. Concrete shall not be subjected to any procedure which will cause segregation.

d) Consolidation. All concrete shall be consolidated by vibration, spading, rodding or forking so that the concrete is thoroughly worked around the reinforcement, around embedded items, and into corners of forms, elimination all air or stone pockets which may cause honey-combing, pitting or planers of weakness. Internal vibrators shall have a minimum frequency of 8000 vibrations per minute and sufficient amplitude to consolidate the concrete effectively. They shall be operated by competent workmen. Use of vibrators to transport concrete within forms shall not be allowed. Vibrators shall be inserted and withdrawn at points approximately 450 mm apart at each insertion. The curation shall be sufficient to consolidate the concrete but not sufficient to cause segregation, generally from 5 to 15 seconds. A spare vibrator shall be kept on the job site during all concrete placing operations. Where the concrete is to have an as cast, finish, a full surface of mortar shall be brought against the form by the vibration process supplemented if necessary spading to work the coarse aggregate back from the formed surface. Hand compaction shall be done with the help of tamping rods so that concrete is thoroughly compacted and completely worked around the reinforcement, embedded fixtures, and into corners of the form. The layers of concrete shall be so placed that the bottom layer does not finally set before the top layer is placed. The vibrator shall maintain the whole of concrete under treatment in an adequate state of agitation, such that desertion and effective compaction is attained at a rate commensurate with the supply of concrete from the mixers. The vibration shall continue during the whole period occupied by placing of concrete, the vibrators being adjusted so that the centre of vibrations approximates to the centre of the mass being compacted at the time of placing. Concrete shall be judged to be properly compacted, when the mortar fills the spaces between the coarse aggregate and begins to cream up to form an even surface. When this condition has been attained, the vibrator shall be stopped in case of vibrating tables and external vibrators. Needle vibrators shall be withdrawn slowly so as to prevent formation of loose pockets in case of internal vibrators. In case both internal and external vibrators are being used, the internal vibrator shall be first withdrawn slowly after which the external vibrators shall be stopped so that no loose pocket is left in the body of the concrete. The specific instructions of the makers of the particular type of vibrator used shall be strictly complied with Shaking of reinforcement for the purpose of compaction should be avoided. Compaction shall be competed before the initial setting starts, i.e. within 30 minutes of addition of water to the dry mixture.

7.6.5.4 Protection a) Unless adequate protection is provided and approval is obtained, concrete shall not be placed

during rain, sleet or snow. b) Rainwater shall not be allowed to increase the mixing water nor to damage the surface finish. c) Special precautions are to be taken during rainy season so that freshly placed concrete can be

adequately covered and protected by keeping sufficient number of tarpaulins. d) During cold weather, concreting shall not be done when the temperature falls below 4.5

degree C. The concrete placed shall be protected against frost by suitable covering. Concrete damaged by frost shall be removed and work redone.

Page 247: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 46

e) During hot weather precaution shall be taken to see that the temperature of wet concrete does not exceed 38 degree C. Not concrete shall be laid within half an hour of the closing time of the day. Unless permitted by the Architects.

f) It is necessary that the time between mixing and placing of concrete shall not exceed 30 minutes so that the initial setting process is not interfered with.

7.6.5.5 Bonding a) When specified, the surface of joints shall be prepared in accordance with one of the methods

specified in the section on joints and embedded item: b) The hardened concrete of construction joints and of joints between footings and walls or

columns between walls or columns and beams or floor they support, joints in unexposed walls and all others not mentioned below shall be dampened (but not saturate) immediately prior to placing of fresh concrete.

c) The hardened concrete of joints in exposed work; joints in the middle of beams, girders, joints, and slabs’ and joints in work designed to contain liquids shall be dampened (cut not saturated) and then thoroughly covered with a coat of cement grout of similar proportions to the mortar in the concrete. The grout shall be as thick as possible on vertical surfaces and at least 12 mm thick on horizontal surfaces. The fresh concrete shall be placed before the grout has attained its initial set.

d) Joint receiving an adhesive shall have been prepared and adhesive applied in accordance with the manufacturer’s recommendations prior to placing of fresh concrete.

e) Surfaces of joints with have been treated with a chemical retarder shall have been prepared in accordance with the manufacturer’s recommendations prior to placing of fresh concrete.

7.6.5.6 Concreting under water. When required or permitted, concrete shall be deposited under water by an approved method in such a way that the fresh concrete enters the mass of previously placed concrete from within causing water to be displaced with minimum disturbance at the surface of the concrete.

7.6.6 Curing and Protection 7.6.6.1 General: Beginning immediately after placement, concrete shall be protected from premature

drying, excessively hot or cold temperatures, and mechanical, injury, and shall be maintained with minimum moisture loss at a relatively constant temperature for the period necessary for hydration of cement and hardening of the concrete. The materials and methods of curing shall be subject to approval. After the concrete has begun to harden i.e. about 1 to 2 hours after it laying, it shall be protected from quick drying by covering with moist gunny bags, sand, canvass hessian or any other material approved by the Architects. After 24 hours of laying of concrete, the surface shall be cured by ponding with water for a minimum period of 7 days from the date of placing of concrete in case of OPC and at least 10 days where mineral admixtures or blended cements are used. The period of curing shall not be less than 10 days for concrete exposed to dry and hot weather condition. Para 4.2.10 under Chapter 4, may also be referred.

7.6.62 Preservation of moisture For concrete surface not in contact with forms, one of the following procedures shall be applied immediately after completion of placement and finishing for atleast 7 days

a) Ponding or continuous sprinkling. b) Application of absorptive mats or fabric kept continuously wet. c) Application of sand kept continuously wet. d) Continuous application of steam (not exceeding 65 degree C) or mist spray. e) Application of waterproof sheet materials, conforming to “specifications for waterproof sheet

materials for a curing concrete “(ASTMC 171). f) Application of other moisture retaining covering as approved. g) Application of a curing compound conforming to “specifications for liquid member forming

compound for curing concrete” (ASTM C309) The compound shall be applied in accordance with the recommendations of the manufacturer immediately after any water seen which may develop after finishing has disappeared from the concrete surface. It shall not be used on any surface against which additional concrete or other

Page 248: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 47

material is to be bounded unless it is proven that the curing compound will not prevent bond, or unless positive measures are taken to remove it completely from areas to receive bonded application.

7.6.6.1 Moisture loss from surfaces placed against wooden forms or metal forms exposed to heating by the sun shall be minimized by keeping the forms wet until they can be safety removed. After form removal the concrete shall be cured until the end of the time prescribed.

7.6.6.2 Curing as described shall be continued for atleast 7 days in case of all concrete except high early strength concrete for which the period shall be atleast 3 days. After natively, if tests are made of cylinders kept adjacent to the structure and cured by the same methods, moisture retention measures may be terminated when the average compressive strength has reached 70 percent of the specified strength. If one of the curing procedures of sections is used initially, it may be replaced by one of the other procedures any time after the concrete is one day old provided the concrete is not permitted to become surface dry during transition.

7.6.6.3 Temperature, wind and humidity. a) Cold weather- When the mean daily outdoor temperature is less than 5 degreeC, the

temperature of the concrete shall be maintained between 10 and 21 degreeC for the required curing period. When necessary, arrangements for heating, covering insulating, or housing the concrete work shall be made in advance of placement and shall be adequate to maintain the required temperature without injury due to concentration heat. Combustion heaters shall not be used during the first 24 hours unless precautions are taken to prevent exposure of the concrete to exhaust gases, which contain carbon dioxide.

b) Hot weather- When necessary, provision of wind breaks, shading, or spring, sprinkling, ponding, or wet covering width a light coloured material shall be made in advance of placement and such protective measures shall be taken as quickly as concrete hardening and finishing operation will allow.

c) Rate of temperature change. Changes in temperature of the air immediately adjacent to the concrete during and immediately following the curing period shall be kept as uniform as possible and shall not exceed 3 degree C in any 1 hour or 28 degree C in any 24 hours period.

7.6.6.4 Protection from mechanical injury. During the curing period the concrete shall be protected from damaging mechanical disturbances such as load stresses, heavy shock, and excessive vibration. All finished construction equipment’s, materials or methods, by application of curing procedures, and by rain or running water Self supporting structures shall not be loaded in such a way as to overstress the concrete.

7.7 Finishing of formed surfaces.

Unless otherwise specified after remove of forms the surfaces of concrete shall be given one or more of the finishes specified below in locations designated by the contract documents.

7.7.1 In case of roof slabs the top surface shall be finished even and smooth with wooden trowel, before the concrete begins to set. Immediately on removal of forms, the R.C.C. work shall be examined by the Architects, before any defects are made good. (a) The work that has sagged or contains honey combing to an extent detrimental to

structural safety or architectural concept shall be rejected for visual inspection test. (b) Surface defects of a minor nature may be accepted. On acceptance of such a work

by the Architects, the same shall be rectified as follows: 1) Surface defects which require repair when forms are removed usually consist of

bulges due to movement of forms, ridges at forms joints, honey-combed areas, damage resulting from the stripping of forms and bolt holes, bulges and ridges are removed by careful chipping or tooling and the surface is then rubbed with a grinding stone. Honey-combed and other defective areas must be chipped out, the edges being cut as straight as possible and perpendicularly to the surface, or preferably slightly undercut to provide a key at the edge of the a patch.

2) Shallow patches are first treated with a coat of thin grout composed of one part of cement and one part of fine sand and then filled with mortar similar to that used in the concrete . The mortar is placed in layers not more than 10 mm thick and

Page 249: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 48

each layer is given a scratch finish to secure bond with the succeeding layer. The last layer is finished to match the surrounding concrete by floating, rubbing or tooling on formed surfaces by pressing the form material against the patch while the mortar is still plastic.

3) Large and deep patches require filling up with concrete held in places by forms. Such patches are reinforced and carefully dowelled to the hardened concrete.

4) Holes left by bolts are filled with mortar carefully packed into places in small amounts. The mortar is mixed as dry as possible, with just enough water so that it will be tightly compacted when forced into place.

5) Tiered holes extending right through the concrete may be filled with mortar with a pressure gun similar to the gun used for greasing motor cars.

6) Normally, patches appear darker than the surrounding concrete, possibly owing to the presence on their surface of less cement laitance. Where uniform surface colour is important, this defect shall be remedied by adding 10 to 20 percent of white portend cement to the patching mortar, the exact quantity being determined by trial.

(c) The exposed surface of R.C.C. work shall be plastered with cement mortar 1;3 (1 cement :3 fine sand) of thickness not exceeding 6 mm to give smooth and even surface true to line and form. Any RCC surface which remains permanently exposed to view in the completed structure shall be considered exposed surface for the purpose of this specification. Where such exposed surface exceeding 0.5 sqm in each location is not plastered with cement mortar 1:3 (1 cement :3 fine sand) 6 mm thick, necessary deduction shall be made for plastering not done.

(d) The surface which is to receive plaster or where it is to be joined with brick masonry wall, shall be properly roughened immediately after the shuttering is removed, taking care to remove the laitance completely without disturbing the concrete. The roughening shall be done by hacking. Before the surface is plastered, it shall be cleaned and wetted so as to give bond between concrete and plaster. RCC work shall be done carefully so that the thickness of plaster required for finishing the surface is not more than 6 mm.

7.7.2 Cement plaster finish

The concrete surface shall be properly roughened immediately after shuttering is removed, taking care to remove any laitence completely without disturbing the concrete. The roughening shall be done by hacking, Before the surface is plastered, it shall be cleaned and wetted so as to give good bond between concrete and plaster. After surface preparation the exposed formed surface of R.C.C. work shall be plastered with cement mortar 1:3 (cement :3 fine sand) of thickness not less than 6 mm to give a smooth and even surface true to line and form.

7.7.1.1 Rough form finish. No selected form facing materials shall be required for rough form finish surfaces. Tie holes and defects shall be patched with cement mortar. Fins exceeding 6 mm in height shall be chipped off or rubbed off. Otherwise, surfaces shall be left with the texture imparted by the form.

7.7.1.2 Smooth form finish. The form facing material shall produce a smooth, hard, uniform texture on the concrete. It may be plywood, tampered concrete-form grade hard board, metal, plastic, paper or other approved material capable of producing the desired finish. The arrangement of the facing material shall be orderly and symmetrical with the number of seam kept to the practical minimum. It shall be supported by studs or other backing capable of preventing excessive deflection material with raised grain torn surfaces , worn edges patches, dents, or other defects which will impair the texture of the concrete surface shall not be used. Tie holes and defects shall be patched. All fins shall be completely removed.

Page 250: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 49

7.7.1.3 Architecturally exposed as-cast finish. The formed surfaces shall be left as it comes out after removal of forms, barring minor patching. Control is to be exercised on choice of materials of concrete, cover of concrete, shuttering etc. as detailed out in the specifications for architecturally exposed concrete.

7.7.1.4 Architecturally exposed smooth rubbed finishes. General requirements of architectural exposed concrete shall govern. The form work shall be chosen to produce smooth form finish Smooth rubbed finish shall be produced on newly hardened concrete not later than the day following from removal. Surfaces shall be wetted and rubbed with carborandum stone or other abrasive until uniform colour and texture are produced. No cement grout shall be used other than the cement paste drawn from the concrete itself by the rubbing process.

7.8 Measurement 7.8.1 Dimensions shall be measured nearest to a cm except for the thickness of slab which shall be

measured correct to 0.5cm. The areas shall be worked out the nearest to 0.01 sqm. The cubical contents shall be worked out to nearest 0.01 cubic metre.

7.8.2 Reinforced cement concrete whether cast-in-situ or present shall be classified and measured separately as follows: (a) Raft, footing, bases of columns etc. and mass concrete. (b) Walls (any thickness) including attached pilasters, buttresses , plinth and string

course, fillets etc. (c) Suspended floors, roofs, landings and balconies. (d) Shelves (e) Chajjas (f) Lintel, beams and bressummers (g) Columns, pillars, piers, abutments, posts and struts. (h) Stair-cases including waist or waistless slab but excluding landing except in (I)

below. (i) Spiral stair-case (including landing). (j) Arches, arch ribs, domes and vaults. (k) Chimneys and shafts. (l) Well steining. (m) Vertical and horizontal fins individually or forming box, louvers and facias. (n) Kerbs, steps and the like. (o) String courses, bands, coping, bed plates, anchor blocks, plain window sills and the

like. (p) Mouldings as in cornices window sills etc. (q) Shell, dome and folded plates. (r) Extra for shuttering in circular work in plan.

7.8.3 Work under the following categories shall be measured separately. a) Rafts, footings, basis of columns etc, and mass concrete. b) All other items upto floor two level. c) From floor two level to floor three level and so on. d) R.C.C. above roof level shall be measured along with R.C.C. work in floor just

below. 7.8.4 No deduction shall be made for the following:

a) Ends of dis-similar materials (e.g. Joists, beams, post griders, rafters, purlins trusses, corbels steps etc.), upto 500 sq.cm. in cross-section.

b) Opening upto 0.1 sqm. Note : In calculating area of openings upto 0.1 sqm.the size of opening shall include the

thickness of any separate linthels or sills. No extra labour for forming such openings or voids shall be paid for.

c) The volume occupied by reinforcement. d) The volume occupied by water pipes, conduits etc. not exceeding 25 sq.cm. each in

cross sectional area. Nothing extra shall be paid for leaving and finishing such cavities and holes.

Page 251: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 50

7.8.5 Measurement shall be taken before any rendering is done concrete members. Measurement will not include rendering. The measurement of R.C.C. work between various units shall be regulated as below: a) slabs shall be taken as running continuously through except when slab is monolithic

with the beam. In that case it will be from the face to face of the beam. b) Beams shall be measured from face to face of columns and shall include haunches, if

any, between columns and beam. The depth of the beam shall be from the bottom of slab to the bottom of beam if beam and slab are not monolithic. In case of monolithic construction where slabs are integrally connected with beam, the depth of beam shall be from the top of the slab to the bottom of beam.

c) The columns measurement shall be taken through. d) Chajjas alongwith its bearing on wall shall be measured in cubic metre nearest to two

places of decimal. When Chajjas is combines with lintel, slab or beam, the projecting portion shall be measured as chajjas, built in bearing shall be measured as per item of lintel, slab or beam in which chajja bears.

e) Where the band and lintel are of the same height and the band serves as lintel, the portion of the band to be measured as lintel shall be for clear length of opening us twice the over all depth of band.

7.9 Tolerances

Subject to the condition that structural safety is not impaired and architectural concept does not hamper, the tolerance in dimensions of R.C.C. members shall be as specified in the drawings by the designer. Whenever these are not specified, the permissible tolerance shall be decided by the Architects after consulations with the Designer, if necessary. a) If the actual dimensions of R.C.C. members do not exceed or decrease the design

dimensions of the members plus or minus tolerance limit specified above, the design dimensions shall be taken for the purpose of measurements.

b) If the actual dimensions exceed the design dimensions by more than the tolerance limit, the design dimensions only shall be measured for the purpose of payment.

c) If the actual dimensions decrease more than the tolerance limit specified, the actual dimensions of the RCC members shall be taken for the purpose of measurement and payment.

For acceptance of RCC members whose dimensions are not exactly as per design dimensions, the decision of Architects shall be final. For the purpose of payment, however, the clarification as given above shall apply.

7.10 Rate 7.10.1 The rate includes the cost of materials and labour involved in all the operations described

above except for the cost of centring and shuttering. 7.10.2 On the basis of mandatory lab tests, in case of actual average compressive strength being less

than specified strength but upto 70 % of specified strength, the rate payable shall be in he same proportion as actual average compressive strength bears to the specified compressive strength. Example : 1) Average compressive strength in 80 % of specified strength. Rate payable shall be 80

% of agreement rate. 2) In case average compressive strength is less than 70 % of the specified strength, the

work represented by the sample shall be rejected. 3) However, on the basis of mandatory field tests, where they prevail, the rates of the

work represented by samples showing actual compressive strength less than specified strength shall be worked out. In addition, Architects may order for additional tests to be carried out at the cost of contractor to ascertain if the portion of structure where in concrete represented by the samples has been used, can be retained on the basis of

Page 252: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 51

these test. Architects may take further remedial measures as necessary to retain the structure at the risk and cost of the contractor.

7.10.3 Where throating or plaster drip or moulding is not required to be provided in RCC chajjas, deduction for not providing throating or plaster drip or moulding shall be made from the item of R.C.C. in chajjas. The measurement for deduction item shall be made in running metres correct to a cm of the edge of chajja. No extra payment for richer mix which projects into any member from another member during concreting of junctions of beams and columns etc. will be made except to the extent structurally considered necessary and when so indicated in the structural drawings. The payments for work done under items of different mixes shall be limited strictly to what is indicated in the structural drawings.

7.11 Precast Concrete: 7.11.1 Precast nominal mix concrete.

(a) General: All precast concrete shall be cast over vibration tables or by using form vibrators. The concrete mix shall conform in all respect to “various concrete” described in the appropriate paragraph under this section. Exposed precast surfaces shall be finished as called for on the drawing or as directed by the Architects. All surfaces coming in contact with in situ concrete shall be wire brushed and hosed down until the aggregate is free from cement slurry. Castellations shall be provided wherever called for. Leaving grouting holes, grooves, inserts, projections reinforcements, lifting hooks etc. to conform to the erection procedure. All edges and delicate projection likely to be damaged during erection shall be protected by means of wooden cover fillets, until placed in position.

(b) Precast jali blocks louvers, Shelves etc. All precast jali blocks shall be exactly of the size and pattern as shown on the drawings and shall be made face up in the following manner. All units shall be integrally cast, steel formwork shall be used for making jalis. Stiff plastic concrete 1:1.5:3 shall be used with coarse aggregate .5” (12mm) and down gauge. The precast units shall not be removed from the forms for three days. Precast work shall be cured under cover and shall be kept under water for fifteen days before placing in position. Sample of each part shall be approved by the Architects before preceding with the work. Unit may require wetting before bedding. The concrete base shall be wetted and coated with slurry and minimum of mixing water shall be used in the bedding mortar which shall be Portland cement and sand: 1:3.

7.11.1 Precast Design Mix concrete.

The section shall apply also to prestressed precast controlled concrete work. 7.11.1.1 For all precast controlled concrete work a specially equipped site factory, complete with

casting yard, pretensioning beds or individual moulds for pretensioned prestressed work concrete mixing and vibration plants, cement store, concrete laboratory erection equipment, etc. are to be provided. The contractor is deemed to have included in his rates all the above provisions needed for a workman like construction in precast controlled concrete.

7.11.1.2 All precast design mix concrete shall be weigh batched. 7.11.1.3 Placing and compacting of concrete: All precautions in handling and placing of high strength

concrete mixes shall apply. The concrete placed shall be compacted thoroughly by using pin, vibrators, shutter vibrators or other suitable means. No construction joints shall be allowed in precast design mix concrete work. Unshuttered top surface are to be finished smooth with trovel.

7.11.1.4 During the period of initial setting special precautions are to be taken to keep precast members sufficiently moist and to protect them against vibrations and any adverse loading.

7.11.1.5 Form work and tolerances. (1) All form work for precast design mix concrete work shall be in steel adequately

stiffened and braced to give uniform exposed concrete finish. (2) Only exterior form bracing is to be used for lateral typing of form work. The

ensure uniformity of appearance in the cast members, or units, care should be

Page 253: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 52

taken that the contact surfaces or forms or form liners are of uniform quality and texture and joints in form work are symmetrically located. Shuttering oil to be used shall be colourless, on-staining, and emulsifiable in water.

(3) Tolerances. Forms for precast members shall be true to size and dimensions shown on plans and should be constructed and protected from warping so that the finished product will be within the limits given below:

(a) Overall dimensions of members +1

mm per metre,. Maximum of ± 20 mm

(b) Cross sectional dimensions - Section less than 150 mm ± 3 mm

Section over 150 mm less than 450 mm

± 5 mm

Section 450 mm to 900 mm ± 6 mm Section over 900 mm ± 10 mm (c) Deviation from straight line in long section not more than 1 mm per

metre. (d) Deviation from specified counter ±0.5 mm per 1 m of span. (e) Maximum differential between adjacent units in erected position 6

mm. 7.11.1.6 Storage, Handling & hoisting of precast members

Precast members are to be stored and handled in such a manner so as not to overstress the members beyond the design limits. Storage and handling procedures must be approved by the Architects before start of work. The precast members are to be stored very carefully in the immediate vicinity of the cassing yard or in the moulds themselves, for a minimum period of 21 days. During the initial period of the storage there are to be properly protected against radiation, heat of the Sun, drying air etc. by covering them with straw mats, hessian etc. Which are to be kept continuously wet. For this purpose, the yard shall be provided with a mechanical water sprinkling system Precast concrete trusses shall be cast in horizontal position on ground and shall be lifted off the casting moulds or beds by means of stiffening frames, which shall support the truss at every node point. Precast members must attain a minimum strength before the same are lifted off from their moulds. These values of strength are given in section for prestressed concrete and shall apply also to precast RCC trusses. The trusses shall be temporarily braced after hoisting till permanent bracing are provided by purlins etc. so that the lateral stability of the trusses is ensured. Precast members are not to be transferred from the manufacturing yard to the site before they are 21 days old. Lifting shall be done only at points provided for this purpose. Under no circumstances shall be precast members be reversed while handling, or lifted at midspan.

7.11.2 Special requirements of shells and folded plate construction. 7.11.2.1 The construction of shell roofs shall conform to IS: 220-1962 “ Code of Practice for

construction of reinforced concrete shell roof.” 7.11.2.2 Tolerances

Shell or folded plate thickness: (a) Not less than specified. (b) Not more than 6 mm above that specified. (c) Not less than specified. (C) Not more than 12 mm above that specifies.

7.11.2.3 Form work (i) Method of forming shell roofs and folded plates must be got approved from the

Architects before starting, for the purpose, detailed shop drawing of form work is to be prepared by the contractor giving the concrete placement procedure, decentring sequence etc. If asked for, contractor shall submit a set of design calculation for

Page 254: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 53

framework in accordance with the report of ACI committee 347 on “Recommended practice of concrete framework” (ACI Journal July 1967).

(ii) Formwork shall be carefully designed and erected in such a manner that it is conveniently removed afterwards. While designing special care shall be taken to minimise differential settlement of centring and of props supporting them It shall be ensured that the form work is of firm and rigid construction

(iii) The removal of form shall be gradual an without shock and the overall stress pattern in the structure at any stage of removal of forms shall be similar to the pattern expected in the design. The supports of adjacent edge members shall be lowered simultaneously with those of the shell. Forms and false work shall be removed and decentred in the procedure and sequence specified on shop drawings to be approved by the Architects. Decentring method used should be planned to prevent any concentrated reaction on any part of the permanent structure. Special care is to be taken to avoid hanging up of the form and false work from the shell in order to prevent overloading of the structure itself during decentring.

(iv) Generally centring of the shell and folded plates shall be removed at the end of 14 days and the bottom shuttering of the edge members and end frames at the end of 21 days.

7.11.2.4Placing of reinforcement: The reinforcement of the shell including edge members, transverses etc. shall be placed as shown in the drawing. To ensure monolithic connection between shell and the edge members shell reinforcement shall be adequately anchored into the edge members or vice versa, by providing suitable bond bars from the edge members to the shell. In the shell reinforcement hooks shall be avoided and adequate laps or welded joints in straight lengths shall be provided as specified on the drawings or as instructed by the Architects. In case where hooks cannot be avoided, they shall be kept parallel to the plane of the shell. Only minimum number of lengthening joints inn the bars shall be used and the joints shall be staggered. In case where welding is desired by the Architects for lengthening bars, lap welding shall be provided. Reinforcement in edge members may be lap welded or provided with special couplings with or without welding. To avoid congestion of reinforcement in case where welding is desired, butt welding shall be done with great caution and in case where provision is made for couplings details and provision of couplings shall be as decided by the Architect. It shall be ensured that correct spacing of bars in maintained during the entire operation. This shall be ensured by correctly placing, tying or welding.

7.11.2.5 The minimum cover of 12 mm, shall be provided for the reinforcement. To ensure proper cover, accurately made and cured precast mortar or concrete blocks shall be used.

7.11.2.6 Concrete shall be of mix specified by the Architects and shall conform to IS: 456-1973 and any special instructions of the Architects.

7.11.2.7 Casting of Shell: Full thickness of the shell shall be concreted in one operation. Any upstand members shall be concreted soon after the concreting of the shell. The edge members and end frames shall be concreted first. Concrete of the shell shall be compacted either by hand tamping or machine compaction. Concreting shall be done in convenient panel of dimensions and shape and construction joints shall be provided as approval by the Architect. Concreting shall be started from the lowest level and work up wards. Mechanical compaction shall be done by using screed vibrators. Needle vibrators can be used in thickened portion of the shell only. Concrete shall be finished to the correct curve as set by the template. This shall either be done continuously or by alternate bay method. Thickness of the shell to be regulated by using templates of corresponding thickness and shall be checked at typical points continuously. While placing concrete proper case shall be taken to avoid displacement of steel by providing walk-ways above the level of finished concrete supported at intervals free of reinforcement without any disturbance.

7.11.2.8 Construction joints: Construction joints shall be reduced to a minimum and got approved by the Architect, Where a joint is to be made concrete shall be brought to a face at right angles to the shuttering, cleaned, roughened, wetted with slurry before fresh concrete is poured.

Page 255: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 54

Portions monolithic with shell or folded plate and projecting above the shell or folded plate are to be concreted as soon as possible after the shell or folded plate is cast.

7.11.2.9 Curing: Finished concrete surface shall be kept continuously moist for the first twenty four hours by covering the surface with wet canvas or gunny bag – as soon as concrete has hardened. These after it shall be cured continuously for a period of atleast 10 days by sprinkling water or covering it by gunny bags with water sprayed on the same continuously. Alternatively since the surface area to be cured is much larger, curing compound may be used with prior approval of the consultant.

7.11.2.10 Expansion joints: Expansion joints shall be provided as per the design and specifications of the consults. General: (a) After completion of shell or folded plate no inserts of any kind shall be embedded or suspended from the shell or folded plate without the prior approval of the consultant. (b) The inside finishing of the shell be as provided in the design. (c) The top surface of the shell or folded plate shall be properly water proofed as per detail specifications and as directed by the consultants.

7.11.3 Grouts 7.11.3.1Grouting (i) Grouting shall be done in 1:2 cement mortar (one part cement and two parts coarse sans) for

thickness 3” (75 mm) or less, or as directed. Where the thickness is more than 3: (75 mm) the grouting shall be done in plain or reinforced cement with coarse aggregate 3/8” (10 mm) and down gauge. The mix of concrete will be as shown in the relevant drawings as directed.

(ii) The base plate shall be temporarily supported on steel wedges and properly aligned before grouting. Forms shall be built around the base and wet mortar shall be placed under pressure around and under the base. To ensure that no air pockets are left after grouting additional holes may have to be cut if directed in the base plate so that pressure grouting can be carried out through these holes also and proper inspection of the grout can be ascertained. The wedges shall be removed after the grouting has set and recess shall be properly pointed.

(iii) Grouting of machine foundations shall be done only after taking the written instructions from the Architects.

(iv) The grouting work is included in the respective item of concrete and the rate for these items are inclusive of proper pressure grouting after preparation of surfaces to be grouted, necessary form work providing and removing necessary wedges, cutting holes in the base plate to ensure that no air pockets are left etc. No extra rate will be paid for grouting entirely to the satisfaction of the Architects. If however a concrete mix richer than the foundation is specified for grouting, only the difference in the quantity of cement used in richer mix of grout and the mix of the footing shall be paid.

7.11.4 Acceptance of structures 7.11.4.1 Inspection:

Immediately after stripping the formwork, all concrete shall be carefully inspected and any defective work or small defects either removed or made good before concrete has thoroughly hardened.

7.11.4.2 In case of doubt regarding the grade of concrete used either due to poor workmanship or based on results of cube strength test, compressive strength test of concrete or load test may be carried out.

7.11.4.3Core test: (i) The points from which cores are to be taken and the number of cores required shall be at the

discretion of the Architects and shall be representative of the whole of concrete concerned. In no case however, shall fewer than three cores be tested.

(ii) Cores shall be prepared and tested ass described in IS: 516-1959.Concrete in the member represented by a core test shall be considered acceptable if the average equivalent cube strength of the cores is equal at lease 85 per cent of the cube strength of the grade of concrete specified for the corresponding age and no individual core has a strength less then 75 percent.

Page 256: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 55

7.11.4.4 In case the core test results do not satisfy the requirements of 4.21.3.3 or where such tests have not been done, load test may be resorted to.

7.11.4.5 Load tests on parts of structures: 7.11.4.6 Load tests should be carried out as soon as possible after expiry of 28 days from the time of

placing of concrete. 7.11.4.7 The structure should be subjected to a load equal to full dead load of the structure plus 1.25

times the imposed load for a period of 24 hours and then the imposed load shall be removed. Note. Dead load includes self-weight of the structural members plus weight of finishes and walls or

partitions, if any, as considered in the design.

7.11.4.8 The deflection due to imposed load only shall be recorded. If within 24 hours of removal of the imposed load the structure does not recover at least 75 per cent of the deflection under super imposed load, the test may be repeated after a lapse of 72 hours. If the recovery is less than 80 per cent, the structure shall be deemed to be unacceptable. If the minimum deflection in mm, shown during 24 hours under load is less than 40 square /D square where L is effective span in M and D the overall depth of the section in mm, it is not necessary for the recovery to be measured and the recovery provision will not apply.

7.11.4.9 Other non-destructive test methods may be adopted, in which case the acceptance criteria shall be agreed upon between the Architects and the contractor and the tests shall be done under expert guidance.

7.11.5 Measurement: 7.11.5.1 Same as per R.C.C. in situ work. 7.11.5.2 RCC precast work shall be measured separately under the different categories specified in the

schedule of quantities and shall include all moulds, finished faces, reinforcement (where provided) hoisting and setting in position.

7.11.5.3 Precast Jali blocks , louvers, shelves. These shall be measured in square metres for their gross dimensional area. The length and breadth shall be measured correct to a cm. The thickness shall not be less than specified.

7.11.5.4 Form Work: i) Unless otherwise provided specifically, the rate for RCC work shall include the cost of form

work. Where form work is payable separately, the form work shall be measured as net fixed at site equivalent to the dimensions of the RCC member in square metre

ii) Mechanical Slip Form. Actual shuttered surface shall be measured in square metres correct to two decimal places. The perimeter and heights, shall be measured correct to a cm. Of the concrete cast without allowing margins of finishes, Jack rods and all other item required for sliding shuttering shall be included in the rate and shall not be measured separately.

iii) Steel work:. The length of bars shall be measured correct to one cm of reinforcement placed is positions as per drawings. Only such laps, dowels chairs, spacer pins as approved by the Architects or as shown on the drawing shall be measured. All wastages such as cut pieces etc. shall be included in rates and no extra shall be paid. For purpose of payment the weight of various diameter bars shall be per standard I.S.I. weight. No allowance shall be made of rolling margins. Annealed steel wire required for bindings shall not be measured, its cost being included in the rate of reinforcement.

iv) Mechanical Slip Form. Actual shuttered surface shall be measured in square metres correct to two decimal places. The perimeter and heights, shall be measured correct to a cm. Of the concrete cast without allowing margins of finishes, Jack rods and all other item required for sliding shuttering shall be included in the rate and shall not be measured separately.

v) Steel work:. The length of bars shall be measured correct to one cm of reinforcement placed is positions as per drawings. Only such laps, dowels chairs, spacer pins as approved by the Architects or as shown on the drawing shall be measured. All wastages such as cut pieces etc. shall be included in rates and no extra shall be paid. For purpose of payment the weight of various diameter bars shall be per standard I.S.I. weight. No allowance shall be made of rolling margins. Annealed steel wire required for bindings shall not be measured, its cost being included in the rate of reinforcement

Page 257: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 56

8.0 STONE WORK 8.1 Random Rubble Masonry: 8.1.1 Stones shall be hard, sound and free from decay and weathering, Stones with round surface

shall not be used. 8.1.2 The stones shall be hammer dressed on the face, sides and beds. The bushing in the face shall

not be more than 4 cms. On exposed faces and one cm on faces to be plastered. The hammer dressed stones shall also have rough tolling for a minimum width of 2.5 cm along all the edges of the face.

8.1.3 The mortar shall be used as specified in the Schedule of Quantities. 8.1.4 Before laying all stones shall be wetted. 8.1.5 The walls shall be truly in plumb or to specified batter. The bond shall be achieved by closely

fitting adjacent stones and may be laid at random without bringing upto a level except at plinth, window cill and roof level. Face stones shall extend and bond well into the backing and their height shall not be more than the breadth at face or depth inwards. The interior filling shall be of rubble stones of any shape and pass through a ring of 15 cm. Inner dia ring and thickness shall not be less than 10 cms. These shall be firmly bedded in mortar and hammered down with wooden mallet. To avoid thick mortar joints, chips and sprawls shall be used and ensured that no bottom joints are left. The use of chips shall not exceed 20% of the quantities of stone masonry.

8.1.6 Toothings in masonry shall not be allowed. While jointing the existing masonry shall be raked back at an angle not more than 45 degree.

8.1.7 Bond stones: 8.1.7.1 Bond stones right through the thickness of walls upto 60 cms. thick and in wall thickness

greater than 60 cms. two or more bond stones over lapping each other by 15 cms shall be provided in a line from face to back and shall be provided at every 0.5 sqm. of surface and 1.5 m -1.8m apart clear in every course.

8.1.7.2 Where bond stones suitable lengths are not available cement concrete block of 1:3:6 mix (1cement: 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) conforming to the size of stone shall be used.

8.1.8 Quoins shall be neatly dressed with chisel or hammer to required angle selected stone laid

header and stretcher alternately. No quoin stones shall be less than 25 dm degree (0.025 cum).

8.1.9 Face joints shall not exceed 2.5 cm thickness. When plastering the joints shall be raked upto

20 mm depth otherwise shall be struck flush and finished at the time of laying. 8.1.10 The scaffolding shall be provided as directed. The inner end of the horizontal scaffolding may

rest in a hole provided in masonry 8.2 Coursed Rubble Masonry: 8.2.1 Stones shall be as per random rubble masonry and shall be hammer dressed on all beds and

joints so as to have rectangular shape and squared on all sides and beds. The bed joints shall be rough chisel dressed atleast 5 cm brick from face and side joints. Atleast 4 cm remaining portion shall not project beyond the surface of bed and side joints.

8.2.2 The bushings on the face shall not project more than 4 cm. On an exposed face and one cam on a face to be plastered. The hammer dressed stones shall have a rough tooling along on all edges of the face for a minimum width of 2.5 cm.

8.2.3 The mortar shall be as specified in the Schedule of Quantities. 8.2.4 The stones shall be wetted before use. The walls shall be built true to plumb or to specified

batter. The height of each course shall be not less than 14.5 cm and not more than 30. cms.

Page 258: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 57

8.2.5 Face stones shall be laid alternate headers and stretchers. These shall break joints atleast half the height of the course. No pinning shall be allowed on face. No face stone shall be less in breadth than height and atleast 1/3rd of the stones shall tail into width for length not less than twice their height.

8.2.6 The interior filling shall be with the flat bedded stones laid in mortar, chips and sprawls being used to avoid thick mortar joints and shall not exceed 10% of the quantity of stone masonry. The structure shall be carried regularly. Where breaks are unavoidable the joints shall be raked back at angle of 45 degree c.

8.2.7 No toothing is to be allowed; 8.2.8 Bond stones shall be as in random rubble stone masonry except the bond stone or set of bond

stones shall be inserted 1.5 to 1.8 mete apart clear in every course. 8.2.9 Quoins shall be of the same height as of the course and shall be formed of stones 40 cms.

Long laid stretchers and headers alternatively. These shall have chisel drafts on all edges 2.5 cms. width.

8.2.10 Face to be plastered shall be raked to a depth of 20 mm and unplastered faces shall be struck flush and finished at the time of laying.

8.2.11 The scaffolding and measurements shall be as for random rubble masonry. The rate shall include curing etc.

8.3 Measurements 8.3.1 This length, height and thickness shall be measured correct to a cm. The thickness of wall

shall be measured at joints excluding the bushing. Only specified dimension shall be allowed; anything extra shall be ignored. The quantity shall be calculated in cubic metre nearest to two places of decimal.

8.3.2 The work under the following categories shall be measured separately. (i) From foundation to plinth level (level one):

(a) work in or under water and or liquid mud, (b) work in or under foul positions .

(ii) From plinth level (Level one) to floor two level. (iii) From floor two level to floor three level and so on. (iv) Stone masonry in parapet shall be measured together with the corresponding item in

the wall of the story next below. 8.3.3 No deduction shall be made nor extra payment made for the following:

(i) Ends of dissimilar materials (that is joists, beams, linthels, posts, girders, rafters purlins, trusses, corbels, steps etc.) upto 0.1 sqm in section.

(ii) Openings each upto 0.1 sqm in area. In calculating the area of openings, any separate lintels or sills shall be included alongwith the size of opening but the end portions of the lintels shall be excluded and the extra width of rebated reveals, if any, shall also be excluded.

(iii) Wall plates and bed plates, and bearing of chhajjas and the like, where the thickness does not exceed 10 cm and the bearing does not extend over the full thickness of the wall.

Note : The bearing of floor and roof shall be deducted from wall masonry. (iv) Drain holes and recesses for cement concrete blocks to embed hold fasts for doors,

windows etc. (v) Building in masonry, iron fixture, pipes upto 300 mm dia, hold fasts of doors and

windows etc. (vi) Forming chases in masonry each upto section of 350 sqcm.

8.4 Rates 8.4.1 The rate shall include the cost of materials and labour required for all the operations described

above and shall include the following (a) Raking out joints for plastering or pointing done as a separate item, or finishing flush as

the work proceeds. (b) Preparing tops and sides of existing walls for raising and extending.

Page 259: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 58

(c) Rough cutting and waste for forming gables cores, skew backs or spandrels of arches, splays at eaves and all rough cutting in the body of walling unless otherwise specified

(d) Bond stones or cement concrete bond blocks. (e) Leading and making holes for pipes etc. (f) Bedding and pointing wall plates, linthels, sills etc. in or on walls, bedding roof tiles and

corrugated sheets in or on walls. (g) Building in ends of joists, beams, linthels etc.

9.0 BRICKWORK 9.1 Ordinary Brickwork 9.1.1 Soaking of Bricks

Brick shall be soaked in water before use for a period for the water to just penetrate the whole depth of the bricks. Alternatively bricks may be adequately soaked in stacks by profusely spraying with clean water at regular intervals for a period not less than six hours. The bricks required for masonry work using mud mortar shall not be soaked. When the bricks are soaked they shall be removed from the tank sufficiently early so that at the time of laying they are skin-dry. Such soaked bricks shall be stacked on a clean place where they are not again spoiled by dirt earth etc. Note 1: The period of soaking may be easily found at site by a field test in which the bricks are soaked in water for different periods and then broken to find the extent of water penetration. The least period that corresponds to complete soaking will be the one to be allowed for in construction work. Note 2: If the bricks are soaked for the required time in water that is frequently changed the soluble salt in the bricks will be leached out, and subsequently efflorescence will be reduced.

9.1.2 Mortar

The mortar for the brick work shall be as specified and conform to accepted standards. Lime shall not be used where reinforcement is provided in brick work.

9.1.3 Laying. 9.1.3.1 Bricks shall be handled carefully so as not to damage their edge, they shall not also be thrown

from any height to the ground and shall be put down gently. All courses shall be laid truly horizontal and all vertical joints made truly vertical. Vertical joints in one course and the next below shall not come over one another and shall not normally be nearer than quarter of a brick length. For battered faces, bedding shall be at right angles to the face, fixtures, plugs, frames etc. if any, shall be built in places shown in the plans while laying the courses only and not later by removal of bricks already laid. Care shall be taken during construction to see that edges of bricks at quoins, sills head etc. are not damaged. The verticality of the wall and horizontality of the courses shall be checked very often with plumb bob and spirit level respectively.

9.1.3.2 No bats or cut bricks shall be used in the work unless absolutely necessary around irregular openings or for adjusting the dimensions of different courses and for closer in which case, full bricks shall be laid at corners, the bats being placed in the middle of courses.

9.1.3.3 Brick shall be laid in English Bond unless otherwise specified. For brick work in half brick wall, bricks shall be laid in stretcher bond. Half or cut bricks shall not be used except as closer where necessary complete to complete the bond. Closers in such cases, shall be cut to the required size and used near the ends of the wall. Header bond shall be used preferably in all courses in curved plan for ensuring better alignment.

Note : Header bond shall also be used in foundation footings unless thickness of walls (width of foundation) makes the use of headers impracticable. Where thickness of footing is uniform for a number of courses, the top course of footing shall be headers.

9.1.3.4 All loose materials, dirt and set lumps of mortar which may be lying over the surface on which brick work is to be freshly started, shall be removed with a wire brush and surface wetted. Bricks shall be laid on a full bed of mortar, when laying, each brick shall, be properly

Page 260: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 59

bedded and set in position by gently pressing with the handle of a trowel. Its inside face shall be buttered with mortar before the next brick is lad and pressed against it. Joints shall be fully filled and packed with mortar such that no hollow space are left inside the joints.

9.1.3.5 The brick work shall be built in uniform layers. No part of the wall during its construction shall rise more than one metre above the general construction level. Parts of wall left at different levels shall be raked back at an angle of 45 degrees or less with the horizontal. Toothing shall not be permitted as an alternative to raking back. For half brick partition to be keyed into main walls, indents shall be left in the main walls.

9.1.3.6 All pipe fittings and specials, spouts, hold fasts and other fixtures which are required to be built into the walls shall be embedded, as specified, in their correct position as the work proceeds unless otherwise directed by the Architects.

9.1.3.7 In case of walls one brick thick and under, one face shall be kept even and in proper place, while the other face may be slightly rough. In case of walls more than one brick thick, both the faces shall be kept even and in proper place.

9.1.3.8 Vertical reinforcement in the form of bars (M S or high strength deformed bars), considered necessary at the corners and junction of walls and jamb opening doors, windows etc. shall be encased with cement mortar not leaner than 1: 4 (1 cement :4 coarse sand), or cement concrete mix as specified. The reinforcement shall be suitably tied, properly embedded in the foundation and at roof level. The dia. Of bars shall not be less than 8 mm and concrete grade shall be minimum 1:3:6 (1 cement :3 coarse sand : 6 graded stone aggregate 20 mm nominal size).

9.1.3.9 Work of cutting chases, wherever required to be made in the walls for housing G. I. Pipe, CI pipe or any other fixtures shall be carried out in various locations as per guidelines given below: (a) Cutting of chases in one brick thick and above load bearing walls. (i) As far as possible services should be planned with the help of vertical chases.

Horizontal chases should be avoided. (ii) The depths of vertical chases and horizontal chases shall not exceed one-third and

one-sixth of the thickness of the masonry respectively. (iii) When narrow stretches of masonry (or short lengt5h of walls) such as between doors

and windows, cannot be avoided they should not be pierced with openings for soil pipes or waste pipes or timber joints, etc. Where there is a possibility of load concentration such narrow lengths of walls shall be checked or stresses and high strength bricks in mortar or concrete walls provided, if required.

(iv) Horizontal chases when unavoidable should be located in the upper or lower one-third of height of storey and not more than three chases should be permitted in any stretch of a wall. No continuous horizontal chase shall exceed one metre in length. Where unavoidable, stresses in the affected area should be checked and kept within the permissible limits.

(v) Vertical chases should not be closer than 2 m in any stretch of a wall. These shall be kept away from bearings of beams and lintels. If unavoidable, stresses in the affected area should be checked and kept within permissible limits.

(vi) Masonry directly above a recess, if wider than 30 cm horizontal dimension should be supported on lintel. Holes in masonry may be provided upto 30 cm width and 30 cm height without any lintel. In the case of circular holes in the masonry, no lintel need be provided for holes upto 40 cm in diameter.

(b) Cutting of chases in half brick load bearing walls: No chase shall be permitted in half brick load bearing walls and as such no recessed conduits

and concealed pipes shall be provided with half brick thick load bearing walls. (c) Cutting of chases in half brick non-load bearing wall: Services should be planned with the help of vertical chases. Horizontal chase should be

provided only when unavoidable. 9.1.4 Joints 9.1.4.1 Joints shall not exceed 10 mm in thickness and this thickness shall be uniform throughout.

Page 261: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 60

9.1.4.2 The thickness of all types of joints including brick wall joints and cross joints shall be such that four course and three joints taken consecutively shall measure as follow: (j) In case of modular bricks conforming to IS: 1077-1986 specification for common burnt

clay building bricks, equal to 39 cm. (k) In case of non-modular bricks, it shall be equal to 31 cm.

Note : Deviation from the specified thickness of all joints shall not exceed on-fifth of specified thickness.

9.1.4.3 Finishing of Joints: The face of brick work may be finished flush or by pointing. In flush finishing either the face joints of the mortar shall be worked out while still green to give a finished surface flush with the face of the brick work or the joints shall be squarely raked out to a depth of 1 cm while the mortar is still green for subsequently plastering. The faces of brick work shall be cleaned with wire brush so as to remove any splashes of mortar during the course of raising the brick work. In pointing, the joints shall be squarely raked out to a depth of 1.5 cm. While the mortar is still green and raked joints shall be brushed to remove dust and loose particles and well wetted, and shall be later refilled with mortar to give ruled finish. Some such finishes are ‘flush’, weathered’ ruled etc.

9.1.5 Curing.

The brick work shall be constantly kept moist on all faces for a minimum period of seven days. Brick work done during the day shall be suitably marked indicating the date on which the work is done so as to keep a watch on the curing period.

9.1.6 Uniform Raising

Brickwork shall be carried up regularly in all cases where the nature of work will admit, not leaving any part 60 cm. lower than another. But where building at different levels is necessary the breaks shall be stepped so as to give later uniform level and effectual bond. Horizontal courses should be to line and level and even and face plumb or to batter as shown on the plan. The rate of laying masonry may be upto a height of 80 cm. if lime mortar is used.

9.1.7 Scaffolding

Single scaffolding shall be used. Holes shall be made good by bricks to match the face work when scaffolding is removed.

9.1.8 Measurements. 91.8.1 Brick work shall be measured in cubic metres unless otherwise specified. Any extra work

over the specified dimensions shall be ignored. Dimensions shall be measured correct to the nearest 0.01 m i.e. 1 cm. Areas shall be calculated to the nearest 0.01 sq. mtrs and the cubic contents shall be worked out to the nearest 0.01 cubic metres.

91.8.2 Brick work shall be measured separately in the following stages: a) From foundation to floor one level (Plinth level). b) Plinth (floor one ) Levi to floor two level. c) Between two specified floor levels above floor two level.

Note : Brick work in parapet walls, mumty, lift machine room and water tanks constructed on the roof upto 1.2 m height above roof shall be measured together with the corresponding work of the floor next below.

9.1.8.3 No deductions or additions shall be done and no extra payment made for the following: Note : Where minimum area is defined for deduction of an opening, void or both, such areas shall

refer only to opening or void within the space measured. a) Ends of dissimilar materials (that is joists, beams, lintels, posts, girders, rafters,

purlins, trusses, corbels, steps, etc.), upto 0.1 m² in section; b) Opening up to 0.1 m² in area

9.1.9 Rate

Page 262: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 61

The rate shall include the cost of materials and labour required for al the operations described above except the vertical reinforcement and its encasement in cement mortar or cement concrete. The rate shall also include the following: (a) Raking out joints or finishing joints flush as the work proceeds; (b) Preparing tops of existing walls and the like for raising further new brick work; (c) Rough cutting and waste for forming gables, splays at eaves and the like; (d) Leaving holes for pipes upto 150 mm dia. And encasing hold fasts, etc. (e) Rough cutting and waste for brick work curved in plan and for backing to stone or

other types of facing; (f) Embedding in ends of beams; joists, slabs, lintels, sills, trusses, etc; (g) Bedding wall plates, lintels, sills roof tiles, corrugated sheets, etc. in or on walls if not

covered in respective items; (h) Leaving chases of section not exceeding 50 cm in girth or 350 sqcm. In cross-section;

and (i) Brick on edge courses, cut brick corners, splays reveals, cavity walls, brick works

curved on plan to a mean radius exceeding six meters.

9.2 Half Brick Work 9.2.1 Brick work in half brick walls shall be done in the same manner as described above in 9.1

except that the bricks shall be laid in stretcher bond. When the half brick work is to be reinforced. 2 Nos. M.S. bars of 6 mm dia. shall be embedded in every third course as given in the item (the dia of bars shall not exceed 8 mm). These shall be securely anchored at their end where the partitions end. The free ends of the reinforcement shall be keyed into the mortar of the main brick work to which the half brick work is joined. The mortar used for reinforced brick work shall be rich dense cement mortar of mix 1:4 (1 Cement : 4 Coarse Sand). Lime mortar shall not be used. Over laps in reinforcement, if any shall not be less than 30 cm.

9.2.2 The mortar interposed between the reinforcement bars and the brick shall not be less than 5 mm. The mortar covering in the direction of joints shall not be less than 15 mm.

9.2.3 Measurements. 9.2.3.1 The length and height of the wall shall be measured correct to a cm.. The area shall be

calculated in sqm. where half brick wall is joined to the main walls of one brick or greater thickness and measurements for half brick wall shall be taken for its clear length from the face of the thicker wall.

9.2.4 Rate.

The rate includes the cost of the materials and labour involved in all the operations described above except reinforcement which is to be paid for separately.

9.3 Brick Tile Work 9.3.1 The work shall be done in the same manner as described in 9.1 except that brick tile shall be

used instead of bricks. The measurement and rate shall be same as specificied under 9.1. 10.0 MARBLE WORK 10.1 Marble Work Table Rubbed and Polished (Plain work) 10.1.1 Marble work in steps, jambs, columns and other plain work shall be as specified below:

Joints in staircase treads, kitchen platforms shall be permitted only at curvature or when width/length is more than 0.6/2 mtrs. Respectively. Number of joints in each direction shall not be more than one number for every 2 mtrs. Length beyond and initial 2.00 n length. Additional joints due to curvature or for providing fixture shall be provided judiciously.

10.1.2 Dressing and Rubbing

Page 263: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 62

Every marble stone shall be cut to the required size and shape, chisel dressed on all beds and joints, so as to be free from any waviness and to give truly vertical, horizontal, radial or circular joints as required. The exposed faces and sides of the stone forming joints upto 6 mm from the face shall be fine tooled such that a straight edge laid along the face of the stone is in contact with every points on it. These surface shall then be rubbed smooth. All visible angles and edges shall be true, square and free from chipping. Beyond the depth of 6 mm from face, the joints shall be dresses with a slight splay so that the thickness of joint increases, in an inverted V shape as shown in Fig. Below. The surfaces of the stones coming in contact with backing need not be chisel dressed.

10.1.3 Mortar The mortar used for jointing shall be as specified.

10.1.3 Measurements. 10.1.3.1The length and breadth shall be measured correct to a cm.. In case of radially dressed or

circular slabs used in the work, the dimensions of the circumscribing rectangles of the dressed stone used in the work shall be measured and paid for. The area shall be calculated in sqm. Nearest to two places of decimal.

10.1.3.2 Marble work in lining upto 4 cm thickness shall be paid by area under veneer work and lining of greater thickness paid by volume under plain marble work.

10.1.4 Rates 10.1.4.1 The rate include the cost of materials and labour required for all the operations described

above except for the cost of providing and fixing of dowel and cramps which shall be paid for separately, unless otherwise stipulated in the item of work.

10.1.4.2 When factory made finished slabs and tiles are used, no further finishing as mentioned shall be required nor anything extra shall be payable.

LIST OF BUREAU OF INDIAN STANDARD CODES (ISI) FOR WOOD WORK AND RELATED ITEMS

S. No. IS. No. Subject1. 204-(Part I) 1991 Specification for tower bolts (Part I) ferrous metal (5th Revision) (Amendment

1) 2. 204-(Part II)

1992 Specification for tower bolts (Part II) non-ferrous metal (5th Revision) (Amendment 1)

3. 205-1992 Specification for non-ferrous metal butt hinges (4th Revision) Amendents2) 4. 206-1992 Specification for Tee and strap hinges (4th Revision) Amendment 1) 5. 207-1964 Gate and shutter hooks and eyes (1st Revision) (Amendment 1) (Reaffirmed

1990) 6. 208-1987 Specification for door handles (4th Revision) (Amendment 1) (Reaffirmed

1992) 7. 281-1991 Specification for mild steel door bolts for use with padlocks (3rd Revision)

(Amendment 1) 8. 287-1973 Recommendations for maximum permissible moisture content of timber used

for different purposes (3rd Revision) 9. 303-1989 Specification for plywood for general purposes (3rd Revision) (Amendment 1)

(Reaffirmed 1993)10. 362-1991 Specification for parliament hinges (5th Revision) 11. 363-1993 Specification for hasps and staples (4th Revision) 12. 364-1993 Specification for fanlight catch (3rd Revision) 13. 401-1982 Code of practice for preservation of timber (3rd Revision) (Amendments 2)

(Reaffirmed 1990) 14. 419-1967 Putty for use on window frames (1st Revision) (Amendments 3) 15. 420-1953 Putty for use on metal frames (withdrawn)

Page 264: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 63

16. 451-1973 Technical supply condition for wood screws (2nd Revision) (Amendment 1) (Reaffirmed 1991)

17. 452-1973 Specification for door springs rat-tail type (2nd Revision) (Reaffirmed 1990) 18. 453-1993 Specification for double-acting spring hinges (3rd Revision) 19. 723-1972 Specification for steel countersunk head wire nails. (1st Revision)

(Amendments 3) (Reaffirmed 1990) 20. 729-1979 Specification for drawer locks, cupboard locks and box locks (3rd Revision)

(Reaffirmed 1992) 21. 848-1974 Specification for synthetic resin adhesives for plywood (phenolic and

aminoplastic (1st Revision) (Amendments 3) (Reaffirmed 1990) 22. 851-1978 Specification for synthetic resin adhesives for construction work (non

structural) in wood (1st Revision) (Amendment 1) (Reaffirmed 1990)) 23. 852-1994 Specification for animal glue for general woodworking purposes (2nd

Revision) 24. 1003 (Part I)

1991 Specification for timber panelled and glazed shutters 9part I) Door shutters (3rd Revision) 9Amendment I)

25. 1003 Specification for timber panelled and glazed shutters 9Part II) (Part II) 1993 Window and ventilator shutters (3rd Revision) 26. 1141-193 Specification for code of practice for seasoning of timber (2nd Revision) 27. 1200 Method of measurement of building & civil engineering works (PartXIV) (Part XIV) 1984 Glazing (3rd Revision) (Reaffirmed 1990) 28. 1200 (Part XII)

1973 Wood work and joinery (2nd Revision ) (amendments 1 (Reaffirmed 1992)

29. 1328-1982 Specification for veneered decorative plywood (2nd Revision) (Amendments 3) (Reaffirmed 1990)

30. 1341-1992 Specification for steel butt hinges (6th Revision) 31. 1378-1987 Specification for oxidized copper finishes (3rd Revision) (Reaffirmed 1992) 32. 1566-1982 Specification for hard-drawn steel wire fabric for concrete Reinforcement(2nd

Revision) (Amendments 2) (Reaffirmed 1995) 33. 1568-1970 Specification for wire cloth for general purpose (1st Revision) (Amendment 1)

(Reaffirmed 1992)34. 1658-1977 Specification for fibre hard boards (2nd Revision) (Amendment 1) (Reaffirmed

1990) 35. 1659-1990 Specification for block boards (3rd Revision) (Amendment 1) 36. 1708 (Pt.1 to 18)

1986 Method of testing of small clear specimens of timber. (2nd Revision) (Amendment 1) (Reaffirmed 1991)

37. 1734-1983 (Pt. 1 to 20) Methods of test for plywood (2nd Revision ) Reaffirmed 1993) 38. 1761-1960 Transparent Steel glass for glazing and framing purposes (Superseded by IS:

2835) 39. 1823-1980 Specification for floor door stoppers (3rd Revision) (Reaffirmed 1992) 40. 1837-1966 Specification for fanlight pivots. (1st Revision) (Reaffirmed 1990) 41. 1868-1982 Specification for anodic coating on aluminium and its alloys (2nd Revision)

(Reaffirmed 1991) 42. 2095-1982 Specification for gypsum plaster boards (1st Revision) (Amendment 1)

(Reaffirmed 1991) 43. 2096-1992 Specification for asbestos cement flat sheets (1st Revision) 44. 2202 (Part I)

1991 Specification for wooden flush door shutters (Solid core type) (Reaffirmed 1991)

45. 2202 (Part II) 1983

Specification for wooden flush door shutters (Solid core type (Reaffirmed 1991)

46. 2209 (Part I) 1976

Specification for mortice Locks (Vertical type) 3rd Revision) (Reaffirmed 1992)

47. 2380-1981 Method of test for wood practical boards from other lingnocellulosic material (Part 1 to 23) 1st Revision) Amendment 3) (Reaffirmed 1993)

Page 265: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 64

48. A 2547 (Part I) 1976

Gypsum building plaster : (Part II) Premixed lightweight plaster (1st Revision) (Reaffirmed 1992)

48 B 2547 (Part II) 1976

Gypsum building plaster : (Part II) Premixed lightweight plaster (1st Revision) (Reaffirmed 1992)

49. 2835-1977 (2835-1987) Flat transparent sheet glass (3rd revision) Reaffirmed 1992) 50. 2681-1993 Specification for non-ferrous metal sliding door bolts (aldrops) for use with

pad locks (Third Revision) 51. 3087-1985 Specification for wood particle boards (Medium density) for general purposes

(1st Revision)) (Amendments 4) ((Reaffirmed 1990) 52. 3097-1980 Specification for veneered Particle Boards (1st Revision) Amendment 1) 53. 3828-1966 Specification for ventilator chains (Reaffirmed 1990) 54. 3400 (Part II)

1980 Methods of test for Vulcanized rubbers (hardness) (1st Revision) (Reaffirmed 1991)

55. 3400 (Part IX)1987

Methods of test for Vulcanized rubbers Accelerated ageing (2nd Revision) (Reaffirmed 1993)

56. 3400 (Part IX) 1978

Methods of test for Vulcanized rubbers’ Density (1st Revision) (Amendment 1) (Reaffirmed 1987)

57. 3564-1986 Specification for door closers (hydraulically regulated) (2nd Revision) (Amendment 1) (Reaffirmed 1991)

58. 3618-1966 Phosphate treatment of iron and steel for protection against corrosion (Reaffirmed 1991)

59. 3813-1967 “C” hooks for use with swivels (Reafffirmed1992) 60. 3847-1992 Specification for mortice night latches (1st Revision) 61. 4835-1979 Specification for polyvinyl acetate dispersion base adhesives for wood (1st

revision) (Amendments 2) (Reaffirmed 1990) 62. 4948-1974 Specification for welded steel wire fabric for general use (1st Revision)

9Reaffirmed 1992)63. 4992-1975 Specification for door handles for mortice lock (vertical type) (1st Revision)

(Reaffirmed 1990) 64. 5187-1972 Specification for flush bolts (1st Revision) (Reaffirmed 1990) 65. 5930-1970 Specification for mortice latch (vertical type) (Reaffirmed 1991) 66. 6318-1971 Specification for plastic window stays and fasteners 67. 6607-1972 Specification for rebated mortice lock (Vertical type) (Reaffirmed 1991) 68. 6760-1972 Slotted countersunk head wood screws (Amendments 2) (Reaffirmed 1988) 69. 7196-1974 Specification for hold fast. (Reaffirmed 1992) 70. 7534-1985 Specification sliding locking bolts for sue with padlocks (1st Revision)

(Reaffirmed 1991) 71. 8756-1978 Specification for mortice ball catches for use in wooden almirah (Reaffirmed

1992) 72. 12406-1988 Specification for medium density fibre boards for general purposes 73. 5523-1983 Method of testing anodic coating on aluminum and its alloys (1st Revision)

(Reaffirmed 1991) 74. 4827-1983 Electroplated coatings of Copper, Nickel and Chromium on Zinc and Zinc

alloys (1st Revision) (withdrawn) 75. 3828-1966 Ventilator chains (Reaffirmed 1990) 11.0 WOOD WORK 11.1 Door, Window and Ventilator Frames 11.1.1 General:

Timber for door, window and ventilators frames shall be as specified. Timber shall be sawn in the direction of the grains. All members of a frame shall be of the same species of timber and shall be straight without any warp or bow. Frames shall have smooth, well-planed (wrought)

Page 266: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 65

surfaces except the surfaces touching the walls, lintels, sill etc., which may be left clean sawn. Rebates, rounding or moulding shall be done before the members are jointed into frames. The depth of the rebate for housing the shutters shall be 15 mm, and the width of the rebates shall be equal to the thickness of the shutters. A tolerance of +/- mm and 2 mm shall be permitted in the specified finished dimensions of timber sections in frames.

11.1.2 Joints The frames shall have dovetail joints. The jamb posts shall be through tenoned in to the mortise of the transoms to the full thickness of the transoms and the thickness of the tenon shall be not less than 2.5 cm. The tenons shall closely fit into the mortise without any wedging or filling. The contact surface of tenon and mortise before putting together shall be glued with polyvinyl acetate dispersion based adhesive conforming to IS: 4835 or adhesive conforming for WBP or MR grade of IS: 851 and pinned with 10 mm dia hard wood dowels, or bamboo pins or star shaped metal pins. The joints shall be at right angles when checked from the inside surfaces of the respective members. The joints shall be pressed in position. Each assembled door frame shall be fitted with a temporary stretcher and a temporary diagonal brace on the rebated faces.

11.1.3 Fixing of Frames

The frames shall be got inspected approved by the Architects before being painted, oiled or otherwise treated and before fixing in position. The surface of the frames abutting masonry or concrete and the portions of the frames embedded in floors shall be given a coating of coal tar. Frames shall be fixed to the abutting masonry or concrete with holdfasts or metallic fasteners as specified. After fixing, the jamb posts of the frames shall be plugged suitably and finished neat. Vertical members of the door frames shall be embedded in the floor for the full thickness of the floor finish and shall be suitably strutted and wedged in order to prevent warping during construction. A minimum of three hold fasts shall be fixed on each side of door and window frames one at centre point and other two at 30 cm. From the top and bottom of the frames. In case of window and ventilator frames of less than 1 m. in height two hold fasts shall be fixed on each side at quarter point of the frames. Hold fasts and metallic fasteners shall be measured and paid for separately.

11.1.4 Measurements Wood work wrought, framed and fixed shall be measured for finished dimension without any allowance for the wastage or for dimensions beyond specified dimension ¹[***]. However, in case of members having Mouldings, roundings or rebates and members of circular or varying sections, finished dimensions shall be taken as the sides of the smallest square or rectangle from which such a section can be cut. Length of each member shall be measured over all to the nearest cm so as to include projection for tenons. Width and thickness shall be measured to the nearest mm and the quantity shall be worked out in unit of 10 cubic decimeter in whole numbers.

11.1.5 Rate The rate shall include the cost of material and labour involved in all the operational described above except the hold fasts or metallic fasteners which will be paid for separately.

11.2 Paneled Glazed or Paneled and Glazed Shutters 11.2.1 The shutters may be single or multi paneled, as shown in the drawings or as directed by the

Architects 11.2.2 Frame Work. 11.2.2.1 Timber for stiles and rails shall be of the same species and shall be sawn in the directions of

grains. Sawing shall be truly straight and square. The timber shall be planed smooth and accurate to the required dimensions. The stiles and rails shall be joined to each other by plain or haunched mortise and tenon joints and the rails shall be inserted 25 mm short of the width

Page 267: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 66

of the stiles. The bottom rails shall have double tenon joints and for other rails single tenon joints shall be provided. The lock rails of door shutter shall have its centre line at a height of 800 mm from the bottom of the shutters unless otherwise specified. The thickness of each tenon shall be approximately one-third the finished thickness of the members and the width of each tenon shall not exceed three times its thickness.

11.2.2.2 Gluing of Joints: The contact surfaces of tenon and mortise shall be treated, before putting together, with bulk type synthetic resin adhesive conforming to IS: 848 or polyvinyl acetate dispersion based adhesive conforming to IS: 4835 and pinned with 10 mm dia hardwood dowels or bamboo pins or star shaped metal pins; after the frames are put together and pressed in position by means of press.

11.2.3 Paneling

The panel inserts shall be either framed into the grooves or housed in the rebate of stiles and rails. Timber, plywood, hard board and particle board panels shall be fixed only with grooves. The depth of the groove shall be 12 mm and its width shall accommodate the panel inserts such that the faces are closely fitted to the sides of the groove. Panel inserts shall be framed into the grooves of stiles sand rails to the full depth of the groove leaving on space of 1.5 mm. Width and depth of the rebate shall be equal to half the thickness of stiles and rails. Glass panels, wire gauze panels and panel insets of cupboard shutters shall be housed in the rebates of stiles and rails.

11.2.4 Fixing of Shutters For side hung shutters of height upto 1.2 m, each leaf shall be hung on two hinges at quarter points and for shutter of height more than 1.2 m, each leaf shall be hung on three hinges one at the centre and the other two at 200 m from the top and bottom of the shutters. Top hung and bottom hung shutters shall be hung on two hinges fixed at quarter points of top rails or bottom rail. Centre hung shutter shall be suspended on a suitable pivot in the centre of the frame. Size and type of hinges and pivots be as specified. Flap of hinges shall be neatly counter sunk into the recesses cut to the exact dimensions of flap. Screws for fixing the hinges shall be screwed in with screw driver and not hammered in. Unless otherwise specified, shutters of height more than 1.2 mm shall be hung on butt hinges of size 100 mm and for all other shutters of lesser height butt hinges of size 75 mm shall be used. For shutter of more than 40 mm thickness butt hinges of size 125 x 90x 4 mm shall be used. Continuous (piano) hinges shall be used for fixing cup-board shutters where specified.

11.2.5 Fittings Cost of providing and fixing shutter shall include cost of hinges and necessary screws for fixing the same. All other fittings shall be paid for separately. The fittings shall conform to specifications laid down in 9.21. Where the fittings are stipulated to be supplied by the department free of cost, screws for fixing these fittings shall be provided by contractor and nothing extra shall be paid for the same.

11.2.6 Rate Rate includes the cost of materials and labour involved in all the operations described above. The frame work and paneling of each type or glazed panels shall be paid separately. The rate for frame work includes the cost of butt hinges and necessary screws. However, extra shall be paid for providing moulding beading where specified. Nothing extra shall be paid for plain beading as stated in 9.6.5 when specified in drawings.

11.3 Flush Door Shutters 11.3.1 Flush door shutters shall have a solid core and may be of the decorative or non-decorative

type [Paintable as per IS: 2202 (Part I)] Thickness and type of shutters shall be as specified. 11.3.2 All four edges of the shutters shall be square. The shutter shall be free from twist or warp in

its plane. The moisture content in timbers used in the manufacture of flush door shutters shall be not more than 12 per cent when tested according to IS: 1708.

Page 268: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 67

11.3.3 Core

The core of the flush door shutter shall be a block board having wooden strips held in a frame constructed of stiles and rails. Each stile and rail shall be a single piece without any joint. The width of the stiles and rails including lipping, where provided shall not be less than 45 mm and not more than 75 mm. The width of each wooden strip shall not exceed 3mm. Stiles, rails and wooden strips forming the core of a shutter shall be of equal and uniform thickness. Wooden strips shall be parallel to the stiles. End joints of the pieces of wooden strips of small lengths shall be staggered. In a shutter, stiles and rails shall be of one species of timber. Wooden strips shall also be one species only but it may or may not be the same species as that of the stiles and rails.

11.3.4 Face Panel The face panel shall be formed by gluing, by the hot-press process on both faces of the core, either plywood or cross-bands and face veneers. The thickness of the cross bands as such or in the plywood shall be between 1.0 mm and 3.0 mm. The thickness of the face veneers as such or in the plywood shall be between 0.5 mm and 1.5 mm for commercial veneers and between 0.5 mm and 1.0 mm for decorative veneers. The direction of the veneers adjacent to the core shall be at right angles to the direction of the wooden strips. Finished faces shall be sanded to smooth even texture.

11.3.5 Lipping. Lipping, where specified, shall be provided internally on all edges of the shutters. Lipping shall be done with battens of first class hardwood or as specified of depth not less than 25 mm. For double leaved shutters, depth of the lipping at meeting of stiles shall be not less than 35 mm. Joints shall not be permitted in the lipping.

11.3.6 Tolerance Tolerance on width and height shall be +/- 3 mm. And tolerance on nominal thickness shall be +/- 1.2 mm. The thickness of the door shutter shall be uniform throughout with a permissible variation of not more than 0.8 mm when measured at any tow points.

11.3.7 Measurements. Length and width of the shutters shall be measured to the nearest cm in closed position covering the rebates of the frames but excluding the gap between the shutter and the frame. Overlap of two shutters shall not be measured. All work shall be measured net as fixed and area calculated in square metes to nearest two places of decimal. No deduction shall be made for providing venetian opening and opening for glazing.

11.3.8 Rate The rate includes the cost of material and labour involved in all the operations described above.

11.4 Schedule of hardware fittings 11.4.1 Single leaf door shutters (I) 100 mm long butt hinges 3 Nos. (ii) Approved mortice lock (6 lever) sliding door bolt 300 x 16 mm) 1No. (iii) 300 mm long tower bolt with 12 mm shoot 1 No. (iv) 150 mm long tower bolt with 12 mm shoot 1 No. (v) 125 mm handles 2 No. (vi) Floor stopper 1 No. (vii) Rubber buffer 1 No. 11.4.2 Double leaf door shutters

Page 269: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 68

(I) 100 mm long butt hinges per leaf 3 Nos. (ii) Approved mortice lock (lever) or sliding door bolt 300 x 16 mm 1 No. (iii) 300 mm long tower bolt with 12 mm shoot 2 No. (iv) 150 mm long tower bolt with 12 mm shoot 1 No. (v) 125 mm handles 4 Nos. (vi) Floor stopper 2 Nos. (vii) Rubber buffer 2 Nos. 11.4.3 Bathroom door (I) 100 mm long butt hinges 3 Nos. (ii) 200 mm long tower bolt with 12 mm shoot 1 Nos. (iii) Approved latch with a pair of handles 1 Nos. 11.4.4 Single leaf window shutter (I) 100 mm long butt hinges 2 Nos. (ii) 150 mm long tower bolt with 12 mm shoot 1 Nos. (iii) 100 mm long towerbolt with 12 mm shoot 1 Nos. (iv) 100 mm handle 1 Nos. (v) Hook and eye 200 mm long 1 Nos. 11.4.5 Double leaf window shutter (I) 100 mm long butt hinges for leaf 2 Nos. (ii) 150 mm long tower bolts with 12 mm shoot 2 Nos. (iii) 100 mm long tower bolts with 12 mm shoot 1 No. (iv) 100 mm handle 2 Nos. (v) Hook and eye 200 mm long 2 Nos. 11.4.6 Holdfasts Door 6 Nos. Window 4 Nos. Ventilator 2 Nos. 11.5 Hardware : 11.5.1 General: The fittings shall be of iron, brass, aluminium or as specified. These shall be well

made, smooth and free from sharp edges, flaws and other defects. Screw holes shall be counter sunk to suit the head of the wood screws. All hinge pins shall be of steel with riveted heads.

(i) Iron fitting shall be bright finished or black enamelled or copper oxidised. (ii) Brass fitting shall be bright finished (brass) oxidised, or chromium plated. (iii) Aluminium fittings shall be bright finished anodised in choice shade or as specified. Screws

shall be of the same metal and finishing as the fittings and shall be of the required size. For aluminium fittings anodised steel screws shall be used. The screw shall be driven with a screw driver and not hammered.

11.5.2 Butt Hinges: Shall be heavy quality of mild steel, brass, brass oxidised, aluminium or as specified. Butt hinges shall be cranked.

11.5.3 Tower Bolt: Shall be of mild steel, brass oxidised or aluminium as specified. (a) Steel Tower Bolts : Shall be of the size specified, the plate and straps shall be riveted, the

barrel bolt shall be cast including the knob. (a) Brass Tower Bolts : The bolt with knob shall be cast and rolled and shall be made in one

piece. (a) Aluminium Tower Bolts : Shall be made out of extruded section. Knob shall be screwed to

the bolt and riveted at the back. 11.5.4 Sliding Door Bolts: These shall be of metal as specified, and shall have smooth sliding action

M.S. and brass sliding bolts shall conform to IS: 281-1973. Brass sliding bolts shall made from rolled brass. The hasp and the bolt shall be in one piece. The fixing and staple bolts shall be cast 6 mm studs and shall be threaded, provided with round washers and nuts or square of hexagonal shape.

11.5.5 Handles:

Page 270: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 69

(a) Iron Handles: Shall be of the size specified and shall be made our of sheet steel pressed into oval section. They shall conform to IS: 208-1972 and shall be fixed with 2.5 cms. long wood screws.

(b) Brass Handles: Shall be of the specified size, shape, and pattern made out of cast brass. They shall conform to IS 20-2972 and shall be fixed with 2.5 cms. long wood screws.

(c) Aluminium Handles: Shall be of size specified finished bright or anodised made out of cast aluminium to shape and pattern required. These shall be fixed with 2.5 cms. long wood screws.

11.5.6 Mortice Lock: Mortice lock with latch and a pair of lever handles shall have steel casing and brass bolts and shall be right or left handed as required. It shall be of approved make and quality. The lock for single leaf door shall have plain face and for double leaf a rebated face. The latch for single leaf door shall be mounted on plates and finished brass bright chromium plated or oxidised as approved.

11.5.7 Mortice Latch: Mortice latch with one dead hot and a pair of lever handles shall have steel casing and brass bolt, right or left handed as required. It shall be of approved make and quality. The latch for single leaf door shall be mounted on plated and finished brass bright chromium plated or oxidised as approved.

11.5.8 Floor Door Stopper: Shall be of shape, pattern and size specified of cast brass with a rubber cushion. It shall be brass finished bright, chromium plated or oxidised as approved. The length of the plate shall determine the size of floor door stopper.

11.5.9 Hooks and eyes: shall be of mild steel or hard drawn brass and shall conform to IS: 207-1964. The size of hooks and eyes shall be determined by the length of hook from out to out.

12.0 STEEL WORK 12.1 Collapsible Gates 12.1.1 These shall be of approved manufacture and shall be fabricated from the mild steel sections.

These shall be double or single collapsible gates depending upon the size of the opening. These shall consist of vertical channels 20 x10 x 2 mm at 10 cm centres braced with flat iron diagonals 20 x 5 mm and top and bottom rails of T-iron 40 x40 x 6 mm with 38 mm dia steel pulleys or ball bearings in every 4th double channels, unless otherwise specified. Where collapsible gate is not provided within the opening and is fixed along the outer surface T-iron at the top may be replaced by flat iron 40 x 10 mm. The collapsible gate shall be provided with necessary bolts and nuts, locking arrangement, stoppers and handles. Any special fittings like springs, catches and locks shall be provided as described in the nomenclature of item in the schedule of quantities.

12.1.2 Fixing.

T-iron rails shall be fixed to the floor and to the lintel at top by means of anchor bolts embedded in cement concrete of floor and lintel. The anchor bolts shall be placed approximately at 45 cm centres alternatively in the two flanges of the T-iron. The bottom runner (T-iron) shall be embedded i the floor and proper groove shall be formed along the runner for the purpose. The collapsible shutter shall be fixed at sides by fixing the end double channels with T-iron rails and also by hold-fasts bolted to the end double channel and fixed in masonry of the side walls on the other side. In case the collapsible shutter is not required to reach the lintel, beam or slab level, a Tee-section suitably designed may be fixed at the top, embedded in masonry and provided with necessary clamps and roller arrangement at the top. All the adjoining work damaged in fixing of gate shall be made good to match the existing work, without any extra cost.

12.1.3 Painting. All the members of the collapsible gate including T-iron shall be thoroughly cleaned off rust, scales, dust etc. and given a priming coat of approved steel primer i.e. red oxide zinc chrome primer conforming to IS: 2074 before fixing them in position.

Page 271: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 70

12.1.4 Measurements The height and breadth shall be measured correct to a cm. The height of the gate shall be measured as the length of the double channels and breadth form outside to outside of the end fixed double channels in open position, of the gate. The area shall be calculation in square metres, correct to two places of decimal.

12.1.5 Rate The rate shall include the cost of materials and labour involved in all the operations described above.

12.2 Rolling shutters 12.2.1 Shall be of approved manufacture suitable for fixing in the position ordered i.e. outside, inside

on or below lintel or between jambs. Shutters upto 12 sq. mm in area shall be manually operated of push up type while bigger shall be of reduction gear type mechanical operated by chain or handles.

12.2.2 Laths shall be of 18 gauge best quality mild steel strips interlocking at 75 mm rolling centre.

machine rolled and straightened with an effective bridge depth of 16 mm side guides and bottom rail shall be built up of mild steel rolled section. The spring assembly shall be supported on strong mild steel or malleable cast iron brackets shaped to fit the lintel. The rolling springs shall be from tested unbreakable high tensile steel wire or strip of adequate strength to balance the shutter in all position. The shutter shall be complete with door suspension shafts, locking arrangement pulling hooks, handles and other accessories.

12.2.3 Measurement:

The rolling shutter shall be measured net as fixed at site including portion going in the guides and in the hood upto shafts in square metre width and height shall be measured correct to a cm.

12.2.4 Rate

The rate shall include the cost of materials and labour involved in all the operations described above.

12.3 Steel Door, Windows, Ventilators and Composite Units 12.3.1 Hot rolled steel sections for fabrication of steel doors, windows, ventilators and fixed lights

shall conform to IS: 7452. Shapes weights and designations of hot rolled sections shall be as per IS: 7452. Tolerance in thickness of the sections shall be +0.2 mm. The steel doors, windows, ventilators and composite units shall be got fabricated in workshop approved by the Project Manager.

12.3.2 Door

The hinges shall be of 50 mm projecting type. Non-projecting type hinges may also be used if approved by the Architects. The hinge pin shall be of electro-galvanized steel or aluminium alloy of suitable thickness and size. Door handles shall be approved by the Architects. A suitable latch lock for door openable both from inside and outside and outside shall be approved. In the case of double doors, the first closing leaf shall be the left hand leaf locking at the door from the push side. The first closing shutter shall have a concealed steel bolt at to and bottom. The bolts shall be so constructed as not to work loose or drop by its own weight. Single and double shutter may be provided with a three way bolting device. Where the device is device is provided in the case of double shutters, concealed brass or steel bolts shall not be provided.

12.3.3 Windows (a) For fixed windows. (b) Side hung windows.

Page 272: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 71

For fixing steel hinges, slots shall be cut in the fixed frame and hinges inserted inside and welded to the frame at the back. The hinges shall be of projecting type with thickness not less than 3.15 mm and length not less than 65 mm and width not more than 25 mm. Non-projecting type hinges may also be allowed if approved by the Architects. The diameter of hinge pins shall not be less that 6 mm. The hinge pin and washer shall be of galvanised steel or aluminium alloy of suitable thickness. For fixing hinges to inside frame, the method described above may be adopted but the weld shall be cleaned, or the holes made in the inside frame and hinges riveted. The handle of side hung shutters shall be pressed brass, cast brass, aluminium or steel protected against rusting and shall be mounted on a steel plate. Thickness of handle shall not be less than 3 mm in case of steel or brass and 3.5 mm in case of aluminium. The handle plate shall be welded, screwed and/or riveted to the opening frame in such a manner that it should be fixed before the shutter is glazed and should not be easily removable after glazing. The handle shall have a two point nose which shall engage with a brass or aluminium alloy striking plate on the fixed frame in a slightly opened position as well as closed position. The boss of handle shall incorporate a friction device to prevent the handle from dropping under its own weight and the assembly shall be so designed that the rotation of the handle may not cause it to unscrew from the pin. The height of the handle plate in each type of standard windows will be as specified, Otherwise it shall be at a height of 3/8 of the height of shutter, from its bottom. The strike plate shall be so designed and fixed in such a position in relation to the handle that with the later bearing against its stop, there shall be adequately tight fit between the casement and outer frames. In case where no friction type hinges are provided, the window shall be fitted with peg stays which shall be either of black oxidized steel pressed or cast brass or as specified, 300 mm long with steel peg and lacking brackets. The pegs stay shall have three holes to open the side hung casement in three different angles. The peg stay shall be of minimum thickness 2 mm in case of brass or aluminium and 1.25 mm in case of steel. Where specified friction hinges are to be provided, Side hung shutters fitted with friction hinges shall be provided with a peg stay. If specified, side hung shutters may be fitted with an internal removable fly proof screen in a 1.25 mm thick sheet steel frame to the ¹[outer] frame of the shutter by brass turn buckles at the jambs, and brass studs at the sill to allow the screen being readily removed. The windows with removable fly proof screen shall be fitted with a through-the-screen level operator at the sill level to permit the operation of the shutter through an angle of 90º without having to remove the fly proof screen. The lever shall permit keeping the shutter open in minimum three different positions.

12.3.4 Ventilators (a) Top Hung Ventilators

The steel butt hinges for top hung ventilators shall be riveted to the fixed frame or welded to it at the back after cutting a slot in it. Hinges to the opening frame shall be riveted or welded. Top hung ventilators shall be provided with a peg stay with three holes which when closed shall be held tightly by the locking bracket. The locking bracket shall either be fitted to the fixed frames or to the window.

(b) Centre Hung Ventilators Central hung ventilators shall be hung on tow pairs of brass or aluminium cup pivots as specified, riveted to the inner and outer frames of ventilators to permit the ventilator shutter to swing to an angle of approx 80. The opening portion of the ventilators shall be so balanced that it remains open at any desired angel under normal weather conditions.

12.3.5 Glazing.

Page 273: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 72

12.3.5.1The glass panes shall have square corners and straight edges. The glass panes shall be so cut that it fits slightly loose in the frames. In doors, windows and clerestory windows of bath, WC and lavatories frosted glass panes shall be used which shall weigh not less than 10.00 kg/m³

12.3.5.2 Glazing shall be provided on the outside of the frame unless otherwise specified. Putty of approved make conforming to IS : 419 shall be used for fixing glass panes. putty shall be applied between glass panes and glazing bars. Putty shall then be applied over the glass pane, which shall stop 2 to 3 mm from the sight line of the back rebate to enable the painting to be done up to the sight in to seal the edge of the putty to the glass. The oozed out putty shall be cleaned and from putty cut to straight line. Quantity to putty shall not be less than 185 gm/metre of glass perimeter. Putty shall be pained within 2 to 3 weeks, after glazing is fixed to avoid its cracking.

Note : Putty may be prepared by mixing one part of white lead with three parts of finely powdered chalk and then adding boiled linseed oil to the mixture to from stiff paste and adding varnish to the paste at the rate of 1 litre of varnish to the paste at the rate of 1 litre of varnish to the paste at the rate of 1 litre of varnish to 18 kg. of paste.

12.3.6 Finishing All steel surfaces shall be thoroughly cleaned of rust, scale and dirt. Where so specified, the steel surfaces shall be treated for rust proofing by the hot dip, zinc spray or electro galvanising process. A priming coat of approved steel primer i.e. red oxide zinc chrome primer conforming to IS : 2074 shall be given. The fabricated steel door, windows, ventilators and composite units shall be inspected in the factory and approved by the Architects before priming coat is applied. Final finishing coat shall be given to the doors, windows and ventilators after they are erected and fixed in final position. The rate shall be exclusive of final finishing coats but shall include the priming coat.

12.3.7 Precautions Care shall be taken that steel doors and windows etc. are not deformed/damaged during subsequent constructions. Particular care shall be taken that scaffolding do not rest on the steel door window frames or glazing bars. All fittings and hinges (projecting hinges) shall be protected, preferably with alkathene sheets so that these may not be damaged during execution of work.

12.3.8 Measurement The height and width shall be measured correct to 1 mm. The area shall be calculated in square metre correct to two places of decimal. The fixed side hung and top hung, categories shall be measured separately. All composite units shall first be measured as fixed. Extra shall then be added for side hung, top hung and centre hung portions. The measurements for extra for side hung, centre hung and top hung windows shall be measured from outside to outside of the casement frames.

12.3.9 Rate Rate shall include the cost of materials and labour involved in all the operations described above excluding two coats of painting but including cost of glazing and priming including the cost of projecting hinges in case of side hung door/window, plain hinges in case of top/bottom hung windows/ventilators and pivots for centre hung windows/ventilators. Metal beading and other fittings such as peg stays and casement window fasteners etc. shall be enumerated and paid for separately.

12.4 Pressed Steel Door Frames 12.4.1 Material

Steel door frames shall be manufactured from commercial mild steel sheet of 1.25 mm thickness. Conforming to IS: 226 and IS : 4351.

Page 274: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 73

Steel door frames with or without fan light shall be manufactured to suit doors of either type opening inwards or outwards as directed by the Architects.

12.4.2 Construction Each door frame shall consist of hinge jamb, lock jamb, head and if required angle threshold (See Fig. 7) These shall be welded or rigidly fixed together by mechanical means. Where no angle threshold is required, temporary base tie shall be screwed to the feet of frames in order to form a rigid unit. Where so 40 mm and removable, or alternatively, threshold of mild steel angle of section 50x25, minimum shall be provided for external doors frames.

12.4.3 Fabrication The pressed steel door frames shall be got fabricated in an approved workshop as approved by the Project Manager.

12.4.3.1Fixing lugs: There shall be three adjustable lugs with split end tail to each jamb without fan light, and four for jamb with fan light.

The head of the fixing lug shall be of one of the following lengths: (a) 95 mm long for use with profile A (b) 120 mm long for use with profile B (c) 160 mm long for use with profile C The head shall be made from flat steel strip 25 mm wide and not less than 1.60 mm thick. The tail of the lugs shall be 200 mm long and shall be made of steel strip not less than 40 mm wide and not less than 1 mm thick.

12.4.3.2 Hinges: 100 mm mild steel butt hinges shall be used. For door frames 89 cm wide and under, three hinges shall be rigidly fixed to one jamb and for frame for door above 89.0 cm wide, four hinges shall be rigidly fixed to one jamb, if it is single shutter. Where the height exceeds 2.155 metres, one additional hinges shall be provided for every 0.5 m or part thereof of the additional height.

In all cases the hinges shall be so fixed that the distance from the inside of the head rebate to the top of the upper hinge is 20 cm and distance from top of ¹[upper hinge to lower hinge] is about 175.

Hinges shall be made of steel 2.5 mm thick with zinc coated removable pin of 6 mm diameter. The space between the two leaves of the hinge when closed shall be 3 mm and the leaf that is not welded to the frame shall have four counter sunk holes to take No. 10 wood screws.

12.4.3.3 Mortar Guards : Mortar guards as instructed by Architects shall be provided. These shall be welded to the frame at the head of the frame for double shutter doors to made provision for bolts.

12.4.3.4Lock-Strike Plate : There shall be an adjustable lock-strike plate of steel complete with mortar guard to make provision for locks or latches complying with the relevant India Standards. Lock-strike plates shall be of galvanised mild steel and fixed at 95 cm from the head of the frame.

12.4.3.5 Shock Absorbers: For side hung door there shall not be less than three buffer of rubber or other suitable material inserted in holes in the rebate and one shall be located on the centre line of the lock strike plate and the other two at least 45 cm above and below the centre line of the lock strike plate. For double shutter doors, there shall be two buffers of rubber or similar suitable material inserted in holes in the rebate in the lock jamb only at the head and spaced 15 cm at either side of the centre line of the door.

12.4.4 Finish

The surface of door frame shall be thoroughly cleaned, free of rust, mill-scale dirt, oil etc. either by mechanical means, for example, sand or shot blasting or by chemical means such as picking. After pretreatment of the surface one coat of approved primer i.e. red oxide zinc chrome primer conforming to IS : 2074 and two coats of paints as directed by the Architects shall be applied to the exposed surface.

Page 275: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 74

12.4.5 Fixing 12.4.5.1 Frame shall be fixed up right in plumb. To avoid sag or bow in width during fixing or during

construction phase, temporary struts across the width preventing sides bulging inwards may be provided. Wall shall be built solid on each side and grouted at each course to ensure solid contact with frame leaving no voids behind the frame.

12.4.5.2 Three lugs shall be provided on each jamb with spacing not more than 75 cm. The temporary struts should not be removed till the flooring is laid when it can be removed.

12.4.5.3 After pretreatment of the surface, one coat of steel primer and two coats, of paint, as directed by the Architects shall be applied to the exposed surface.

12.4.6 Measurement. 12.4.6.1 The length shall be measured in running metre correct to a cm along the centre line of the

frames. 12.4.7 Rate. The rate shall include the cost of labour and material involved in all the operations described

above including one coat of approved steel primer but excluding two coats of paint. 12.5 Fabrication 12.5.1 When M.S. bars round or square are to be fixed in wooden or steel frame these are cut into

required length to form the required pattern. The fixed as per drawings. In the case of wooden frames the length will be for fixing in the hole 5 cm deep in one frame and right through and flush will outer side of the frame.

12.5.2 When the grill is to be fabricated mainly with M.S. flats with or without M.S. round or square bars, the flats of required size are cut and bent to form the required pattern and design as per drawings or as directed by the Architects. The cut and bent flats and bars are then welded by fillet welding all around the width of the flats or circumference of bars which are ¹[joined. At corners of flats proper mitred joint forming a right angle shall be provided with welding for full width.] Welding to be done in approved workshop and not at site.

12.5.3 In case of grill of bars welded to M.S. flats of required pattern, the outer frame of M.S. flats shall be fixed to the wooden frame with wood screws in the counter sunk holes drilled in M.S. flats ensuring that screws are driven with some screw driver (not hammered) till the screws are embedded fully inside flush with the M.S. flats.

12.5.4 In case of fixing to steel frames, M.S. flats of required pattern with or without M.S. round or square bars, the method of fixing will be similar to what is described above.

12.5.5 Any kind of welding at site shall be permitted only under written orders of the Architects. 12.5.6 Measurements The different types of M.S. grills as described in 10.16.1 will be measured separately and paid

for. The length of bars and flats used in grills will be measured correct to a cm and then weights calculated in kg by using standard tables.

12.5.7 Rate. The rate shall include the cost of materials and labour required for all the operation described

above. Grill of different types described above shall be paid for separately. 13.0 FLOORING AND FINISHING 13.1 Cement Concrete Flooring 13.1.1 Cement Concrete. Cement concrete of specified mix shall be used and it shall generally conform to the

specification. 13.1.2 Base Concrete.

Page 276: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 75

13.1.2.1Flooring shall be laid on base concrete where so provided. The base concrete shall be provided with the slopes required for the flooring. Flooring in verandah courtyard kitchen & baths shall have slope ranging from 1:48 to 1: 60 depending upon location and as decided by the Architects. Floors in water closet portion shall have slope of 1:30 or as decided by the Architects to drain off washing water. Plinth masonry off set shall be depressed so as to allow the base concrete to rest on it.

13.1.2.2 If the base is of lean cement concrete, the flooring shall be commenced preferably within 48 hours of the laying of base concrete. The surface of the base shall be roughened with steel wire brushes without disturbing the concrete. Immediately before laying the flooring, the base shall be wetted and a coat of cement slurry at 2 kg of cement spread over an area of one sqm so as to get a good bond between the base and concrete floor.

13.1.2.3 If the cement concrete flooring is to be laid directly on the RCC slab, the top surface of RCC slab shall be cleaned and the laitance shall be removed and a coat of cement slurry at 2 kg of cement spread over an area of one sqm so as to get a good bond between the base and concrete floor.

13.1.2 Thickness The thickness of floor shall be as specified in the description of the item. 13.1.3 Laying 13.1.3.1 Panels Flooring of specified thickness shall be laid in the pattern including the border/or as given in

the drawings or as directed by the Architects. The border panels shall not exceed 450 mm in width and the joints in the border in line with panel joints. The panels shall be of uniform size and no dimension of a panel shall exceed 2 m and the area of a panel shall not be more than 2 sqm.

13.1.3.2Laying of flooring with strips Normally cement concrete flooring shall be laid in one operation using glass/plain

asbestos/aluminium/PVC/brass strips or any other strips as required as per drawing or instructions of the Architects, at the junction of two panels. This method ensures uniformity in colour of all the panels and straightness at the junction of the panels. 4 mm thick glass strips or 5 mm thick plain asbestos sheet, 2 mm PVC strips or 2 mm aluminium or brass strips shall be fixed with their tops at proper level, giving required slopes. Cost of providing and fixing strips shall be paid for separately.

Concreting : Cement concrete shall be placed in the panels and be leveled with the help of straight edge ¹[and trowel and beaten with a wooden ‘Thapy’ or mason’s trowel. The blows shall be] fairly heavy in the beginning but as consolidation takes place, light rapid strokes shall be given. Beating shall cease as soon as the surface is found covered with a thin layer of cream of mortar. The evenness of the surface shall be tested with straight edge and made true to required slopes. While laying concrete, care shall be taken to see that the strips are not damaged/disturbed by the labour. The tops of strips shall be visible clearly after finishing with cement slurry.

13.1.3.3 Laying of flooring without strips : Laying of cement concrete flooring in alternate panels may be allowed by the Architects in case strips are not to be provided.

Shuttering : The panels shall be bounded by angle iron or flats. The angle iron/flat shall have the same depth as the concrete flooring. These shall be fixed in position, with their top at proper level giving required slopes. The surface of the angle iron or flats, to come in contact with concrete shall be smeared with soap solution or non-sticking oil (Form oil or raw linseed oil) before concreting. The flooring shall butt against the unplastered masonry wall.

Concreting: The concreting shall be done in the manner described above. The angle iron/flats used for shuttering, shall be removed on the next day of the laying of cement concrete. The ends thus exposed shall be repaired, if damaged with cement mortar 1:2 (1 cement : 2 coarse sand) and allowed to set for minimum period of 24 hours. The alternate panels shall then be cleaned of dust, mortar, droppings etc. and concrete laid. While laying concrete, care shall be

Page 277: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 76

taken to see that the edges of the previously laid panels are not damaged and fresh mortar is not splashed over them. The joints between the panels should come out as fine straight lines.

13.1.4 Finishing 13.1.4.1 The finishing of the surface shall follow immediately after the cessation of beating. The

surface shall be left for some time, till moisture disappears from it or surplus water can be mopped up. Use of dry cement or cement and sand mixture sprinkled on the surface to stiffen the concrete or absorb excessive moisture shall not be permitted. Excessive trowelling shall be avoided.

13.1.4.2Fresh cement shall be mixed with water to form a thick slurry and spread at the rate of 2 kg of cement over an area of one sqm of flooring while the flooring concrete is still green. The cement slurry shall then be properly processed and finished smooth.

13.1.4.3 The edges of sunk floors shall be finished and rounded with cement mortar 1:2 (1 cement : 2 coarse sand) and finished with a floating coat of neat cement.

13.1.4.4 The junctions of floor with wall plaster, dado or skirting shall be rounded off where so specified.

13.1.4.5 The men engaged on finishing operations shall be provided with raised wooden platform to sit on so as to prevent damage to new work.

13.1.5 Curing The curing shall be done for a minimum period of ten days. Curing shall not be commenced

until the top layer has hardened. Covering with empty gunnies shall be avoided as the colour of the flooring is likely to be bleached due to the remnants of cement dust from the bags.

13.1.6 Precautions Flooring in lavatories and bath room shall be laid only after fixing of water closet and

squatting pans and floor traps. Traps shall be plugged while laying the floors and opened after the floors are cured and cleaned. Any damage done to W.C.'s squatting pans and floor traps during the execution of work shall be made good.

During cold weather, concreting shall not be done when the temperature falls below 4º C. The concrete placed shall be protected against frost by suitable covering. Concrete damaged by frost shall be removed and work redone. During hot weather, precautions shall be taken to see that the temperature of wet concrete does not exceed 38º C. No concreting shall be laid within half an hour of the closing time of the day, unless permitted by the Architects. The facilitate rounding of junction of skirting, dado and floor, the skirting/dado shall be laid along with the border or adjacent panels of floor

13.1.7 Measurement

Length and breadth shall be measured before laying skirting dado or wall plaster. No deduction shall be made nor extra paid for voids not exceeding 0.20 sqm. Deductions for ends of dissimilar materials or other article embedded shall not be made for areas not exceeding 0.10 sqm. The flooring done either with strips (in one operation) or without strips (in alternate panels) shall be treated as same as measured together.

13.1.8 Rate The rate shall include the cost of all materials and labour involved in all the operation described above including application of cement slurry on RCC slab or on base concrete including roughening and cleaning the surface but excluding the cost of strips which shall be paid separately under relevant item. Nosing of steps where provided shall be paid separately in running metre. Nothing extra shall be paid for laying the floor at different levels in the same room or courtyard and rounding off edges of sunk floors. In case the flooring is laid in alternate panels, nothing extra shall be paid towards the cost of shuttering used for this purpose.

Page 278: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 77

13.2 Ceramic Tile Flooring 13.2.1 Preparation of Surface and Laying. 13.2.1.1 Base concrete or the RCC slab on which the tiles are to be laid shall be cleaned, wetted and

mopped. The bedding for the tile shall be with cement mortar 1:3 (1 cement : 3 coarse sand) or as specified. The average thickness of the bedding shall be 10 mm. While the thickness under any portion of the tiles shall not be less than 5 mm.

13.2.1.2 Mortar shall be spread, tamped and corrected to proper levels and allowed to harden sufficiently to offer a fairly rigid cushion for the tiles to be set and to enable the mason to place wooden plank across and squat on it.

13.2.1.3 Over this mortar bedding neat grey cement slurry of honey like consistency shall be spread at the rate of 3.3 kg of the cement per square metre over such an area as would accommodate about twenty tiles. Tiles shall be soaked in water washed clean and shall be fixed in this grout one after another, each tile gently being tapped with a wooden mallet till it is properly bedded and in level with the adjoining tiles. The joints shall be kept as thin as possible and in straight lines or to suit the required pattern.

13.2.1.4 The surface of the flooring during laying shall be frequently checked with a straight edge about 2 m long, so as to obtain a true surface with the required slope.

13.2.1.5 Where full size tiles cannot be fixed these shall be cut (sawn) to the required size, and their edge rubbed smooth to ensure straight and true joints.

13.2.1.6 Tiles which are fixed in the floor adjoining the wall shall enter not less than 10 mm under the plaster, skirting or dado.

13.2.1.7 After tiles have been laid surplus cement slurry shall be cleaned off. 13.2.2 Pointing and Finishing 13.2.2.1 The joints shall be cleaned off the grey cement slurry with wire/coir brush or trowel to a

depth of 2 mm to 3 mm and all dust and loose mortar removed. Joint shall then be flush pointed with white cement added with pigment if required to match the colour of tiles. The floor shall then be kept wet for 7 days. After curing, the surface shall be washed and finished clean. The finished floor shall not sound hollow when tapped with a wooden mallet.

13.2.3 Measurements 13.2.3.1 Length and breadth shall be measured correct to a cm before laying skirting, dado or wall

plaster and the area calculated in square metre correct to two places of decimal. Where coves are used at the junctions, the length and breadth shall be measured between the lower edges of the coves. No deduction shall be made nor extra paid for voids not exceeding 0.20 square metre. Deductions for ends of dissimilar materials or other articles embedded shall not be made for areas not exceeding 0.10 square metre.

13.2.3.2 Areas, where glazed tiles of different type or decorative tile are used will be measured separately.

13.2.4 Rate 13.2.4.1 The rate for flooring shall include the cost of materials and labour involved in all the

operation described above. Nothing extra shall be paid for the use of cut (sawn) tiles in the work.

13.3 Ceramic Tiles in Skirting and Dado 13.3.1 The tiles shall be of approved make and shall generally conform to IS: 777. The tiles shall be

of earthenware covered by a glaze thoroughly matured and fitted to the body. The tiles shall be sound, true to shape, flat and free from flaws and other manufacturing defects affecting their utility.

13.3.2 The glaze shall be free from welts, chips, craze, specks, crawling or other imperfections detracting from the appearance when viewed from a distance of one metre. The glazed shall be either glossy or matt as specified.

Page 279: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 78

13.3.3 Preparation of Surfaces The joints shall be raked out to a depth of at least 15 mm. In masonry walls. In case of concrete walls, the surface shall be hacked and roughened with wire brushes. The surface shall be cleaned thoroughly, washed with water and kept wet before skirting is commenced.

13.3.4 Laying 13.3.4.112 mm thick plaster of cement mortar 1:3 (1 cement :3 coarse sand) mix or as specified shall

be applied and allowed to harden. The plaster shall be roughened with wire brushes or by scratching diagonal at closed intervals.

13.3.4.2 The tiles should be soaked in water, washed clean, and a coat of cement slurry applied liberally at the back of tiles and set in the bedding mortar. The tiles shall be tamped and corrected to proper plane and lines. The tiles shall be set in the required pattern and jointed. The joints shall be as fine as possible. Top of skirting or dado shall be truly horizontal and joints truly vertical exce0pt where otherwise indicated. Skirting and dado shall rest on the top of the flooring. Where full size tiles cannot be fixed these shall be cut (sawn) to the required size and their edges rubbed smooth.

13.3.5 Curing and Finishing 13.3.5.1 The joints shall be cleaned off the grey cement grout with wire/coir brush or trowel to a

depth of 2 mm to 3 mm and all dust and loose mortar removed. Joints shall then be flush pointed with white cement added with pigments if required to match the colour of tiles. The work shall then be kept wet for 7 day.

13.3.5.2 After curing, the surface shall be washed and finished clean. The finished work shall not sound hollow when tapped with a wooden mallet.

13.3.6 Measurement. 13.3.6.1 Length shall be measured correct to a cm. Height shall be measured correct to a cm in the

case of dado and 5 mm in the case of riser and skirting. The area shall be calculated in square metre, correct to two places of decimal. Length and height shall be measured along the finished face of the skirting or dado including curves where specials such as coves, internal and external angles and beads are used. Where cornices are used the area of dado shall be measured excluding the cornices. Nothing extra will be paid for cutting (sawn) the tiles to sizes.

13.3.6.2 In addition to payment for areas of skirting and dado, specials such as coves, internal and external angles and beads shall be measured separately and paid for in running metres.

13.3.6.3 Areas where coloured tiles or different types of decorative tiles are used will be measured separately to be paid extra over and above the normal rate for white tiles.

13.3.7 Rates 13.3.7.1 The rate shall include the cost of all material and labour involved in all operations described

above. 13.3.7.2 The specials such as coves, internal and external angles and beading shall be measured and

paid for separately. 13.3.7.3 The rate shall not include cost of cornices which shall be measured an paid for is running

meters separately. 13.4 Marble Flooring 13.4.1 Marble It shall be as specified. 13.4.2 Dressing of Slabs.

Page 280: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 79

13.4.2.1 Every stone shall be cut to the required size and shape, fine chisel dressed on all sides to the full depth so that a straight edge laid along the side of the stone shall be fully in contact with it. The top surface shall also be fine chisel dressed to remove all waviness. In case machine cut slab are used, fine chisel; dressing of machine cut surface need not be done provided straight edge laid any where along the machine cut surfaces is in contact with every point on it. The sides and top surface of slabs shall be machine rubbed or table rubbed with coarse sand before paving. All angles and edges of the marble slabs shall be true, square and free from chipping and the surface shall be true and plane.

13.4.2.2 The thickness of the slabs shall be 18, 30, or 40 mm as specified in the description of the item. Tolerance of +3 per cent shall be allowed for the thickness. In respect of length and breadth of slabs a tolerance of +2 per cent shall be allowed.

13.4.3 Laying 13.4.3.1 Base concrete or the RCC slab on which the slabs are to be laid shall be cleaned, wetted and

mopped. The bedding for the slabs shall be with cement mortar 1:4 (1 cement : 4 coarse sand) or with lime mortar (1 lime putty : 1 surkhi : 1 coarse sand) as given in the description of the item.

13.4.3.2 The average thickness of the bedding mortar under the slab shall be 20 mm and the thickness at any place under the slab shall be not less than 12 mm.

13.4.3.3 The slabs shall be laid in the following manner: Mortar of the specified mix shall be spread under the area of each slab, roughly to the average thickness specified in the item. The slab shall be washed clean before laying. It shall be laid on top, pressed, tapped with wooden mallet and brought to level with the adjoining slabs. It shall be lifted and laid aside. The top surface of the mortar shall then be corrected by adding fresh morta4r at hollows. The mortar is allowed to harden a bit and cement slurry of honey like consistency shall be spread over the same at the rate of 4.4 kg. of cement per sqm. The edges of the slab already paved shall be buttered with grey or white cement with or without admixture of pigment to match the shade of the marble slabs as given in the description off the item. The slab to be paved shall then be lowered gently back in position and tapped with wooden mallet till it is properly bedded in level with and close to the adjoining slabs with as fine a joint as possible. Subsequent slabs shall be laid in the same manner. After each slab has been laid, surplus cement on the surface of the slabs shall be cleaned off. The flooring shall be cured for a minimum period of seven days. The surface of the flooring as laid shall be true to levels, and slopes as instructed by the Architects. Due care shall be taken to match the grains of slabs which shall be selected judiciously having uniform pattern of Veins/streaks or as directed by the Architects.

13.4.4 Polishing and Finishing 13.4.4.1 Slight unevenness at the meeting edges of slabs shall then be removed by fine chiseling and

finished in the same manner as specified earlier except that cement slurry with or without pigments shall not be applied on the surface before each polishing.

13.4.5 Measurements 13.4.5.1Marble stone flooring with different kind of marble shall be measured separately and in

square metre correct to two places of decimal. 13.4.5.2Length and breadth shall be measured correct to a cm before laying skirting, dado or wall

plaster. 13.4.5.3No deduction shall be made nor extra paid for voids not exceeding 0.20 square metre.

Deductions for ends of dissimilar materials or other articles embedded shall not be made for areas not exceeding 0.10 square metre.

13.4.5.4 Nothing extra shall be paid for laying the floor at different levels in the same room. Steps and treads of stairs paved with marble stone slabs shall also be measured under the item of Marble Stone flooring.

Page 281: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 80

13.4.5.5 Extra shall, however, be paid for such areas where the width of treads does not exceed 30 cm.. Nosing for treads shall be measured in running metre and paid for extra. The width of treads shall be measured from the outer edge of the nosing, as laid before providing the riser.

13.4.6 Rate.

The rate shall include the cost of all materials and labour involved in all the operations described above.

13.5 Marble Stone in Risers of Steps and Skirting 13.5.1 Marble stone slabs and Dressing of Slabs shall be as specified in 13.4, except that the

thickness of slabs shall be 30 mm. A tolerance of +/- 3 mm shall be allowed, unless otherwise specified in the description of the item.

13.5.2 Preparation of Surface. 13.5.2.1 It shall be as specified in 13.4 where necessary, the wall surface shall be cut uniformly to the

requisite depth so that the skirting face shall have the projection from the finished face of wall as shown in the drawings or as required by the Architects.

13.5.2.2 The risers of steps and skirting shall be in grey or white cement admixed with or without pigment to match the shade of the stone, as specified in the description of the item, with the line of the slab at such a distance from the wall that the average width of the gap shall be 12 mm and at no place the width shall be less than 10 mm. If necessary, the slabs shall be held in position by temporary M.S. hooks fixed into the wall at suitable intervals.

13.5.3 Laying. 13.5.3.1The skirting or riser face shall be checked for plane and plumb and corrected. The joints shall

thus be left to harden then the rear of the skirting or riser slab shall be packed with cement mortar 1:3 (1 cement : 3 coarse sand) or other mix as specified in the description of the item. The fixing hooks shall be removed after the mortar filling the gap has acquired sufficient strength.

13.5.3.2 The joints shall be as fine as possible. The top line of skirting and risers shall be truly horizontal an d joints truly vertical, except where otherwise indicated.

13.5.3.3 The risers and skirting slab shall be matched as shown in drawings or as instructed by the Architects.

13.5.4 Curing, Polishing and Finishing

It shall be as specified in 13.4 as far as applicable, except that cement slurry with or without pigment shall not be applied on the surface and polishing shall be done only with hand. The face and top of skirting shall be polished.

13.5.5 Measurements Length shall be measured along the finished face of riser or skirting, correct to a cm. Height shall be measured from the finished level of tread or floor, to the top (the underside of tread, in the case of steps) correct to 1 mm. The areas shall be calculated in square metre correct to two places of decimal. Dado and lining of pillars etc. shall be measured as ‘Marble work in wall lining. If the thickness is upto 25 mm or as “ Marble Work” in Jambs, walls, columns and other plain work’ if the thickness is more.

13.5.6 Rate. The rate shall include the cost of all materials and labour involved in all the operations described above.

13.6 Kota Stone Flooring 13.6.1 Kota Stone Slabs.

Page 282: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 81

The slabs shall be of selected quality, hard sound, dense and homogeneous in texture free form cracks, decay, weathering and flaws. They shall be hand or machine cut to the requisite thickness. They shall be of the colour indicated in the drawings or as instructed by the Architects. The slabs shall have the top (exposed) face polished before being brought to site, unless otherwise specified. The slabs shall conform to the size required. Before starting the work the contractor shall get the samples of slabs approved by the Architects.

13.6.2 Dressing. Every slab shall be cut to the required size and shape and fine chisel dressed on the sides to the full depth so that a straight edge laid along the side of the stone shall be in full contact with it. The sides (edges) shall be table rubbed with coarse sand or machine rubbed before paving. All angles and edges of the slabs shall be true, square and free from chipping and the surface shall be true and plane. The thickness of the slab after it is dressed shall be 20,2530 or 40 mm as specified in the description of the item. Tolerance of +/- 2 mm shall be allowed for the thickness. In respect of length and breadth of slabs Tolerance of +/- mm for hand cut slabs and +/- 2 mm for machine cut slabs shall be allowed.

13.6.3 Preparation of Surface and Laying.

The specification shall be as described in 11.18.3 except that the edges of the slabs to be jointed shall be buttered with grey cement, with admixture of pigment to match the shall of the slab.

13.6.4 Polishing and Finishing

The specification shall be as described earlier except that a) first polishing with coarse grade carborundum stone shall not be done, (b) cement slurry with or without pigment shall not be applied on the surface before polishing.

13.6.5 Measurement and Rate These shall be as described for Marble flooring work. 13.7 Kota Stone in Risers of Steps, Skirting and Dado 13.7.1 Kota Stone Slabs and Dressing shall be as specified earlier except that the thickness of the

slabs shall be 25 mm or s specified in the description of the item. The slabs may be of uniform size if required.

13.7.2 Preparation of surface shall be as specified for Kota stone flooring. 13.7.3 Laying shall be as specified Marble stone in Risers of steps, Skirting etc. except that the

joints of the slabs shall be set in grey cement mixed with pigment to match the shade of the slabs.

13.7.4 Curing, polishing and Finishing shall be as specified earlier except that first polishing with coarse grade carborundum stone shall not be done.

13.7.5 Measurements Length shall be measured along the finished face of riser, skirting or dado correct to a cm.

Height shall be measured from the finished level of tread of floor to the top (the underside of tread in the case of steps). This shall be measured correct to a mm in the case of risers of steps and skirting and correct to a cm in the case of dado. The area shall be calculated in square metre correct to two places of decimal.

Lining of pillars etc. shall also be measured under this item. 13.7.6 Rate The rate shall include the cost of all materials and labour involved in all the operations

described above.

Page 283: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 82

14.0 TERRACING 14.1 Painting of Roof Slab with Bitumen 14.1.1 Preparing the Surface.

The surface shall be painted only when it is thoroughly dry. The surface to be painted shall be cleaned with wire brushes and cotton or gunny cloth. All loose materials and scales shall be removed and the surface shall be further cleaned with a piece of cloth lightly soaked in kerosene oil.

14.1.2 Painting with Bitumen. 14.1.2.1The contractor shall bring the bitumen t site in its original packing and shall open and use it in

the presence of the Architects or his authorised representative. The containers shall not be removed from the site until the painting job is completed and the Architects has satisfied himself regarding the quantity of bitumen actually used and has given his permission to remove the empty containers.

14.1.2.2The surface prepared and treated shall be painted uniformly with bitumen of approved quality such as residual type petroleum bitumen of penetration 80/100, hot cut back bitumen or equivalent as per specifications of the manufacturer. The coat of bitumen shall be continued 15 cm along the vertical surfaces joining the roof. In case of parapet walls it shall be continued upto the drip courses.

14.1.2.3Residual type petroleum bitumen of penetration 80/100 shall be heated to a temperature of not less than 180 degree C and not more than 190 degree C and shall be applied on the roof surface at not less than 180 degree C. Similarly, hot cut back bitumen shall be heated to a temperature of not less than 165 degree C and not more than 170 degree C and shall be applied on the surface at not less than 165 degree C.

14.1.2.4Care shall be taken to see than not blank patches are left. The quantity of bitumen to be applied per cent 10 square meters of roof surface shall be 17 kg., unless otherwise stipulated in the description of the item and shall be carefully regulated so that the application is uniform at the stipulated rate of 17 kg per 10 square metre.

14.1.3 Spreading Sand

Immediately after painting, dry, clean sharp coarse sand at the rate of 60 cubic decimetre per 10 sqm. Shall be evenly spread and leveled over the surface when the bitumen is still hot.

14.1.4 Measurements. The superficial area of the surface painted shall be measured in square metres. No deduction in measurements shall be made for unpainted areas of roof slab occupied by chimney stacks, roof lights etc. of areas, each upto 40 sq. decimetre. The measurements of length and breadth shall be taken correct to a cm.

14.1.5 Rate

The rate shall include the cost of all materials and labour involved in all the operations described above.

14.2 Mud Phuska Terracing with Tile Brick Paving 14.2.1 Mud Phuska.

For mud phuska, selected soil which should be good quality earth suitable for brick making not containing excessive clay or sand, free from stones, kankar, vegetable matter and other foreign matter, shall be collected and stacked at site. The soil shall not be collected from a locality infested with white ants. Before laying on the roof, the soil shall be made damp by adding water about 12 hours earlier. It shall be turned over with phawaras so as to break clods and to pulverise the same. Quantity of water to be added to the soil shall be carefully regulated so that the soil shall have optimum moisture content at the time of laying and compaction on the roof. The soil shall be laid on the roof to requisite thickness and slope, well

Page 284: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 83

compacted with wooden rammers and thapies, to obtain an even surface to correct slope. Average thickness of soil after compaction shall be as specified for the item.

Note: A practical way of determining the moisture content of soil suitable for giving good compaction is that the soil should contain that much quantity of moisture, which when a handful of soil is moulded with hand to the shape of a ball, it shall just retain its form. If the soil on moulding cannot retain its shape of a ball, moisture content is inadequate. On the other hand, if the ball can be plastically deformed on pressing with hand, the moisture content is on the high side.

14.2.2 Mud Plaster

After laying the mud phuska, the surface shall be given a coat of mud plaster 25 mm thick sand the plaster shall be allowed to dry and crack. The mud plaster shall be prepared from the same soil as for mud phuska. The dry soil shall be reduced to fine powder and mixed with water in a pit, adding fibrous reinforcing materials such as chopped straw (Bhusa) in proportion of 35 kg per cum of soil. The mixture shall be allowed to mature for a period of not less than 7 days. During this period it shall be worked over at intervals with feet and spades (Phawaras) so as to get pugged into a homogenous mass free from lumps and clods. The mud mortar shall be puddled again very thoroughly just before use. The consistency of mud mortar shall be checked by taking it a trowel and observing how it slides off the face of trowel. The mortar shall readily slide off the trowel and should not be so wet as to part on to large drops before falling. Alternatively slump test may be performed in accordance with IS: 1199. The slump should be about 70 mm.

14.2.3 Gobri Leaping After the mud plaster has dried , the surface should be given a coat of gobri leaping so as to completely fill any crack that may have formed in the mud plaster. Mortar for gobri leaping shall be prepared by mixing equal quantities of fresh gobri and finely sieved clay and adding sufficient water to form a thin paste. The quantity of gobar used in gobri leaping shall not be less than 0.03 cum per 100 sqm of plaster area. Five percent of cut back bitumen by mass of dry clay may be added to improve upon the water proofing quantities.

14.2.4 Laying of Tile Bricks After the gobri leaping has dried, flat tile bricks shall be laid using the minimum amount of plain mud mortar (without bhusa) as bedding so as to obtain correct slope and even surface of tile floors. Care shall be exercised to see that mud mortar does not rise into the vertical joints of the tiles more than 12 mm. The mm in width. After the tiles are well set and bedding mortar has dried joints of the tiles shall be grouted with cement mortar of mix 1:3 (1 cement : 3 fine sand) such that all the joints of tiles are completely filled with mortar and the joints should be finished neat. Cement used for the grouting mortar shall be mixed with 2% of integral water proofing compound which should conform to IS: 2645.

14.2.5 Curing As soon as cement grouting obtains initial set, the surface of the tile brick floor shall be covered with wet gunny bags, hessian cloth or wet sand to prevent quick drying. After 8-12 hours, the tile brick floor shall be cured by frequent sprinkling of water on the surface for a period of 7 days. After curing has been done, the surface shall be swept clean. The tile surface as completed shall be even and true to slopes of 1 in 48 or as specified and should be leak proof. Note: When surplus earth of a suitable quality exists at the site of work, the contractor shall be allowed to use the same free of cost for laying the mud terracing, mud plaster and gobri leaping on the top. The Architects shall be the final authority to decide whether the earth obtained from excavation is surplus to the requirements at site and is suitable for mud phuska work.

14.2.6 Measurements.

Page 285: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 84

Length and breadth shall be measured correct to a cm. The measurements shall be taken for the finished work, (mud phuska a terracing stipulated thickness with mud plaster, gobri leaping and flat tile paving and grouting) over the tiled surface, in superficial area. No deductions in measurements shall be made for either openings or recesses for chimney stacks, roof lights or khurras, of area upto 0.40 sqm. No extra shall be paid either for any extra materials or labour involved in forming such openings, recesses etc. For areas exceeding 0.40 sqm deductions will be made in the measurements for the full opening but no extra shall be paid for any extra labour, materials etc. in forming such openings. For plus or minus deviation from the average thickness stipulated for the mud phuska in the item, payments will be adjusted in the rate admissible to the contractor for the relevant schedule item provided that such deviations were authorised by the Architects in writing.

14.2.7 Rate The rate shall include the cost of all materials and labour involved in all the operations described above.

14.3 Paving Over Mumty Roots with Tile Bricks 14.3.1 The roof shall be paved with tile bricks laid flat and grouted with cement mortar. 14.3.2 Tile Bricks. The shall conform to the specifications detailed earlier. 14.3.3 Cement Mortar

The cement mortar shall be of 1:3 mix and of fine sand unless otherwise specified n the description of the item and shall conform to the specifications described earlier. The surface shall be hacked, roughened and cleaned of all dust and other foreign matter. It shall then be wetted before applying the mortar.

14.3.4 Paving and Grouting Cement mortar shall be spread in 12 mm layer over the surface evenly and to required slope. Tile bricks which had been soaked as in brick work in water for at least an hour before hand shall then be laid open jointed and flat on the mortar and lightly pressed and set to plane surface true to slopes etc., using a trowel and wooden straight edge. The tile bricks shall be laid with their joints not more than 10 mm wide. They shall be laid with their longitudinal lines of joints truly parallel and horizontal and at right angles tot he sloping edges of the roof. Transverse joints in alternate rows should come directly in line with one another. Transverse joints in adjacent courses shall not break joints by less than 5 cm. As soon as the paving is done, the open joints shall be grouted with cement mortar 1:3 (1 cement :3 fine sand) cement used for grouting mortar shall be mixed with 2% (by unit of cement) water proofing compound conforming to IS 2645. Care shall be taken to see that no joints are left unfilled or inadequately filled. The joints shall be finished flush with the bricks surface.

14.3.5 Curing The tile paving shall be cured for at least 7 days which period it shall be suitably protected from damage.

14.3.6 Measurements Length and breadth shall be measured corrected to a cm. Measurement shall be taken for the finished work in superficial area covered. No deduction in measurement shall be made for either openings or recesses for chimney stacks, roof lights, or for khurras, for areas upto 0.40 sqm nor any thing shall be paid for forming such openings. For similar areas exceeding 0.40 sqm deduction shall be made in measurements for all openings but nothing extra shall be paid for forming such openings.

14.4 Cement Concrete Gola

Page 286: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 85

14.4.1 Gola. A chase of 75 mm wide by 75 mm deep shall be cut in the parapet wall just above the junction of mud phuska or lime concrete with parapet wall and it shall be filled with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 stone aggregate 10 mm and down gauge) the external face finish with a slope of 1:0.75 and the exposed surface of the gola shall be plastered with cement mortar 1:3 (1 cement : 3 fine sand). Expansion joint at every 3.5 to 4.5 metres shall be provided and filled with bitumen filler. The bitumen filler shall be prepared by mixing bitumen, cement and coarse sand in the ratio of 80: 0.25 (80 kg of hot bitumen :1 kg of cement and 0.25 cum of coarse sand).

14.4.2 Curing The finished surface shall be cured for at least 7 days.

14.4.3 Measurements. The length of the finished gola shall be measured to its junction with the wall face correct to a cm. No. deduction shall be made in measurements for gaps for water outlets.

14.4.4 Rate. The rate shall include the cost of all materials and labour involved in all the operations described above including the cost of bitumen filler in expansion joint. The rate includes for all turnings and rounding at all the corners and risers.

14.5 Khurras 14.5.1 The khurras shall be constructed before the brick masonry work in parapet wall is taken up

and it shall be 45 cm x 45 cm unless otherwise specified in the description of the item and shall be formed of cement concrete 1:2 : 4 mix (1 cement ; 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) or other mix as stipulated in the description of the item.

14.5.1 Laying 14.5.1.1A PVC sheet 1 m x 1 m x 400 micron shall be laid under the khurra and then cement concrete

shall be laid over it to average thickness of 50 mm with its top surface lower than the level of adjoining roof surface by not less than

(a) 20 mm in case of roof surface finished with lime concrete terracing (b) 70 mm in case of roof surface finished with lime concrete terracing covered with brick tiles. (c) 50 mm in case of roof surface finished with mud phuska with brick tile covering.

14.5.1.2 The concrete shall be laid to a size greater than the stipulated size of the khurra in such a way that the adjoining terracing whether of lime concrete or of the tile bricks shall overlap the concrete on its three edges by not less that 7.5 cm. The concrete will slope uniformly from the edges to the outlet, the slope being as much as possible and in no case less than 20 mm cement concrete at the outlet. The concrete shall be continued at the same slope through the width of the wall into the outlet opening to ensure a water tight joint.

14.5.1.3The khurras and the sides of the outlet shall then be rendered with 12 mm coat of cement plaster 1:3 mix (1 cement : 3 coarse sand) or other mix as stipulated in the description of the item. This shall be done when the concrete is still green and shall be finished with a floating coat of neat cement. The sides of the khurras and sides of the outlet opening shall be well rounded. The size of the finished outlet opening shall be 10 cm wide by 20 cm high or as directed by the Architects.

14.5.1.4 In cases where rain water is to be disposed off through rain water pipes, iron grating shall be provided at the outlet as a safeguard against choking, if so directed by the Architects. Iron gratings where provided, shall be of overall size 20x 25 cm with an outer frame of 15 x3 mm. M.S. flat to which 4 Nos. M.S. bars of 10 mm dia shall be welded in a vertical direction keeping equal clear spacing of 2.5 cm or as directed by the Architects.

14.5.2 Measurements

Page 287: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 86

Khurras shall be counted in numbers. 14.5.3 Rate. The rate is for each completed khurra of the specified size and is inclusive of the cost of all materials

and labor involved in forming the khurras and outlet opening as described above, except for iron gratings which shall be paid for separately.

14.6 Water Proofing with Bitumen Felts 14.6.1 Water proofing treatment with self finished felt shall be four courses or six courses as

described in the item. Four course water proofing treatment with self finished felt is a normal duty treatment suitable for buildings where the cost of roof treatment is required to be restricted. Six course water proofing treatment with self finished felt is a heavy duty treatment suitable for important structures.

14.6.2 Materials 14.6.2.1Self finished felt (Appendix B and C). The self finished felt shall be of brand and manufacture

conforming to the type and grade given in the description of the item. This shall be one of the following types.

(a) Type 2 grade 1 is a glass fibre base bitumen felt conforming to IS: 7193 (b) Type 2 grade 1 is a fibre (vegetable or animal) base felt conforming in all respects to IS: 1322. (c) Type 2 grade 2 is a fibre (vegetable or animal) base felt conforming in all respects to IS: 1322. (d) Type 3 grade 1 is a hessian base felt conforming in all respects to IS: 1322.

14.6.2.2 Bonding Materials : This shall consist of blown type petroleum bitumen conforming to IS: 702 or residual petroleum bitumen conforming to IS: 73 or mixture thereof. The bonding material shall be so selected as to withstand the local condition of temperature and gradient satisfactorily. The penetration of bitumen used shall not exceed 40 in any case. Suitable residual type petroleum bitumen is of penetration 30/40 (IS grade S-35. Generally, blown type petroleum bitumen of S-90 shall be used for the base and intermediate layers of bonding material and for flashing, while residual type petroleum bitumen with higher penetration and low softening point shall be used for the finishing layer. Suitable blown type petroleum bitumen is of IS grade 85/25 of approved quality. Where proprietary brands of bonding materials are proposed to be used by the contractor they shall conform in all respects to the specifications in the preceding paras. 12.18.1.3 Stone Grit and Pea sizes Gravel : Stone grit shall be as specified in 4.1 and shall be 6 cm and down size. Where pea-sized gravel is used it shall be hard, round and free from dust, dirt etc. The stone grit or pea-sized gravel shall not be spread over vertical and sloping faces of flashing and at drain mouths. At these places the surface shall be painted with two coats of bituminous solution. The quantity of stone grit or pea-sized gravel required for the final course of four or six course treatment with hessian base self finished bitumen, felt type 3 grade 1 shall be 6 cubic decimetre. For six course treatment with felt other than type 3 grade 1, the stone grit or pea sized gravel at 8 cubic decimetre per sqm. Shall be used.

14.6.3 Preparation of Surface 14.6.3.1The surface to be treated shall have a minimum slope of 1 in 120. This grading shall be

carried out with lime concrete, cement concrete or cement plaster with coarse sand, as ordered, to the average thickness required and finished smooth. Such grading shall be paid for separately.

14.6.3.2Junctions between the roof and vertical faces of parapet walls, chimneys etc. shall be cased by running triangular fillets 7.5 x 7.5 cm size, in lime concrete or cement concrete. At the drain mouths, the fillets shall be suitably cut back and rounded off for easy application of water proofing treatment and easy flow of water lime concrete where used shall conform to

Page 288: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 87

specifications described in 4.2 except that the brick aggregate shall be 20 mm nominal size. Cement concrete where used shall be 1: 2 : 4 mix (1 cement : 2 Coarse Sand : 4 graded stone aggregate 20 mm Nominal Size). The provision of fillets shall be deemed to be covered by the item of water proofing and shall not be measured or paid for separately.

14.6.3.3While the grading of roof surface is being done, it shall be ensured that the outlet drain pipe have been fixed and mouth at the entrance have been eased and rounded off properly for easy flow of water.

14.6.3.4When any pipe passes through the roof to be treated, angular fillet of shape shown in Fig. 8 shall be built around it for the water proof treatment to be taken over it. These fillets shall not be measured or paid for separately.

14.6.3.5For carrying over and tucking in the water proofing felts into the parapet walls, chimneys stacks etc. a horizontal groove 6.5 cm deep, 7.5 cm wide section with its lower edge at not less than 15 cm above the graded rood surface shall be left on the inner face of the same during construction if possible. When such groove has not been left, the same shall be cut out neatly and the base at rear of the groove shall be finished smooth with cement plaster 1:4 (1 cement ; 4 coarse sand). Such cutting of the groove and its finishing smooth shall be deemed to be part of the water proofing item and shall not be measured or paid for separately. No deduction shall be made either for not making the groove or when the later has already been left in the masonry by the construction agency.

14.6.3.6Tucking in the water proofing felt will be required where the parapet wall exceeds 45 cm in the height from the graded surface. Where the height is 45 cm or less, no groove will be required as the water proofing treatment will be carried over the top of the parapet wall to its full thickness. IN the case of low dividing walls of height 30 cm or less, outlets therein shall be cut open for full height and the bottom and sides shall be rendered smooth and corners rounded and such treatment shall not be measured and paid for separately.

14.6.3.7Where expansion joints are left in the slab, the provision of dwarf walls and or RCC slabs for covering them and finishing the surface smooth shall be the responsibility of the construction agency. Which had laid the roof slab and will not be included the operation of water proofing.

14.6.3.8The graded surface of the roof and concrete fillets and the faces of walls shall bet thoroughly cleaned with wire brushed and all loose scales etc, removed. The surface shall then be dusted off. Any crack in the roof shall be cut to ‘V’ section, cleaned and filled up flush with cement mortar slurry 1: 4 (1 cement : 4 coarse sand) or blown type petroleum bitumen of IS grade 85/25, or approved quality conforming to IS: 702.Such cleaning of the surface or treating the cracks shall not be paid for separately.

14.6.4 Priming Coat

Where so specified , or required by the Architects for example under slightly damp conditions a priming coat consisting of a bitumen primer conforming to IS : 3384 applied with brush on the roof and wall surface at 0.24 litres per sqm to assist adhesion of the bonding materials (i.e. bitumen). Such application of primer shall be paid for separately, unless specifically included in the water proofing item.

14.6.5 Underlay Where a floating treatment of water proofing with self finished bitumen felt is required i.e. where water proofing treatment is required to be isolated from the roof structure,, a layer of bitumen saturated felt (underlay) shall be spread over the roof surface and tucked into the flashing groove. No bonding material shall be used below, the underlay in order to keep the underlay free of the structure. The adjoining strips sealed with the same bonding materials as used for the self finished felt treatment. Unless specifically included in the water proofing item, the underlay treatment shall be paid for separately. The underlay shall be of type 1 saturated felt conforming to IS: 1322 in all respects and having a total minimum weight of the finished bitumen felt in dry condition with mica dusting powder @ 6.8 kg per 10 sqm. The roll shall not be damaged or crack on being unrolled on a fairly smooth and flat surface.

Page 289: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 88

14.6.6 Treatment 14.6.6.1The water proofing shall consist of a four or six course treatment, as given in the description

of the item, each layer of bonding materials, self finished bitumen felt or stone grit or pea sized gravel being counted as a course.

14.6.6.2The choice of a four or six course treatment will depend on the climatic condition, the importance of the building, the durability required, cost and other relevant considerations.

14.6.6.3A four course treatment shall consist of the following layers: (i) Initial layer of bonding material applied hot at specified weight per unit a area. (ii) 2nd layer of self finished bitumen felt of specified brand and manufacture conforming to the type and grade given in the description of the item. (iii) Final layer of stone grit of pea sized gravel spread at specified volume of material per unit area.

14.6.6.4In a six course treatment, the first, second and third layer shall be of the same as in the four course treatment. The fourth and fifth layer shall consist of self finished felt and bonding material respectively. The six layer shall consist of stone grit or pea sized gravel.

14.6.6.5 The primer or under lay where required to be provided shall not count against the number of courses specified.

14.6.7 Laying 14.6.7.1Bitumen bonding material of required grade shall be heated to the working temperature

specified for the particular grade by the bitumen manufacturers and conveyed to the roof in buckets or pouring canes in weighed quantities. Suitable working temperature for different grades of bitumen are as under:

(i) Blown type petroleum bitumen of IS grade 85/25 180 degree C. (ii) Residual type petroleum bitumen of penetration 30/40 180 degree to 190 degree C (IS) grade S-35).

14.6.7.2Drain outlets shall be given a four or six course treatment as specified for the roof in the description of the item in the manner specified for the flat roof surface. Water proofing treatment shall be carried into the drain pipe or outlets by atleast 10 cm. The water proofing treatment laid on the roof surface shall overlap the upper edge of the water proofing treatment in the drain outlets by at least 10 cm.

14.6.7.3The self finished felt shall be cut to the required length, brushed clean of dusting material and laid out flat on the roof to eliminate curls and subsequent stretching. The felt shall normally be laid in length at right angles to the direction of the slope and laying shall be commenced at the lowest level and worked upto crest. The felt shall not be laid in single piece of very long lengths as they are likely to shrink, 6 to 8 m are suitable lengths. The roof surface shall be cleaned and dry before the felt treatment is begun. Each length of felt shall be laid in position and rolled up and rolled upto for a distance of half its length. The hot bonding material shall be poured on the roof access the full width of the rolled felt as the later is steadily rolled out and pressed down. The pouring shall be so regulated that the correct weight of bonding material per unit area is spread uniformly over the surface. Excess bonding material that gets squeezed out at the ends shall be levelled up as laying proceeds. When the first half of the strip of felt has been bonded to the roof, the other half shall be rolled up and then unrolled on the hot bonding material in the same way. Subsequent strips shall also be laid in the same manner. Each strips shall overlap the proceeding one by at least 7.5 cm at the longitudinal edges and 10 cm at the ends. All overlaps shall be firmly bonded with hot bitumen. Streaks and trailing of bitumen near edges of laps shall be leveled by heating the overlap with a blow lamps and levelling down unevenness. The third layer of bonding material in the four course treatment shall be carried out in a similar manner after the flashing has been completed.

14.6.7.4In a six course treatment the third and fourth layers of bonding material and self finished felt shall be laid in the manner already described, taking care that laps in the felt are staggered from those in the second layer. The fifth layer of bonding material shall be carried out after the flashing is done.

Page 290: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 89

14.6.7.5High Parapet Walls, Chimney Stacks etc.: Felts shall be laid as flashings where junctions of vertical and horizontal surfaces occur. Longitudinal laps shall be 10 cm. The lower layer of flashing felt in six curse treatment shall overlap the roof water proofing by not less than 20cm while the upper layer shall overlap the roofing felt by 10 cm. The minimum overlap of the flashing felt in four course specification over the roofing felt shall be 10 cm. The flashing shall consist of the same four of six-course treatment as for the roof except that the final course of stone grit or pea-sized gravel shall be replaced by an application of bituminous solution of approved quality in two coats on the vertical and sloping faces only, of the flashing. The overlap along the length of flashing shall stagger with those in the second layer of flashing felt (in a six course treatment and with the joints in the roof felt). The upper edge of the flashing felt shall be well tucked into the flashing grooves in the parapet, chimney stacks etc. to a depth of not less than 6.5 cm. Corresponding applications of bonding material shall also be made. The flashing treatment shall be firmly held in place in the grooves with wood edges at intervals and the grooves shall be filled up with cement mortar 1:4 (1 cement : 4 coarse sand) or cement concrete 1:2:4 (1 cement: 2 coarse sand : 4 graded stone aggregate 6 mm nominal size) and surface finished smooth with the rest of the wall. The cement work shall be cored for 7 days. When dry, the exposed plaster joints or grooves shall be painted with bitumen and two coats of bituminous solution shall be applied on the vertical and sloping surface of flashing. After the top flashing felt layer has been fixed, the penultimate layer of bonding material shall be applied over the roofing felt and the horizontal overlaps and vertical and sloping surfaces of the flashings at the specified rate. Stone grit or pea sized gravel shall then be spread uniformly over the hot bonding material on the horizontal roof surface at the specified quantity per unit area and pressed into it with a wooden roller.

14.6.7.6Expansion Joints : Where the expansion joints are provided in the slabs, the joints and their cover slabs shall be suitably tread with water proofing. A typical sketch of an expansion joint with the RCC slabs on either side of the joint turned vertically up and covered with pre-cast RCC cover slabs as given in Fig. 8. The cover slabs shall cover the vertical turned up dwarf walls by not less than 7.5 cm and are provided with throating on their underside along their length. The water proofing treatment shall be taken up the sloping junction fillets and the vertical faces of the walls to the underside of the cover slabs. The cover slabs are given the water proofing treatment like the roof slabs, after the cross joints between adjacent cover slabs are first sealed with 15 cm width of roofing felt struck to them with bitumen. The water proofing treatment shall be carried down the sides of the cover slabs to their full thickness. Care shall be taken to see that overlaps if any in the roofing over the cover slabs stagger with the joints between cover slabs. The formation of the expansion joints and provision of cover slabs shall be the responsibility of construction agency. The formation of the junction fillets and the water proofing treatment of the joint and cover slabs shall be carried out by the water proofing agency. No extra shall be paid for the junction fillers or for the sealing of the cross joints in the cover slab with 15 cm width of bitumen strips.

14.6.8 Measurements 14.6.8.1Length and breadth shall be measured correct to a cm. The area shall be calculated in square

metres correct to two places of decimal. 14.6.8.2Measurements shall be taken over the entire exposed area of roofing and flashing treatment

including flashing over low parapet. Walls, low dividing walls and expansion joints and at pipe projections etc. Overlaps and tucking into flashing grooves shall not be measured.

14.6.8.3Vertical and sloping surfaces of water proofing treatment shall also be measured under the four or six course treatment as the case may be, irrespective of the fact that the final course of grit or pea sized gravel is replaced by bitumen primer.

14.6.8.4Primer or saturated felt underlay, where provided, shall also be measured in the same manner as the water proofing treatment and paid for separately. No deduction in measurement shall be made for either openings or recesses for chimney stacks, roof lights and the like, for areas upto 40 square decimetre (0.4 sqm) nor anything shall be paid for forming such openings.

Page 291: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 90

For similar areas exceeding 40 sq. decimetre deduction will be made in measurements for full opening and nothing extra shall be paid for forming such openings.

15.0 PLASTERING 15.1 Cement Plastering 15.1.1 The cement plaster shall be 12 mm, 15 mm or 20 mm thick as specified in the item. 15.1.2 Mortar.

The mortar of the specified mix using the type of sand described in the item shall be used. For external work and undercoat work, the fine aggregate shall conform to grading IV. For finishing coat work the fine aggregate conforming to grading zone V shall be used.

15.1.3 Thickness Where the thickness required as per description of the item is 20 mm the average thickness of the plaster shall not be less than 20 mm whether the wall treated is of brick or stone. In the case of brick work, the minimum thickness over any portion of the surface shall be not less than 15 mm while in case of stone work the minimum thickness over the bushing shall be not less than 12 mm.

15.1.4 Curing. Curing shall be started as soon as the plaster has hardened sufficiently not to be damaged when watered. The plaster shall be kept wet for a period of at least 7 days. During this period, it shall be suitably protected from all damages at the contractor’s expense by such means as the Architects may approve. The dates on which the plastering is done shall be legibly marked on the various sections plastered so that curing for the specified period thereafter can be watched.

15.1.5 Cement Plaster with a Floating Coat of Neat Cement 15.1.5.1The cement plaster shall be 12,15, or 20 mm thick, finished with a floating coat of neat

cements 15.1.5.2Specification for this item of work shall be same as described above except for the additional

floating coat which shall be carried out as below. When the plaster has been brought to a true surface with the wooden straight it shall be

uniformly treated over its entire area with a paste of neat cement and rubbed smooth, sot that the whole surface is covered with neat cement coating. The quantity of cement applied for floating coat shall be 1 kg per sq. Smooth finishing shall be completed with trowel immediately and in no case later than half an hour of adding water to the plaster mix. The rest of the specifications as described above shall apply.

15.1.6 18 mm Cement Plaster (Two Coat Work) 15.1.6.1Mortar The mix and type of the fine aggregate specified in the description of the item shall be used

for the respective coats. It shall be as specified above. Generally the mix of the finishing coat shall not be richer than the under coat unless otherwise described in item.

Generally coarse sand shall be used for the under coat and fine sand for the finishing coat, unless otherwise specified for external work and under coat work, the fine aggregate shall conform to grading zone IV. For finishing coat work the fine aggregate conforming to grading zone V shall be used.

15.1.6.2Application The plaster shall be applied in two coats i.e. 12 mm under coat and then 6 mm finishing coat and shall have an average total thickness of not less than 18 mm. 12 mm Under Coat: This shall be applied as specified earlier except that when the plaster has been brought to a true surface a wooden straight edge and the surface shall be left rough and furrowed 2 mm deep with a scratching tool diagonally both ways, to form key for the finishing coat. The surface shall be kept wet till the finishing coat is applied.

Page 292: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 91

6 mm Finishing Coat : The finishing coat shall be applied after the under coat has sufficiently set but no dried and in any case within 48 hours and finished in the manner specified above Specification for Curing, Finishing, Precautions, Measurements and Rate shall be as described above.

15.1.7 6 mm Cement Plaster on Cement Concrete and Reinforced Cement Concrete Work 15.1.7.1 Scaffolding

Stage scaffolding shall be provided for the work. This shall be independent of the walls. 15.1.7.2Preparation of Surface

Projection burrs of mortar formed due to the gaps at joints in shuttering shall be removed. The surface shall be scrubbed clean with wire brushes. In addition concrete surfaces to be plastered shall be pock marked with a pointed tool, at spacing of not more than 5 cm centres, the pock being made not less than 3 mm deep. This is to ensure a proper key for the plaster. The mortar shall be washed off and surface cleaned of all oil, grease etc. and well wetted before the plaster is applied.

15.1.8 Mortars Mortar of the specified mix using the types of sand described in the item shall be used.

15.1.9 Moulded Bands of Cement Mortar (Single Coat Work) 15.1.9.1Moulded band is plaster strip of uniform width but with varying thickness across its section

formed over wall plaster for decorative purposes. The sectional periphery of the band is formed by a combination of straight lines or curves or of straight lines and curves.

15.1.9.2Thickness The higher thickness stipulated in the description of the item shall refer to the upper limiting thickness of the moulding at its most projected portion, measured from the wall plaster.

15.1.9.3Preparation of Surface, Mortar, Scaffolding, Curing and Precautions shall be as specified earlier.

15.1.9.4Application and Finish Proper templates conforming accurately to the sectional periphery of the moulded band shall be got approved, before use. The finished band shall be true to the template at all sections. The line of the band shall be truly parallel and straight and surfaces smoothly finished.

15.1.9.5Measurements The width of the band 30 cm or below shall be measured in cm correct to 5 mm and shall be measured along the sectional periphery of the moulded band, from wall plaster face to wall plaster face. The length shall be measured, in running metres correct to a cm. It shall be taken along the finished face of the band at the centre of its girth. The quantity should be calculated in metre-cm units.

15.1.9.6Rate The rate shall include the cost of all labour and materials involved in all the operations described above. Nothing extra shall be paid for mitres, stops nor for bands on curved surfaces of whatever radius, they me be. The rate is also inclusive of all rounding or chamfering at corners, risers etc.

15.1.10 Cement Water Proofing Compound 15.1.10.1 It shall be used for cement mortar for plastering or concrete work.

Water Proofing Compound Integral cement water proofing compound conforming to IS: 2645 and of approved brand and manufacture, enlisted by the Architects from time to time shall be used. The contractor shall bring the materials to the site in their original packing. The containers will be opened and the material mixed with dry cement in the proportion by weight, recommended by the manufacturers or as specifically described in the description of the item. Care shall be taken in mixing, to see that the water proofing material gets well and integrally mixed with the cement and does not run out separately when water is added. It shall be measured by weight.

Page 293: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 92

The rate shall include the cost of all labour and materials involved in all the operations described above.

15.2 Pointing on Brick Work, Tile Work and Stone Work 15.2.1 Scaffolding

For all exposed brick work or tile work, independent double scaffolding having two sets of vertical supports shall be provided. The supports shall be sound and strong tied together with horizontal pieces over which scaffolding planks shall be fixed. All other brick works in building, single scaffolding shall be permitted. In such cases, the inner end of the horizontal scaffolding pole shall rest in a hole provided only in the header course for the purpose. Only one header for each pole shall be left out. Such holes for scaffolding shall, however, not be allowed in pillars/columns less than one metre in width, or immediately near the skew backs of arches. The holes left in masonry works for scaffolding purposes shall be filled and made good before plastering. Note: In case of special type of brick work, scaffolding shall be got approved from Architects in advance.

15.2.2 Preparation of surface The joints shall be raked out properly. Dust and loose mortar shall be brushed out. Efflorescence if any shall be removed by brushing and scraping. The surface shall then be thoroughly washed with water, cleaned and kept wet before pointing is commenced. In case of concrete surface if a chemical retarder has been applied to the form work, the surface shall be roughened by wire brushing and all the resulting dust and lose particles cleaned off and care shall be taken that none of the retarders is left on the surface. The joints shall be raked to such a depth that the minimum depth of the new mortar measured from either the sunk surface of the finished pointing or form the edge of the brick shall not be less than 12 mm.

15.2.3 Mortar Mortar of specified mix shall be used.

15.2.4 Application and Finishing 15.2.4.1The mortar shall be pressed into the raked out joints, with a pointing trowel, either flush sunk

or raised, according to the type of pointing required. The mortar shall not spread over the corner, edges or surface of the masonry. The pointing shall then be finished with the proper tool, in the manner described below.

15.2.4.2flush pointing: the mortar shall be pressed into the joint and shall be finished off flush and level with the edges of the bricks, tiles or stones so as to give a smooth appearance. The edges shall be neatly trimmed with a trowel and straight edge.

15.2.4.3Ruled Pointing : The joint shall be initially formed as for flush pointing and then while the mortar is still green, a groove of shape and size as shown in drawings or as instructed, shall be formed by running a forming tool, straight along the centre line of the joints. This operation shall be continued till a smooth and hard surface is obtained. The vertical joints shall also be finished in a similar way. The vertical lines shall make true right angles at their junctions with the horizontal lines and shall not project beyond the same.

15.2.4.4Cut or Weather Struck Pointing : The mortar shall first be pressed into the joint. The top of the horizontal joints shall then be neatly pressed back about 3 mm or as directed with the pointing tool so that the joints are sloping from top to bottom. The vertical joints shall be ruled pointed. The junction of vertical joints with the horizontal joints shall be at true right angles.

15.2.4.5Raised and Cut Pointing : Raised and cut pointing shall project from the wall facing with its edges cut parallel so as toe have a uniformly raised band about 6 mm raised and width 10 mm or more as directed.

Page 294: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 93

15.2.4.6The superfluous mortar shall then be cut off from the edges of the lines and the surface of the masonry shall also be cleaned off all mortar. The finish shall be such that the pointing is to the exact size and shape required and the edges are straight, neat and clean.

15.2.5 Curing

The pointing shall be kept wet for seven days. During this period it shall be suitably protected form all damages. The pointing lines shall be truly horizontal and vertical except where the joints are slanting as in rubble random masonry. Line of joints from different directions should meet neatly at the junctions instead of crossing beyond.

15.2.6 Measurements 15.2.6.1Length and breadth shall be measured correct to a cm and its area shall be calculated in square

metres upto two places of decimal. 15.2.6.2The various types of pointing for example, struck, keyed, flush tuck, etc. shall each be

measured separately. 15.2.6.3Pointing on different types of walls, floors roofs, etc shall each be measured separately. The

type and material of the surface to be pointed shall be described. 15.2.6.4Pointing in a single detached joint as for flashing shall be given in running metres. 15.2.6.5For jambs, soffits, sills etc. for opening not exceeding 0.5 sqm each in area, ends of joints,

beams, posts girders, steps etc. not exceeding 0.5 sqm each in area and opening not exceeding 3 sqm each deductions and additions shall be made in the following way, in case of pointing on external face only. (a) No deduction shall be made for ends of joists beams, posts etc. and opening not exceeding 0.5 sqm. Each, and no addition shall be made for reveals, jambs, soffits, sills etc. of these openings. (b) Deduction for openings exceeding 0.5 sqm but not exceeding 3 sqm. Each shall be made as follows and no additions shall be made for reveals, jambs, soffits, sills, etc. for these opening. (c) When both the faces of the wall are pointed with the same pointing, deduction shall be made for one face only. (d) When two faces of wall are pointed with different pointings or if one face is plastered and other is pointed or plastered, deduction shall be made from the plaster or pointing on the side of frames for doors, windows, etc. on which the width of the reveal is less than that one the other side, but no deduction shall be made from the other side. (e) Where width of reveals on both faces of wall are equal, deduction of 50% of area of opening on each face shall be made from area of pointing or plaster as the case may be.. (f) For opening having door frame equal to or projecting beyond thickness of wall, full deduction for opening shall be made from each pointed face of wall.

15.2.6.6 In case of opening of area above 3 sqm each, deduction shall be made for the openings, but jambs, soffits and sills shall be measured.

15.2.6.7The following shall be measured separately. (a) Raking out joints for old work only shall be measured and given in square metres. (b) Raking out joints old work built in mud mortar, lime mortar and cement mortar shall each be measured separately. (c) Raking out joints of different types of old walls, floors etc. shall each be measured separately. (d) Raking single detached joints as for flashing old work shall be given in running metres.

15.2.6.8 Rate The rate shall include the cost of all materials and labour involved in all the operations described above.

16.0 PAINTING 16.1 White Washing With Whiting

Page 295: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 94

16.1.1 Preparation of mix

Whiting (ground white chalk) shall be dissolved in sufficient quantity of warm water and thoroughly stirred to form at thin slurry which shall then be screened through a clean coarse cloth. Two kg of gum and 0.4 kg of copper sulphate dissolved separately in hot water shall then be diluted with water to the consistency of milk so as to make a wash ready for use.

16.2 Colour Washing 16.1.2 The mineral colours, not affected be lime, shall be added to white wash, Indigo (Neel) shall

however, not be added, NO colour wash shall be done until a sample of the colour wash of the required tint or shade has been got approved from the Architects. The colour shall be of even tint or shade over the whole surface. If it is blotchy or otherwise badly applied, it shall be redone by the contractor. For new work, the priming coat shall be of white wash with lime or with whiting as specified in the description of the item. Two or more coats, shall then be applied on the entire surface till it represents a smooth and uniform finish.

16.3 Oil Emulsion (Oil Bound) Washable Distempering 16.3.1 Materials

Oil emulsion (Oil Bound washable distemper (IS: 428) of approved brand and manufacture shall be used. The primer where used as on new work shall be cement primer or distemper primer as described in the item. These shall be of the same manufacture as distemper. The distemper shall be diluted with water or any other prescribed thinner in a manner recommended by the manufacture. Only suficient quantity of distemper required for day’s work shall be prepared. The distemper and primer shall be brought by the contractor in sealed tins in sufficient quantities at a time to suffice for a fortnight’s work, and the same shall be kept in the joint custody of the contractor and the Architects. The empty tins shall not be removed from the site of work, till this item of work has been completed and passed by the Architects.

16.3.2 Preparation of the Surface 16.3.2.1For new work the surface shall be thoroughly cleaned of dust old white or colour wash by

washing and scrubbing. The surface shall then be allowed to dry for at least 48 hours. It shall then be sand papered go give a smooth and even surface. Any unevenness shall be made good by applying putty, made of plaster of paris mixed with water on the entire surface including filling up the undulations and then sand papering the same after it is dry.

16.3.3 Application 16.3.3.1Priming Coat: The priming coat shall be with distemper primer or cement primer, as required

in the description of the item. Note : If the wall surface plaster has not dried completely, cement primer shall be applied before distempering the walls. But if distempering is done after the wall surface is dried completely, distemper primer shall be applied. Oil bound distemper is not recommended to be applied, within six months of the completion of wall plaster. However, newly plastered surfaces if required to be distempered before a period of six moths shall be given a coat of alkali resistant priming paint conforming to IS : 109 and allowed to dry for atleast 48 hours before distempering is commenced.

16.3.3.2Distemper Coat: For new work, after the primer coat has dried for a t least 48 hours, the surface shall be lightly sand papered to make it smooth for receiving the distemper, taking care not to rub out the priming coat. All loose particles shall be dusted off after rubbing. One coat of distemper properly diluted with thinner (water or other liquid as stipulated by the manufacturer) shall be applied with brushes in horizontal strokes followed immediately by vertical ones which together constitutes one coat. The subsequent coats shall be applied in the same way. Two or more coats of distemper as are found necessary shall be applied over the primer coat to obtain an even shade.

Page 296: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 95

A time interval of at least 24 hours shall be allowed between successive coats to permit proper drying of the preceding coat. For old work the distemper shall be applied over the prepared surface in the same manner as in new work. One or more coats of distemper as are found necessary shall be applied to obtain an even and uniform shade. 15 cm double bristled distemper brushed shall be used. After each days work, brushed shall be thoroughly washed in hot water with soap solution and hung down to dry. Old brushes which are dirty and caked with distemper shall not be used on the work.

16.3.3.3The specifications in respect of scaffolding, protective measures and measurements shall be as described above.

16.3.4 Rate

The rate shall include the cost of all labour and materials involved in all the above operations (including priming coat) described above.

16.4 Painting Priming Coat on Wood, Iron or Plastered Surfaces 16.4.1 Primer 16.4.1.1The primer for wood work, iron work or plastered surfaces shall be as specified in the

description of item. 16.4.1.2Primer for plaster/wood work/Iron & Steel/Aluminum surfaces shall be as specified below. 16.4.1.3The primer shall be ready mixed primer of approved brand and manufacture. 16.4.1.4Where primer for wood work is specified to be mixed at site, it shall be prepared form a

mixture of red lead, white lead and double boiled linseed oil in the ration of ¹[0.7 kg. : 0.7 kg: 1 litre).

16.4.1.5Where primer for steel work is specified to be mixed at site, it shall be prepared from a mixture of red lead, raw linseed oil and turpentine in the ration of 2.8 kg : 1 litre.

16.4.1.6The specifications for the base vehicle and thinner for mixed on site primer shall be as follows:

(a) White Lead : The White lead shall be pure and free from adulterants like barium sulphate and whiting. It shall conform to IS: 103 (b) Red Leads : This shall be in powder form and shall be pure and free from adulterants like brick duct etc. It shall conform to IS: 102. (c) Raw Linseed Oil : Raw linseed oil shall be lightly viscous but clear and of yellow wish colour with light brown tinge. Its specific gravity at a temperature of 30 degree C shall be between 0.923 and 0.928

Note : The oil shall be mellow and sweet to the taste with very little smell. The oil shall be of sufficiently matured quality. Oil turbid or thick, with acid and bitter taste and rancid odour and which remain sticky for a considerable time shall be rejected. The oil shall conform in all respects to IS: 75. The oil shall be of approved brand and manufacture.

(d) Double boiled linseed oil: This shall be more viscous than the raw oil have a deeper colour and specific gravity between 0.931 and 0.945 at a temperature of 30 degree C. It shall dry with a glossy surface. It shall conform in all respects to IS: 77. The oil shall be of approved brand and manufacture. (e) Turpentine: Mineral turpentine i.e. petroleum distillate which has the same rate of evaporation as vegetable turpentine (distillate product of oleoresin of conifers) shall be used. It shall have no grease or other residue when allowed to evaporate. It shall conform to IS: 533.

16.4.1.7All the above materials shall be of approved manufacture and brought of site in their original packing in sealed condition.

16.4.2 Preparation of Surface 16.4.2.1Wooden surface : The wood work to be painted shall be dry and free from moisture. The

surface shall be thoroughly cleaned. All unevenness shall be rubbed down smooth with sand paper and shall be well dusted. Knots, if any shall be covered with preparation of red led

Page 297: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 96

made by grinding red lead in water and mixing with strong glue sized and used hot. Appropriate filler material conforming to IS : 345 with same shade as paint is applied. After obtaining approval of Architects for wood work, the priming coat shall be applied before the wood work is fixed in position. After the priming coat is applied., the holes and indentation on the surface shall be stopped with glazier'’ putty or wood putty see 9.33 and 13.37.1 respectively. Stopping shall not be done before the priming coat is applied as the wood will absorb the oil in stopping and the latter is therefore liable to crack.

16.4.2.2Iron & Steel Surface : All rust and scales shall be removed by scrapping or by brushing with steel wire brushed. Hard skin of oxide formed on the surface of wrought iron during rolling which becomes loose by rusting, shall be removed.

All dust and dirt shall be thoroughly wiped away from the surface. If the surface is wet, it shall be dried before priming coat is undertaken. 16.4.2.3Plastered Surface: The surface shall ordinarily not be painted until it has dried completely.

Trial patches of primer shall be laid at intervals and where drying is satisfactory, painting shall then be taken in hand. Before primer is applied, holes and undulations, shall be filled up with plaster of paris and rubbed smooth.

16.4.3 Application. The primer shall be applied with brushes, worked well into the surface and spread even and

smooth. The painting shall be done by crossing and laying off. 16.5 Painting with Ready Mixed Paint 16.5.1 Ready mixed paints of approved brand and manufacture and of the required shades shall be

used. They shall conform in all respects to the relevant IS Specifications. 16.5.2 Painting on New Surface

The surface which has not been painted earlier, or the paint had been removed by paint remover, burning, caustic soda etc. shall be considered to be new surface.

16.5.3 Preparation of Surface (a) Wood Work: The surface shall be cleaned and all unevenness removed as specified

in 13.34.2.1. Knots if visible, shall be covered with a preparation of red lead. Holes and indentations on the surface shall be filled in with glaziers putty or wood putty conforming to IS: 419 and rubbed smooth before painting is done. The surface should be thoroughly dry before painting. (b) Iron and Steel Work: The priming coat shall have dried upto completely before painting

is started. Rust and scaling shall be carefully removed by scraping or by brushing with steel wire brushes. All dust and dirt shall be carefully and thoroughly wiped away.

(c) Plastered Surface : The priming coat shall have dried up completely before paining is started. All dust or dirt that has settled on the priming cat shall be thoroughly wiped away before painting is started.

16.5.3 Application: The specifications described above shall hold good as far as applicable. The number of coats

to be applied will be as stipulated in the item. The painted surface shall present a uniform appearance and glossy finish, free from streaks, blisters etc.

16.6 Painting Cast Iron Rain Water, Soil, Waste and Vent Pipes and Fittings 16.6.1 The primer shall be prepared on site or shall be of approved brand and manufacture as

specified in the item. Paint shall be anti-corrosive bitumastic paint, aluminum paint or other type of paint as specified in the description of the item.

16.6.2 Painting New Surface 16.6.2.1Preparation of Surface : The surface shall be prepared for priming coat as described earlier.

Page 298: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 97

16.6.2.2Application: The number of coat of painting over the priming coat as described in 13.34.2.2 description of the item. The application of paint over priming coat shall be carried out as specified in earlier.

16.6.2.3Measurements : Measurements will be taken over the finished line of pipe including specials etc. in running metres, correct to a cm. Pipes of different diametres of bore shall be measured and paid for separately. Specials and fittings such as holder bat clamps, plugs etc. will not be measured separately.

16.6.2.4Rate : The rate shall include the cost of all materials and labour involved in all the operations described above, including painting of all specials and fittings.

16.7 Wall Painting with Plastic Emulsion Paint 16.7.1 The plastic emulsion paint is not suitable for application on external, wood and iron surface

and surface which are liable to heavy condensation. These paints are to be used on internal surfaces except wooden and steel.

16.7.2 Plastic emulsion paint as per IS: 5411 of approved brand and manufacture and of the required shade shall be used.

16.7.3 Painting on new surface. The wall surface shall be prepared as specified earlier. Application: The number of coats shall be as stipulated in the item. The paint will be applied in the usual manner with brush, spray or roller. The paint dries by evaporation of the water content and as soon as the water has evaporated the film gets hard and the next coat can be applied. The time of drying varies from one hour on absorbent surfaces to 2 to 3 hours on non-absorbent surfaces. The thinning of emulsion is to be done with water and not with turpentine. Thinning with water will be particularly required for the under coat which is applied on the absorbent surface. The quantity of water to be added shall be as per manufacture’s instructions. The surface on finishing shall present a flat velvety smooth finish. If necessary more coats will be applied till the surface presents a uniform appearance.

16.7.4 Precautions (a) Old brushes if they are to be used with simulation paints, should be completely dried of turpentine or oil paints by washing in warm soap water. Brushes should be quickly washed in water immediately after use and kept immersed in water during break periods to prevent the paint from hardening on the brush. (b) In the preparation of wall for plastic emulsion painting, no oil base putties shall be used in filling cracks, holes etc. (c) Splashes on floors etc. shall be cleaned out without delay as they will be difficult to remove after hardening. (d) Washing of surfaces treated with simulation paints shall not be done within 3 to 4 weeks of application.

16.8 Painting with Synthetic Enamel Paint 16.8.1 Synthetic enamel paint (conforming to IS : 2932) of approved brand and manufacturer and of

the required colour shall be used for the top coat and an undercoat of ordinary paint of shade to match the top coat as recommended by the same manufacturer as far as top coat shall be used.

16.8.2 Painting on New Surface 16.8.2.1Preparation of surface shall be as specified earlier. 16.8.2.2Application : The number of coats including the undercoat shall be as stipulated in the item.

(a) Under coat : One coat of the specified ordinary paint of shade suited to the shade of the top coat, shall be applied and allowed to dry overnight. It shall be rubbed next day with the finest grade of wet abrasive paper to ensure a smooth and even surface, smooth and even surface free from brush marks and all loose particles dusted off.

Page 299: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 98

(b) Top coat: Top coats of synthetic enamel paint of desired shade shall be applied after the undercoat is thoroughly dry. Additional finishing coats shall be applied if found necessary to ensure properly uniform glossy surface.

16.9 French Spirit Polishing 16.9.1 Pure shellac conforming to IS: 16 varying form pale orange to lemon yellow colour, free from

resin or dirt shall be dissolved in methylated sprit at the rate of 140 gm of shellac to 1 litre of spirit. Suitable pigment shall be added to get the required shade. Ready made polish conforming to IS : 348 can also be used.

16.9.2 Polishing New surface 16.9.2.1Preparation of Surface: The surface shall be cleaned. All unevenness shall be rubbed down smooth with sand paper

and well dusted. Knots if visible shall be covered with a preparation of red lead and glue size laid on while hot. Holes and indentations on the surface shall be stopped with glazier’s putty. The surface shall then be given a coat of wood filler made by mixing whiting (ground chalk) in methylated spirit at the rate of 1.5 kg of rubbed down perfectly smooth with glass paper and wiped clean.

16.9.2.2Application: The number of coats of polish to be applied shall be as described in the item.

A pad of wooden cloth covered by a fine cloth shall be used to apply the polish. The pad shall be moistened with the polish and rubbed hard on the wood, in a series of overlapping circles applying the mixture sparingly but uniformly over the entire area to give an even level surface. A trace of linseed oil on the face of the pad facilitates this operation. The surface shall be allowed to dry and the remaining coats applied in the same way. To finish off, the pad shall be covered with a fresh piece of clean fine cotton cloth slightly damped with methylated spirit and rubbed lightly and quickly with circular motions. The finished surface shall have a uniform texture and high gloss.

17.0 MISCELLANEOUS ITEMS 17.1 Cement Concrete Plinth Protection 17.1.1 Plinth protection shall be provided, as specified, to required width. It comprises 5 cm thick

cement concrete 1:3: 6 (1 cement : 3 coarse sand :6 graded stone aggregate 20 mm nominal size) over 7.5 cm bed of dry brick aggregate 40 mm nominal size, grouted with fine sand. The outer edge shall be lined with 2nd class bricks laid on edge and joints laid in cement mortar 1:4 (1 cement : 4 fine sand). Plinth protection shall be laid with a minimum outward slope of 1 in 50.

17.1.2 Preparing Ground

The ground, where plinth protection is to be laid shall first be prepared to the required slope. The high portions of ground shall be excavated, hollows and depressions filled upto the required level with the excavated earth and watered and rammed to give uniform outward slope. Preparation of any area involving cutting and filling upto a depth of 15 cm shall not be paid for separately. Cutting and filling beyond 15 cm shall be paid for separately. The bed shall be watered adequately and rammed with iron rammers. Surplus earth, if any, obtained shall be disposed off within a lead of 50 metres or as directed by the Architects.

17.1.3 Brick Edging The edging shall be of bricks of class specified in the item. The specifications of bricks shall be as described in 6.1 Trenches of required depth and width shall first be made along the edge of the plinth protection of receive the bricks for edging. The bed of trenches shall be compacted to a firm and even surface. The brick shall be laid true to line in cement mortar 1:4 (1 cement : 4 fine sand) with length parallel and abutting the plinth protection. The top face of the brick edging shall be in one level, to conform to the finished level or the plinth protection adjacent to the edging. After the concreting is done, no portion of the brick edging shall

Page 300: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 99

project above the adjacent concrete surface. Cement mortar shall conform to the specifications described earlier.

17.1.4 Sub grade The sub-grade shall consist of a bed of dry brick aggregate 4.1.2 © of 40 mm nominal size. Brick aggregate shall be spread evenly over the prepared surface to 7.5 cm depth (unconsolidated) and given a minimum outward slope of 1 in 50. The aggregate shall be carefully laid and packed, bigger size being placed at the bottom. The brick aggregate shall be consolidated dry with heavy iron rammers. After the brick aggregate has been consolidated the surface shall be checked wit5h a straight edge and any depressions etc. filled up and consolidated. The aggregate shall then be grouted evenly with fine sand @ 0.06 cubic metres/10 sq. metre area, adeq2uately watered to ensure filling of the voids by sand again rammed with heavy iron rammers. The finished surface shall give uniform appearance.

17.1.5 Cement Concrete Topping After the sub-grade has been compacted and prepared as under 16.1.3,5 cm thick cement concrete 1:3:6 (1 cement : 3 coarse sand: 6 graded stone aggregate 20 mm nominal size as specified in the item) shall be laid in one operation as described in 11.2.4, except that the top shall be finished with only wooden floats. The concrete surface shall not be finished with mortar. The length of each panel shall not be more than 5 m. the finished surface shall have a minimum outward slope of 1 in 50.

17.1.6 Measurements The length and breadth of cement concrete topping shall be measured correct to a cm and the area calculated in square metre correct to two places of decimal. No deduction shall be made not anything extra paid for any opening for pipes etc. upto 0.1 sqm. Brick edging shall be measured in running metre correct to a cm and paid for separately.

17.1.7 Rate The rate shall include cost of materials and labour described in all the above operations except for brick edging which will be paid for separately.

17.2 Water proofing with felt lining: 17.2.1 Bitumen felt type 3 grade-I waterproofing (4 layers finished with asphalt/crushed stone chips

and/or gravel. (i) A layer of special roofing asphalt a 1.45 kg. per sqm. (ii) A layer of bitumen felt Hessian based self-finished felt type 3 grade-I, of approved make. (iii) A layer of special roofing asphalt 1.45 kg. per sqm. (iv) A layer of crushed pea size stone chips and/or gravel.

17.2.2 Bitumen felt type 3 grade-I water proofing (3 layers) with asphalt painted surface and finished with brick tiles. (i) A layer of special roofing asphalt @ 1.45 kg per sqm. (ii) A layer of bitumen felt Hessian Based self-finished felt type 3 grade-1 of approved make. (iii) A layer of special roofing asphalt base at 1.45 kg. per sqm.

17.3 Water proofing by guniting basements, raft, tanks, walls, etc: 17.3.1 Preparation of surface: Concrete surface to be gunited shall be cleaned of all loose and foreign

materials. When required the surface shall be hacked, chiselled or sand blasted to make it rough to receive gunite.

17.3.2 Equipment:

Page 301: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 100

Only standard guniting equipment shall be used. Compressed air for the cement gun and the water tank shall be supplied by a compressor of minimum capacity of 210 cft. per minute at 100 lbs. per square inch.

17.3.2 Mix: The mix for guniting shall consist of 1 part cement : 3 parts coarse sand. The mix shall be a little damp to prevent segregation of sand and cement during the passage through hose pipe. The water shall be sufficient for the hydration of cement.

17.3.3 Reinforcement:

Shall consist of 8. S.W.G.I.R.C. (or equivalent) wire at 100 mm centres both ways. The mesh shall be anchored through suitable dowels in the case of vertical surfaces. For 50 mm. thick gunite shall have one mesh as above, for 75 mm thick gunite where required shall be done in two operations. Both the base and top coats shall be provided with welded wire mesh as above.

17.3.4 Guniting: Shall be got done through a firm of repute as sub-Contractor with skilled workers well trained in the operation of the equipment. The nozzle shall be held at right angles to the surface to be gunited at a distance of 700 mm to 1000 mm from the surface. The gunited surface should neither show dry spots nor bleeds, and shall be cured properly for a minimum period of 14 days by spreading wet Hessian cloth over the gunited surface. The curing shall be commenced after 4 to 5 hours of the guniting operation.

18.0 ROADS 18.1 Embankment 18.1.1 The ground shall be cleared of all grass bushes trees and vegetable growth before earth is laid

for embankment. The embankment shall be formed from earth obtained from borrow pits excavated along the sides of road. The size and shape of borrow pits shall be in the shape of road side kachcha drain or as approved by the Architects. The position of borrow pits shall also be marked by the Architects.

18.1.2 Before commencing the embankment the foot of slopes shall be marked on each side by pegs

at 8 meters intervals and daghbail to indicate the limits. Bamboo and string or earthen profiles will then be set to serve as guides for the workers as directed by the Architects. The profiles shall depict the total height including the allowance of settlement.

18.1.3 Embankment shall be raised in regular layers no exceeding 225 mm thick and shall be carried

out to the full width of the slopes so as to avoid any additional earth for slopes latter on and the slopes shall be 2:1

18.1.4 Each layer of earth shall be watered adequately to aid compaction. It shall then be rolled with

hand or bullock roller of minimum ½ MT weight in 5 to 8 trips till it is evenly and densely compacted. Where roller can not work, steel rammers of 8 to 10 kgs. Shall be used. Every 3rd layer of earth and the top most layer shall be well consolidated with power roller of 8 tonne weight 5 to 8 trips. For satisfactory bond between two successive layers the under layer shall be watered and scarified by pick axes or spades. When completed the embankment shall be dressed to proper sections and grade.

18.1.5 Measurement 18.1.5.1Where excavation is by borrow pits measurements of cutting in borrow pits shall be made

Diagonal ridges, cross ridges or dead man, the position of which shall be fixed by the Architects shall be left in borrow pits for accurate measurements.

18.1.5.2Where earth is obtained by cutting the ground, levels shall be taken before the start of work and after the completion of work and quantities computed from these levels by averages method.

Page 302: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 101

18.1.5.3Where it is not possible or convenient to take measurement by the above two processes, the measurements of embankment shall be taken from cross section by means of levels as in (ii) above and quantity of embankment filling shall be computed which shall be reduced by 5% and paid as cutting after compaction by mechanical means.

18.2 Sub-grade

The embankment shall be taken to full height and compacted and then the surface width equal to the bottom most layer of road treatment and depth equal to the combined depth of wearing coat and soling coat shall be cut and consolidated with power road roller 8 to 10 tonnes with a minimum of 5 runs over the sub-grade till it is consolidate. Surplus earth shall be disposed off as directed and dressed.

18.3 Cutting:

where the formation level of road is lower than the ground cutting shall be done upto the required levels and sub-grade consolidated as in the foregoing para.

18.4 Collection of Materials 18.4.1 The materials for the road shall be stacked on both sides of the road in stacks of convenient

height and sizes which may be sufficient for a particular reach. 18.4.2 No work shall be started unless the whole of the material for a particular reach of road is

collects. 18.4.3 Soling stone 18.4.3.1 It shall be clean, hard stone, free from decay and weathering. The size of soling stone shall be

not more than 225 mm and not less than 100 mm in any direction and its height shall be equal to the depth of soling course as specified with a tolerance to 25 mm.

18.4.3.2 The soling stone shall be brought to site and broken to the size specified with hammer. The stack shall be formed on a fairly level and clean ground. The stacks shall be of uniform width and length and 1 to 1.25 metre height as directed by the Architects. The stacks shall be compact.

18.4.3.3 Measurement: Soling stone shall be measured in cum. The length, breadth and height shall be measured correct to a cm. The computed volume of the stack shall be reduced by 15% to arrive at the net quantity for payment in cubic metres.

18.4.3 Stone aggregate 18.4.3.1 This shall be broken hard stone obtained from approved quarry. It shall be free from dirt,

foreign matter, soft, friable, thin elongated and laminated pieces and shall be roughly cubical in shape of nominal size as specified.

18.4.3.2 The stacks shall be formed in convenient units of one metre top width, 2.2 metre bottom width, 60 c. height and length in multiples of 3 metre. Templates of wood or steel shall be used for making the stacks. The stacks shall be made on firmly level and clean ground.

18.4.3.3 Measurement: The section of stacks shall be taken the standard template and length correct to a cm. The total quantity so computed of stacks shall be reduced by 7.5% to arrive at the net quantity for payment in cubic metes.

18.4.4 Moorum 18.4.3.1It shall be obtained from pits of weathered disintegrated rock. It shall preferably contain

silicious material and natural mixture of clay of calcarious origin. The size shall not be more than 20 mm.

18.4.3.2The moorum shall be got approved from Architects. 18.4.3.3 he stacks shall be formed on a fairly level and clean ground with wooden boxes of 2 x 2

x20.5 meter dimension open at both ends in convenient units of one cubic metes. 18.4.3.4Shall be the actual dimensions of the stack measured correct to a cm. and paid in cubic

metres.

Page 303: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 102

18.4.5 Stone aggregate 10 mm. Nominal size 18.4.5.1This shall be machine crushed hard stone from approved quarry free from dirt and any foreign

matter and shall pass 100% from 12.5 mm and 10 mm sieves to be maintained at site. 18.4.5.2The stacks shall be formed in the same manner as in the case of moorum.. 18.4.5.3Measurement: Shall be the actual dimensions of the stack measured correct to a cm. And paid

in cubic metes. 18.4.6 Bitumen and Tar 18.4.6.1The bitumen shall conform to I.S 215-1961. It shall be heated at a temperature of 113 degree

C. and 132 degree C. for grade R.T. 4 respectively when used. Bitumen shall be purchases from reputed firms and dealers.

18.4.6.2It shall be brought in sealed original containers, material in damaged container shall not be allowed.

18.4.6.3It shall be stacked in fenced enclosures on one side of the road. All drums shall be serially numbered and used in the same order. It shall be kept in joint custody of the contractor and the representative of the Architects.

18.4.6.4Measurements: The material shall be recorded as per standard weights of different type of containers ass intimated by the manufacturers. The material shall be weighed where containers are found leaking. Note: No work shall be started unless the whole of all material for a particular reach of road is collected.

18.5 Soling course: 18.5.1 The width of the soiling shall be 30 cms. more on either side than that of wearing coat. Its

depth shall be 15 cms. in cutting and 22.4 in filling and in made up soils unless otherwise specified. For 15cms. soling actually 18 cms. layer shall be laid with a suitable template.

18.5.2 The soiling shall be laid closely with its broadest side down wards with single stones to correct camber, grade and density. The interstices between stones shall be wedged in with smaller stones well driven, tightly packed and completely filled.

18.5.3 The soiling shall then be thoroughly consolidated with power roller of 8 tonne weight starting at edges and working towards the centre until sufficient compaction is achieved by rolling atleast 8 times over the soling. The surface shall be checked with template to be provided by the contractor and all undulations corrected to the satisfaction of the Architects.

18.5.4 Measurement shall be taken for the required finished work in square metre as per Schedule of Quantities and if measurement are required in cubic metres, it shall be net measurement of the stacks of soling stone used in work.

18.6 Wearing course: 18.6.1 The metal shall be racked off the stacks into basket, screened if dirty, and spread evenly over

the prepared surface to the required depth with a twisty motion to avoid segregation. Wooden templates of the required depth shall be used to ensure correct depth of metal.

18.6.2 Metal shall then be hand picked, bigger size being placed at bottom. A small quantity shall be retained for rectification work.

18.6.3 Metal shall then be dry rolled with 8 to 10 tonne power roller commencing at the edges and working towards the centre until sufficient compaction of metal is achieved and metal are not displaced by the roller.

18.6.4 The water shall be applied and metal kept saturated till the rolling is complete i.e. when roller makes no visible impression on the surface.

18.6.5 The moorum and Red Bajri shall be spread evenly over the surface in 6 mm thick layer, copiously watered and rolled till a paste of water, red bajri and moorum begins to flow ahead of the roller and moorum stops sticking to the roller and forcing the metal out.

18.6.6 Measurement of the work shall be same as for soling coat.

18.7 Cement concrete pavement:

Page 304: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 103

18.7.1 The pavement shall consist of cement concrete 1:2:4 ( 1 cement: 2 coarse sand: 4 hard stone ballast 40 mm. Nominal gauge) or richer mix as specified laid on the prepared base including compaction and curing.

18.7.2 Materials such as water, cement, sand and stone ballast shall conform to the material specification mentioned before.

18.7.3 The prepared surface shall conform to the line, grade and cross section shown on the plans and for this purpose the sub-base shall be prepared by scarifying the existing surface where necessary and adding extra material and consolidating.

18.7.4 The forms shall be of steel and shall be of a depth equal to the thickness of the slabs. Steel forms shall be of required section length. They shall be generally of channel section perfectly straight with a broad base of sufficient stiffness to withstand without displacement or distortion due to placing and compaction of the concrete. They shall be provided with an efficient locking device to ensure continuity of line and level through joints and with steel pins to hold them in position.

18.7.5 Mixing and placing in position 18.7.5.1For mixing and placing in position the cement concrete specification mentioned before shall

apply. 18.7.5.2The compaction shall be done by vibration. The vibration in the vibrator screed shall be of a

frequency not less than 3500 impulses per minute. Internal vibrator shall also be used when slabs of more than 200 mm. thickness are laid.

18.7.5.3After compaction of the concrete in the base, the surface level shall be checked by straight edge longitudinally and by tamper transversely. Any hollow spot or depression shall be made up with cement concrete by compaction till a uniform surface is obtained. The surface may also be checked with a string.

18.7.6 Finishing:

The road surface shall be belt finished. The belt usually consists of a piece of canvas 160 mm wide and one metre longer than the width of the slab having wooden handles at each end. The process consists of a preliminary stage when the belt shall be drawn slowly across by a series of long stroke and finally by short stores with rapid advance, intermediate stages being used as decided by the Architects.

18.7.7 Measurement:

The measurements shall be made correct to two decimal points of cum. The rates shall also include leaving expansion joints and expansion joint filler.

18.8 Scarifying metalled (water bound) surface. 18.8.1 All dirt, dust caked up mud, slush, animal dropping vegetation and all other rubbish shall be

removed from the water bound macadum surface. 18.8.2 The macadum surface shall be scarified to a depth of about 5 cm. With additional pricking of

high parts to the required camber and gradient. 18.8.3 Any hollows after pricking shall be filled with new aggregate and well consolidated to bring

the surface to template. 18.8.4 The scarified aggregate shall be raked to bring smaller stone on the top and surface brought to

the required camber and gradient with a tolerance of 12 longitudinally and transversely and consolidation with road aggregate received form scarifying before the 2nd course is laid.

18.8.5 All rubbish etc., shall be disposed of as directed by the Architects. 18.8.6 Measurement.

The length and breadth shall be measured correct to a cm and shall be paid for per square metre.

18.9 Premix Carpet.

Page 305: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 104

18.9.1 The treatment consists of applying a tack coat on the prepared base followed immediately by spreading aggregates pre-coated with specified binder, to camber and consolidated. The consolidated thickness of treatment shall be as specified in the schedule of quantities.

18.9.2 Preparation of Mix and Laying: 18.9.2.1The stone grit (aggregate) shall be dry, screened of dust and measured in boxes and then

loaded into the drum mixer in the proportions specified. 18.9.2.2The aggregate shall be heated. The binder heated in boilers to the required temperature for the

particular grade shall be drawn off from the boiler in gauged buckets showing the weight of bitumen, poured over the aggregate in the mixer at the correct rate of 64 kgs per cubic metre of aggregate and mixing started till the aggregate is uniformly coated with bitumen.

18.9.2.3The hot mix shall be carried to the road and spread to levels after applying the tack coat as specified, to a thickness sufficient to achieve after consolidation the specified thickness.

18.9.2.4Rakes and powrah or drag spreaders shall be used for mixture. 18.9.3 Consolidation 18.9.3.1The road surface shall be consolidated with 6 to 8 tonnes power roller starting at the edge and

working towards the centre. The roller shall be started and stopped without jerks. 18.9.3.2Consolidation shall be considered complete when the stone chippings are firmly embedded. 18.9.3.3Any high spots or depressions shall be corrected by adding premix material. 18.9.3 Measurement

The length and breadth of the finished work shall be measured correct to a cm and paid in square metre.

18.10 Seal coat with bitumen: 18.10.1 The treatment consists of applying a coat of bitumen on prepared surface blinding with stone

grit and consolidation with road roller. 18.10.2 The bitumen and stone grit shall be collected stacked and measured as specified and as per

specifications. 18.10.3 Cleaning the road surface 18.10.3.1Prior to the application of binder all dust, dirt, caked mud, animal dung, loose and foreign

matter shall be removed 30 cms. Beyond the width to be painted, by brooms, small picks, wire brushed etc.

18.10.4 Applying binder: 18.10.4.1The Binder shall be heated in a boiler to the specified temperature and shall be applied

longitudinally along the length to the clean dry surface by sprayer at 1.5 kg per square metre distributed evenly.

18.10.5 Binding 18.10.5.1Immediately after the Binder is applied and it is hot, stone grit free from dust shall be evenly

spread over the surface with 1.05 cubic meter per 100 square metre or as specified. Spreading shall be done with a twisting motion to avoid segregation which otherwise shall be removed by brushing the excess grit into hungry spots to obtain uniform surfaces, free from waviness, depressions and other irregularities.

18.10.6 Consolidation 18.10.6.1Immediately after the application of stone grit and light brooming, the road surface shall be

compacted by power roller 6 to 8 tonne starting without jerks. 18.10.6.2Consolidation shall be considered complete when the stone chipping are firmly embedded. 18.10.7 Measurement 18.10.7.1The length and breath of finished work shall be measured correct to a cm and paid in Sqm.

Page 306: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 105

APPROVED MAKES OF MATERIALS A) CIVIL WORKS

S.No. Material Make

1. Cement ACC/ Birla / Ultratech / JK

2. White Cement JK / Birla / Modi

3. Steel TISCO / SAIL / RINL

4. Mild Steel Pipes, Plates, Flat, Angles, Chequred Plate

TISCO / SAIL / RINL

5. Welded Mesh Swish Weldmesh / IRC/ Multiweld Wire Co. 6. Anti-Termite Chemical Vam Organic / NOCIL / Bayer / Fosroc Chemicals

(India) Ltd / Lupin

7. Water Proofing Chemicals & Membranes

Pidilite/ Roffe / STP / Sika /Xypex

8. Construction Chemicals & Plasticisers Fosroc / Roffe / Pidilite / Sika / Krishana Conchem Products Pvt.

9. Bitumen Impregnated Expansion Board

Bengal Chemical Ltd./ STP

10. Vitrified Flooring Tiles Nitco / Kajaria / Marbonite / Johnson 11. Ceramic/ Glazed/ Anti-Skid Floor

Tiles Kajaria/ Nitco/ Johnson

12. Wall Putty Birla/JK

13. Plastic Emulsion Paints Asian / Nerolac / Berger/ Dulux/ ICI

14. Cement Paints Snowcem / ICI

15. Anti-Fungal Paints Asian / Dulux / ICI

16. Textured Paints Spectrum / Unistone

17. Synthetic Enamel Paint Asian / Nerolac / Berger / Dulux / ICI

18. Dry Distemper Asian / Nerolac / Berger / Dulux / ICI

19. Galvanized Color Coated Steel Roofing Sheets and Tiles

Tata Blue Scope / Lloyd / Multicolor / Japan Metals

20. Paving Tiles Pavit / Unistone/ NITCO 21. Tile Adhesive Laticrete / Bal Endura / Toyo Ferrous Crete (P)

Ltd. 22. Epoxy Filler Grout Laticrete / Bal Endura / Toyo Ferrous Crete (P)

Ltd. 23. Natural Veneer Green / Duro / Century / Donear 24. Laminates Greenlam / Merino / Formica

25. Epoxy adhesive Hindustan Ciba-Geigy / Sika

26. Wood Adhesive Fevicol / Vamicol / Jivanjor 27. Metallic False Ceiling Armstrong / Lindner / Durlum

28. Calcium Silicate Board Ramco / Aerolite Ceiling Systems

Page 307: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 106

29. Clear Float Glass Modi / Saint Gobain / Asahi 30. Aluminium Extruded Sections Hindalco / Jindal / Indal

31. Locks Godrej / Dorset /Golden / Secure 32. Door Closer & Floor Spring Ozone / Dorma

33. Brass Hardware Earlbehari / Parmar / Palladium

34. Aluminium Hardware Ecie / Everite / Parmar

35. Friction Stays Giesse/ Fapin

36. PVC Door Shutters Sintex / Simplex / Plasopan / Supreme

37. Fasteners Hilti / Fischer

38. Glass Reinforced Concrete (GRC) Wall Cladding Tiles

Unistone or approved equivalent

39. Block Board & Ply Duro / Century / Green

40. Flush Door Shutters Duro / Century / Kit / Green

41. Particle Board Novopan / Merino

42. Prelaminated Particle Board Novopan / Merino

43. Gypsum Board Saint Gobin/ Anutone/ Lafarge

44. Mirror Modiguard / Goldplus / Atul

45. Sealant for Aluminum Dow Corning / 3M

46. Precast Terrazzo Tiles NITCO or approved equivalent

47. Plain Polycarbonate GE Plastics or equivalent

48. Multi wall Polycarbonate Danpalon or equivalent

49. Fire Paint Akzo Nobel Coatings Pvt. Ltd. / Promat / Asian Paints Ltd.

50. Fire Rated Doors (Wooden) Promat International (Asia- Pacific) Ltd. / Sukri Paints & Chemicals / Navair International Ltd.

51. Mineral Fiber Ceiling Saint-Gobain Ecophon AB / Armstrong / USG

52. Exterior Grade MDF Nuwood / Green / Duratuff

53. Mineral Wool UP Twiga / Lloyd Insulation

54. Glass Film 3M or equivalent

NOTES :

• In case of unavailability of any material of specific make an equivalent make can be used only after a written approval of the Owner/ Architect. Also the preference of make/ brand of the material listed above will be decided by Architects. The make/ brand of any other item will be as mentioned in the drawings issued by the Owner/ Architects.

The contractor shall provide samples of all materials mentioned in the list of make. A written approval of these samples shall be sought prior to commencement of any work. The Owner / Architects reserves the right to enquire about the genuineness of any material used at site directly from the Manufacturer/ Dealer.

Page 308: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 107

PART ‘B’ : PLUMBING & SANITARY WORKS 1.0 SPECIFICATIONS FOR PLUMBING & SANITATION WORKS 1.1 General 1.1.1 Scope of work The scope of work comprises supply, installation, commissioning and testing of water

supply, sewerage and drainage, sanitary fixtures and fittings, water pumping, water treatment system & tubewell for Proposed Auditorium at Nerist Campus Arunachal Pradesh. The scope of work includes supply of all materials as per specifications and drawings, laying, fitting, fixing, installation and commissioning the same.

1.1.2 All the water supply, drainage and sanitary works shall be carried out strictly as per

printed central PWD Specifications, 2002 Vol. (II) with upto date corrections for water supply, sewerage and drainage, sanitary fixtures and fittings, water pumping & water treatment system, shall be carried out as per relevant sections of these Specifications.

1.1.3 All the water supply and sanitary works shall be carried out by the licensed plumbers

approved by the Local Authorities and skilled workmen, experienced in the trade. 1.1.4 All works shall be completely concealed either within shafts or chases or in fills and

dropped ceilings unless specifically shown in drawings or required otherwise. 1.1.5 All works shall be adequately protected, to the satisfaction of the Engineer, so that the

whole work is free from damage throughout the period of construction upto the time of handing over.

1.1.6 No work shall be covered without approval of the Engineer. 1.1.7 The Contractor shall be responsible for coordinating the work with works of other

trades sufficiently ahead of time to avoid unnecessary hold-ups. Hangers, sleeves, recesses, etc. shall be left in time as the work proceeds whether or not these are shown in drawings.

1.1.8 All clamps, screws, brackets, hangers and all miscellaneous steel work needed in the

work shall be fully galvanised. 1.1.9 Only specified brand of material will be used subject to the approval of the sample. 1.1.10 The Contractor shall submit as directed by the Engineer samples, manufacturer's

drawings, equipment characteristics and capacity data etc. of all equipment, accessories, devices, etc. that he proposes to use in the installation, to the Engineer for approval.

1.1.11 The Contractor shall prepare and submit to the Engineer for approval before the work is

commenced, all shop drawings.

Page 309: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 108

These shop drawings in triplicate must be submitted by the contractor as soon as possible after the order is placed to give ample time for all the parties concerned to study and make comment thereon.

The work shall commence only after the shop drawings are approved by the Engineer. 1.1.12 On completion of work the contractor shall submit to the Engineer one original and two

copies of as-built drawings. 1.1.13 Before the work is handed over, the Contractor shall clean all fixtures removing all

plaster, stickers, rust stains and other foreign matter of discolouration of fixtures, leaving every part in acceptable condition and ready for use, to the satisfaction of the Engineer.

1.1.14 All sanitaryware and fittings shall conform to I.S. standards. The Contractor shall

submit samples of all fittings and fixtures proposed to be used to the Engineer for his approval. The approved samples shall remain with the Engineer till the completion of the work.

1.1.15 All workmanship shall conform to Indian Standard Codes of Practice. The fixing and

finishing shall be neat, true to level and plumb. Manufacturer's instructions shall be followed closely regarding installation and commissioning.

1.2 SANITARY FIXTURES AND FITTINGS 1.2.1 Workmanship All sanitary-ware shall be fixed in a neat workmanlike manner, true to level and plumb.

Manufacturer's instructions shall be followed closely regarding installation and commissioning.

1.2.2 Protection of Fixtures Fixtures shall be protected throughout the progress of the work from damage. Special

care shall be taken to prevent damage and scratching of chromium plated fittings. Tool marks on chromium fixtures, etc. shall not be accepted.

All fixtures shall be fixed with chromium plated brass screws with washers whenever

necessary. Protective paper on fixtures shall be removed with hot water only at the final

completion of work. 1.2.3 Sanitaryware

All porcelain sanitaryware shall be of first quality, free from warps, cracks and glazing defects. All sanitaryware, fittings and fixtures shall be as shown in drawings and indicated in Bill of Quantities.

1.2.4 Testing When the installation has been completed to the satisfaction of the Engineer it shall be

tested in the following manner:

Page 310: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 109

a) The entire system shall be slowly filled with water, allowing any trapped air to

escape. b) When all outlets are closed the system shall be checked for water tightness. c) Each outlet shall then be checked for rate of flow and correct operation.

3.0 SPECIFICATINS FOR WATER SUPPLY PUMPS & WATER TREATMENT

SYSTEM 3.1 Scope of Work The Scope of work in this subhead shall consist of furnishing all labour, materials,

equipment and appliances necessary and required to completely do all work relating to the supply, installation, testing & commissioning of water pumping and water treatment as described hereinafter and shown on the drawings.

The work shall include the following :- Supply, installation, testing & commissioning of a) Water supply pumps & drainage pumping system. b) Water filtration system. c) Electrical works related with water supply pumps & water treatment plant. d) Painting of equipment and piping. e) Unloading of the equipment and placing in position at site. f) Foundation of equipments as required. 3.2 Contractor’s Experience 3.2.1 Contractors quoting for this work shall be engaged in the manufacture, work

testing and installation of Pumping Systems and Water Treatment Plants. 3.2.2 Contractor must have sufficient experience in the execution of turn-key projects. 3.2.3 Contractor must submit with the tender a list of similar jobs carried out by

him in the last five years along with the name of works, name and address of clients, year of execution, capacity of plant and value of work.

3.3 Technical Information 3.3.1 Contractor shall submit along with the tender copies of detailed

specifications, cuts, leaflets, and other technical literature of equipment and accessories offered by him.

3.3.2 Contractor’s attention is specially invited to the special conditions and other

clauses in the agreement which required the contractor to :-

a. To Submit detail shop drawings.

Page 311: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 110

b. Use material of specific makes and brands. c. Obtain approval from various authorities as necessary and required. d. Execute the entire work on a turn-key basis so as to provide a totally

operating plant. 3.4 Exclusions 3.4.1 Work under this contract does not include the following work:- 3.4.2 Electrical cables upto incoming motor control centre. 3.5 Site Accessibility 3.5.1 The equipment are to be located in pump house located within the substation

building. 3.5.2 The equipment must be carried from the goods receiving station to the site in

an extremely careful manner to prevent damage to the equipment building or existing services.

3.5.3 Contractor must visit the site and familiarize himself with above problems to

ensure that the equipment offered by him are of dimensions that they can be carried and placed in position without any difficulty.

3.6 General Requirements

a) All materials shall be new and of the best quality conforming to specifications and subject to the approval of the Engineer.

b) All equipment shall be of the best available make manufactured by reputed

firms. c) All equipmens shall be installed on suitable foundations, true to level

and in a neat workmanlike manner. d) Equipment shall be so installed as to provide sufficient clearance

between the end walls and between equipment to equipment. e) Piping within the pump house shall be so done as to prevent

any obstruction in the movement within the pump house. 3.7 Pumping System 3.7.1 Pumping sets

Water supply pumps shall be monoblock online vertical, single or multistage stainless steel pumps suitable for clean filtered water.

3.7.2 Level Controller/Indicator Contractor shall provide and install low voltage transistorised level controllers/indicator

as specified in Bill of Quantities. Each level controller/indicator shall be provided with required number of PVC sheathed stainless steel probes with necessary wiring and conducting.

3.7.3 Neoprene flexible pipe connectors

Page 312: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 111

Suction and delivery lines of the pumps shall be provided with double flanged

reinforced Neoprene flexible pipe connectors. Connectors shall be suitable for a working pressure of each pump as specified in Bill of Quantities.

3.7.4 Piping Pipes for suction and delivery line shall be galvanised steel tubes to IS:1239 (Medium

Class). Fittings shall be malleable cast iron fittings as per IS:1879. a) Valves 65 mm dia and below shall be lever operated Ball valves, screwed type

of bronze body as per IS:318 with SS ball and SS stem with mild steel lever. b) Non-return valve 65mm and below shall be of gunmetal confirming to IS : 778. c) Valves 80 mm dia and above shall be cast iron lever operated butterfly valve. d) Non return valve 80 mm dia and above shall be cast iron double flanged to

IS:5312. e) Suction strainer or foot valve shall be gunmetal. 3.7.5 Joints All G.I. pipes and fittings shall be provided with screw joints unless otherwise

instructed. 3.7.6 Testing All G.I. pipes shall be tested hydrostatically for a period of two hours to a pressure of

14.0 Kg/Cum. without drop in pressure. 3.8 Water Treatment System 3.8.1 Water Filter a) Water filter shall be dual media pressure filter / activated carbon filter suitable

for a rate of filtration given in Bill of Quantities. The design fabrication and construction shall conform to the requirement of IS:2825.

b) Filter shall be vertical type skid mounted of required diameter. The shell shall

be fabricated from M.S. plates conforming to IS:2041 suitable to withstand as design pressure given in Bill of Quantities. The minimum thickness of shell shall be 6 mm and dished ends shall be 6 mm which shall include corrosion allowance and mill allowance respectively. The scaling allowance on dished ends to be considered by the bidder as per requirement of IS:2825. The filter shall have atleast one pressure tight manhole cover. Each filter shall be provided with screwed or flanged connection for inlet, outlet, individual drain connections necessary and required. Filter shall be painted inside with minimum two coats of non-toxic corrosion resistant paint and one coat of red oxide primer outside.

c) Under Drain System Each filter shall be provided with an efficient under drain system comprising

of collecting pipes, polypropylene nozzle's of manufacturer design. The entire under drain system shall be supported on M.S. plate or cement concrete supports provided by the contractor.

d) Face Piping

Page 313: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 112

Each filter shall be provided within interconnecting face piping comprising of

inlet, outlet and back wash complete with valves. Pipes shall be GI heavy class (65 mm & below). Pipe 80 mm dia and above shall be CI (LA) double flanges pipes with matching fittings.

e) Accessories i) Air release valve with connecting piping. ii) 100 mm dia Dial Bourden type gun metal pressure gauges with gun

metal isolation, cock and connecting piping on inlet and outlet, causing shall be with cast aluminium stored enamel black finish cases.

iii) Sampling cocks on low water inlet and filtered water outlet. iv) Connection with valve for air scouring. f) Each filter shall be provided with clean and washed filter media of type and

depths as recommended by the manufacturer. g) Back Wash Backwash flow rate shall be 400 gallons/hr./sq.ft which shall be achieved by

reversal of flow from water supply pumps through the pressure filter. Backwash shall be done once in 48 hours subject to the recommendations of manufacturer.

3.8.2 Chemical Dosing Pumps (for Chlorination)

a) Chemical dosing pumps shall be reciprocating type with PVC or Ebonite head and adjustable stroke with 0-100% adjustment.

b) Pump shall be driven by a totally enclosed vertical spindle motor suitable for

400/440 volts, 3 phase, 50 cycles, A.C. supply. c) Capacity of the pump shall be as per manufacturer’s recommendation. d) As the dose rate is likely to vary depending upon the quality of water select a

pump of which operating capacity can be exceeded by further 50%. 3.8.3 Solution Tanks for Chlorination

Provide one PVC/Rubber lined M.S. tank of minimum one day storage capacity for each pump considering the extended capacity of the pump.

3.8.4 Piping for Water Treatment Plant a) Pipes shall be M.S. galvanised steel conforming to IS:1239 (medium

class) with matching malleable cast iron fittings. b) Valves 65 mm dia and below shall be lever operated Ball valves, screwed type

of bronze body as per IS:318 with SS ball and SS stem with mild steel lever. c) Non-return valve 65mm and below shall be of gunmetal confirming to IS : 778. d) Valves 80 mm dia and above shall be cast iron lever operated butterfly valve.

Page 314: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 113

e) Non return valve 80 mm dia and above shall be cast iron double flanged to IS:5312.

3.8.5 Flow Measurement The contractor shall provide one bye-pass type Rota meter reading LPH on delivery

line of filter and softener. 3.8.6 The contractor shall supply one complete set of test kit for water treatment system. 3.8.7 Painting and Clean-up a) One completion of the installation contractor shall scrub, clean all pumps,

piping, filter, softener and other equipment and apply one coat of primer. b) Apply minimum two coats of synthetic enamel paint. Type/make of paint shall

be as per Engineer approval. c) Provide painted identification legend and direction arrows on all equipment and

piping as directed by the Engineer. d) On final completion of the work, contractor shall clean up the site and pump

room of all surplus materials, rubbish and leave the place in a broom clean condition.

3.9 Electrical Works 3.9.1 Cables a) Contractor shall provide all power and control cables from motor control centre

to various motors, level controllers and other control devices. b) Cables shall conform to IS:1554 and carry ISI mark. c) Wiring cables shall conform to IS:694. d) All power cables shall be aluminium conductor PVC insulated/PVC sheathed

FRLS armoured cables of 1100 volts grade. e) All control and wiring cables shall be copper conductor PVC insulated

armoured and PVC sheathed 600 volt grade. f) All cables shall have stranded conductors. The cables shall be in drums as far

as possible and bear manufacturer's name. 3.9.2 Motor Control Centres Cubicles switch board of floor mounted and shall be fabricated from 16 gauge M.S.

sheet with dust and vermin proof construction. It shall be painted with stove enamelled paint of approved make and shade. It shall be fitted with suitable etched plastic indentifications plates for each motor. The cubicles shall in general comprise of the following :

(A) Incoming and outgoing MCCB’s of required capacity with rotary handle.

Page 315: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 114

(B) PVC Colour coaded TPN Aluminium busbar having current density

0.8Amp/sq.mm. (C) Isolation switch fuse unit one for each motor. (D) Fully automatic DOL/Star Delta starters appropriate for motor rating

with ON/OFF push buttons and on/off indicating neon lamps for individual motor.

(E) Single phase preventor of appropriate rating for each motor. (F) Selector switch for pump operation. (G) Panel type ampere meters of appropriate rating one for each motor. (H) Panel type voltmeter on incoming main with rotary selector switch to read

voltage between phase to neutral and phase to phase. (I) Rotary switch for manual or auto operation for each pump. (J) Space for liquid level controllers specified separately in this contract. The panel shall be prewired with colour coded wiring. All interconnecting

wiring from incoming main to switch gear, meters and accessories with in the switch board panel.

3.10 Installation, Commissioning & Guarantees 3.10.1 Installation a) Contractor shall supply three copies of foundation drawings giving weight,

vibration and other loads required for the proper designing of the foundations. b) All equipment shall be installed in a true workman like manner true to level

and grade in accordance with the best current practice. c) Contractor shall employ sufficient and proper equipment for lifting and placing

of heavy equipment and in a manner which shall not strain or cause damage to the existing structures. If any damage is done, the same shall be made good to the satisfaction of the Engineer without any additional cost.

d) The contractor shall submit detailed shop drawings showing detailed layout of

the system showing dia piping, valves etc. for approval of the Engineer. The work shall be started only after approval of shop drawings submitted by the contractor.

3.10.2 Commissioning a) On completion of the work in all its aspects, the contractor shall start up the

plant in a manner normally done for the continuous operation for a period of

Page 316: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 115

not less than 48 hours and shall rectify and adjust the equipment for leakages and balancing the system.

b) After satisfactory commissioning of the plant, the contractor shall conduct

performance tests on the pumps to satisfy the Engineer that all equipments are performing to the rated outputs any or all pumps and equipment shall be rectified or replaced if the same is not performing in accordance with the specifications.

3.10.3 Guarantees a) On award of the work contractor shall submit a guarantee covering the quality

and performance of all materials supplied and installed under the contract. This guarantee shall cover each and every material whether manufactured by the contractor or not.

b) Contractor shall specify a suitable procedure to test the rated performance of

the equipment and shall provide all necessary equipment, guages etc. for conducting such tests.

c) The guarantee shall cover a period of one year from the date of installation and

handing over and commissioning of plant. 3.10.4 Completion On completion of the job, the contractor shall hand over to the Engineer the following: a) One flow chart drawn in ink on thick paper and mounted in a glass frame

showing the flow diagram of the process including legend showing valves to be normally open or closed and instructions for operation and maintenance of the pumping equipment.

b) Five sets of operating and maintenance instructions with spare parts list and

their manufactures and/or suppliers. c) Five sets of catalogues and drawings for all equipment supplied.

On final commissioning of the plant, contractor shall provide the services of one trained supervisor for period of two calendar weeks to train the Owners'

staff in the operation and maintenance of the plant. 4.0 SPECIFICATIONS FOR TUBEWELL 4.1 Scope of Work The scope of work comprises geo hydrological survey using resistivity method and

construction and development of one number tubewell giving a minimum safe yield of 3500 GPH including drilling of borehole, collecting and recording well data, supply and installation of well assembly development of the tubewell and carrying out various tests as specified.

4.2 Selection of Site

Page 317: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 116

The site where tubewell is to be sunk or where rain water harvesting system is to be

made as indicated in the drawing shall be examined by the driller and if necessary a more suitable alternative location shall be selected with the approval of the Engineer so that the chances of success of tubewell might be increased. Any previous data available with the drilling agency regarding nearby tubewells or boring made for any other purpose may be used to evolve suitable procedure for drilling, developing, testing etc. of the tubewell to be sunk.

4.3 Geological Data 4.3.1 Samples of drill cuttings from different strata shall be collected at suitable intervals.

The samples shall be collected at every 2 metre depth drilled or at closer intervals, if a change in the strata is met with.

4.3.2 The sample shall be dried and stored in a neat cloth or polytene bags which shall be

labelled clearly indicating the depth range of the strata. All such samples shall be sent to the required authority for testing, etc.

4.4 Drilling Time Log As the drilling progresses, an accurate drilling time log be kept indicating the time

taken to drill each 3 metre depth. 4.5 Lowering of Pipe Assembly 4.5.1 Housing pipe is provided in upper portion of the tubewell in which pumps and motor

assembly shall be accommodated. The pipe shall be of heavy duty and provided at least 0.6m above the ground level to have good and strong foundation.

4.5.2 Blind pipe: It shall be provided in non-aquifer portion and below housing pipe and upto

slotted pipe. The length of blind pipe should be decided on the basis of non-aquifer portion or unwanted aquifer portion which are to be cased.

4.5.3 Slotted Pipe or Screen : The screen or slotted pipe shall be provided against the required

thickness of aquifer in order to allow ground water to be pumped into the tubewell. 4.5.4 The housing pipe, blind pipe and slotted pipe to be used in the tubewell shall be of mild

steel ERW pipes conforming to IS-3589-1991 (or revised thereof). In order that the well assembly be centrally lowered in the bore, the housing and casing pipe to the fitted in alluvium or over burden portion of the tubewell with centralised guides specially approved by the Engineer-in-Charge. These guides shall be fitted at every 10 metre subject to minimum of 4 guides on each tubewell.

4.5.5 The slotted pipes to be used shall have lined slots of required size to give an area of 15

to 22%. The slot size should not exceed the thickness of slotted pipe. The slot size shall be within limits of 1 mm to 3 mm thickness. The length of the slot can also vary from 50mm to 80mm within the prescribed percentage area of opening allowed. The length of the slotted pipe/strainer shall not be less than 3 metre. The slotted pipe shall be attached to the housing pipe or blind pipe by means of a strong M.S. coupling and reducer of quality and design approved by the Engineer-in-Charge.

Page 318: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 117

4.5.6 1.5 metre long tail of M.S. blind pipe to be provided with close bottom and lifting hook of 20mm dia bars or tail plug of approved type shall be provided at the bottom of screen pipe.

4.5.7 Painting - Before placing into the bore holes, two coats of anti-corrosive paint over a

coat of red oxide primer shall be given to all mild steel pipes and other parts of the well assembly, both inside and outside.

4.5.8 Gravel Packing - Uniform gravel shall be used adjacent to the well screens. The gravel

must be fine enough to prevent the passage through its pores, the particles from the formation materials and coarse enough to give a lesser resistance so that the head loss in flow of water through it should be relatively small.

The gravel shall consist of clean, hard, well rounded uniform particles of silica or

quartz, free from dirt, foreign materials as well as flaky particles. The size of gravel will depend upon mechanical analysis of the aquifer materials for uniform aquifer. The packing of gravel around the well assembly will be a continuous process and shall start from bottom upward. The gravel shall be packed systematically in layers through 35mm dia to 50mm dia GI pipe.

4.6 Drilling 4.6.1 The driller shall employ reverse circulation or direct rotary method to drill the

borehole as approved by the Engineer-in-Charge. For hard rock and boulder formulation DTH/ODEX process shall be employed. The driller shall provide all equipments necessary for the execution of the work at his own cost.

6.6.2 The driller shall make his own arrangement for electricity and water required

for drilling purposes and also for ancillary excavation. He shall also arrange for the drilling mud and mud pump etc.

4.7 Lowering of Well Assembly The lowering of assembly shall be done by the Contractor in the presence of the person

duly authorized by the Engineer-in-Charge. The driller shall submit a chart showing the position in the bore and the location where slotted pipes or strainers have been placed including the location of joints.

4.7.1 Vertically of the bore well shall be checked as per the standard approved practice. 4.8 Development Development of tubewell shall be carried out either by over pumping or by compressed

air. Standard approved methods shall be adopted for development of tubewell. Rate of compressed air or water pumping shall be decided on the basis of strata conditions and as per approval of the Engineer-in-Charge, All equipment required to develop the tubewell shall be arranged without any extra cost. Development process shall be continued until the stabilization of sand and gravel rock is completely assured.

4.9 Step Draw Down Test The test shall be conducted by installing a test pump in the tubewell temporarily and

pumping out water at various speeds or by throttling delivery sluice valve. At each rate of discharge pumping shall be carried out at least for 30 minutes. If the water level and

Page 319: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 118

discharge are found to be fluctuating, development shall be carried out for some more hours until the discharge becomes steady and sand content is within tolerable limits. The specific capacities of the well for various pumping rates shall be computed based on the step draw down test data.

4.10 Yield Test The yield test of the tubewell shall be carried out by pumping out well water, after the

well is satisfactorily developed. Pumping rate shall be increased gradually until the desired draw down is attained. The pumping shall be continued at the same draw down for at least 10 hours and may be increased to 12 hours as required by the Engineer-in-Charge. Necessary samples shall be collected and stored as per standard approved procedure and arranged for testing at approved laboratory for chemical and biological characteristics of the water. The yield test shall be carried out in accordance with tubewell department's standards as per para 5.3 of IS: 2800, Part II, 1979.

The driller shall obtain certificate of successful construction of the tubewell from the

Engineer-in-Charge and the local authorities. In the event of a tubewell declared unsuccessful by the Engineer-in-Charge, the driller

shall remove the tubewell assembly by jacking or any other method approved by the Engineer-in-Charge so that no part of the well assembly is damaged.

An abandoned tubewell, after removal of tubewell assembly, shall be suitably

backfilled with the natural material of the encountered and duly rammed at ground level with allowances for settlement by the driller. The cost of removal of tubewell assembly from abandoned tubewell and backfilling etc. shall be deemed to be included in the rate of boring of the tubewell, however cost of boring shall be paid.

4.11 Quality of Water Water shall be collected during aquifer performance test and analysed for physical,

chemically and bacteriological test as indicated in IS:10500 and as desired by the Engineer-in-Charge for different constituents required for potable water.

4.12 Sanitary Sealing The annular space between the bore and the housing pipe shall be cement grouted upto

5 metres below ground level or upto first clay bed whichever is obtained first and two gravel feeding pipes on either side of housing pipe to the full depth of foundation to be provided.

4.13 Handing Over of the Tubewell 4.13.1 The tubewell shall be handed to the Engineer-in-Charge in a complete shape. The

housing pipe shall be closed by a well cap for the period between the completion of the tubewell and the installation of the pump set. The cap shall be of such a design that it is easily removable causing no damage to the housing pipe.

4.13.2 The following information shall be furnished by the drilling agency to the Engineer-in-

Charge on completion of the tubewell :

Page 320: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 119

a) Strata chart of the bore hole indicating the different types of soil met with, at

different depths and granular zones. b) Samples of strata collected, neatly packed and correctly marked in sample

bags; c) Chart of actual pipe assembly lowered indicating the sizes of pipes, depth

ranges where slotted pipes have been used, depth and diameter of housing pipe; reduced level of the top of the housing pipe, and the diameter and depth of bore hole;

d) Hours of developing by compressed air, pump sets or by other means; e) Results of mechanical (sieve) analysis of samples of aquifer material, wherever

applicable; f) Recommendation on the safe pumping yield, pump-setting and specification

for suitable pump set; g) Report on the chemical and bacteriological tubewells water. h) Annexure-A, giving the required details indicated in the proforma.

Page 321: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 120

ANNEXURE - A INFORMATION TO BE FURNISHED BY DRILLER TO OWNER ON COMPLETION OF THE TUBEWELL 1) Agency constructing the tubewell 2) Location of the tubewell 3) Method of drilling adopted 4) Date of starting 5) Date of completion 6) Pilot hole or test hole ___________________________ Bit type

_____________________________ Hours ____________________________________________from___________________________ to _______________________________________________________________

7) Coring done _______________________ Bit size ________________ Bit type

______________ Hours _______________________________ Recovery ___________________________________ From _____________________________________ to ____________________________

8) Reaming ___________________________ Bit size ______________________ Bit type

____________ _____________________ Hours ______________________________________ From ________________________ to __________________

9) Total depth of the bore hole _______________________________________________ 10) Lithological log From To Formation _________________________ ___________________________ _____________________ _________________________ ___________________________ _____________________ 11) Electrical log 12) Assembly of production well _________________________ Size ______________________ Length __________________________________ Type

___________________________________ Perforation per meter ___________________________________________________ Housing pipe ____________________________________________________________ Blind pipe ______________________________________________________________ Strainer _______________________________________________________________ Bail plug _______________________________________________________________

13) Top of tubewell above/below ground level _____________________________________ _____________________

Page 322: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 121

14) Size of gravel ______________________ Quantity used before development ________________ _______________________ quantity used during development _____________________________

15) Method used for development ____________________________ Testing

_____________________ 16) Total hours of development ________________________________ total hours of testing

_______________________________________________________________ 17) Step draw down test : Time of test ___________________________________________ Speed

RPM _____________________ Discharge ___________________ Period run ____________

18) Aquifer performance test : Time of test _______________________________________ Speed _____________________________ rev/min Discharge _______________ 1/min

19) Static water level ________________________________________________________ 20) Rated discharge in 1/min __________________________________________________ 21) Depression head of the production well ____________________________________ 22) Sand contents in ppm at the rated discharge after 20 minutes of the start of the pump _______

_____________________________________________ 23) Sand contents in ppm at 1.5 times the normal depression after 20 minutes of the start of the

pump or 20 percent in excess of rated discharge if 50 percent extra depression cannot be arranged __________________________________

24) Recommendation with regard to a suitable pump _______________________________ __________________________

25) Further details required :

a) Samples of strata, neatly packed in sample bags b) Chart of pipe assembly lowered c) Results of mechanical analysis of samples of unconsolidated strata d) Chemical and bacteriological analysis of tubewell water

26) Remarks : Owner _______________________ Driller __________________________________________________

Page 323: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 122

ANNEXURE - B

INFORMATION TO BE FURNISHED BY THE DRILLING AGENCY When offering to sink a tubewell, the drilling agency shall furnish the following information:

a) Most suitable location of tubewell as per geo hydrological survey by resistivity test.

b) Whether a test bore hole is proposed and, if so, its diameter and depth; and Depth of tubewell proposed; c) Likelihood of increasing or decreasing the depth given at (b) above; d) Method of drilling; e) Sizes and types of pipes, strainers, or slotted pipes, etc. proposed to be used; f) Probable yield of water to be obtained;

g) Guarantees with regard to the verticality of tubewell and sand content in discharge in parts per million at the time of handing over the well; and

h) Any other information and condition.

Page 324: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 123

LIST OF MAKES FOR PLUMBING WORKS SL. NO. MATERIALS BRAND NAME 1. VITREOUS CHINA AND FIRECLAY JAQUAR/ PARRYWARE/ SANITARYWARE CERA 2. PLASTIC W.C. SEATS JAQUAR/AQUA PLUS/ LAURAT 3. HANDICAPED TOILET SET HINDWARE/ PARRYWARE/CERA 4. C.P. FITTINGS & ACCESSORIES JAQUAR/AQUA PLUS/ LAURAT 5. C.P. WASTE, SPREADERS, URINAL JAQUAR/AQUA PLUS/ FLUSH PIPES LAURAT 6. SOIL, WASTE & RAIN WATER PIPES & FITTINGS A) CENTRIFUGALLY CAST SPUN CAST IRON PIPES (IS: 3989) NECO / KAPILANSH

B) UPVC PIPES AND FITTINGS ORI PLAST PRINCE SUPREME

7. RCC PIPES PRAGATI CONCRETE UDYOG. JAIN SPUN PIPE CO. 8. CPVC PIPES & FITTINGS ASTRAL

ASHIRVAD AJAY

9. G.I. FITTINGS R (MALLEABLE CAST IRON) KS 10. BALL VALVES ZOLOTO LEADER AIP 11. NRV VALVES ZOLOTO AUDCO AIP 12. BALL COCKS GPA

Page 325: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 124

SANT L & K 13. STONEWARE PIPES & PERFECT GULLY TRAPS BURN RK 14. C.I. MANHOLES NECO COVERS AND FRAMES RIF BC 15. FASTNERS HILTI 16. WATER HEATER RACOLD / CROMPTON GREAVES

LIST OF MAKES FOR TUBEWELL SL. NO. MATERIALS BRAND NAME

1. VERTICAL IN LINE PUMPS - DP - GRUNDFOS - WILO 3. G.I/M.S PIPES - JINDAL HISSAR - PRAKASH SURYA 4. BALL VALVE /BUTTERFLY VALVE - ZOLOTO - AUDCO - AIP 5. GUNMETAL NON-RETURN VALVE - ZOLOTO - AUDCO - AIP

6. CI STRAINERS - LEADER / SANT 7. Y-STRAINERS - ZOLOTO - AUDCO

8. C.I. NON-RETURN VALVE - KIRLOSKAR 9. ELECTRIC MOTORS - KIRLOSKAR - NGFE - SIEMENS 10. ELECTRICAL SWITCHGEAR & STARTERS - GE POWER - L&T - CONTROL & SWITCHGEAR 11. CABLES - SKYTONE - POLYCAB - GRANDLAY

Page 326: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 125

12. LIQUID LEVEL CONTROLLERS - AUTOLIFT LIQUID LEVEL INDICATORS - TECHNICA 13. FILTER - ION EXCHANGE - THERMAX - ENVIROTECH UTILITY 14. CHLORINATOR - ASIA LMI 15. ELECTRICAL CONTROL PANLEL - DIAMOND ELECTRICAL - SPC ELECTROTECH PVT. LTD.

LIST OF MAKES FOR PUMPS

SL. NO. MATERIALS BRAND NAME 1. TUBEWELL PUMPS - KSB - GRUNDFOS 2. G.I/M.S PIPES - JINDAL HISSAR SURYAPRAKASH

3. G.I. FITTINGS - R (MALLEABLE CAST IRON) - KS

4. MS SLOTED & CASING PIPES - JINDAL & FITTINGS - SURYAPRAKASH 5. BALL VALVES / CHECK AND - ZOLOTO

BUTTERFLY VALVES - AUDCO - AIP

6. ELECTRICAL SWITCHGEAR - GE POWER & STARTERS - L&T - CONTROL&

SWITCHGEAR

7. CABLES - SKYTONE - POLYCAB - GRANDLAY

NOTES :

• In case of unavailability of any material of specific make an equivalent make can be used only after a written approval of the Owner/ Architect. Also the preference of make/ brand of the material listed above will be decided by Architects. The make/ brand of any other item will be as mentioned in the drawings issued by the Owner/ Architects.

The contractor shall provide samples of all materials mentioned in the list of make. A written approval of these samples shall be sought prior to commencement of any work. The Owner / Architects reserves the right to enquire about the genuineness of any material used at site directly from the Manufacturer/ Dealer.

Page 327: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 126

PART ‘C’ - SPECIFICATIONS FOR FIRE HYDRANT & SPRINKLER

SYSTEM

5.1 General

Work under this subhead is time-bound and has to be completed within the time limit set in the tender. Work shall be executed in accordance with an agreed schedule which shall be submitted by the tenderers along with offer and agreed to by owners.

5.2 Scope of Work

The scope of work in this subhead shall consist of furnishing all labour, materials,

equipment and appliances necessary and required to completely do all work relating to the supply, installation, testing & commissioning of Fire Fighting Systems for Proposed Auditorium at Nerist Campus Arunachal Pradesh as described herein after and shown on the drawings. The scope of work in general shall include the following.

i) Fire Fighting Pumps & Accessories and related electrical works

ii) External & Internal Fire Hydrant System. iii) Sprinkler system in entire building. iv) Hand Appliances

Without restricting to the generality of the foregoing, the work shall include the following: A Hydrant System Covering the entire complex and consisting of the following: A. Three number of Pumps - One number Main electric end suction Pump of

2280 LPM at 60 M head, one number a Diesel Standby split casing Pump for Hydrant Systems of 2280 LPM at 60 M head and Jockey Pump for System pressurization of 180 LPM at 60 M head.

B. Other piping system ancillaries such as Suction and Delivery Headers, Air

Vessel, Pressure Gauges, Pressure Switches, Pump Panel etc. as required. C. External Hydrant Ring Main of 150 mm dia with single headed Yard

Hydrants, RRL Hoses, Branch Pipes, etc. all housed in a Hose Box. D. Internal Hydrant system where required with single headed landing valves on

each floor accompanied by 1 number swinging type Hose Reel, 2 numbers RRL Hoses, 1 number of Branch Pipe etc. all housed in the niche. Bidder shall provide front frame with shutter for niche.

E. Sprinkler system for entire building. F. Hand appliance as per Bill of Quantities. G. To obtain the approval of the relevant drawings before actual installation at

site and to get the complete installation inspected and passed by the concerned authorities, as may be necessary as per local bye laws. (Any fee payable to the local bodies for such activities shall be included in the rate).

Page 328: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 127

5.3 Contractor’s Experience 5.3.1 Contractors shall engaged specialist agency only for this work of Fire Fighting systems. 5.3.2 The selected specialist agency must have sufficient experience in the execution of turn-

key projects as specified. 5.3.3 Contractor must submit with the tender a list of similar jobs carried out by him as

required along with the name of works, name and address of clients, year of execution, capacity of plant and value of work.

5.4 Technical Information 5.4.1 Contractor shall submit along with the tender copies of detailed specifications, cuts,

leaflets, and other technical literature of equipment and accessories offered by him. 5.4.2 Contractor’s attention is specially invited to the special conditions and other clauses in

the agreement which required the contractor to :- a. Submit detailed shop drawings. b. Use material of specific makes and brands. c. Obtain all approvals from Fire Fighting authorities.

d. Execute the entire work on a turn-key basis so as to provide a totally operating plant. 5.5 Exclusions 5.5.1 Work under this contract does not include the following work:- 5.5.2 Electrical cables upto incoming motor control centre. 5.6 Site Accessibility 5.6.1 The equipments are to be located in pump house located within the Service block. 5.6.2 The equipment must be carried from the goods receiving station to the site in an

extremely careful manner to prevent damage to the equipment building or existing services.

8.6.3 Contractor must visit the site and familiarize himself with above problems to ensure that

the equipment offered by him are of dimensions that they can be carried and placed in position without any difficulty.

5.7 Approvals

The contractor shall prepare all submission drawings and obtain all approvals of fire

fighting works from fire fighting authorities. 5.8 System Description 5.8.1 The Hydrant System shall comprise of AC motor driven pump set, standby diesel pump

set, jockey pump set for pressurization and fire booster pump with all required accessories including valves, special fittings, instrumentation, control panels and any other components required to complete the system in all respects.

Page 329: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 128

5.8.2 The Hydrant System shall be semi automatic in action and shall be laid covering the

entire area externally and all the floors internally with independent piping system. For the Sprinkler System, a separate piping system shall be installed.

5.8.3 The Hydrant System shall be kept pressurised at all times. The proposed Jockey Pump shall take care of the leakages in the system, pipe lines and valve glands.

5.8.4 The pressure in the hydrant pipe work shall be kept constant at 6 Kg/cm2. In the event of

fire when any of the hydrant valve in the network is opened, the resultant fall in header pressure shall start the AC motor driven fire pump through pressure switches automatically. There shall be one Diesel Engine Driven pump as standby for both hydrant system. In case of failure of electricity or failure of Electric Pump to start on demand, the standby Diesel Pump shall automatically take over.

5.8.5 However, shutting down of the pump set shall be manual except for the Jockey Pump

which shall start and stop automatically through pressure switches. In addition to auto start arrangements, the main pump shall also have an over-riding manual starting facility by push button arrangement.

5.8.6 The piping for the hydrant system in the yard shall be laid in soil 1 Metre deep or in

rectangular Trench. The pipe laid in soil shall be protected as specified in para 4.9.3 below. The scope of work includes necessary excavation of trench and back filling the same. The scope of work also includes necessary watering, ramming, removing the surplus earth from the site and construction of brick pedestal at 3 Mtrs intervals of size as indicated in the Bill of Quantities. Pipes shall be cleaned before wrapping and coating.

5.8.7 The yard hydrants shall be placed at a regular spacing of 45m centre to centre. The following accessories are proposed near each yard hydrant.

i) One no. gunmetal single headed hydrant valves. ii) Two nos. RRL Hoses of size 63mm dia x 15m long. iii) One nos. gunmetal Branch pipe.

Gun metal hydrant valve, RRL hose and gunmetal branch pipe will be accommodated in

a aluminium hose box mounted on brick pedestals. 5.8.8 The Internal Hydrant System (Wet Risers) shall be provided at points as indicated on the

drawing on each floor. 5.8.9 The hydrant point shall be directly tapped from the Riser pipes, and shall be furnished

with required accessories such as i) One no. gunmetal single headed hydrant valves.

ii) Two nos. RRL Hoses of size 63mm dia x 15m long. iii) One no. first aid Dunlop hose reel full swinging type 20mm dia x 30m long.

v) One nos. gunmetal Branch pipe.

The hydrant risers shall be terminated with air release valve at the highest points to release the trapped air in the pipe work. At each tapping from the Riser a Orifice Plate shall be located in the lower floors to reduce the pressure.

An overhead tank of 20000 litres capacity will be connected to the fire hydrant system.

5.8.10 Sprinkler system shall be distributed entire building so as to cover 10–12 sq. m area with one sprinkler.

Page 330: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 129

Sprinkler risers shall be provided with instantaneous control valve with alarm gang. An overhead tank of 20000 litres capacity with makeup line will be connected to

sprinkler riser at basement (overhead tank is excluded from scope of work). A suitable drainage arrangement with bye pass valves shall be provided to facilitate

maintenance of sprinkler pipe work. 5.8.11 To compensate for slight losses of pressure in the system and to provide an air cushion

for counteracting pressure surges/water hammer in the underground pipe work Air Vessels shall be furnished in the pump room near fire pumps. The air vessel shall be normally partly full of water and the remaining being filled with air which shall be under compression when the system is in normal operation.

5.8.12 The entire Wet Risers and external Hydrant Ring Main System shall be fed from the

water supply (Static Water Tank) and pump room to be provided by the others. 5.9 GENERAL SPECIFICATIONS 5.9.1 Pipes and Fittings Pipes for Wet Riser system shall be of GI pipe (Heavy-duty). Pipes upto 150mm dia

shall be GI and conform to IS-1239. Pipes with dia 200mm and above (6mm thick) shall MS and confirm to IS-3589. All pipes shall be I.S.I. marked. Fittings for black steel pipes shall be malleable iron suitable for welding or approved type cast iron fittings with tapered screwed threads.

5.9.2 Jointing Joint for black steel pipes and fittings shall be metal-to-metal tapered thread or welded

joints. A small amount of red lead may be used for lubrication and rust prevention in threaded joints.

Joints between C.I. or black steel pipes, valves and other apparatus, pumps etc. shall be

made with C.I. or M.S. flanges with appropriate number of bolts. Flanged joints shall be made with 3mm thick insertion rubber gasket.

Note: Joints for pipes and fittings upto 50mm diameter shall be threaded joints using

Teflon Tape or equivalent bonding tape on the threads. Joints for pipe and fittings above 50mm diameter shall be welded joints.

5.9.3 Pipe Protection a) All pipes in under ground masonry trenches/service tunnels, above ground and in

exposed locations shall be painted with one coat of red oxide primer and two or more coats of synthetic enamel paint of approved shade.

b) Pipes in wall chases shall be protected from corrosion by 2 coats of bituminous paints. c) Protection of Underground Pipes: The underground steel pipes shall be protected by coating and wrapping. The coating

and wrapping shall be done, in general, as per IS:10221-1982.

Page 331: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 130

It specified in Bill of Quantities, the proprietary pipe protection system shall be provided as per the Manufacturers recommendation. The proprietary system shall be of approved make.

5.9.4 Installation of Pipes All pipes shall be adequately supported from ceiling or walls by structural clamps

fabricated from M.S. structural e.g. rods, channels, angles and flats. All clamps shall be painted with one coat of primer and two coats of black enamel paint. The contractor shall provide inserts at the time of slab casting or provide suitable anchor fasteners.

The pipe supports or hangers shall be designed to withstand combined weight of pipe,

pipes fittings, fluid in pipe and insulation. Pipe supports shall be of steel and coated with rust preventing paint and finished with two coats black enamel paint. The maximum spacing for pipes supports shall be as below:

Pipe (MM) Spacing (MTR) Size of support Up to 25 2.0 6mm 32 to 65 2.4 8mm 75 to 125 2.7 10mm 150 & above 3.0 12mm Pipes supports shall be spaced at maximum interval of 1.5 mtrs. on either side of heavy

fitting and valves. Wherever piping passes through walls, pipes sleeves of diameter larger than that of piping shall be provided. Pipe sleeves shall be of steel or cast iron pipe.

The underground piping shall be supported with cement concrete blocks of suitable size

and strength provided at an interval of 2.5 mtrs. The pipes shall be laid at 1 mtr depth (top of the pipe) and trench excavated for sufficient width. The rate for pipe shall include the scope of excavation/refilling the trench. 1:2:4 concrete thrust blocks are also to be provided at turning of pipe. The cost of installation includes concrete pedestals etc. as required and to be included in the item rate.

5.9.5 Orifice Flanges Contractor shall provide orifice flanges fabricated from 6mm thick stainless steel plates

on the branch lines feeding different zones/floors so as to allow required flow of water at a pressure of 3.5 kg/sq.cm. for each hydrants and 2 bar at 1800 LPM at installation valve for sprinkler system. The contractor shall design the orifices to ensure the required pressure.

5.9.6 Air Vessel and Air Release Valve Air vessel on top of wet riser piping shall be fabricated of at least 8mm thick steel to

withstand the pressure, with dished ends and supporting legs. This shall be of 250mm dia and 1m high. This shall be complete with necessary flange connection to the wet riser piping and air release valve with necessary piping to meet the functional requirement of the system. The air vessel shall be of continuous welded construction and galvanized to I.S. 4736 – 1968. This shall be tested for twice the working pressure.

Page 332: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 131

5.9.7 Valves & Other Accessories 5.9.7.1 General Each valve body shall be marked with cast or stamped lettering giving the following

information’s: a) The manufacturer’s name or trade mark b) The size of the valve c) The guaranteed working pressure Isolating valves on the water supply lines shall be full bore ball valve type for pipe

diameters upto 50mm. For 65mm dia and above these shall be butterfly valves. 5.9.8 Full Way Ball Valve The valves shall be of full bore type and of quality approved by the Consultant/Owner.

The body and ball shall be of copper alloy and stem seat shall be of Teflon. 5.9.9 Butterfly Valves Butterfly valves shall be of centric disc construction with single piece body of Cast Iron

with disc of aluminium bronze with nitrile seat. Shaft shall be stainless steel with teflon bearing butterfly valve shall conform to PN 1.6 rating and shall be provided with suitable matching flanges compatible with PN 1.6 rating of valves.

5.9.10 Non-Return Valves Non-return valves are to be IS:778-1984 manufactured from gun-metal or dezincification

resistant brass. 5.9.11 Drain Valve Drain Valves are to be provided at all low points in the system for draining the water.

These shall be 40mm dia full way ball valve fixed on 40mm dia black steel pipe. 5.9.12 Pressure Switches Pressure switches shall be differential type for operation of all pumps and for the various

duties and settings required. Pressure switches shall be for heavy duty operation and of approved make. All pressure switches shall be factory calibrated.

5.10 External Fire Hydrants Yard Hydrant valves shall be single headed as per IS : 5290. The valve shall be

complete with hand wheel, quick coupling connection spring loaded type and gun metal blank cap. The Yard Hydrant shall be laid on 150mm dia Hydrant Ring Main, branched off to 80 mm dia and Stand Post of 80mm dia.

5.11 Internal Landing Valves The internal landing valves shall be double-headed made of gun metal and conforming

to IS:5290. It shall be complete with hand -wheel, quick coupling connection spring loaded type and blank cap.

Page 333: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 132

5.12 Hose pipes, Branch Pipes and Nozzles Hose Pipe: Hose pipe shall be rubber lined woven jacketed and 63mm in diameter.

They shall conform to type-2 (Reinforced rubber lined) of IS:639-1979. The hose shall be sufficiently flexible and capable of being rolled.

Each run of hose pipe shall be complete with necessary coupling at the ends to match

with the landing valve or with another run hose pipe or with Branch pipe. The couplings shall be of instantaneous spring lock type.

Branch Pipe: Branch pipe shall be of gunmetal 63mm dia and be complete with male

instantaneous spring lock type coupling for connection to the hose pipe. The branch pipe shall be externally threaded to receive the nozzle.

Nozzle : The nozzle shall be of copper or gunmetal, 20mm in internal diameter. The

screw threads at the inlet connection shall match with the threading on the branch pipe, the inlet end shall have a hexagonal head to facilitate screwing of the nozzle on to the branch pipe with nozzle spanner.

End couplings, branch pipes, and nozzles shall conform to IS:903-1985. two hoses of 15

mtr. Lengths with couplings shall be provided with each external (yard) hydrant. One nozzle and one branch pipe with coupling shall be provided with each yard hydrant.

5.13 External Fire Hose Cabinet The external fire hose cabinet to accommodate the hose pipes, branch pipe nozzle and

the hydrant outlets shall be fabricated from 1.5m thick sheet steel. This shall be lockable and provided with center opening glazed doors.

The support for hose cabinet shall be of brick work up to a height of 0.5m above ground

level. The depth of footing for this support shall be minimum 50cm below ground level, resting on leveling course of minimum 10cm of PCC (1:5:6). The brickwork shall be plastered in cement mortar (1:6). The hose cabinet shall be painted red and stove enameled.

5.14 Internal Fire Hose Cabinet Each internal fire hydrant valve shall be housed in a nitch of size indicated on drawings.

Each internal fire hose Cabinet shall hold double headed hydrant, 4 Hoses and 2 Branch pipes and 1 no. Dunlop hose reel mounted on a drum.

A) The cabinet shutters & frames shall be fabricated from boxed steel sections and MS

plate 2mm thick. B) The front glass of shutters shall be 5.0 mm thick clear glass and shall be held by means

of rubber. Locking arrangement shall also be made with one number of mortice lock of approved make. A separate Key Box of 16 mm thick MS sheet with glass facing shall be provided.

C) The Shutter shall be given a powder coat finish in post office red colour. 5.15 Hose Reel

Page 334: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 133

The hose reel shall be directly tapped from the riser through a 25 mm dia pipe, the drum and the reel being firmly held against the wall by use of dash fasteners. The Hose Reel shall be swinging type (180 degrees) and the entire Drum, Reel etc shall be as per IS:884. The rubber tubing shall be of approved quality and the nozzle shall be 6 mm dia shut off type.

5.16 Brigade inlet Connections One set of 4 ways collecting head Fire Brigade connection shall be provided at the

location indicated in the drawing. The inlet to the riser shall be with 150mm dia sluice valve and non-return valve. The

scope shall include providing necessary reducers, tees bends and special fittings as required. Necessary enclosure made of 2mm thick sheet metal with support shall be provided, as in the case of hose cabinets.

5.17 AUXILIARY PUMPING EQUIPMENT 5.17.1 Scope This section covers the details of requirements of the auxiliary equipment necessary for

the operation of the fire pumps and the wet-riser system. 5.17.2 Drive The pump shall be directly driven from the electric motor. Flexible coupling and

coupling guard shall be provided. 5.17.3 Capacity The discharge and head of the jockey pump shall be as mentioned in Bill of Quantities. Jockey pump shall be Horizontal / Vertical monoblock/coupled type. The pump casing

shall be of cast iron and parts like impeller, sleeve, wearing ring etc. shall be of non-corrosive metal like bronze, brass or gunmetal. The shaft shall be of stainless steel.

Bearings of the pump shall be effectively sealed to prevent loss of lubricant or entry of

the dust or water. The pump casing shall be designed to withstand 1.5 times the working pressure.

5.17.4 Motor The motor shall be squirrel cage A.C. induction type suitable for operation on 415 volts

3 phase 50 Hz, system. The motor shall be totally enclosed fan cooled type confirming to protection clause IP 21 of IS 4691. The class of insulation shall be B, synchronous speed shall be 3000 RPM/1500 RPM. The motor shall conform IS 325-1978 and rated for continuous duty.

5.17.5 Motor Starter The motor starter shall be automatic star delta type with overload trip, but without under

voltage/no volt trip. Starter shall conform to IS 1822-1967. 5.18 MAIN ELECTRIC FIRE PUMP

Page 335: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 134

5.18.1 Scope This section covers the details of requirements of the motor, starter and pump for the

electrically operated fire pump. 5.18.2 General The electric fire pump shall be suitable for automatic operation complete with necessary

electric motor and automatic starting gear, suitable for operation on 415 volts, 3 phase, 50 Hz. A/C system. Both the motor and the pump shall be assembled on a common baseplate of fabricated MS channel type or cast iron type.

5.18.3 Drive The pump shall be only direct driven by means of a flexible coupling. Coupling guard

shall also be provided. 5.18.4 Fire Pump (Electrical) The fire pump shall be horizontal end suction centrifugal type. It shall have a capacity to

deliver 2280 LPM as specified, developing adequate head so as to ensure a minimum pressure of 3 Kg per sq.cm at the highest and the farthest outlet. The delivery pressure at pump outlet shall be not less than 6 Kg. Per sq.cm. in any case.

The pump shall be capable of giving a discharge of not less than 150 percent of the rated

discharge, at a head of not less than 65 percent of the rated head. The shut off head shall be within 120 percent of rate head.

The pump casing shall be of cast iron to grade FG 200 to IS:210 and parts like impeller,

shaft sleeve, wearing ring etc., shall be of non-corrosive metal like bronze/brass/gunmetal. The shaft shall be of stainless steel.

Bearing of the pump shall be effectively sealed to prevent loss of lubricant or entry of

dust or water. The pump shall be provided with a plate indicating the suction lift delivery head,

discharge speed and number of stages. The pump casing shall be designed to withstand 1.5 times the working pressure.

5.18.5 Motor The motor shall be squirrel cage A/C induction type suitable for operation on 415 volts 3

phase 50 Hz system. The motor shall be totally enclosed fan cooled type conforming to protection clause IP 21 vide I.S. 4691. The class of insulation shall be B. The motor shall be rated for continuous duty as per relevant IS and shall have a horsepower rating necessary to drive the pump at 150 percent of its rated discharge.

5.18.6 Motor Starter The motor starter shall be automatic star Delta type conforming to IS:1822-1967. The

starter shall not incorporate under voltage or overload trip or single-phase preventor. The starter assembly shall be suitably integrated in the power control panel for the wet riser system.

Each pump shall be provided with vibration isolating pads of appropriate size.

Page 336: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 135

5.19 DIESEL FIRE PUMP 5.19.1 Scope This section covers the details or requirements of the stand by fire pump operated by a

diesel engine. 5.19.2 General The diesel pump set shall be suitable for automatic operation complete with necessary

automatic starting gear, for starting on wet battery system and shall be complete with all accessories. Both engine and pump shall be assembled on a common bed place, fabricated with mild steel channel.

5.19.3 Drive The pump shall be only direct driven by means of a flexible coupling. Coupling guard

shall also be provided. The speed shall be 1500/1800 RPM. 5.19.4 Fire Pump (Diesel) The fire pump shall be horizontal split casing centrifugal type. It shall have the capacity

to deliver 2280 LPM as specified. Developing adequate head so as to ensure a minimum pressure of 3 kg. Per sq.cm. at the highest and the farthest outlet. The delivery pressure at the pump outlet shall be not less than 7 kg. Per sq.cm. in any case. The pump shall be capable of giving a discharge of not less than 150% of the rated discharge at a head of not less than 65% of the rated head. The shut off head shall be within 120% of the rated head. The shaft shall be of stainless steel. The pump shall be provided with mechanical seal. The pump casing shall be designed to withstand 1.5 times the working pressure.

Bearings of pump shall be effectively sealed to prevent loss of lubricant or entry of dust

or water. 5.19.5 Diesel Engine Engine Rating:- The engine shall be cold starting type without the necessity of preliminary heating of the

engine cylinders or combustion chamber (for example, by wicks, cartridge, heater plugs etc.). The engine shall be multi cylinder/vertical, 4-stroke cycle, water-cooled, diesel engine, developing suitable HP at the operating speed specified to drive the fire pump. Continuous capacity available for the load shall be exclusive of the power requirement of auxiliaries of the diesel engine, and after correction for altitude, ambient, temperature and humidity for the specified environmental conditions. This shall be at least 20% greater than the maximum HP required to drive the pump at its duty point. It shall also be capable of driving the pump at 150% of the rated discharge at 65% of the rated head. The engine shall be capable of continuous non-stop operation for 8 hours. The engine shall have 10% overload capacity for one hour in any period of 12 hours continuous run.

The engine shall accept full load within 15 seconds from the receipt of signal to start.

The diesel engine shall conform ton B.S. 649/IS 1601/IS 10002, all amended up to date. 5.19.6 Cooling System

Page 337: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 136

The engine cooling system shall be radiator water cooled system. The radiator assembly shall be mounted on the common baseplate. The radiator fan shall be driven by the engine as its auxiliary with a multiple fan belt. When half the belts brake remaining belts must be capable of driving the fan. Cooling water shall be circulated by means of an auxiliary pump of suitable capacity driven by the engine in a closed circuit.

5.19.7 Fuel System The fuel shall be gravity fed from the engine fuel tank to the engine driven pump. The

engine fuel tank shall be mounted either over or adjacent to the engine itself suitably wall mounted on brackets. The fuel filter shall be suitably located to permit easy servicing.

The engine fuel tank shall be welded steel construction (3mm thick) and of capacity

sufficient to make the engine to run on full load for at least 8 hours. The tank shall be complete with necessary supports, level indicator (protected against mechanical injury), inlet, outlet, over flow connections drain plug and piping to the engine fuel tank. The outlet should be so located as to avoid entry of any sediment into the fuel line of the engine. A semi rotary hand pump filling the engine fuel tank together with hose pipe 5 mtr. Long with a foot-valve etc. shall also form part of the scope of work.

5.19.8 Lubricating Oil System Forced feed Lubricating Oil system shall be employed for positive lubrication.

Necessary Lubricating Oil filters shall be provided and located suitably for convenient servicing.

5.19.9 Starting System The starting system shall comprise of necessary battery/batteries, starter motor of

adequate capacity and axle type gear to match with the toothed ring fly wheel. Suitable metallic relay to protect starting motor from excessively long cranking runs shall be included within the scope of the work. The metallic relay protection shall be integrated with engine protection system.

The capacity of the battery shall be suitable for meeting the needs of the starting system

but not less than 180 AH. The battery capacity shall be adequate for 10 consecutive starts without recharging with

cold engine under full compression. The scope shall cover all cabling, terminals, initial charging etc. 5.19.10 Exhaust System The exhaust system shall be complete with silencer suitable for indoor installation, and

silencer piping including bends and accessories needed. The exhaust pipe shall protrude outside the pump room. The total backpressure shall not exceed the engine manufacturer’s recommendations. The exhaust piping shall be suitably supported and the pipe used shall be of medium class MS pipe.

5.19.11 Engine Shut Down Mechanism This shall be manually operated and shall return automatically to the starting position

after use.

Page 338: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 137

5.19.12 Governing System The engine shall be provided with an adjustable governor to control the engine speed

within 5% of its rated speed under all conditions of load up to full load. The governor shall be set to maintain rated pump speed at maximum pump load.

5.19.13 Engine Instrumentation Engine instrumentation shall include the following :-

a. Lubricating Oil Pressure Gauge b. Lubricating Oil temperature gauge c. Water temperature gauge d. Water pressure gauge e. Tachometer f. Hour meter g. Starting key

The instrument panel shall be suitably mounted on the engine. 5.19.14 Pipe Work The piping for exhaust outlet as well as fuel piping between fuel tank ad the engine shall

be with Medium class M.S. 5.19.15 Anti Vibration Mounting Suitable vibration mounting duly approved by engineer-in-charge shall be employed for

mounting the unit so as to minimize transmission of vibration to the structure. The isolation efficiency achievable shall be clearly indicated in the report, which will be submitted to engineer-in-charge before installation.

5.19.16 Battery Charger Necessary float and boost charger shall be incorporated in the control section of the

power and control panel to keep the battery under trickle condition. Ammeter to indicate the state of charge of the batteries shall be provided.

5.20 POWER AND CONTROL PANEL AND OTHER CONTROL COMPONENTS 5.20.1 Scope This section covers the detailed requirements of the power and the control panel for the

wet riser system, and also for the various control components in the system.

Page 339: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 138

5.20.2 Power and Control Panel 5.20.2.1 Constructional Requirements General Features The power and control panel shall be totally enclosed, free standing floor mounted

cubicle type, fabricated out of sheet steel not less than 2mm thick. Where necessary, additional stiffening shall be provided by angle iron framework. General construction shall be of compartmentalization and sectionalisation such as mains incomes, electric fire pump, diesel fire pump, pressurization pump, and control, so that there is no mix up of power and control wiring and connections in the same sections as far as possible. The panel shall also have the space for cable allays. The space for cable alleys shall be at least 200mm wide to the entire depth of panel. The panel shall be front operated type with all connections accessible from the front. Front doors shall be hinged type. Back doors shall be hinged type or removable type for inspection. The door hinges shall be of concealed type. The doors for busbar chamber shall be of removable type with the help of bolts. The doors shall be provided with quick fixing doors knobs with indication. The general arrangement of the panel shall be got approved before fabrication the cubicle construction shall be to IP 21 as per IS:2147.

5.20.2.2 Cable entries and gland plates All cable entries shall be through gland plates which are removable and sectionalized.

Where heavy cables are brought in and terminated, suitable clamps shall be incorporated to relieve the stress on the glands due to the weight of the cable. Cable entries may be from top or bottom depending on the equipment layout and cable scheme as approved.

5.20.2.3 Busbar and Connections The busbars shall be air insulated, and of aluminium of high conductivity electrolytic

quality (grade E 91 E to IS: 5082) and of adequate cross section. Current density shall not exceed 1.3 amps. Per sq.cm. All connections to individual circuits from the busbars shall preferably be with solid connections. The busbars and the connections shall be suitable covered with PVC sleeves or in an approved manner. Busbars shall be suitably supported using non-hygroscopic insulated supports. High tensile bolts and spring washers shall be provided at busbar joints.

5.20.2.4 Earthing Arrangement GI strip 25mm x 5mm shall be run at the rear of the board. 2 nos. earth terminals shall

be provided at the ends of the GI strip for connection to earth system. 5.20.2.5 Terminal Blocks and Small Wiring Terminal blocks shall be of heavy duty type and generally not less than 15 amps 250V

grade upto 100V, and 600V grade for the rest of the functions. They shall be easily accessible for maintenance. All control wiring inside the panel shall be with PVC insulated copper conductor of 2.5 sq.mm. size and 600V grade conforming to IS:694-1977. Suitable colour-coding may be adopted. Wiring harness shall be neatly formed and run preferably function wise, and as far as possible segregated voltage wise. Identification ferrules shall be used at both ends of the wires.

5.20.2.6 Instruments and Lamps

Page 340: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 139

All indication lamps and instruments shall be flush mounted type in front of the panel. The voltmeter and ammeter shall be of size 100mm nominal (dial size) conforming to clause 1.5 of IS 1248 for accuracy.

Current transformers shall be provided with ammeters. Indicating lamps to indicate the availability of electric supply shall be provided at the

incoming section. Necessary indicating lamps for alarm indications and battery charging shall be provided in the respective sections.

All indicating lamps and meter shall be protected with HRC cartridge type fuses. 5.20.2.7 Labels All internal components shall be provided with suitable identification labels. Suitably

engraved labels shall be fixed at the panel for all switches, instrument push buttons, indicating lamps etc.

5.20.2.8 Painting The entire panel shall be given a primer coat of red lead after degreasing and

phosphating treatment and two coat of final paint of approved shade before assembly of various items.

5.20.3 Equipment Requirements 5.20.3.1 General The power and control panel shall comprises individual section for the various

equipment’s of the system and controls, in a combined cubicle type design. All switches, MCCBS, MCBS and fuse/fuse switch units shall be conforming to relevant IS.

5.20.3.2 Incomer Section & outgoing section

(A) Incomer section: 1 no. 300 amps TP MCCB unit complete . One set of 96 mm square Ammeter ( 0-400

Amps) complete with selector switch and CTS. One set of 96 mm square Voltmeter (0 - 500 V) complete with control fuses and selector switch. One set of phase indicating lights with control fuses. One set of 4 strips of 300 Amps aluminum busbars.

(B) Outgoing feeder (i) One numbers of 250 Amps TP MCCB unit complete , S P Preventer, ML 4 type

Contactor for star delta starting, start and stop push buttons, auto-manual switch, Ammeter with CTS, A S S, sphase indicating lights, Auxillary Contactors for interlocking/sequence of operation, control terminals complete in all respect with interconnections for Hydrant Pump and sprinkler pump.

(ii) Two numbers of 63 Amps rated TP MCCB unit- complete, ML 1.5 type Contactor

for D O L starting with overload relay, start and stop button, Ammeter, CTS and selector switch, phase indicating lights, Auxillary contacts for interlocking/sequence of operation, control terminals complete in all respect for Jockey Pump & fire booster pump.

Page 341: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 140

(C) Control Wiring from Pressure Switches of different settings in Hydrant and Jockey Pumps, for sequence of operation shall be included to complete the system.

(D) Colour code with ferrule marking shall also be made. (E) The wiring shall be PVC insulated and PVC armoured aluminium conductor cable of

650 / 1100 volts grade conforming to IS 1554 as required from Fire Pump Board to motor and cable of suitable size.

5.20.3.3 Electric Fire Pump Section This section shall incorporate the following facilities. a. MCCBS b. Control system components and equipment such as relays,

contractors, timers etc. for automatic operation. c. Starter Unit, Current Transformer and ammeter. d. Indication lamps, their fuses, terminal block, push buttons, control

and selector switches etc. are as required. e. Pump lock out devices due to faults or abnormalities as specified in

operating sequence. f. Visual/audio alarms, indications and communications facility as

specified in operating sequence. g. Necessary inter-connection and control wiring etc. 5.20.3.4 Engine Section The engine section shall incorporate the following facilities: i. Control system components and equipment such as relays,

contractors, timers etc. for automatic operation. ii. Instruments, indicator lamps, fuses terminal blocks, push buttons,

control and selector switches etc. as are required. iii. Engine shut down and block out devices due to faults or abnormalities as

specified. iv. Visual/audio alarms and indications as specified. v. Inter-connection and control wiring etc. 5.20.3.5 Auxiliary Pump Section The auxiliary pump section for jockey pump shall incorporate the following: a. TP&N MCBS. b. Control system components such as relays, times, contractors, etc. as

are necessary for functional requirements. c. Starter unit, current transformer and ammeter.

Page 342: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 141

d. Indication lamps, fuses, terminal blocks, push buttons selector, switch etc. as required.

e. Inter-connections and control wirings etc. 5.20.3.6 Control Section This section shall incorporate the following:-

a. Control components integrating the various sections, so as to satisfy the functional requirements.

b. Battery charger unit with boost/float chare facility with voltmeter, capable of independently charging 2 sets of batteries at a time.

c. Visual/audio alarms, not covered in individual sections. d. Lamps healthy test facility. e. Instruments, indicating lamps, push buttons, fuse terminal blocks etc.

as are required. f. Test facility to simulate operation of hydrants.

5.20.4 Other Control Components 5.20.4.1 Pressure Switches Pressure switches shall be provided for switching on and off the pressurization pump at

preset pressures and also for switching off the fire pump at preset pressure. Being the main component for initiating the signal for the operation of the pumps, the pressure settings shall be totally reliable, sturdy in construction and of long life. The pressure settings shall be adjustable.

5.20.4.2 Power Supply for Controls In order to ensure that the control systems remains co-operational at all times the control

system shall be designed for 24 VDC operation fed from the battery. This shall be independent of the starting battery for the engine i.e. battery shall remain trickle charged at all times from the separate battery charger at the control section.

5.21 Electrical Work and Earthing Scope This section covers the detailed requirements of electrical works including earthing, for

the materials installation. Electric power supply shall be terminated in the incoming switch gear of the power and

control panel by the Department. All further connections to the various components of the system shall be the responsibility of the contractor, for a complete and working system, satisfying all the functional requirements.

The scope shall particularly include the following : Power and Control Panel(s) as given in relevant section. All inter-connections with multi-core armoured copper cables of size suitable between

various control units and control panel(s).

Page 343: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 142

All power cable connections with multi-core armoured aluminium cables of size as

specified in BOQ, between panels, motors etc. Necessary earthing with 2 Nos. G.I. plate electrodes and loop earthing. The work shall be carried out conforming to CPWD General Specifications for electrical

works part-I (Internal) amended up to date and part-II (External) amended upto date. 5.22 Sprinkler System 5.22.1 Sprinkler Heads Sprinkler heads shall be of quartzoid bulb type with bulb, valve assembly yoke and the

deflector. The sprinklers shall be approved make and type. 5.22.2 Types 5.22.2.1 Conventional Pattern The sprinklers shall be designed to produce a spherical type of discharge with a portion

of water being thrown upwards to the ceiling side of wall extras. The sprinklers shall suitable for erection in upright position or pendant position.

A. Side Wall Sprinklers These shall be designed for installation alongwith the walls of room close to the ceiling.

The discharge pattern shall be similar to one quarter of sphere with a small proportion discharging on the wall behind the sprinklers.

5.22.2.2 Construction i) Bulb:- Bulb shall be made of corrosion-free material strong enough to with

stand any water pressure likely to occur in the system. The bulb shall shatter when the temperature of the surrounding air reaches a predetermined level.

ii) Valve assembly:- Water passage of the sprinkler shall be controlling

assembly of flexible construction. The valve assembly shall be held in position by the quartzoid bulb. The assembly be stable and shall withstand pressure surges or external vibration without displacement.

iii) Yoke:- The yoke shall be made of high quality gun metal. The arms of yoke

shall be so designed as to avoid interference with discharge of water from the deflector. The sprinkler body shall be coated with an approved anti corrosive treatment if the same is to used in corrosive conditions.

iv) Deflector:- The deflector shall be suitable for either upright or pendent

erection. The deflector shall be designed to give an even distribution of water over the area protected by each sprinkler.

B. Colour Code The following colour code shall be adopted for classification of

sprinkler according to nomination temperature ratings.

Page 344: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 143

C. Sprinkler Temperature Rating - 79 deg. C

E. Size of Sprinklers Orifices The sprinklers shall be of 15mm nominal bore size. 5.22.2.3 Pipes and Fittings Pipes for sprinkler system shall be of black steel conforming to I.S. 1239 (Heavy class). Fittings for black steel pipes shall be malleable iron suitable for welding or approved

type cast iron fittings with tapered screwed threads. 5.22.2.4 Jointing Joint for black steel pipes and fittings shall be metal to metal tapered thread or welded

joints. A small amount of red lead may be used for lubrication and rust prevention in threaded joints.

Joints between G.I. or black steel pipes, valves and other apparatus, pumps etc. shall be

made with G.I. or M.S. flanges with appropriate number of bolts. Flanged joint shall be made with 3mm thick insertion rubber gasket.

5.22.2.5 Pipes Protection All pipes above ground and in exposed locations shall be painted with one coat of red

oxide primer and two or more coats of synthetic enamel paint of approved shade. Pipes in chase or buried underground shall be painted with two coats of hot bitumen. 5.22.2.6 Pipe Supports All pipes shall be adequately supported from ceiling or walls from structural clamps

fabricated from M.S. structural e.g. rods, channels, angles and flats. All clamps shall be painted with one coat of primer and two coats of black enamel paint. The contractor shall provide inserts at the time of slab casting or anchor fastner later.

5.22.2.7 Valves Sluice valves of sizes 80mm and above shall be double flanged cast iron conforming to

I.S. 780. Check valve shall be of cast iron double flanged conforming to I.S. 5312. Valves on pipes 65mm and below shall be heavy pattern gunmetal valves with cast iron

wheel seat tested to 20 kg/sqcm. pressure. Valves shall conform to I.S. 778. A. Air Valves 25mm dia screwed inlet cast iron single acting air valves on all high

points in the system or as shown on drawings. B. Drain Valves 50mm dia black steel pipe conforming to I.S. 1239 medium class

with 50mm gunmetal full way valve for draining and water in the system in low pockets.

Page 345: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 144

5.22.2.8 Installation Control Valve Installation control valves shall comprise of the followings:

a) One-man stop valve of full way pattern with gunmetal pointer to indicate where open/shut.

b) One automatic alarm valve fitted with handle & cover. c) One hydraulic alarm motor and gong for sounding a continuous alarm upon out-break

of fire. One combined waste and testing valve including 5mtr of tubing and fittings. d) Alarm stops valve. e) Strainer f) Drain plug g) Padlock and strap h) Wall box for installation of valve.

5.22.3 Pressure Gauges Burden type pressure gauges conforming to IS/BS specifications shall be provided at the

following locations: a. Just above alarm valve. b. Just below alarm valve, on the installation stop valve. c. One pressure gauge on delivery side of each pump. d. Required number of pressure gauges on pressure tank. 5.22.4 Installation of Piping a. All above ground piping shall be installed on suitable to pipe

hangers/supports as required. The hangers shall be made of MS angles, channels etc. and painted to the required finish with suitable synthetic enamel paint. The maximum spacing of piping supports shall be as follows:

i) 20mm to 32mm dia 2.5 mtr. ii) 40mm to 65mm dia 3.0 mtr. iii) 65mm & above 3.0 mtr. Piping shall be so installed that the system can be thoroughly drained. All the pipes shall

be arranged to drain to the installation drain valve. In case of basement and other areas where the pipe work is below the installation drain valve/auxiliary valves of the following sizes shall be provided.

20mm dia valve for pipes up to 50mm dia 25mm dia valves for 65mm dia pipe

Page 346: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 145

32mm dia valves for pipes larger than 65mm dia Piping shall be of screwed type upto 50mm diameter. Welding of joints will be allowed

for pipes of above 50mm dia. The entire piping shall be pressure tested by hydrostatic method upto a pressure of 1.5

times the working pressure. The piping shall be slowly charged with water so that all the air is expelled from the piping by providing a 25mm inlet with a stop cock. The piping shall be allowed to stand full of water for a period of 2 hours and then the piping shall be put under pressure by means of manually operated test pump or by a power driven test pump. The pressure gauges used for testing shall be accurate and shall preferably the calibrated before the testing is carried out. All the leakage’s and defects in joints revealed during the testing shall be rectified to the entire satisfaction of the Engineer-in-charge. The system may be tested in sections/parts as the work of erection of piping proceeds. The piping shall with stand 1.5 times the working pressure for at least 2 hours.

5.23 Operating Sequence for the Fire Fighting System 5.23.1 The operating pressure in the mains is to be maintained at 6.0 kg/cm2. 5.23.2 The jockey pump shall start automatically the moment pressure drops to 5.5 kg/cm2

because any leakage or minor draw-off from the system and stop when the pressure reaches 5.5 kg/cm2 again.

5.23.3 In case, after the start of jockey pump, the pressure still keeps on falling, the main fire

pump shall start at 5.0 kg/cm2 by triggering of the pressure switch. Jockey pump shall stop when main pump starts.

5.23.4 In the event of electrical or mechanical failure of main fire pump (hydrant ) to start, the

diesel engine driven pump shall cut in when the pressure in the mains fall down to 4.5 kg/cm2. The main electric pump shall then be locked out.

5.23.5 In the event of failure of wet riser system, there will be further drop in pressure and

when the pressures reaches to 4.0 kg/cm2 fire booster pump near overhead tank will start automatically.

5.23.6 If within a preset period the standby pump fails to start or fails to develop adequate

pressure, the control system shall shut down the standby pump and lock it out and given an audiovisual indication to that effect at the control panel.

5.23.7 Jockey pump shall be shut down automatically when the fire pump electric or diesel, is

operating. Necessary integration of pipe work and controls shall be provided for the purpose. A timer may be employed where necessary to distinguish between slow fall of pressure due to system leaks and sudden fall of pressure due to fire duty by opening of valves and thus prevent parallel start up of both pressurization and fire pumps.

5.23.8 The control panel shall have status selection for each of the pumps for “automatic” as

well as “manual” operation. 5.23.9 Pumps when under “manual” status shall be operated manually through relevant push

buttons. 5.23.10 The fire pumps once started shall not be stopped automatically. 5.23.11 The fire pumps shall be locked out for operation both for “manual” and “automatic”

operations, once the low water controls operates and furnish an audio and visual alarm

Page 347: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 146

on the panel the audio alarm can be silenced by accepting the alarm. The visual alarm shall be individual for each equipment. It shall be flashing type and on acceptance remain steady. A reset button shall be provided for each pump for returning the pump for fire duty.

5.23.12 Over load or under voltage/no volt trip devices for electric fire pump shall not be

provided in the starter. LED type indication lamps to indicate the availability of power shall be provided.

5.23.13 Once tripped the electric fire pump shall remain locked out for operation irrespective of

the position of its operational status selection switch. Look out indication shall be available on the panel.

5.23.14 Return to normal operational availability shall be feasible only by manual re-set of

locked out units by operation of appropriate push buttons. 5.23.15 When fire pumps are brought into operation an audible tone from turbine type alarm

operated by water flow in the mains shall be provided to indicate the healthiness of the system. The healthy running alarm shall not be silenced till the fire pump is shut down, but the tone may be mellowed by the operation, if required.

5.23.16 Alarm for failure and lock out of any pump shall distinct from “healthy” alarm. Failure

alarms shall be loud and can be silenced on acceptance. 5.23.17 Repeat indication of various audio and visual indications on a slave remote panel in fire

control room in terminal building shall be available. The slave Remote panel shall have indication lamps to show the status of :

a) Power healthy in fire pump room. b) Jockey pump ‘ON’ c) Main pump ‘ON’ d) Fire booster pump ‘ON’ The slave Remote panel shall also have a hooter, which shall sound

in case, any pump is ‘ON’. The slave Remote panel shall have a provision to reset the hooter with the help of a push button.

5.24 Testing 5.24.1 Testing on Completion of Installation The entire system shall be tested after completion of installation as per the operating

sequence specified. Standards and Codes 1. IS – 1648 – 1961 Code of Practice for fire safety of

building (general) fire fighting equipment and maintenance.

2. IS – 3844 – 1966 Code of practice for installation of

Page 348: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 147

internal fire hydrant in multi-stores building. 3. IS – 2217 – 1963 Recommendation for providing first aid and fire fighting arrangement in public buildings. 4. IS – 2190 – 971 Code of practice for selection, installation and maintenance of portable first fire appliance. 5. IS – 3589 Electrically Welded Steel pipes (Medium class) 6. IS – 1239 Mild steel tubes, Tubulers and other

wrought steel fittings (Medium class) 7. IS – 780 C.I. Double flanges sluice valve. 8. IS – 778 Gun Metal Valves 9. IS – 909 – 1965 External fire hydrant (underground) 10. IS – 5290 – 1969 Internal Landing Valve 11. IS – 884 – 1969 First and hose reel 12. IS – 934 – 1976 Specification for portable chemical fire

extinguisher soda acid type. 13. IS – 2873 – 1969 Specification for fire extinguisher for

carbon dioxide 14. IS – 2189 & 2109 Automatic fire alarm system or BSS

3116. 15. National Building Code.

Page 349: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 148

LIST OF APPROVED MAKES FOR FIRE FIGHTING WORKS

Sl. No. Materials Brand Name 1. M.S. Pipes Jindal Hissar / Surya prakash 2. G.I. Pipes Jindal Hissar / Surya prakash 3. Gun Metal Valves (Gate, Globe) Kirloskar / Leader / Zoloto / AIP 4. CI Double flanged sluice valves & check

valves Kirloskar

5. Butterfly Valves Kirloskar / Audco / Zoloto / AIP 6. CI double flanged non-return valves. Kirloskar 7. Suction Strainer Leader / Sant. 8. Sprinkler (UL Listed) Spray Safe / HD / Viking / Tyco 9. Fire Hydrant Landing Valves, Fire brigade

Connection (ISI marked) Minimax / Newage /Guards

10. Installation Valve (ISI Marked) Spray Safe / HD. 11. Fire hose pipes, First Aid Hose Reel (ISI

Marked) Jaysree / Minimax / Newage / Chhatariya /Guards

12. Branch Pipe, Nozzle and couplings Minimax / Newage / Guards 13. Fire Extinguishers Minimax / Guards 14. Pumps Kirloskar / Mather & Platt 15. Motors Kirloskar / Siemens /Crompton 16. Starters Siemens / L & T / Cutler Hammer 17. Single phasing preventor / over load

protection unit Siemens / Minilec

18. Pressure Switch Danfoss / Swizer 19. Pressure Gauge H. Gure / Fiebig 20. Relays L & T / Siemens 21. Contractors L & T / Siemens 22. Control Cable CCI / Gloster / Havells 23. Diesel Engine For fire fighting Cummins 24. Moulded case circuit breakers L & T / Siemens 25. Fuse Disconnector switch / switch fuse

units L & T / MDS / Siemens / GE Power / ABB / Indo Asian Schneider / Control & Switch Gear.

26. HRC Fuses L & T / Siemens 27. Ammeter, Voltmeter Universal 28. Selector switch, push button switch /

emergency switch L & T /Siemens

29. 1.1 KV LT Cables (ISI marked) CCI / Gloster / Havells 30. Fire Alarm Panel Appolo / Edwards / System sensor 31. Fire electrical control panel Diamond electrical / SPC eletroctech Pvt.

Ltd.

Page 350: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 149

PART ‘D’ : ELECTRICAL WORKS

1.0 SPECIFICATION FOR LOW TENSION PANELS

1.1 FLOOR DISTRIBUTION BOARDS: All Panels will be a free standing (distribution boards will be wall mounted), front operated,

cubical in construction having multitier arrangement of the incomers and outgoing feeders as per details given in the schedule of quantities. The panels will have bus duct entry chamber at the top or as approved by the consultant as per site conditions.

a). Selection of the components: All the electrical components selected for constructing the

various modules of the panel must have sufficient ratings to perform the duty they will be required to do consistently with out any deterioration in their normal life and safety of the other equipment including the safety of the operators .

However these ratings will not be less than the ones specified in the bill of materials. b) General arrangement and layout: Each vertical section of the panel will maximum contain

4 to 6 modules only for 160Amps MCCB unit and above and will be limited to 7 modules for current rating lower than 160 Amps. MCCB unit minimum size of bigger module should not be less than 400 mm (height) * 450 mm (width). The height of the panel should be limited to 2400 mm. Operating levers handle etc of the highest unit shall not be at a height more than 1.8m. All the bus duct incoming to the main L.T panels will be entering from the top. For this purpose a removable gland plate will be provided at the top. A minimum distance of 300 mm will be provided between the gland plate and the nearest terminal for proper dressing and termination of the cable. All the components of a module will be mounted on a component plate using the machine screws and taped holes (excepting the components mounted on the door). These component plates should be fixed with bolts for easy replacement. Standardisation will be adopted while making these plates so that the component plates of same size modules can be exchanged from one module to other. A copper earth wire of 2.5mm will be connected from open able cover to hinges to make effective earthing. All outgoing feeders shall terminals in cable alleys through correct size rated clamp-on terminals. The all outgoing cables will have top entry.

c) Fabrication: The LT Panel, distribution boards will be metal clad, cubicle in construction

with nut & bolts type design, free standing, floor mounted, indoor duty sheet metal enclosure. It shall be totally dust and vermin proof. All the cubicles will be equipped with front located, outward opening, lockable doors having hidden hinges and a bolted back cover both using non-deteriorating neoprene rubber gaskets to provide IP 54 protection. This will not be welded structure and entire structure shall be bolted.

The panel board will have structural frame made out of shaped CRCA sheet of minimum

thickness 2 mm or structural steel of suitable section. The structure will be enclosed with 2.0mm thick CRCA sheets to cover all the sides, top, and bottom of the cubicles and the board. All barrier plates, mounting plates will also be of minimum 2mm thickness.

In case of panels of lengths more than 2.4 meters the fabrication of any single section will be

limited to a maximum length of 2.4 meters for the purpose of shipping and shifting at the site. These sections will be assembled at the location of installation with the help of nuts and bolts on a supplied common frame. While making general arrangement consideration will be given

Page 351: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 150

to the place of sectionalisation and select the location where the minimum electrical connections are transferred from one section to the other section.

These connections will be required to be terminated on a connector terminal block and the

connections will be numbered and marked for joining at the site. All the nuts, bolts, handles, meters, knobs etc. appearing from out side of the panels should be located in symmetry so as to give a neat appearance.

For rigidity the panel will be provided with a base frame made out of MS channel of size not

less than 100 mm and the same will be bolted to the panel. Wherever cable alleys are provided the connection from switch fuse unit shall be brought to cable alley and these shall be terminated either through clip on type connectors or busbar type connectors. All the hardwares used in the assembly will be electroplated for protection and appearance.

The each part of the fabricated panel will be strictly subjected to seven tank treatment and will

also include the following procedures and treatments. - De-greasing. - De-rusting. - Rinsing. - Phosphating. - Drying. - Primer Spraying. - Oven drying and baking.

The various components, assemblies and subequipments of the panel will be as per the details given below. All hard ware shall be nickel plated. The fabrication process will be strictly supervised for following seven tank process.

d. Bus and Connections : The main bus bars of the panel will be shaped out of high

conductivity, electrolytic conductor Al91E grade, and shall be liberal sized The conductivity of aluminum shall be minimum 58% and shall be ascertained with the help of conductivity meter. To maintain the extension capability at both ends of the panel the horizontal main bus bar will run from left end of the panel to the right end of the panel with out any taper or reduction in the size. The bus bars will be covered with the black, heat shrinking, PVC sleeve through out (Except at joints). The three phases will be identified with red, yellow and blue colour bands provide on both side of a joint. The size of bus bar calculations must be approved by Consultant for rated fault level keeping in view the overall temp rise to 85°C. The distance between two SMC support shall be placed to suit the rated fault level. In any case the distance between SMC supports shall not exceed 450 mm. These SMC distance calculations also must be approved by consultant prior to any fabrication work and factor of safety shall be considered as two for thermal stress calculations.

In case of copper bus bars tinning will be done on the copper strip ends to a length equal to

the lap length of the joint plus one inch. In case of copper bus bar, it shall be of electrically conductor grade, electrolytic copper.

Page 352: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 151

The bus bars will run in a separate bus bar chamber using bus insulators made of non-deteriorating, vermin proof, non hygroscopic materials such as SMC/DMC. The interval between the two insulators will be designed after considering the following points:

- Strength and safe load rating of the insulator. - The vibrating force generated during a fault having fault level of 50 KA as specified

in BOQ. - A minimum derating factor of safety of 0.75 on account of temperature rise and

enclosure shall be taken and this shall be taken exact as per calculations subjected to a minimum of 0.75.

- A set of SMC/DMC support.

To limit the temperature rise in the bus bar chamber a set of louver can be provided at strategical places considering the air circulation. The louvers provided will have a brass wire mesh covering from inside with more than 100 openings per sq inch. The overall temperature of bus bars shall not exceed 85°C

Each vertical section of modules will be given power supply by using a set of completely

enclosed vertical bus bars taping off from the main bus bars. These vertical bus bars will be of adequate size and rating to carry the full load current of all the modules and will not be less than 220 square mm in cross section. The electro-galvanised high tensile steel nuts, bolts, plain washers and spring washers of suitable size will be used in connecting the various sections of the bus bars. A minimum of 1.6 times the width of bus bar will be the lapping length of each joint.

e) The Control wiring: The control wiring of all the panels will be done with PVC single core

flexible copper wires of cross section 1.5sq mm. and 2.5sq mm. All the wiring involving current transformers and DC circuits will be wired with minimum 2.5mm cross section wire and the others with 1.5sq mm. The control wiring will be done by properly dressing all the wires in a laminar manner either in a PVC duct of liberal size or bunched together by PVC strapping tapes at a distance not exceeding 150 mm. Each wire will terminate with a copper ferule crimped to the wire. The PVC ferules will be used to identify each wire of the circuit and the same numbers will be marked on the drawing for the corresponding wire. Only Elmex type clip on style connectors with suitable rails will be used for ending the control wiring. The decision will ensure that only one out going wire will be connected to one connector. When the control wiring is crossing from fixed parts to moving parts such as doors etc. the wire will be run in PVC sleeve of suitable size and the same will be mechanically clamped at both the ends i.e., one end of the fixed part and the other on the moving part. Under no circumstances the wiring should be under any kind of stress for which sufficient length of control wiring in the PVC sleeve should be provided. The colour code for the wiring will be as follows:

For +ve of DC circuits RED For -ve of DC circuits BLUE For CT and PT circuits RED/YELLOW/BLUE following the phase codes For remaining BLACK For earthing GREEN

1.2 CONTROL DEVICES: a ) Push buttons : The push buttons used in this panel will be rated for more than 415 Volts and

2 Amps. All the push buttons will be mounted on the front door. The assembly will be in two

Page 353: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 152

part comprising of contact blocks. The design should permit addition of extra contact blocks where ever required functions is detailed below: ----------------------------------------------------------------------------------------------------------------

------ Function Colour Type ------------------------------------------------------------------------------------------------------- Starting/switching ON Green Shrouded Stopping/switching OFF Red Unshrouded Resetting Black Shrouded Forward ON Yellow Shrouded Reverse ON Blue Shrouded Emergency OFF (locking in Red Mushroom

pressed position & shall be key resettable)

------------------------------------------------------------------------------------------------------ All the push buttons will be mounted on the front door of the cubicle in regular symmetrical

fashion as per the general norms being practiced. Only one make of push buttons will be used in the assembly of all the panels.

b.) Indicating lights: The indicating lights used in the panel will be pleasant looking, indicating

lights in round shape having following features: - A separate front lens for it's easy replacement. - Facility to replace the bulb from the front. - Shall comprise of number of LED lights. - The shape of the lens to allow viewing from sides. - Series resistance with use of low voltage bulb for longer life. - Clear and distinct indication for light ON and OFF with difference of brightness of

the lens in ON and OFF state. - Loss of not more than 1.5W per lamp. The selection of the colours of the indicating lamps will be as follows: - Red for system in operation - Amber for system ready for operation - Green for system being put off - Red, Yellow and blue for incoming supply indication.

Page 354: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 153

c.) Control Switches: All control switches shall be rotary , back connection. All selector switches shall have make before break feature. The selector switches shall have four positions, three for reading phase and fourth is OFF position. All switches will be rated for 16 amps and poles and various positions (ways) will be as per BOQ.

d.) Control Transformer: The control transformer if required will be a single phase, copper

wire wound, natural air cooled, vacuum impregnated, air dried transformer with electrically isolated primary and secondary / secondaries. The transformer will be open execution type with primary rated for 415 ± 5% (Three taps) at 50 Hz. The secondary Voltage will be as specified along with the requirement. The transformer will be of indoor duty and it's design will be suitable for operation in an electrical panel. The VA rating of the transformer will be the total of: - 250% of sturdy state coil load of all the contactors, relays, timers etc. being operated

from this transformer. - 130% of requirement for the maximum numbers of indicating lights operating from

the transformer simultaneously in ON state at any time. - 100% of any other load connected to it's secondary. The transformer will have class A

insulation and it's temperature rise will not be more than 85°C at an ambient of 45 °C. all the connections from the winding will be brought to a Bakelite plate mounted on the transformer. All the connections will be clearly engraved on this Bakelite plate.

e.) Voltage transformer: Voltage transformer shall have an accuracy class 1.0 for metering and

Class -3 for protection. The primary rated voltage shall be equal to the rated voltage Vn of the system or Vn/3 if the

voltage transformer is connected between phase and neutral. 1.3 L.T. CURRENT TRANSFORMERS: The current transformers to be used in the L.T. Electrial panels shall be low tension, ring or

rectangle type cast resin current transformer with the requisite currents ratio having secondary of the current transformers for guidance the protective current transformers shall have an accuracy class 5P and an accuracy limit factor greater than 10, low reactance current transformer shall be used for protection. Selection will be based on the following information: a). For energy measuring : 1.0 class of accuracy . b). For other metering : 1.0 class of accuracy c). For protection : 3.0 class of accuracy. The current transformers to be selected for this panel will have at least 20% extra VA capacity available over the normal capacity based on the following details: - For ammeters : 3 VA. - For current coils of KW & KWHr : 5 VA - For current coils of PF.KVAR meters : 5 VA - For all recorders : 5 VA

Page 355: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 154

- For normal wiring : 2 VA - For current coil of protection relays : 10 VA.

Under no circumstances the VA rating of the CT's will be less than 15 VA. In case of low

currents a primary wound CT will be chosen or a higher size ring type CT with 2 or 3 or 4 or 5 turns of primary conductor may be used to get the VA rating at required current ratio.

1.4 MOULDED CASE CIRCUIT BREAKERS (With adjustable current setting) on front

facia: Moulded case circuit breakers shall be of extra current limiting type and adjustable currents

setting type with trip free manual closing mechanisms. MCCB's shall conform to IS: 13947 -1, 2 (1993). They shall be of single break type but preferably double break.. They shall be trip free from all positions and temperature compensated for thermal type. Suitable discrimination shall be provided between upstream and downstream breakers in the range of 8 to 10 milliseconds upwards. All moulded case circuit breakers will have front operating extended rotary handle. They shall have minimum watt loss per pole. The closed and open positions along with TRIP position must be clearly indicated as per clause 7.1.51 SI part-I of the IS standard. MCCB cover and case shall be made of high strength heat resistant and flame resistant thermosetting insulating material, operating handle shall be quick make, quick break type. Front operating handle shall have a common operating handle for simultaneous operations and tripping of all three phases along with a door interlock facility.

All capacities taken are service breaking short circuit capacity. The MCCB shall have line and load reversibility and shall be suitable for aluminium or copper terminations.

MCCB shall have provision for fitting in future with the accessories like under voltage trip,

shunt trip, alarm switch, auxiliary switches, earth fault and earth leakage devices or modules. Each MCCB shall have phase separator, current adjustability from front, shrouding the terminals side with polycarbonate sheets, low let through energy. 4 Pole MCCB should be marked clearly & should make first and break last. All incomer MCCB’s have emergency push button in the front.

1.5 MINIATURE CIRCUIT BREAKER : It shall comply IS8828-1996 / IEC 898-1995. The MCB shall be suitable for DC and 400 Hz

application. The MCB shall be made of self extinguishing tropicalised (95% humidity 55°C material. The MCB shall have a trip free toggle mechanism. The contact closing shall be independent of operator speed.

The terminal shall be protected against any finger contact to IP20 degree of protection with no

restriction for line and load. The breaking capacity shall be 10KA in accordance with IS8828-1996, watt loss per pole shall be as per IS8828-1996. The rated impulse voltage (Vimp) of MCB shall be 6kv. The MCB shall be capable of being used as incomer and isolator application and shall have provision of fitting in future accessories like auxiliary switch, alarm switch, shunt trip and undervoltage trip. The manufacturer shall define the tripping characterstics of their MCB's and furnish the respective tripping curves. High voltage feature, wherever afflicable shall be proferred. The terminal shall have box type terminal for sound electrical connections.

1.6 SUB DISTRIBUTION BOARD:

Page 356: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 155

Sub distribution boards (for lighting and power) shall be powdered coated finish, manufactured with spacious design. It shall be manufactured from minimum 1.6mm CRCA sheet with double door design and shall provide IP 42 protection with high degree of protection against dust, vermin and ingress of moisture. Inside sub distribution boards, four DIN channels would be mounted to facilitate fixing of MCB and ELCB. MCB shall be mounted in such a way that its knob shall protrude of inside plate and no gaps on side of MCB shall be seen. Ample clearance between all live metal and earthcase shall be provided. Adequate space shall be provided for incoming and outgoing cables. All wires from MCB's shall terminate into terminal strip of at least 6mm sq. to accomodate power and lights circuiting wires. All outgoing circuit wires will start from terminal strip and wires in the terminal strip will be neatly terminated with adequate size lugs and ferrule numbers. On inside cover of SDB, all circuit numbers, their diagrams, circuits going to respective places must be clearly marked. At the same time circuit identification colour shall be strictly followed. There will be separate neutral strip for all the three phase for outgoing connections and separate neutral terminal shall be there for distributing the power to three neutral stips. Bus bar shall be very sleek looking and should connect other MCB’s. Sub distribution board shall have lockable cover.

TESTS PRIOR TO DESPATCH:

- Visual check for damage. - Check equipments specifications. - Checks generally all contacts, hardwares. - Continuity and earthing. - Polarity of current transformers. - Breaker mechanism and alignment. - Breaker truck movement shall be free and smooth. - Simultaneous closing of all poles in breaker. - Meggaring of all equipments for phase to phase, neutral to body, neutral to earth and

phase to earth. All meggar tests shall give minimum 2000 on Megaohms. - Circuit drawings pasted inside panels

- High voltage test 2.5 KV for one minute. - All functional tests. - Checking for all tightness of nuts and bolts. - Insulation test at 3 KV for one minute. - Alignment of doors etc. - Breaker racking in and racking out. - Interlocking test.

Page 357: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 156

- Clearances between phase and phase, phase and neutral to be tested.

2.0 L.T. CABLE WORK 2.1 SCOPE The cables for applications for low and medium voltage supply shall be PVC insulated and

PVC sheathed, armoured conforming to IS: 1554 (Part I)- 1976. The cables shall have solid / stranded aluminium conductor in case of aluminium conductor

cables and high conductivity stranded copper conductor for the copper conductor cables. The conductors shall be insulated with high quality dielectric grade PVC based compound

conforming to IS 5831-1970. Core identifications shall have following colour scheme of PVC insulation. One core - Red, yellow, Blue or Black Two core - Red and Black Three core - Red, Yellow and Blue Three and Half core - Red, Yellow, Blue and Black neutral Four core - Red, Yellow, Blue and Black The cable will be either aluminium conductor or copper conductor. There will PVC insulation

on top of individual cores. All two/three/four core will be encircled by PVC extrution or PVC tapes with fillers. GI strip/wire armouring will be carried out on the top of inner layer and this shall be very uniform outer without any sharp bend/edges/kinks. Top outer layer will be carried out through PVC extrusion (and not cable sleeving). All size of cables (big or small) shall have stranded conductors. Following test will be achieved.

a) Aluminium conductor cable: Thermal stability - 95 to 100 minutes (Inner core) Tensile strength - 17.5 N /sq mm Elongation - 225% Conductivity - As per IS 2.2 CABLE LAYING AND HANDLING It should be ensured that both ends of the cable are properly sealed to prevent

ingress/absorption of moisture by the insulation. When cable drums have to be moved over short distances, they should be rolled in the

direction of the arrow, marked on the drum.

Page 358: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 157

While removing cables the drums shall be properly mounted on jacks or on a cable wheel or

any other suitable means making sure the spindle, jack etc. is strong enough to take the weight of the drum.

The cables shall not be bent sharp to a small radius. The minimum safe bending radius for all

types of PVC cable shall be taken as 12 times the overall diameter of the cable. No joints in cable will be allowed

Wherever practicable, larger radius should be adopted. At joints and terminations, the bending

radius of individual cores of a multi core cable shall not be less than 15 times its overall diameter.

Cable with kinks and straightened kinks or with similar apparent defects like defective

armouring etc. shall not be installed. Cables of different voltages and also power and control cables should be kept in different

trenches with adequate separation. Where available space is restricted, LV/MV cables shall be laid above HV cables.

Where cables cross one another the cable of higher voltage shall be laid at a lower level than

the cable of lower voltage. Power and communication cables shall as far possible cross at right angles. Where power

cables are laid in proximity with communication cables the horizontal and vertical clearances shall not normally be less than 600mm.

Cables shall be laid direct in ground in pipes/closed ducts, in open ducts or on surface

depending on environmental conditions. No joints in cable shall be allowed. Incase single length is more than 250 mtrs then cable

should come in smaller drums of adequate lengths to avoid any jointing. Only in cases where the joint could not be avoided during the preliminary stages of laying the cable, this should be brought to the notice of the site engineer for proper approval.

The PVC cables shall not in any circumstances be bent so as to form an abrupt right angle but

must be rounded off at the corners to a radius not less than six times the overall diameter of the cable.

In case where there are chances of any damage to the wiring/ cables, such wiring/cables shall

be covered with a steel metal protective covering (not less than 16 SWG) the base of the covering being flush with the plaster or brickwork as the case may be, or the wiring/cables shall be drawn through a heavy gauge metal conduit pipe by complying with all the requirements of conduit wiring system.

Such protective covering shall in all cases be fitted on all down drops within 1.5m from the

floor or from floor level upto the switch board whichever is less. While cutting and stripping of the outer covering of the cable, care shall be taken that the

sharp edge of the cutting instrument does not touch the inner insulation of the conductors. The protective outer covering of the cables shall be stripped off near connecting terminal and this protective covering shall be maintained upto the close proximity of connecting terminals as far as practicable.

Page 359: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 158

Care shall be taken to avoid hammering on link clips with any metal instrument, after the cables are laid. Where junction boxes are provided, they shall be made moisture proof with a plastic compound.

2.3 CABLE LAYING IN GROUND The minimum width of trench for laying single cable shall be 350mm. Where more than one cable is to be laid in the same trench in horizontal formation, the width

of trench shall be increased such that the spacing between the cables, except where otherwise specified shall be at least 20mm or equal to the diameter of cable.

The trenches shall be excavated in reasonably straight lines. Wherever there is a change in

direction, suitable curvature shall be provided complying with the requirements. Where gradients and changes in depth are unavoidable, these shall be gradual. Adequate precautions should be taken not to damage any existing cables, pipes or other such

installations in the proposed route during excavation. Wherever bricks, tiles or protective covers or bare cables are encountered, further excavation shall not be carried without the approval of the main contractor

The bottom of the trench shall be level and free from stone, brick bats etc. The trench shall

then be provided with a layer of clean, dry sand cushion of not less than 80mm. in depth and 170mm above the cable.

The cable shall be pulled over rollers in the trench steadily and uniformly without jerks and

strains. The entire cable length shall as far as possible be paved of in one stretch. However, where this is not possible the remainder of the cable may be removed by `Flaking' i.e. by making one long loop in the reverse direction.

After the cable has been uncoiled and laid into the trench over the rollers, the cable shall be

lifted slightly over the rollers beginning from one end by helpers standing about 10m apart and drawn straight. The cable should then be taken off the rollers by additional helpers lifting the cable and then laid in a reasonably straight line.

For short cut runs and sizes upto 50 sq mm of cables upto 1.1 KV grade, any other suitable method of direct handling and laying can be adopted with the prior approval of the Main contractor.

When the cable has been properly straightened, the cores are tested for continuity and

insulation resistance and the cable is then measured. The ends of all lead sheathed cable shall be sealed with solder immediately. In case of PVC cables, suitable moisture seal tape shall be used for this purpose.

Cable laid in trenches in a single tier formation shall have a covering of clean, dry sand of not

less than 150mms above the base cushion of sand before the protective cover is laid. In the case of vertical multi-tier formation after the first cable has been laid, a sand cushion of

200 mm. shall be provided over the initial bed before the second tier is laid. If additional tiers are formed, each of the subsequent tiers also shall have a sand cushion of 200mm as stated above. The top most cable shall have a final sand covering not less than 150 mm. before the protective cover is laid.

Unless otherwise specified, the cables shall be protected by second class bricks of not less

than 200mm x 100mm x 100mm (nominal size) protection covers placed on top of the sand,

Page 360: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 159

(bricks to be laid breadth wise) for the full length of the cable to the satisfaction of the Main contractor . Where more than one cable is to be laid the same trench, this protective covering shall cover all the cables and project at least 50mm. over the sides of the end cables. The trenches shall be taken back-filled with excavated earth free from stones or other sharp edged debris and shall be rammed and watered, if necessary, in successive layers not exceeding 300mm. Unless otherwise specified, a crown of earth not less than 50 mm in the centre and tapering towards the sides of the trench shall be left to allow for subsidence. The crown of earth however should not exceed 100mms so as not to be a hazard to vehicular traffic. The temporary reinstatements of roadways should be inspected at regular intervals, particularly during the wet weather, and any settlement should be made good by further ceased trenches cut through roadways or other paved areas shall be restored to the same density and material as the surrounding area and reparted in accordance with the relevant Specifications to the satisfaction of the Main contractor.

After the subsidence has ceased, trenches out through roadways or other paved areas shall be

restored to the same density and material as the surrounding area and repaved to the satisfaction of the Main contractor.

Where road berms or lawns have been cut or kerb stones displaced, the same shall be repaired

and made good except turfing / asphalting to the satisfaction of the Main contractor and all surplus earth or rock removed to places as specified.

In locations such as road crossing, entry to building, on poles, in paved areas etc. cables shall

be laid in pipes or closed ducts. Stone ware pipes, G.I., C.I. or spun reinforced concrete pipe shall be used for such purposes.

In the case of new construction, pipes as required shall be laid alongwith the Civil works and jointed according to the good practice and standard specification or instructions of the Main contractor as the case may be. The size of pipe shall be decided by the Main contractor and shall not be less than 100mm. in diameter for a single cable and not less than 150mm. for more than one cable. The pipe shall be laid directly in ground without any special bed except for SW pipe which shall be laid over 100mm. thick cement concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate of 40 mm nominal size) bed. No sand cushioniong or tiles need be used in such situations unless otherwise specified, the top surface of pipes shall be at a minimum depth of 1m. from the ground level when laid under roads, pavement etc.

Manholes of adequate size as decided by the Main contractor shall be provided to facilitate

feeding/drawing in of cables and to provide working space for persons. They shall be covered by suitable manhole covers with frame of proper design.

2.4 CABLES ON HANGERS OR RACKS The contractor shall provide and install all iron hanger racks or racks with die cast cleats with

all fixings, dash fastner, rag bolts or girder clamps or other specialist fixing as required. Hangers and all necessary supports to hand trays at every 1 or 1.5 mtr spacing at required height shall be your scope.

Where hangers or racks are to be fixed to wall sides, ceiling and concrete structures the

contractor shall be responsible for cutting away, fixing and grouting in rag bolts and making good.

The hangers or racks shall be designed to give atleast 25mm clearance between the cable and

the face to which it is fixed. Multiple hangers shall have two or more fixing holes. All cables shall be saddled at not more than 750mm centres. These shall be designed to keep provision for some spare capacity for future development.

Page 361: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 160

2.5 TAGGING OF CABLES All cabling shall have a tags at both ends with proper circuit number, detail of load, machine

name etc. marked on it. TESTING DURING ERECTION AND COMMISIONING - Continuity test prior to laying cables. - Physical and visual check for any apparent damage cuts and armour piercing. - Insulation resistance test prior to cable laying. - Insulation resistance test after cable laying. - All cables shall be properly dressed, tagged clearly mentioning feeder number, cable

too and size of the cable. 3.0 EARTHING SYSTEM 3.1. SCOPE This section covers the general requirements of the earthing system for substation installation. 3.2. SYSTEMS Earthing system shall comprise of earth electrodes, earth strips, earth continuity conductors

and main earth grid in accordance with relevant Indian Electricity Rules 1956. The body earthing for panels shall be done to a common earth bus connected to two separate and distinct earth electrodes.

3.3. ELECTRODES The earth electrodes shall be as per this Specification and relevant drawings. 3.4. LOCATION OF EARTH ELECTRODE Normally an earth electrode shall not be situated less than 1.5 m from any building. Care shall

be taken that the excavation for earth electrode may not effect the column footings or foundation of the buildings. In such cases electrodes may be further away from the building.

The location of the earth electrode will be such where the soil has reasonable chance of

remaining moist. As far as possible, entrances, pavements and road ways, are to be definitely avoided for locating earth electrode.

3.5. WATERING ARRANGEMENT Method of watering arrangement shall comply with standard practices. 3.6. SIZE OF EARTH LAED The recommended sizes of copper earth bus lead in case of substations shall be in accordance

with the schedule. The minimum size of earth lead shall be 25 mm x 3 mm equivalent GI strip and 20 mm x 3 mm of copper. In case of earthing wires minimum size of conductor for GI

Page 362: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 161

shall be 8 SWG for copper. The electrode shall be buried in trench not less than 0.5 m deep. If condition necessitate use of more than one strips or conductor electrode, they shall be laid as widely spaced as possible. Preferably in a single straight or circular trench or in a number of trenches radiating from one point.

3.7. INSTALLATION All joints shall be rivetted and sweated. Joints in the earth bar shall be bolted and the joint

faces tinned. Where the diameter of the bolt for connecting earth bar to apparatus exceeds one quarter of the width of the earth bar, the connection to the bolt shall be made with a wider piece of flange of copper jointed to earth bar. These shall be tinned at the point of connection and special care taken to ensure a permanent low resistance contact to iron or steel. All steel bolts, nuts, washers, etc shall be cadmium plated. Main earth bars shall be spaced sufficiently away from the surface to which they are fixed, such as walls or the side of trenches to allow for easy connections. Copper earth bars shall not be fixed by ferrous fittings. The earthing shall be suitably protected from mechanical injury by galvanised iron within ground shall be buried at least 600mm deep. The earthing lead shall be securely bolted and soldered to the plate or pipe as the case may be. In the case of the plate, the lead shall be connected by means of cable socket with two bolts and nuts. All washers shall be of the same materials as the plate or pipe. All iron bolts, nuts and washers shall be galvanised.

3.8. TESTING After installation, the tests shall be carried out as per IS: 3043. No earth electrode shall have

ohmic resistance of more than 2 ohm, and in rocky soil not more than 5 ohms. 3.9. ARRANGEMENT FOR EARTH ELECTRODE (i) PIPE EARTH ELECTRODE: G.I pipe shall be of medium class 40 mm dia and 4.5 m to 6 m in length. G.I pipe electrode

shall be cut to taper at the bottom and shall be provided with holes of 12 mm dia drilled not less than 75 mm from each other other upto 2 m of length from the bottom. The electrode shall be buried in the ground vertically with its top not less than 200 mm below ground level (see as per standard practices).

(ii) G.I PLATE ELECTRODE : G.I plate electrode 600 mm x 600 mm x 6 mm or copper plate electrode 600 mm x 600 mm x

6 mm thick. The electrode shall be buried in ground with its face vertical, and top not less than 4.5m / 6m below ground level (as per standard practices).

3.10. METHOD OF INSTALLATION OF WATERING ARRANGEMENT In the case of plate earth electrode a watering pipe of 20mm dia of medium class G.I pipe

shall be provided and attached to the electrode. A funnel with mesh shall be provided on the top for watering the pit. In case of pipe earth electrode a 40mm x 20mm reducer shall be used for accessing the funnel. The watering funnel attachment shall be housed in masonary enclosure of not less than 300mm x 300mm x 300mm. A cast iron cover having locking arrangement shall be suitably embedded in the masonary enclosure. The earth station indication number shall be clearly written on the inner side of cover.

3.11. PROTECTION OF EARTHING LEAD:

Page 363: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 162

The earthing lead from electrode onwards shall be suitably protected from mechanical injury by a 15 mm dia G.I pipe in case of wire and by 40 mm dia medium class G.I pipe or suitable size pipe in case of strips. Portion of this protection pipe within the ground shall be buried at least 300mm deep ( to be increased to 600mm in case of road crossing and pavements). The portion within the building shall be recessed in walls and floor to adequate depth.

TESTING DURING ERECTION AND COMMISSIONING - Completion of earth pit and visual inspection for joints with adequate size nuts and

bolts. - Inspection of funnel and clean water passege for any obstruction. - Openable covers of masonary chamber. - Earth testing point - Check earthing pit resistance individually and combined. - Each earthing pit shall carry separate number - Initially if earth resistance is high due to hard soil/rock than big hole must be

excuated and filled with soft soil before carrying out conventional system of salt and charcoal.

- Resistance of earthing system shall not exceed one ohm. 4.0 INTERNAL WIRING 4.1 SYSTEM OF WIRING The system of wiring shall consist of single core FR insulated copper conductor multi strand

wires in MS rigid conduits (IS marked) concealed or exposed as called for in the drawings. 4.2 GENERAL Prior to laying fixing of conduits, the Sub Contractor shall careful examine the drawings

indicating the layout of circuits, satisfy himself about the sufficiency of number and size of conduits, location of junction boxes, sizes and location of switch boxes and other relevant details. Any discrepancy found in the drawings shall be brought to the notice of the CONSULTANTS. Any modifications suggested by the sub-contractor shall be got approved by the CONSULTANTS, before actual laying of conduits is commenced. The rates for the following items of work shall include in respective item only.

i) All necessary materials, specials and fitting including labour for installation of

fixtures. ii) Requisite fasteners, rigid /flexible conduits, galvanized steel cable, saddles, hooks,

grouting materials, ferrules, thimbles etc. 4.3 MATERIAL MS RIGID CONDUIT:

Page 364: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 163

All conduits shall be high rigid 1.6mm thickness MS rigid type and shall comply with I.E.E regulations for non-metallic conduit 2mm thick as per IS-9537/1983 (part –III). All sections of conduits and relevant boxes shall be properly cleaned and glued by using an epoxy resin glue and the proper connecting pieces. Inspection type conduit fittings such as inspection boxes, drawn boxes, fan boxes and outlet boxes shall be M.S or otherwise mentioned. Conduit shall be terminated with adopter/ glands as required.

4.4 CONNECTIONS All joints shall be fully water tight and sealed by applying sealing compound as per

manufacturer's recommendation. Junction boxes and running joints shall be provided at suitable places to allow for subsequent extension, if any, without undue dismantling of conduit system. As far as possible, diagonal run of conduits shall be avoided. Wherever number of conduits are crossing each other, they shall be laid along with a MS junction boxes.

Conduit system shall be erect and straight as far as possible. Separate conduits shall be run for

16 amps power outlet wiring. The joints in conduit shall be free of burrs to avoid damage to installation of conductors while pulling them through the conduit.

4.5 BENDS IN CONDUIT Where necessary, bends or diversions may be achieved by means of bends and/or circular

inspection boxes with adequate and suitable inlet and outlet connections. In case of recessed system each junction box shall be provided with a cover properly secured and flush with the finish wall surface, so that the conductors inside the conduit are easily accessible. No bend shall have radius less than 2.5 times the outside diameter of the conduit. Cut ends of conduit pipe shall not have any sharp edges or any burrs to avoid any damage to the insulation of conductor while pulling them inside pipes.

4.6 FIXING CONDUITS Conduits and junction boxes shall be kept in position while the walls, slabs and floor are

under construction and proper hold fasts shall be provided. Conduits shall be so arranged as to facilitate easy drawing of wire through them. Adequate junction boxes of approved quality and size shall be provided. Where conduits cross expansion joints in the building, adequate expansion fittings or other approved devices shall be used to take care of any relative movement. All conduits shall be installed so as to avoid steam and hot water pipes. Conduit in floor slabs shall be kept as short as possible above finished floor level in order to avoid any damage to them. After the conduits, junction boxes, outlet boxes and switch boxes are installed in position, their outlet shall be properly plugged or covered so that water, mortar, insects or any other foreign matter does not enter into the conduit system. At certain places installation of concealed conduit, accessories and switch / socket / grid plate / mount boxes in wood work and panelling will be required. The arrangement of fixing and installing these items in the wood work and panelling should in approved manner.

Where called for, surface conduits shall be fixed by means of spacer bar saddles at intervals

not more than 500mm and 100 mm from both sides of fitting or accessories. The saddles shall be 3mm x 19mm galvanized mild steel flat, properly treated, secured fixed

to support by means of raw bolts and brass machine screws. Conduit in chases shall be avoided. Where unavoidable, conduit shall be fixed by means of staples not more than 600mm apart and the chases filled with cement mortar 1:4. Cutting of horizontal chases is prohibited. All socketed connections shall be made fully water tight by the use suitable adhesive cement for MS conduits.

Page 365: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 164

4.7 SWITCH OUTLETS & JUNCTION BOXES All outlets for switches, sockets and other receptacles shall be equipped with rust proof outlet

boxes of sheet steel fabricated from minimum 16 SWG sheet and zinc passivated as called for, having smooth external and internal surface to true finish and shall be suitable for fixing of grid mounted switches of relevant makes as called for in bill of quantities . Outlets exposed to the weather shall be fully weather tight (IP67) complete with rubber gasketed covers. Outlets where used shall be painted with two coats of bituminous paint before they are fixed in position, outlet boxes fixed in concrete shall have a minimum depth of 45mm and the wall thickness of the boxes and spouts shall not be less than 1.6mm.

4.8 INSPECTION BOXES Rust proof boxes of painted cast iron/ painted sheet steel and of required size, having smooth

external and internal finish, shall be provided to permit periodical inspection and to facilitate removal and replacement of wires when required. Inspection boxes shall be mounted on walls/ ceiling finished surface and shall be provided with 3/16th inch decorative laminate sheet cover to the box with brass screws. Adequate ventilation holes shall be provided in the inspection box covers.

4.9 CONDUCTORS All FR insulated copper conductor wires shall conform in all respects to IS. All wires shall be

flexible copper multistranded with FR insulation. All conductors shall be 99.9 % pure. 4.10 BUNCHING OF WIRES Wires carrying current shall be so bunched in the conduit, that the outgoing and return cables

are drawn in the same conduit. Cables originating from two different phases shall not be run in the same conduit. All wires being terminated either in switch box or elsewhere shall be properly ferruled with circuit numbers.

4.11 DRAWING CONDUCTORS The drawing and jointing of copper conductor wires and cables shall be executed with due

regard to the following precautions: While drawing insulated wires into the conduits, care shall be taken to avoid scratches and

kinks which cause breakage of conductors. There shall be no sharp bends. Strands of wires shall not be cut for connecting terminals. The terminals shall have sufficient cross sectional area to take all strands and shall be tinned. The connecting brass screws shall have flat ends. All looped joints shall be connected through terminal blocks/ connectors. The pressure applied to tighten terminal screws shall be just adequate, neither too much nor too less.

Conductors having nominal cross sectional area exceeding 4sqmm shall always be provided

with cable sockets. At all bolted terminals, brass flat washers of large area and approved steel spring washers shall be used. Brass nuts and bolts shall be used for all connections.

Only certified wiremen and cable jointers shall be employed to do jointing work. All wires

and cables shall bear the manufacturer's label and shall be brought to site in new and original packaging. For all internal wiring, FR insulated wires of 650/1100 volts grade shall be used. The sub circuit wiring for points shall be carried out in looping in system and no joint shall be made.

Page 366: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 165

4.12 SWITCHES, RECEPTACLES & FIXTURES SWITCHES All 6/16 amp 5/6 pin switches shall generally be modular (of superior plastic material with

capability of withstanding u/v radiation) type switches 220 V AC. unless called for in bill of quantities. All switches shall be fixed inside the switch boxes on the nicely decorative plates with screws and nuts leaving ample space at the back and sides for accommodating wires. Flush mounted fan regulators shall be fixed inside the switch boxes over the cover plate with brass machine screws and nuts. The switch controlling the light point or fan shall be connected on the phase wire of the circuit. Switches shall be located at 1200 mm /1000 mm above floor level unless otherwise indicated.

4.13 WALL SOCKET OUTLET All 6 amp 5 pin socket outlets where called for shall be with switched. All 16 amp 6 pin wall

socket outlets where called for shall be with switch. The sockets shall be erected approximately 150mm above floor level (to the bottom of the box), unless otherwise specified.

The switch controlling the point outlets and socket outlets shall be on the phase wire of the

circuit. The earth terminal of the socket shall be connected to the earth terminal provided inside the box by means of copper bare wire. No joints are allowed in the length of the conductors. If the use of joint connections is unavoidable due to any specific reasons, prior permission in writing shall be obtained from the architects before the use of such connections. No wire shall be drawn into any conduit, until all work of any nature that may cause injury to the wire, is completed. Care shall be taken in pulling the wires so that no damage occurs to the installation of the wire. Before the wires are drawn into the conduit, the conduits shall be thoroughly cleaned of moisture, dust, dirt or any other, obstruction by forcing compressed air through the conduit. The minimum size of FR insulated FR copper conductor wires for all sub circuit shall be as follow:

Wiring for lights, exhaust fans and ceiling fan points shall be 1.5/ 2.5sqmm. The two 16 amp

power outlets shall be grouped in one circuit where called for. Wiring for the first power outlet shall be carried out with 4sqmm FR insulated copper conductor wires. Wiring for the second power outlet shall be carried out with 4sqmm FR insulated copper conductor wires. All power outlets shall be provided with FR insulated green colour copper earth wires.

4.14 MAINS AND SUBMAINS Mains and submain cable where called for shall be of the rated capacity. Every main and

submain shall be drawn into an independent adequate size conduit. Adequate size draw boxes shall be provided at convenient locations to facilitate easy drawing of main and submain wires. Item cost of submains will include the cost of conduits, junction boxes, wires and earthing wires. Single phase submain shall be provided with one earth wire and three phase submains shall be provided with two earth wires.

4.15a COLOUR CODE OF CONDUCTORS / WIRE

Page 367: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 166

Colour code shall be maintained for the entire wiring installation Red, Yellow, Blue for the three phases, Black for neutral, Green for earth.

4.15b FERRULEING AND THIMBLES All wiring and cabling shall have a ferrules at both ends with proper circuit number marking

on it. 4.16 CEILING FANS All ceiling fans shall be provided with suspension arrangement in the concrete slab/roof

numbers. It is the duty of the contractor to make those provisions at the appropriate stage of construction. The fan hook boxes shall be fabricated from 16 SWG sheet steel in hexagonal shape and provided with 12mm dia MS rod bent to shape. Exhaust fans shall be fixed at locations shown on the drawings. They shall be wired to a plug socket and at a convenient location near the fans. All switch and outlet boxes, fan and light fittings shall be bonded to earth through copper wire properly screwed on to the body to make an effective contact.

4.17 TELEPHONE WIRES AND CONDUITS Separate conduits shall be provided for internal telephone wiring of telephone system starting

from tag block. Each telephone outlet shall be wired with two pair telephone cable from tag block. All telephone wires shall be of 0.61mm dia annealed tinned high conductivity copper conductor PVC insulated and PVC sheathed gray confirming to ITD specifications SWS113B&C. Multi-pair PVC insulated cables laid in conduit shall be provided for connecting various tag blocks. Telephone cables for external connections shall be armoured and shall be laid directly in ground or in pipe etc.

PRE COMMISSIONING AND COMMISSIONING TEST - Continuity of wires and size of wires. - Marking of circuit number with ferrules, color code and their polarity. - Making sure the phase conductor wire is terminated into switch and neutral is brought

to switch board. Neutral inside switch board shall or looped through terminal strip. - All circuit numbers are marked on wires with ferrules. - Meggaring of submain wiring, circuit wiring and point wiring. - Check for continuty of earth wire. - Functional test of switches - All switch boards are alinged properly with neat appearance. 5.0 SUB-MAIN WIRING. Sub-main wiring shall mean wiring form one main/ distribution switch board to another. 5.1 MEASURMENT OF SUB MAIN WIRING.

Page 368: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 167

(i) Sub-Main wiring shall be measured on linear basis along the run of the wiring or as mentioned in BOQ. The measurement shall include all lengths from end to end of conduit or PVC casing capping as the case may be, exclusive of interconnection inside switch board etc. The increase on account of diversion or slackness shall not be included in the measurement.

(ii) Protective (loop earthing) conductors which are run along the sub-main wiring are

also measured on linear basis along with the sub main wiring. 5.2 OUTLET BOXES The switch box shall be made of metal mild steel on all side except on the front. In the case of

MS boxes, wall thickness shall be at least 18 SWG. Clear depth of the box shall not be less than 40 mm and this shall be increased suitable to accommodate mounting of fan regulators in flush patter. All fitting shall be fitted in flush pattern. Outlet boxes shall be suitable for light & power accessories as specified elsewhere. Cost of outlet boxes, modular cover plates (for modular switches/ sockets & MCB points)

5.3 6 & 16 Amp SWITCH SOCKET OUTLET – MODULAR RANGE. 5.3.1 Switch socket outlet on lighting circuit shall be of 5 pin 6 Amp outlet and shall have safety

shutters. The switch shall be of rocker mechanism type with silver safety contact. Switch and socket outlet shall be separate unit in modular range and shall be plate type and of white finish. Switch shall be indicator type.

5.3.2 6 Switch socket outlet on power circuit shall be of 6 pin 16/6 Amps outlet and shall have

safety shutters. The switch shall be of rocker mechanism type with silver contract. Switch and socket outlet shall be separate unit in modular range and shall be plate type and of white finish. 16 Amps switches shall be indicator type.

5.3.3 Industrial Type Sockets: 5.3.4 Industrial type sockets shall be provided wherever specifically called for Industrial sockets

shall be totally metal clad with porcelain base incorporating the pins. Socket shall have 3 pins for single phase applications and 4 pins and scraping earth for 3 phase applications. The sockets shall be provided with suitable cable entry sockets shall have metal covers with chain. Industrial type sockets shall be provided with a suitable sheet steel housing made of 16 gauge with the socket mounted in flush with cover of the housing.

5.3.5 For window type Air Conditioning units, water coolers etc 20/32 Amp 2 pin with earth metal

clad socket outlet with plug shall be provided near the A.C. unit. Single pole miniature circuit breaker of suitable rating in M.S. box shall be provided separately to control the supply.

6.0 FIRE DETECTION SYSTEM (HYBRID):

6.1A. This section of the specification includes the furnishing, installation, and connection of the microprocessor controlled, intelligent reporting fire alarm equipment required to form a complete coordinated system ready for operation. It shall include, but not be limited to, alarm initiating devices, alarm notification appliances, control panel, auxiliary control devices, annunciators, and wiring as shown on the drawings and specified herein.

B. The fire alarm system shall comply with requirements of TAC. The system field wiring shall

be supervised either electrically or by software-directed polling of field devices.

C. The fire alarm system shall be manufactured by an ISO 9001 certified company and entire equipment shall be supplied by one company.

Page 369: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 168

D. The FACP and peripheral devices shall be manufactured 100% by a single manufacturer (or

division thereof). 6.1.2. SCOPE:

A. A new intelligent reporting, microprocessor controlled Hybrid fire detection system shall be installed in accordance to the project specifications and drawings.

B. Basic Performance: 1. Alarm, trouble and supervisory signals from all intelligent reporting devices shall be encoded. 2. Initiation Device Circuits (IDC) shall be wired. 3. Digitized electronic signals shall employ check digits or multiple polling. 4. A single ground or open on the system Signaling Line Circuit shall not cause system

malfunction, loss of operating power or the ability to report an alarm. 5. Alarm signals arriving at the main FACP shall not be lost following a power failure (or

outage) until the alarm signal is processed and recorded. C. BASIC SYSTEM FUNCTIONAL OPERATION When a fire alarm condition is detected and reported by one of the system initiating devices,

the following functions shall immediately occur: 1. The system alarm LED shall flash. 2. A local piezo electric signal in the control panel shall sound. 3. A backlit 40 character LCD display shall indicate all information associated with the fire

alarm condition, including the type of alarm point & its location within the protected premises.

4. Printing and history storage equipment shall log the information associated each new fire alarm control panel condition, along with time and date of occurrence.

5. All system output devices programmed to be activated by the particular point in alarm shall

be executed and the associated system outputs (alarm Notification appliances and/or relays) shall be activated.

6.1.3. SUBMITTALS A. General: 1. Two copies of all submittals shall be submitted to the Architect/Engineer for review.

2. All references to manufacturer's model numbers and other pertinent information herein is intended to establish minimum standards of performance, function and quality. Equivalent equipment (compatible UL Listed) from other manufacturers may be substituted for the specified equipment as long as the minimum standards are met.

Page 370: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 169

3. For equipment other than that specified, the contractor shall supply proof that such substitute equipment equals or exceeds the features, functions, performance, and quality of the specified equipment.

B. Shop Drawings: 1. Sufficient information, clearly presented, shall be included to determine compliance

with drawings and specifications.

2. Include manufacturer's name(s), model numbers, ratings, power requirements, equipment layout, device arrangement, complete wiring point-to-point diagrams, and conduit layouts.

3. Show annunciator layout, configurations, and terminations. C. Manuals: 1. Submit simultaneously with the shop drawings, complete operating and maintenance

manuals listing the manufacturer's name(s), including technical data sheets. 2. Wiring diagrams shall indicate internal wiring for each device and the

interconnections between the items of equipment. 3. Provide a clear and concise description of operation that gives, in detail, the

information required to properly operate the equipment and system. D. Software Modifications

1. Provide the services of a factory trained and authorized technician to perform all system software modifications, upgrades or changes.

2. Provide all hardware, software, programming tools and documentation necessary to

modify the fire alarm system on site. Modification includes addition and deletion of devices, circuits, zones and changes to system operation and custom label changes for devices or zones. The system structure and software shall place no limit on the type or extent of software modifications on-site. Modification of software shall not require power-down of the system or loss of system fire protection while modifications are being made.

E. Certifications: Together with the shop drawing submittal, submit a certification from the major equipment

manufacturer indicating that the proposed supervisor of the installation and the proposed performer of contract maintenance is an authorized representative of the major equipment manufacturer. Include names and addresses in the certification.

6.1.4. CONDUIT AND WIRE: A. Conduit: 1. Conduit shall be in accordance with The National Electrical Code (NEC), local and

state requirements.

Page 371: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 170

2. Where possible, all wiring shall be installed in conduit or raceway. Conduit fill shall not exceed 40 percent of interior cross sectional area where three or more cables are contained within a single conduit.

3. Cable must be separated from any open conductors of Power, or Class 1 circuits, and

shall not be placed in any conduit, junction box or raceway containing these conductors, as per NEC Article 760-29.

4. Wiring for 24 volt control, alarm notification, emergency communication and similar

power-limited auxiliary functions may be run in the same conduit as initiating and signaling line circuits. All circuits shall be provided with transient suppression devices and the system shall be designed to permit simultaneous operation of all circuits without interference or loss of signals.

5. Conduits shall not enter the Fire Alarm Control Panel, or any other remotely mounted

Control Panel equipment or backboxes, except where conduit entry is specified by the FACP manufacturer.

6. Conduit shall be generally 3/4 inch (19.1 mm) minimum. B. Wire: 1. All fire alarm system wiring shall be new and 4c x 1.5 sq.mm twisted wire. 2. Wiring shall be in accordance with local, state and national codes (e.g., NEC Article

760) & as recommended by the manufacturer of the fire alarm system. Number & size of conductors shall be as recommended by the fire alarm system manufacturer, but not less than 18 AWG (1.02 mm) for Initiating Device Circuits & Signaling Line Circuits, & 14 AWG (1.63 mm) for Notification Appliance Circuits.

3. All wire and cable shall be listed and/or approved by a recognized testing agency for

use with a protective signaling system. 4. Wire and cable not installed in conduit shall have a fire resistance rating suitable for

the installation as indicated in NFPA code.

5. Wiring used for the multiplex communication loop shall be twisted and shielded and support a minimum wiring distance of 10,000 feet. The system shall support up to 1,000 ft. of untwisted, unshielded wire.

6. All field wiring shall be completely supervised. 7. The Fire Alarm Control panel shall be capable of Tapping. Signaling Line Circuits

(SLC's). Systems which do not allow or have restrictions in, for example, the amount of T-Taps, length of T-Taps etc., are not acceptable.

C. Terminal Boxes, Junction Boxes and Cabinets: D. Initiating circuits shall be arranged to serve like categories (manual, smoke, water flow).

Mixed category circuitry shall not be permitted except on signaling line circuits connected to intelligent reporting devices.

E. The Fire Alarm Control Panel shall be connected to a separate dedicated branch circuit,

maximum 20 amperes. This circuit shall be labeled at the Main Power Distribution Panel as

Page 372: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 171

FIRE ALARM. Fire Alarm Control Panel Primary Power wiring shall be 12 AWG. The Control Panel Cabinet shall be grounded securely to either a cold water pipe or grounding rod.

6.1.5. MAIN FIRE ALARM CONTROL PANEL: A. The FACP shall contain a microprocessor based Central Processing Unit (CPU). The CPU

shall communicate with and control the following types of equipment used to make up the system: intelligent detectors, addressable modules, printer, annunciators, and other system controlled devices.

B. System Capacity and General Operation

1. The control panel shall provide, or be capable of expansion to 198 intelligent/addressable devices.

2. The system shall include supervisory relays rated at a minimum of 2.0 amps @ 30

VDC. It shall also include two programmable Notification Appliance Circuits that can be wired.

3. The Fire Alarm Control Panel shall include a full featured operator interface control

and annunciation panel that shall include a backlit Liquid Crystal Display, individual, color coded system status LEDs, and an alphanumeric keypad for the field programming and control of the fire alarm system.

4. All programming or editing of the existing program in the system shall be achieved

without special equipment and without interrupting the alarm monitoring functions of the Fire Alarm Control Panel.

5. The FACP shall provide the following features:

a. Sensitivity Test.

b. Maintenance Alert to warn of excessive smoke detector dirt or dust

accumulation. c. System Status Reports to display or printer. d. Alarm Verification. e. PAS presignal.

f. Periodic Detector Test, conducted automatically by software. g. Walk Test 6. The FACP shall be capable of coding. C. Central Microprocessor 1. The Microprocessor shall communicate with, monitor, and control all external

interfaces with the control panel. It shall include EPROM for system program storage, non-volatile memory for building-specific program storage, and a "watch dog" timer circuit to detect and report microprocessor failure.

Page 373: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 172

2. The nonvolatile memory shall not maintain programming information if system primary and secondary power supplies fail.

3. The microprocessor shall also provide a real-time clock for time annotation of system

displays, printer, and history file. The time-of-day and date shall not be lost if system primary and secondary power supplies fail.

D. Display 1. The display shall provide all the controls and indicators used by the system operator

and may also be used to program all system operational parameters. 2. The display shall include status information and custom alphanumeric labels for all

intelligent detectors, and addressable modules. 3. The display shall provide an 40-character back-lit alphanumeric Liquid Crystal

Display (LCD). It shall also provide 5 Light-Emitting-Diodes (LEDs), that will indicate the status of the following system parameters: AC POWER, FIRE ALARM, SYSTEM TROUBLE, ALARM SILENCE, and SUPERVISORY.

4. The Display shall provide a 18-key touch key-pad with control capability to

command all system functions, entry of alphabetic or numeric information, and field programming. Two different password levels shall be provided to prevent unauthorized system control or programming.

5. The Display shall include the following operator functions: ALARM SILENCE,

SYSEM RESET, DRILL, and ACKNOWLEDGE. E. Signaling Line Circuit (SLC)

1. The SLC interface shall provide power to and communicate with up to 99 intelligent detectors (Ionization, Photoelectric, or Thermal) and 99 intelligent modules (monitor or control) for a system capacity of 198 devices. This shall be accomplished over a single SLC loop.

2. The loop interface shall receive analog information from all intelligent detectors that

shall be processed to determine whether normal, alarm, or trouble conditions exist for each detector. The software shall automatically maintain the detector's desired sensitivity level by adjusting for the effects of environmental factors, including the accumulation of dust in each detector. The analog information shall also be used for automatic detector testing and for the automatic determination of detector maintenance requirements.

F. Serial Interfaces 1. An EIA-232 interface between the Fire Alarm Control Panel and Electronic Data

Processing (EDP) peripherals shall be provided. 2. The EIA-232 interface shall allow the use of printers, and the connection of a

computer for Upload/Download of system programming. 3. An EIA-485 interface shall be available for the serial connection of remote

annunciators and LCD displays.

Page 374: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 173

G. Enclosures: 1. The control panel shall be housed in a cabinet suitable for surface or semi-flush

mounting. Cabinet and front shall be corrosion protected, given a rust-resistant prime coat, and manufacturer's standard finish.

2. The door shall provide a key lock and shall include a glass or other transparent

opening for viewing of all indicators. H. All interfaces and associated equipment are to be protected so that they will not be affected by

voltage surges or line transients. I. Stand Alone Voice Evacuation Control Panel 1. A stand alone Voice Evacuation Control Panel shall be available from the same

manufacturer of the main fire alarm system. 2. This Voice Control Panel shall work stand alone or as a slave to the Main Control

Panel. 3. Shall have as minimum requirements: a. Integral 25 Watt, 25 Vrms audio amplifier. b. Speaker circuit that can be wired. c. Integral Digital Message Generator with a capacity of up to 60 seconds. The

Digital Message Generator shall be capable of primary and secondary messages (30 seconds each). These messages shall field programmable without the use of additional equipment.

d. Built in alert tone generators with steady, slow woop, high/low and chime

tone field programmable. e. Integral Diagnostic LEDs for Power, System Trouble, Message Generator

Trouble, Tone Generator Trouble, and Alarm. 4. The Voice Control Panel shall be fully supervised including microphone, amplifier

output, message generator, speaker wiring, and tone generators. 5. Speaker outputs shall be fully power-limited. J. Power Supply: 1. The Power Supply shall operate on 230 VAC, 50 Hz, and shall provide all necessary

power for the FACP. 2. It shall provide 3.0 amps of usable power for external devices, using a switching 24

VDC regulator. The main power supply shall be expanable to 6 amps. 3. It shall provide a battery charger capable of charging batteries up to 17 AH. 4. An optional charger shall be available that is capable of charging batteries up to 60

AH.

Page 375: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 174

5. It shall provide a very low frequency sweep earth detect circuit, capable of detecting earth faults.

6. It shall be power-limited per 1995 UL864 standards. K. Field Charging Power Supply: The FCPS is a device designed for use as either a remote 24

volt power supply or used to power Appliances.

1. The FCPS shall offer up to 6.0 amps (4.0 amps continuous) of regulated 24 volt power. It shall include an integral charger designed to charge 7.0 amp hour batteries and to support 60 hour standby.

2. The Field Charging Power Supply shall have two input triggers. The input trigger

shall be a Notification Appliance Circuit (from the fire alarm control panel) or a relay. Four outputs (two Style Y or Z and two style Y) shall be available for connection to the Notification devices.

3. The FCPS shall include an attractive surface mount backbox. 4. The Field Charging Power Supply shall include the ability to delay the AC fail delay

per 1993 NFPA requirements. 5. The FCPS include power limited circuitry, per 1995 UL standards. L. Operators Controls 1. Acknowledge Switch: a. Activation of the control panel Acknowledge switch in response to new

alarms and/or troubles shall silence the local panel piezo electric signal and change the alarm and Trouble LEDs from flashing mode to steady-ON mode. If multiple alarm or trouble conditions exist, depression of this switch shall advance the 40-character LCD display to the next alarm or trouble condition.

b. Depression of the Acknowledge switch shall also silence all remote

annunciator piezo sounders. 2. Signal Silence Switch: Activation of the Signal silence switch shall cause all

programmed alarm notification appliances and relays to return to the normal condition after an alarm condition. The selection of notification circuits and relays that are silenceable by this switch shall be fully field programmable within the confines of all applicable standards. The FACP software shall include silence inhibit and auto-silence timers.

3. System Reset Switch: The system reset switch shall cause all electronically-latched initiating devices, appliances or software zones, as well as all associated output devices and circuits, to return to their normal condition.

4. Drill (Evacuate) Switch.

The drill switch shall activate all notification appliance circuits. The drill function shall latch until the panel is silenced or reset.

M. Printer

1. The printer shall provide hard-copy printout of all changes in status of the system and shall time-stamp such printouts with the current time-of-day and date. The printer

Page 376: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 175

shall be standard carriage with 80-characters per line and shall use standard pin-feed paper. The printer shall be enclosed in a separate cabinet suitable for placement on a desk top or table. The printer shall communicate with the control panel using an interface complying with Electrical Industries Association standard EIA-232D. Power to the printer shall be 230 VAC @ 50 Hz.

N. Field Programming 1. The system shall be programmable, configurable and expandable in the field without

the need for special tools or electronic equipment and shall not require field replacement of electronic integrated circuits.

2. All programming may be accomplished through the standard FACP keypad. 3. All field defined programs shall be stored in non-volatile memory.

4. The programming function shall be enabled with a password that may be defined specifically for the system when it is installed. Two levels of password protection shall be provided in addition to a key-lock cabinet. One level is used for status level changes such as zone disable. A second (higher-level) is used for actual changes of program information.

5. Program edit shall not interfere with normal operation and fire protection. If a fire

condition is detected during programming operation, the system shall exit programming and perform fire protection functions as programmed.

6. A special program check function shall be provided to detect common operator

errors. 7. An Auto-Program (self-learn) function shall be provided to quickly install initial

functions and make the system operational. 8. For flexibility, an off-line programming function, with batch upload/download, shall

also be available. O. Specific System Operations 1. Smoke Detector Sensitivity Adjust: A means shall be provided for adjusting the

sensitivity of any or all analog intelligent smoke detectors in the system from the control panel.

2. Point Disable: Any device in the system may be enabled or disabled through the

system keypad. 3. Point Read: The system shall be able to display or print the following point status

diagnostic functions: a. Device status. b. Device types. c. Custom device labels. d. Device zone assignments. 4. System Status Reports: Upon command from an operator of the system, a status

report will be generated and printed, listing system status.

Page 377: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 176

5. System History Recording and Reporting: The Fire Alarm Control Panel shall contain a History Buffer that will be capable of storing up to 500 system alarms/troubles/operator actions. Each of these activations will be stored and time and date stamped with the actual time of the activation. The contents of the History Buffer may be manually reviewed, one event at a time, or printed in its entirety.

6. Automatic Detector Maintenance Alert: The Fire Alarm Control Panel shall

automatically interrogate each intelligent smoke detector and shall analyze the detector responses over a period of time.

If any intelligent smoke detector in the system responds with a reading that is below or above normal limits, then the system will enter the Trouble Mode, and the particular detector will be annunciated on the system display, and printed on the optional printer. This feature shall in no way inhibit the receipt of alarm conditions in the system, nor shall it require any special hardware, special tools or computer expertise to perform.

7. Software Zones: The FACP shall provide 56 software zones. All addressable devices

may be field programmed to be grouped into software zones for control activation and annunciation purposes.

6.1.6. SYSTEM COMPONENTS: A. Manual Fire Alarm Stations 1. Manual fire alarm stations shall be non-code, non-breakglass type, equipped with key

lock so that they may be tested without operating the handle. 2. Stations must be designed such that after an actual activation, they cannot be restored

to normal except by key reset. 3. An operated station shall automatically condition itself so as to be visually detected,

as operated, at a minimum distance of 100 feet (30.5 m) front or side. 4. Manual stations shall be constructed of high impact Lexan, with operating

instructions provided on the cover. The word FIRE shall appear on the manual station in letters one half inch (12.7 mm) in size or larger.

B. Conventional Photoelectric Area Smoke Detectors 1. Photoelectric smoke detectors shall be a 24 VDC, two wire, ceiling-mounted, light

scattering type using an LED light source. 2. Each detector shall contain a remote LED output and a built-in test switch. 3. Detector shall be provided on a twist-lock base. 4. It shall be possible to perform a calibrated sensitivity and performance test on the

detector without the need for the generation of smoke. The test method shall test all detector circuits.

5. A visual indication of an alarm shall be provided by dual latching Light Emitting

Diodes (LEDs), on the detector, which may be seen from ground level over 360 degrees. These LEDs shall flash every 10 seconds, indicating that power is applied to the detector.

Page 378: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 177

6. The detector shall not go into alarm when exposed to air velocities of up to 3000 feet (914.4 m) per minute.

7. The detector screen and cover assembly shall be easily removable for field cleaning

of the detector chamber.

8. All field wire connections shall be made to the base through the use of a clamping plate and screw.

C. Conventional Ionization Type Area Smoke Detectors 1. Ionization type smoke detectors shall be a two wire, 24 VDC type using a dual

unipolar chamber. 2. Each detector shall contain a remote LED output and a built-in test switch. 3. Detector shall be provided on a twist-lock base. 4. It shall be possible to perform a calibration sensitivity and performance test on the

detector without the need for the generation of smoke. 5. A visual indication of an alarm shall be provided by dual latching Light Emitting

Diodes (LEDs) over 360 degrees, on the detector, which may be seen from ground level. This LED shall flash every 10 seconds, indicating that power is applied to the detector.

6. The detector shall not alarm when exposed to air velocities of up to 1,200 feet

(365.76 m) per minute. The detector screen and cover assembly shall be easily removable for field cleaning of the detector chamber.

7. All field wire connections shall be made to the base through the use of a clamping

plate and screw. D. Duct Smoke Detectors Duct smoke detectors shall be a 24 VDC type with visual alarm and power indicators, and a

reset switch. Each detector shall be installed upon the composite supply/return air ducts(s), with properly sized air sampling tubes.

E. Projected Beam Detectors 1. The projected beam type shall be a 4-wire 24 VDC device. 2. The detector shall be listed to UL 268 and shall consist of a separate transmitter and

receiver capable of being powered separately or together 3. The detector shall operate in either a short range (30' - 100') or long range (100' -

330') mode. 4. The temperature range of the device shall be -22 degrees F to 131 degrees F. 5. The detector shall feature a bank of four alignment LEDs on both the receiver and the

transmitter that are used to ensure proper alignment of unit without special tools. 6. Beam detector shall feature automatic gain control which will compensate for gradual

signal deterioration from dirt accumulation on lenses.

Page 379: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 178

7. The unit shall be both ceiling and wall mountable.

8. The detector shall have the ability to be tested using calibrated test filters or magnet activated remote test station.

F. Automatic Conventional Heat Detectors 1. Automatic heat detectors shall have a combination rate of rise and fixed temperature

rated at 135 degrees Fahrenheit (57.2 Celsius) for areas where ambient temperatures do not exceed 100 degrees (37.7 Celsius), and 200 degrees (93.33 Celsius) for areas where the temperature does not exceed 150 degrees (65.5 Celsius).

2. Automatic heat detectors shall be a low profile, ceiling mount type with positive

indication of activation.

3. The rate of rise element shall consist of an air chamber, a flexible metal diaphragm, and a factory calibrated, moisture-proof, trouble free vent, and shall operate when the rate of temperature rise exceeds 15 degrees F (9.4 degrees C) per minute.

4. The fixed temperature element shall consist of a fusible alloy retainer and actuator

shaft.

5. Automatic heat detectors shall have a smooth ceiling rating of 2500 square feet (762 square meters).

G. Addressable Devices - General 1. Addressable Devices shall provide an address-setting means using rotary decimal

switches. 2. Addressable Devices shall use simple to install and maintain decade (numbered 0 to

9) type address switches. Devices which use a binary address setting method, such as a dip switch, are not an allowable substitute.

3. Detectors shall be intelligent and addressable, and shall connect with two wires to the Fire Alarm Control Panel Signaling Line Circuits.

4. Addressable smoke and thermal detectors shall provide dual alarm and power LEDs.

Both LEDs shall flash under normal conditions indicating that the detector is operational and in regular communication with the control panel, and both LEDs shall be placed into steady illumination by the control panel, indicating that an alarm condition has been detected. If required, the flashing mode operation of the detector LEDs shall be optional through the system field program. An output connection shall also be provided in the base to connect an external remote alarm LED.

5. The fire alarm control panel shall permit detector sensitivity adjustment through field

programming of the system. 6. The detectors shall be listed by UL as meeting the calibrated sensitivity test.

7. The detectors shall be ceiling-mount and shall include a separate twist-lock base with tamper proof feature. An optional base shall be available with a built-in (local) sounder rated at 85 DBA minimum.

Page 380: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 179

8. The detectors shall provide a test means whereby they will simulate an alarm condition and report that condition to the control panel. Such a test may be initiated at the detector itself (by activating a magnetic switch) or initiated remotely on command from the control panel.

9. Detectors shall also store an internal identifying type code that the control panel shall

use to identify the type of device (ION, PHOTO, THERMAL). H. Addressable Pull Box (manual station) 1. Addressable pull boxes shall, on command from the control panel, send data to the

panel representing the state of the manual switch and the addressable communication module status. They shall use a key operated test-reset lock, and shall be designed so that after actual emergency operation, they cannot be restored to normal use except by the use of a key.

2. All operated stations shall have a positive, visual indication of operation and utilize a

key type reset.

3. Manual stations shall be constructed of Lexan with clearly visible operating instructions provided on the cover. The word FIRE shall appear on the front of the stations in raised letters, 1.75 inches or larger.

I. Intelligent Photoelectric Smoke Detector

1. The detectors shall use the photoelectric (light-scattering) principal to measure smoke

density and shall, on command from the control panel, send data to the panel representing the analog level of smoke density.

J. Intelligent Ionization Smoke Detector 1. The detectors shall use the dual-chamber ionization principal to measure products of

combustion and shall, on command from the control panel, send data to the panel representing the analog level of products of combustion.

K. Addressable Dry Contact Monitor Module 1. Addressable monitor modules shall be provided to connect one supervised IDC zone

of conventional alarm initiating devices (any N.O. dry contact device) to one of the fire alarm control panel SLC loops.

2. The monitor module shall mount in a 4-inch square, 2-1/8 inch deep electrical box. 3. An LED shall be provided that shall flash under normal conditions, indicating that the

monitor module is operational and in regular communication with the control panel. 4. For difficult to reach areas, the monitor module shall be available in a miniature

package and shall be no larger than 2-3/4 inch x 1-1/4 inch x 1/2 inch. This version need not include Style D or an LED.

L. Addressable Control Module 1. Addressable control modules shall be provided to supervise and control the operation

of one conventional NACs of compatible, 24 VDC powered, polarized audio/visual

Page 381: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 180

notification appliances. For fan shutdown and other auxiliary control functions, the control module may be set to operate as a dry contract relay.

2. The control module shall mount in a standard 4-inch square, 2-1/8 inch deep electrical

box, or to a surface mounted backbox. 3. The control module NAC may be wired with up to 1 amp of inductive A/V signal, or

2 amps of resistive A/V signal operation, or as a dry contact (Form-C) relay. The relay coil shall be magnetically latched to reduce wiring connection requirements, and to insure that 100% of all auxiliary relay or NACs may be energized at the same time on the same pair of wires.

4. Audio/visual power shall be provided by a separate supervised power loop from the

main fire alarm control panel. 5. The control module shall be suitable for pilot duty applications and rated for a

minimum of 0.6 amps at 30 VDC. M. Isolator Module 1. Isolator modules shall be provided to automatically isolate wire-to-wire short circuits

on an SLC loop. The isolator module shall limit the number of modules or detectors that may be rendered inoperative by a short circuit fault on the SLC Loop. At least one isolator module shall be provided for each floor or protected zone of the building.

2. If a wire-to-wire short occurs, the isolator module shall automatically open-circuit

(disconnect) the SLC loop. When the short circuit condition is corrected, the isolator module shall automatically reconnect the isolated section.

3. The isolator module shall not require any address-setting, and its operations shall be

totally automatic. It shall not be necessary to replace or reset an isolator module after its normal operation.

4. The isolator module shall mount in a standard 4-inch deep electrical box or in a

surface mounted backbox. It shall provide a single LED that shall flash to indicate that the isolator is operational and shall illuminate steadily to indicate that a short circuit condition has been detected and isolated.

N. LCD Alphanumeric Display Annunciator: 1. The alphanumeric display annunciator shall be a supervised, back-lit LCD display

containing a minimum of eighty (40) characters for alarm annunciation in clear English text.

2. The LCD annunciator shall display all alarm and trouble conditions in the system. 3. Up to 32 LCD annunciators may be connected to a EIA 485 interface. Each LCD

shall include vital system wide functions such as, System Acknowledge, Silence and Reset.

4. LCD display annunciators shall mimic the main control panel 40 character display

and shall not require special programming.

Page 382: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 181

5. The LCD annunciator shall have switches which may be programmed for System control such as, Global Acknowledge, Signal Silence and Reset. These switchs shall be enabled by a key switch.

6.1.7. BATTERIES: A. Shall be 12 volt, Gell-Cell type (two required). B. Battery shall have sufficient capacity to power the fire alarm system for not less than twenty-

four hours plus 5 minutes of alarm upon a normal AC power failure. C. The batteries are to be completely maintenance free. No liquids are required. Fluid level

checks refilling, spills and leakage shall not be required. 6.1.8. INSTALLATION: A. Installation shall be in accordance with the NEC, local and state codes, as shown on the

drawings, and as recommended by the major equipment manufacturer. B. All conduit, junction boxes, conduit supports and hangers shall be concealed in finished areas

and may be exposed in unfinished areas. Smoke detectors shall not be installed prior to the system programming and test period. If construction is ongoing during this period, measures shall be taken to protect smoke detectors from contamination and physical damage.

C. All fire detection and alarm system devices, control panels and remote annunciators shall be

flush mounted when located in finished areas and may be surface mounted when located in unfinished areas.

6.1.9. TEST:

Provide the service of a competent, factory-trained engineer or technician authorized by the manufacturer of the fire alarm equipment to technically supervise and participate during all of the adjustments and tests for the system.

A. Before energizing the cables and wires, check for correct connections and test for short

circuits, ground faults, continuity, and insulation. B. Close each sprinkler system flow valve and verify proper supervisory alarm at the FACP. C. Verify activation of all flow switches. D. Open initiating device circuits and verify that the trouble signal actuates. E. Open and short signaling line circuits and verify that the trouble signal actuates. F. Open and short Notification Appliance Circuits and verify that trouble signal actuates. G. Ground all circuits and verify response of trouble signals. H. Check presence and audibility of tone at all alarm notification devices. I. Check installation, supervision, and operation of all intelligent smoke detectors using the

Walk Test.

Page 383: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 182

J. Each of the alarm conditions that the system is required to detect should be introduced on the

system. Verify the proper receipt and the proper processing of the signal at the FACP and the correct activation of the control points.

K. When the system is equipped with optional features, the manufacturer's manual should be

consulted to determine the proper testing procedures. This is intended to address such items as verifying controls performed by individually addressed or grouped devices, sensitivity monitoring, verification functionality and similar.

6.1.10. FINAL INSPECTION: A. At the final inspection a factory trained representative of the manufacturer of the major

equipment shall demonstrate that the systems function properly in every respect. 6.1.11. INSTRUCTION: A. Provide instruction as required for operating the system. Hands-on demonstrations of the

operation of all system components and the entire system including program changes and functions shall be provided.

B. The Contractor and/or the Systems Manufacturer's representatives shall provide a typewritten

"Sequence of Operation."

Page 384: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 183

LIST OF MAKES FOR ELECTRICAL WORK S. NO. ITEM MANUFACTURERS 1. MCB & ELMCB

Only 10 KA : M&G / HEGGAR / LEGRAND /HAVELLS 2. Lugs, Thimbles Etc. : DOWELLS 3. Compression Glands : HMI / COMET / COSMOS 4. HRC Fuses : SIEMENS / L&T 5. Power (PVC/ XLPE 1.1KV grade : UNISTAR SATNA / KEI / SKYTONE Instrumentation & Control Cables GEMSCAB/ RAVEEN/ FINOLEX 6. Nuts & Bolts : GKW / AVON 7. Cable Tray : INDIANA / NEEDO/ MEM 8. MS Conduits & Accessories : BEC / AKG / ATUL 9. PVC insulated Cu. wire : FINOLEX / RR CABLE/ (For Wiring) LAPP KABLE / SKYTONE 10. Switches & Sockets outlets : MK/ LEGRAND / FINOLEX / CLIPSAL (Straight switch) 11. Distribution Boards (Powder Coated) : M&G / HEGGAR / LEGRAND 12. Industrial Sockets outlets in ABS : BAL’S / SCAME 13. Metal Clad Industrial Sockets : LEGRAND / HEGGAR / HAVELLS 14. Raceways : SKABER / NEEDO/MEM 15. Telephone Wire : FINOLEX / RR CABLE /

LAPP KABLE /SKYTONE/DELTON 16. Battery Charger : MAHAMAI / STATCOM / AMAR RAJA /

YUASA/ PANASONIC 17. Lightning Streamer : LPI /JMV 18. Maintenance Free Earthing (Gel Type) : LPI/JMV/GE 19. Surge Suppressor : ASCO / CEC / M&G 20. MCCB : ABB / SIEMENS/ SCHNEIDER/ L&T 21. Indication Meters : RISHABH / AE/ MECO (Only Analogue

Page 385: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

SIGN.OF BIDDER NPCC LTD., 184

Conventional meters) 22. Digital meters : CONZERV / TRINITY / DIRIS (KW, KWHr, P.F & others) (Provided it meets IP 54) 23. Capacitor L.T with Double Metal Layer Design or : MEHER (Heavy Duty with Double MPP Heavy Duty Type Layer) / DUCATI (Long Life) / EPCOS Gas

Based 24. LT. CTs (CAST RESIN : KAPPA / AE BOMBAY / G&W 25. Selector Switch : SIEMENS / SULZER / KAYCEE 26. Indicating Lamp with LED : SIEMENS / BCH / SCHNEIDER / VAISHNAO 27. Push Buttons : SIEMENS / BCH / SCHNEIDER / VAISHNAO 28. Contactors, 500 V : SCHNEIDER / SIEMENS / ABB (To confirm IEC specs.) L&T 29. Over Load Relay to Confirm : SCHNEIDER / SIEMENS / ABB/ IEC Specs L&T 30. Change Over Switch : HPL 31. Power Factor Relay : DUCATI / BALUK / CONZERV 32. SMC Support : POWERMATT /RAMANUJ

33. Surge Suppressor : ASCO / OBO / M&G / ABB 34. Reactors : EPCOS / DUCATI / ELSPEC 35. Alternator : STAMFORD/AVK/LEROY SOMER 36. Lighting Fixture : PHILIPS / WIPRO / GE 37. LT Panel : TRICOLITE / ADLEC / ADVANCE

NARELA/ VIDYUT/ RISHA/ MILESTONE SWITCHGEAR

38. Fire Alarm System : HONEYWELL / EDWARD NOTES :

• In case of unavailability of any material of specific make an equivalent make can be used only after a written approval of the Owner/ Architect. Also the preference of make/ brand of the material listed above will be decided by Architects. The make/ brand of any other item will be as mentioned in the drawings issued by the Owner/ Architects.

The contractor shall provide samples of all materials mentioned in the list of make. A written approval of these samples shall be sought prior to commencement of any work. The Owner / Architects reserves the right to enquire about the genuineness of any material used at site directly from the Manufacturer/ Dealer.

Page 386: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government Of India Enterprise)

ISO 9001:2008 Regd. Office: 30-31, Raja House, Nehru Place, New Delhi – 110 019

Corp. Office: Plot No. 67-68, Sector-25, Faridabad – 121 004 www.npcc.gov.in

TENDER FOR CONSTRUCTION OF SILVER JUBILEE HALL (AUDITORIUM) FOR

NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH

VOLUME: IV

Page 387: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government Of India Enterprise)

ISO 9001:2008 Regd. Office: 30-31, Raja House, Nehru Place, New Delhi – 110 019

Corp. Office: Plot No. 67-68, Sector-25, Faridabad – 121 004 www.npcc.gov.in

TENDER FOR CONSTRUCTION OF SILVER JUBILEE HALL (AUDITORIUM) FOR

NORTH EASTERN REGIONAL INSTITUTE OF SCIENCE & TECHNOLOGY AT NIRJULI, ARUNACHAL PRADESH

VOLUME: IV ISSUED TO:

_____________________________________________________________________________________

DRAWINGS

Page 388: NATIONAL PROJECTS CONSTRUCTION CORPORATION LIMITED (A Government …npcc.gov.in/tenders/1946a.pdf · 2012-12-24 · Tender for the Construction of Silver Jubilee Hall(Auditorium)

Tender Drawings may be seen in the Office of General Manager (CM&W) at

NPCC Ltd. corporate Office,

Plot No :67, 68 Sector-25, Faridabad Haryana - 121 004