You are on page 1of 215

TENDER NOTICE NO.

: DGVCL/Civil/Kadodara-Navsari/2013-14/46-R

TENDER DOCUMENT
FOR
CONSTRUCTION OF VARIOUS OFFICE BUILDINGS,
STORES, GODOWNS, INTERIOR WORKS,
INFRASTRUCTURE WORKS INCL. RENOVATION &
REPAIRING OF EXISTING OFFICE & STORE
BUILDINGS AT KADODARA & NAVSARI.

TECHNICAL BID PART - I

ADDL.CHIEF ENGINEER (P)

Signature of Contractor 1
DAKSHIN GUJARAT VIJ COMPANY LIMITED
CORPORATE OFFICE, NEAR KAPODARA CHAR RASTA,
NANA Dakshin Gujarat Vij Company Limited.,
VARACHHA Corporate Office,
Near Kapodra Char Rasta, Nana Varachha
ROAD, SURAT Road, SURAT : 395 006
395 Ph .0261-2804241 FAX.0261-2572636
email: dgvcl@gebmail.com Web :www.dgvcl.com

006
Corporate Office, Surat
ISO 9001-2000
Certified

NAME OF WORK :- CONSTRUCTION OF VARIOUS OFFICE BUILDINGS, STORES,


GODOWNS, INTERIOR WORKS, INFRASTRUCTURE WORKS INCL. RENOVATION &
REPAIRING OF EXISTING OFFICE & STORE BUILDINGS AT KADODARA & NAVSARI.
INDEX

Sr.No. Description Page No.

TECHNICAL BID

1 Tender Notice 4-5

2 General Instructions to Tenderer 6-12

3 Special note for post-qualification. 13-14

4 Forms for Post qualification 15-29

5 Checklist for submission of bid 30-31

6 Scope of work 32-34

7 Special Conditions of the work 35-42

8 Labour laws 43-45

9 Tender & Contract for works 46-65

10 General Conditions of Contract 66-77

11 Formats 78-86

12 Technical Specifications for Civil Works / Electrical 87-414


Works

Signature of Contractor 2
Sr.No. Description Page No.

13 List of Mandatory Test 415-422

14 List of Approved Makes Civil-Plumbing-Electrical 423-460

15 Quality Assurance Plan 461-463

16 Drawing 464-476

PRICE BID 477

17 Schedule A 481

18 Kadodara 487
Schedule B-1-Division Office
19 Schedule B-2-Repairing and Renovation of Existing 534
Office
20 Schedule B-3-ATP Office 548

21 Schedule B-4-Store Room 559

22 Schedule B-5-Interior Works 575

23 Schedule B-6-Road Works 592

24 Schedule B-7-Compound Wall 594

25 Schedule B-8-Landscaping Works 598

26 Navsari 601
Schedule B-9-Renovation & Repairing of Existing
Office Building

27 Schedule B-10-Renovation & Repairing of Existing 648


Store Building

28 Schedule B-11-Furniture & Partitions 667

29 Schedule B-12-Retaining Wall 688

30 Schedule B-13-Land scapping 690

31 Schedule B-14-Roads & Parking 694

32 Schedule B-15-A.T.P. Machine room 696

33 Schedule B-16-Earth filling & Development work 707

Signature of Contractor 3
Sr.No. Description Page No.

34 Grand Summary of Schedule-B-1 to Schedule-B-16 708

TOTAL PAGES 710

Dakshin Gujarat Vij Company Limited.,


Corporate Office,
Near Kapodra Char Rasta, Nana Varachha
Road, SURAT : 395 006
Ph .0261-2804241 FAX.0261-2572636
Corporate Office, Surat email: dgvcl@gebmail.com Web :www.dgvcl.com
ISO 9001-2000
Certified

Tender Notice No: DGVCL/Civil/Kadodara-Navsari/2013-14/46-R

Addl. Chief Engineer (P) DGVCL-Corporate Office, Surat invites On-line Tenders (e-
tendering) for the work of CONSTRUCTION OF VARIOUS OFFICE BUILDINGS, STORES,
GODOWNS, INTERIOR WORKS, INFRASTRUCTURE WORKS INCL. RENOVATION &
REPAIRING OF EXISTING OFFICE & STORE BUILDINGS AT KADODARA & NAVSARI.
Tender Papers & Specifications may be down loaded from Web site http://dgvcl.nprocure.com
(For view, down load and on line submission) and GUVNL / DGVCL web sites www.dgvcl.com.
(For view & down load only).Tender fee may be paid along with submission of tender in EMD
cover. All the relevant document of Technical bid of tenders to be submitted physically will be
received only by Registered Post A.D or Speed Post addressed to ADDL. CHIEF ENGINEER
(P) DGVCL-CORPORATE OFFICE, NEAR KAPODRA CHAR RASTA, NANA VARACHHA
ROAD, SURAT-395 006. NO COURIER SERVICES OR HAND DELIVERY will be accepted.

All the bidders should have valid vender registration letter i.e Class A from DGVCL /MGVCL/
UGVCL/ PGVCL/GETCO/GSECL/Central/State Government/Railway/ Semi. Govt./ Municipal
Corporation / Public Sector companies / Registered NGOs or Trusts, otherwise their bids will not
be considered eligible for technical scrutiny and as such, their Price bids will not be opened.

Sr. No. Name of Work Estimated Time Limit Tender E.M.D.


Cost Rs. Fee Rs. Rs.

Signature of Contractor 4
Sr. No. Name of Work Estimated Time Limit Tender E.M.D.
Cost Rs. Fee Rs. Rs.

DGVCL/ CONSTRUCTION Rs. 12 Months (Rs. 12000.00 Rs.6,78,700.00


Civil/Kad OF VARIOUS from the only) (Non only
OFFICE BUILDINGS,
67865174.77
odara- date of refundable)
Navsari/2 STORES, only written
013- GODOWNS, order to
14/46. INTERIOR WORKS, commence
INFRASTRUCTURE
WORKS INCL.
the works.
RENOVATION &
REPAIRING OF
EXISTING OFFICE &
STORE BUILDINGS
AT KADODARA &
NAVSARI.

1 On line (e-tendering) tender offer Last date of 24/10/2013


submission of tender up to 18.00 Hrs. (This is
mandatory)
2 Last date of physical submission of all relevant 25/10/2013
document up to 17.00 hrs. by R.P,.A.D. or Speed
post ( only technical bid along with EMD, Tender fee
& registration etc.
3 Date of opening of tender for Technical bid, EMD 28/10/2013
,Tender fee cover, vendor registration physical as
well as on line at 12.00 hrs ( if possible )

4 Tentative date of on line opening of price bid at 7/11/2013


15.00 hrs (if possible)

IMPORTANT:

1) All the relevant documents as per requirement of the Tender must be submitted physically along with the
Tender Fee, EMD in sealed cover on OR before due date and time. All such documents should be strictly
submitted by RPAD / speed post only. Otherwise the offer will not be considered and no further
communication in the matter will be entertained.

2) Any deviation found in Data / Details / Documents between on line offer (e-tendering) and physically
submitted documents (Tender document fee), The offer of the same bidder will not be considered and no
further communication in the matter will be entertained.

Further bidders are requested to submit price bid (Part-II) on line only and not to submit the price bid in
physical form. This is mandatory. If price bid is submitted in physical form, same will not be opened and

Signature of Contractor 5
only on-line submitted price will be considered for evaluation. Further, if the quantity quoted differs in any
of the technical bid forms and in price bid forms, it is discretion of MD DGVCL to consider the quoted
quantity.

3) It is mandatory for all the bidders to submit their tender documents by both forms viz.on-line (e-tendering)
and physically in schedule time. Tender documents submitted in only any one form will not be accepted
and considered.

Any technical questions, information and clarifications that may be required pertaining to this enquiry
should be referred to the ADDL. CHIEF ENGINEER (P), DAKSHIN GUJARAT STATE ELECTRICITY
CORPORATION LTD, NEAR KAPODRA CHAR RASTA, NANA VARACHHA ROAD, SURAT.- 395 006.

The Earnest Money Deposit and tender fee will be accepted only by Demand Draft on
any Nationalized or Scheduled Bank except cooperative banks, situated at SURAT,
drawn in favour of DGVCL. Tender without EMD and tender fee shall be rejected. Two
separate demand drafts for tender fee and EMD should be submitted with technical bid only.
Please submit Technical Bid in separate sealed cover. The bid cover shall be superscribed
Technical Bid, Name of work, Notice No., Date of opening etc.

DGVCL reserves the rights to reject any OR all tenders without assigning any reasons thereof.

Addl. Chief Engineer ( P)


DGVCL, Surat

Signature of Contractor 6
DAKSHIN GUJARAT VIJ COMPANY LIMITED
GENERAL INSTRUCTIONS TO THE TENDERERS

Sealed percentage rate tenders are hereby invited for work of CONSTRUCTION OF
VARIOUS OFFICE BUILDINGS, STORES, GODOWNS, INTERIOR WORKS,
INFRASTRUCTURE WORKS INCL. RENOVATION & REPAIRING OF EXISTING OFFICE
& STORE BUILDINGS AT KADODARA & NAVSARI. - for Dakshin Gujarat Vij
Company Limited, Surat (herein after referred to as DGVCL). The project is located in
Surat & Navsari District in the state of Gujarat.

1.0 The work shall be carried out according to the enclosed General Conditions, other
conditions, Technical Specifications etc & such of the working drawings approved by the
DGVCL.

2.0 Tenders must be submitted in the enclosed schedule of work & quantities. Those received in
any other form will not be accepted. They should be accompanied by a covering letter in
which the bidder should give all information as called for in the specifications &any other
point which he would like to be considered along with the tender.

3.0 Earnest Money Deposit (EMD)

3.1 Bidders are requested to pay an earnest money deposit by demand draft only on
Nationalized / Scheduled, or IDBI Bank / AXIS Bank / HDFC Bank / ICICI / YES Bank
payable at Surat as specified in the tender notice. Payment of EMD in form of Cheque /
Bank guarantee shall not be accepted.

3.2 The EMD shall be submitted along with submission of Technical bid only. Tenders not
accompanied by EMD shall be rejected as non-responsive.

3.3 If during the tender validity period, i.e. 180 days ( from the date of opening of technical
bid), the tenderer withdraws his tender, the EMD shall be forfeited and the tenderer may be
disqualified from tendering for further works.

3.4 The EMD will be returned promptly to the unsuccessful tenderer. The EMD will be returned
to the successful tenderer after he furnishes the Security Deposit for performance and duly
enters in to the contract. If he fails to furnish the SD or to execute the contract for the work
offered to him, his EMD shall be forfeited and the tenderer may be disqualified from
tendering for further work.

4.0 Bids are invited under a Single Stage Two bid procedure. This will also include the
process of post-qualification of the bidders. Bidders are to submit simultaneously,
technical bid both online & physical as per the given schedule, However price bid will
be submitted only by online & if price bid will be submitted physically the same will
not be opened & will not be considered. Proposal including bidders data on his technical
and financial strengths along with experience profile to meet with post qualification criteria
and Bidders Technical proposals containing work methods, approach, construction
programme etc will be submitted by the bidder both online & physical. The Technical
Proposal along with the data and information for qualification will be opened first. The
technical proposal along with qualification information will be subjected to an evaluation
process contained as a part of the tender document and bidders those who found fit to
qualify will be invited for opening of the price bid. DGVCL as an employer reserves its
absolute and unchallengeable right to qualify or disqualify one or all bidders by following an
objective and transparent system. The envelope containing the post qualification data and
the technical bid will be opened first for post qualification of the bidders and evaluation of
their technical proposals and to determine the responsiveness of the bids.

Signature of Contractor 7
Price bids of only those contractors who are declared as substantial responsive to the
requirements of the bid documents will be opened only online for further evaluation.

Qualification requirement specifying financial capacity, technical, minimum acceptable levels


with regards to bidders experience in relevant projects and other relevant factors, such as
work in hand, future commitments and litigation history etc. will be evaluated first, and those
qualifying the criteria will be considered for further price evaluation. Technical proposal,
which are not substantially responsive will be rejected.

5.0 The price proposals will be opened online only as per the schedule, after conclusion
of the Technical Evaluation and Post Qualification process.

6.0 Schedules for tools & tackles, equipments, personnel details etc., and all other necessary
details shall also be submitted, in Envelope I, i.e Technical Bid. Tenders will be opened on
the day & time indicated in the tender notice in the presence of such bidders who wish to
remain present.

7.0 Any tender not bearing signature of the bidder & seal of the company on all the documents
accompanying the tender is liable to rejection. Further it is specifically instructed that
conditional tenders shall summarily be rejected.

8.0 The bidders shall note that no deviations from the technical specifications or commercial
conditions with this bid are acceptable & it will be presumed that the bidder agrees entirely
with the specifications & General terms & conditions of the contract.

9.0 The tenders received after time and date specified in the tender notice, will not be accepted.
Once the offer submitted by the contractor before due date of submission, the contractor will
not be allowed to submit revised / additional / modified / other even before due date.
However, if the issue and receipt of tender is extended by the DGVCL due to any reason,
the contractor may submit the revised offer before due date of submission, if he wish to
submit. DGVCL shall not take any responsibility due to postal delay or any other reason.

10.0 The work shall be completed within the period stipulated in the contract. However it may
be noted that drawings shall be released progressively & site clearance arranged
accordingly to the progress of work at site. Therefore the contractor has to organize &
coordinate the works to suit these. In the event of any delay due to the above or due to any
other reason not attributable to the contractor, reasonable extension in the completing the
work may be given at the discretion & as decided by the DGVCL but no compensation or
idle charges will be paid to the contractor under any circumstances.

11.0 The DGVCL reserves the right to accept any tender irrespective of whether it is lowest or
not or to reject all the tenders without assigning any reasons there of. Tenders departing
from the technical Specification or the method of bidding in a radical manner may also be
rejected.

12.0 The tenderers shall be presumed to have carefully examined the drawings, conditions &
specifications of the work & to have acquainted themselves with all the details of the existing
site conditions, locations, materials, geological & weather conditions/characteristics, labour
conditions & in general necessary information & data etc. pertaining to & need of the work.

13.0 On acceptance of the tender the name(s) of the accredited representative(s) of the
tenderer who would be responsible for taking instructions from the Engineers of the DGVCL
shall be communicated to the Addl.Chief Engineer (P), Dakshin Gujarat Vij Company
Limited, Near Kapodra Char Rasta, Nana Varachha Road, Surat. 395 006.

Signature of Contractor 8
14.0 All royalties, sales tax, toll tax, local tax, development charges, VAT tax, welfare cess
and any other taxes including works contract tax etc., in respect of this contract and also
any statutory variation in future towards above mentioned taxes & any other taxes if levied
in future by statutory authority applicable to the this contract shall be payable by the
contractor and DGVCL will not entertain any claim whatsoever in this respect..

The rates will be "Excluding the service tax'. The reimbursement against Service tax" will be
paid to the contractor as per Govt., rules & regulations.on production of proof of payment
made to the concerned authority against this particular work.

The contractor has to pay the 1% Labour Welfare Cess of estimated cost to the concerned
Government Department.THE RATES SHALL BE INCLUSIVE OF THE SAME.

The contractor shall also produce the receipt of payment of 1% welfare cess from the
respective Govt., Department before submission of final bill, otherwise final bill for the works
will not be finalized.

The proof of payment made by the contractor to the appropriate department shall be
submitted to DGVCL, failing which appropriate amount shall be withheld on getting
information/instruction from the concerned department.

15.0 This specification is intended as a general description of quality envisaged for materials
& workmanship & of the finished work. It is not intended to cover minute details. The work
shall be executed in accordance with the best modern practice & to the complete
satisfaction of the DGVCL. Special techniques approved by the DGVCL shall be used if &
where found necessary without any extra claim. This specification shall have precedence if
any thing contrary to this is stated elsewhere in the contract documents, the DGVCLs
decision shall be final & binding to the contractor on any issue arising out of such
discrepancies.

16.0 The price bid submitted online by bidders should be without any deviation in
commercial as well as in the technical specification of the work.

17.0 The successful contractor will have to sign an agreement as per the Dakshin Gujarat
Vij Company Limiteds rules on stamped paper & the necessary stamp duty charges shall
be borne by the contractor.

18.0 The bidder shall carefully study the work to be carried at different elevations & shall take
into account & consider all factors, method of demolition as well as construction, sequence
of all activities, site situation location all conditions etc. & shall consider for all such
information/data/Conditions in the rates quoted. The DGVCL will not pay any extra rate for
any reason in case the contractor claims, after acceptance of contract, to have misjudged
the site condition.

19.0 The percentage quoted shall include cost towards all materials, & machinery including
equipments, fixtures, labour, constructional equipments, scaffolding, staging, ramps,
walkways, approach and haul road, temporary works, etc. bearing permanent or temporary
nature necessary for the completion of the work in all respects, except for those items
specifically mentioned to be issued by the DGVCL. The contractor must also arrange for the
transport of materials & include all such costs in the rates quoted by him for finished work.

20.0 Percentage rates shall be firm for variations up to any extent for individual items.

21.0 During the execution of the work if it is found that the work is not progressing as per the
Scheduled Progress Programmed, approved by the DGVCL & planned by the Contractor,

Signature of Contractor 9
due to the reasons attributable to the Contractor suitable action shall be taken as per Clause
No.3, 4 and other relevant clauses appearing in the section of ``Tender & Contract for
Works of tender document. And DGVCL may also take such action as it may deem fit to
ensure that the work is completed in time at risk and cost of the contractor.

22.0 The contract or any part thereof shall not be subject to change without the written
permission of the Addl.Chief Engineer (P), Dakshin Gujarat Vij Company Limited, Near
Kapodra Char Rasta, Nana Varachha Road, Surat. 395 006 or his authorized
representatives.

23.0 Tender shall remain open for acceptance for a period of 180 days from the date of
Technical bid opening & during this period no bidder shall be allowed to withdraw his tender.
Any such withdrawals, during the said period will entail forfeiture of the earnest money
deposited with the tender, and DGVCL will take further action for not dealing with party etc.

24.0 Further information required, if any, can be had from the office of the Addl.Chief
Engineer (P), Dakshin Gujarat Vij Company Limited, Near Kapodra Char Rasta, Nana
Varachha Road, Surat. 395 006 during working hours. But it must be clearly understood
that the tenders must be received complete in every respects by the due date & time.

25.0 The electric power, at site, will be made available at one mutually agreed points,
free of cost (connection only) by Dakshin Gujarat Vij Company Limited, Kadodara &
Navsari within DGVCL premises only. Further distribution will have to be carried out
by the contractor as per requirements at their own cost. The necessary consumption
charges will be recovered as per the tariff rate of Dakshin Gujarat Vij Company
Limited from time to time as per DGVCLs rules.

26.0 DGVCL cannot provide quarter facility for residence to contractor. If however there are
any surplus quarters available after meeting the requirements of DGVCLs staff, then
DGVCL will consider allotting of quarters on rent as per the DGVCLs rules.

27.0 The contractor will have to make their own arrangement of water for construction
work as well as for their labourers at his own cost. However if DGVCL supply water
then in that case it shall be given at one point on chargeable basis as per DGVCLs
rules ( 2 % water charges will be recovered on the amount of item executed in which
water is used ).

If the contractor constructs his own bore well in the DGVCL premises for
construction purpose & using water by providing pump at his own cost then the
water charges will be recovered at 0.25% in which item the water is used.

28.0 Work carried under this contract shall be completed in all respects within 12(Twelve)
calendar months from the date of issue of letter of order to commence the work .However,
interim mile stones of the work will have to be completed as per the priority, sequence,
schedule given by DGVCL time to time.

31.0 Bidders must quote firm price only, till completion of work under contract, & this is to be
confirmed by bidder while submitting his offer.

32.0 No escalation towards labour and material / fuel shall be paid in this execution of
contract. Price quoted shall be firm. Contractor shall pay minimum wages to his labourers
as per the Minimum Wages Act, 448 & rules there under as applicable from time to time in
pursuant to the State Government notification. The concerned contractor shall submit the
details of the payment with due certificate of LWO/IRO of the DGVCL.

Signature of Contractor 10
33.0 Each tenderer shall also submit a Declaration to the effect that tenderer is an engineering
construction firm or an association of firm which has successfully carried out large works of
this nature & has adequate organization & experienced personnel to handle this type &
magnitude of work. Information should be also given regarding the constitution of the firm;
its authorized, subscribed & paid up capital, the date & place of registration, the place of
business, the names of the directors & other relevant information.

34.0. In the case of non-Indian firms the declaration should also include an undertaking to the
firm registered, within three months of the date of notice of the acceptance of the tender.

35.0. Failure to so, as required in above clauses, in registering the firm after due notice, the
tender acceptance is liable to result in the annulment of the tender with forfeiture of the
earnest money deposit & other penalties that may be leviable under the conditions
specified in tender & contract documents.

36.0. Each tender shall contain the name, residence & place of business of person or persons
making the tender & shall be signed by the tenderer with his usual signature with seal of
the company.

37.0. An attested copy of the constitution of the firm with the name of partners shall be
furnished. Whenever, whether in submission of the tender or later in other matters, the
signatures are made by one person on behalf of Directors or a firm or a corporation, an
attested copy of the resolution of the partners or of law shall be supplied by the tenderer
authorizing Witnesses & sureties shall be persons of status & probity, &their names,
occupation & address shall be stated below their signatures. All signatures shall be dated.

38.0. Tenders by corporation shall be signed with the legal name of the corporation followed by
the name of the state of incorporation & by the signature & designation of the president,
secretary or other person authorized to bind it in the matter with rubber seal of the
company.

39.0. DGVCL reserves the right to delete any item of Schedule-B for which contractor shall not
have any right to claim on this account.

40.0 The contractor shall carry out whole work in such a way that vehicular movements and
other construction activities / works may not affect

41.0 The Contractor shall prepare all required roads, including haul roads ramps, turning points
diversion of drains, trenches, nalas conduits, pipes, cables etc to execute various items of
this Contract & arrange all transport of materials & all such costs shall be taken care of
while quoting the rates. No extra payments shall be admissible towards such costs. On
completion, this shall be cleared if asked by DGVCL at no extra cost.

42.0 No idle charges shall be entertained by Dakshin Gujarat Vij Company Limited for any site
conditions or any circumstances.

43.0 The Contractor shall take all requisite & necessary care to observe that no damage is
caused to the Existing structures, assets etc. For any damage to the Existing Structures,
assets of Dakshin Gujarat Vij Company Limited, the Contractor shall be held responsible,
and he will have to rectify/restore/replace the damage immediately up to the satisfaction
of Engineer in Charge, at his own cost.

44.0 The Bidders shall note:

Signature of Contractor 11
I. Percentage rates quoted shall cater for the cost of all materials & labour including all
leads & lifts, tools, plants, consumables such as but not limited to fuels, lubricants, etc.
cost due to mobilizing / demobilizing, temporary / permanent constructions.

II. Percentage rates quoted shall include for the details of constructions, which are
obviously & fairly intended & which may not have been specifically referred to in these
documents but are essential for the satisfactory completion of the work.

III. No price escalation on any account, will be payable.

45.0 Tenders who do not fulfill all the above conditions & those specified in the documents
attached with this contract document or incomplete in any respect are liable to rejection.

46.0 The contractor shall have a separate Provident Fund Code of RPFC in the name of
company. The contractor who do not posses such separate P.F. code, shall not be
considered for acceptance of tender. The contractor has to submit such certificate
showing P.F. code along with tender.

47.0. Effect and validity of Bid: The submission of any bid connected with these documents
and specification shall constitute on agreement that bidder shall have no cause of action
or claim against the owner for rejection of his bid. The DGVCL shall always be at liberty
to reject or accept, split any bid or bids at his sole discretion and any action will not be
called into question and the bidder shall have no claim in that regards against the owner.

48.0 Site visit: The bidder is advised to visit the site and examine the site conditions and the
area. Where in the work is proposed to be carried out and to get his acquainted him self
on his own responsibility for all information that may be necessary for quoting the tender
bid and entering in to contract. All cash and liabilities arising out of the site visit shall be
at bidder account.
49.0 Recoveries:

(I) In case of any damage to equipment/machinery or structure/building of DGVCL or any


public property due to negligences of contractor or any other reasons attributed to
contractor the decision of E.I.C. regarding the amount of recovery shall be final.
(II) If the contractor fails to execute the work as per direction of E.I.C. within the time frame
given by DGVCL time to time, shall get the work done through any other contractor at
the risk and cost of the contractor and the cost of execution of such work along with 15%
overhead charges shall be deducted from contractor monthly bill over and above
recovery as per rules.
50.0 The notice inviting tender, general instruction to bidders and all other documents of this
tender shall form part of the contract.

51.0 ACCEPTANCE OR REJECTION OF BID

a) The DGVCL reserves the right to accept any tender irrespective of whether it is lowest or
not or to reject all the tenders without assigning any reasons thereof. Tenders departing
from the stipulated technical specifications, commercial conditions or the method of
bidding in a radical manner are liable to be rejected.
b) The bid is liable for rejection prima facie, if it is
Without payment of EMD / Tender Fee.
Not in prescribed form.

Signature of Contractor 12
Not bearing signature of the bidder & seal of the company on all the documents
accompanying the tender.
Not confirming to specifications or conditional tender.
Received after expiry of the due date & time.
Received by telex or telegram or fax.
submitted by bidders who are listed under declaration of ineligibility for corrupt or
fraudulent practices issued by DGVCL, Govt. of Gujarat or ots Public Sector under
taking.
Tender not fulfilling all the above conditions and those specified in the documents
attached or incomplete in any respect are liable to rejection.
52.0 R. A. Bill : One measured R. A. bill payment shall be made every month on submission
of bill by the contractor in DGVCL' prescribed format.

Addl. Chief Engineer ( P)


DGVCL, Surat

I/We accept the above conditions

Contractors Representative legible signature: ______________________

Name of the person: __________________________________________

Seal of the company Date & place: ________

Signature of Contractor 13
DAKSHIN GUJARAT VIJ COMPANY LIMITED
NEAR KAPODRA CHAR RASTA, NANA VARACHHA ROAD,
SURAT-395 006

Special note for post- qualification

Name of work: - CONSTRUCTION OF VARIOUS OFFICE BUILDINGS, STORES,


GODOWNS, INTERIOR WORKS, INFRASTRUCTURE WORKS INCL. RENOVATION &
REPAIRING OF EXISTING OFFICE & STORE BUILDINGS AT KADODARA & NAVSARI.

The tender documents consists of two separate bids i.e. technical and price bids. Bidders are
requested to submit the technical bid with the following credentials for post-qualification, both
online as well as physically as per schedule.

1. Contractor should produce evidence of having experience of executed similar works (A) in
a single contract of value not less than 40% of Estimated cost. during the last three
years ( i.e 2011-2012, 2010-2011, 2009-2010 ) in Govt., /Semi Govt., alongwith certified
copies of documentary evidence, preferably photo copy of orders secured from
DGVCL/MGVCL/UGVCL/PGVCL/GSECL / GETCO / DISCOMS / GEB / Central / State
Government / Semi- Government/ Municipal corporation/ Public sector companies/
Registered NGOs or Trusts and satisfactory completion certificate from respective
department thereof. The cost of respective works completed by an agency shall be
suitably enhanced @ 5% for each subsequent year following the financial year in
which that particular work had been completed to bring it at par with the present cost.
Enhancement on similar lines shall also be effected in respect of turnover of the agencies.
The DGVCL may verify the above certificates / documents from respective department, if
necessary.

2. The annual turn over of the applicant should have been Rs. 1020.00 lacs or more in any one
of the last 3 financial years ( i.e 2011-2012, 2010-2011, 2009-2010 ). Contractor should
produce the Audited Balance sheet with profit and loss account of last Three Years ( i.e
2011-2012, 2010-2011, 2009-2010).

3. Latest bank solvency certificate of from any Nationalized bank , Scheduled Banks, or IDBI
Bank / AXIS Bank / HDFC Bank / ICICI Bank/YES Bank for a sum of Minimum 20% of
estimated cost, of this wok, not more then 12 months old effective from the date of
invitation of tender.

4. Separate provident fund code number towards registration of your firm with Regional
P.F. Commissioner.

5. Contractor should submit evidence as a registered contractor in appropriate class With Govt./
Semi. Govt. i. e. Class A or any such registration allowed to work for amount not
exceeding Rs. 7.0 Crore or enlisted with DGVCL/MGVCL/UGVCL/PGVCL /GEB / GSECL/
GETCO / DISCOM / Central / State Government / Semi Government/ Municipal Corporation /
Public Sector companies/ Registered NGOs or Trusts in similar category.

6. The applicant should have successfully completed atleast one building with Structural
Repairing & Renovation work having area not less than 500 sqm or should submit
memorandum of understanding (MOU) with a party having such experience. (Work order

Signature of Contractor 14
and completion certificate should be submitted in proof thereof) in last 3 years ( i.e 2011-
2012, 2010-2011, 2009-2010 ).

7. EMD & Tender fee as described in the tender document.

8. The contractor who have been blacklisted with GUVNL/ DGVCL/ MGVCL/
UGVCL / PGVCL/ GSECL/ GETCO shall not be considered.

The Bidders shall submit documentary evidences in support of all above Qualification
criteria, failing which the bid will be rejected.

The above documents will be analyzed and after satisfaction, the price bid will be opened on
line only. DGVCL may verify the documents, experience certificates with authority who have
issued such certificates / details.

The price bid of only those bidders shall be opened online, who are pre-qualified in
Technical bid based on Bid Evaluation Criteria mentioned above.

Sign of Contractor ADDL.CHIEF ENGINEER(P)


DGVCL, SURAT

Signature of Contractor 15
FORMS FOR POST QUALIFICATIONS

Form - A : Details of Structure & Organization.

Form - B : Details of Personnel.

Form - C : Details of Machineries & Equipments

Form - D1 : Details of Experience of completed works.

Form-D2 : Details of Experience of Ongoing work.

Form - E : Details of Financial Capability

Form - F : Additional information

Statement - S2 : Details of experience in execution of large civil engineering works

Form - H : Details pertaining to the DGVCL works for which bidder has been qualified
during last two years (i.e. during period 1.04.11 to 31.03.13)

Form- I : Additional Information & Litigation History

Form J : List of Structural Repairing & Renovation Works executed by your


organisation during last 3 Years ( Minimum 500 Sqm )

Proforma for Exception / Deviation Statement

FORM-A

Details of Structures & Organization

01 Name of Bidder

02 Nationality of Bidder

03 Office address

Telegraphic Number

Telephone Number

Telex / Fax Number

04 Year of Establishment

05 Location of Establishment

06 Application is submitted as

A an individual

Signature of Contractor 16
B A proprietary firm

C a firm in partnership

D a limited company or corporation

E A group of companies

07 Attach the Organization chart

Showing the structures of the


Organization including the names
of the Directors & position of
Officers

08 Number of years of Experience

a) as a prime contractor (shouldering


major responsibility)

i) in own country

ii) other countries (specify country)

09 For how many years has your


organization been in business of
similar work under its present
Name? What were your fields when
your organization was established?
Whether any new fields were added
in your organization? And if so,
when?
10 Whether you were required to
suspend construction for period
more than six months continuously
after the work is started? if so, give
the name of project and reasons
therefore.

11 Have you ever left the work


awarded to you incomplete? If so,
give name of projects and reasons
for not completing work.

12 In how many your projects were


penalties imposed for delay?
(Please give details)

13 In which fields of civil engineering


construction do you claim
specialization and interest?

Signature of Contractor 17
14 Give details of experience in
Dismentalling & construction works
with modern Technology & quality
control.

15 Give details of experience for


various related works of similar
magnitude

16 Give details of experience in using


latest demolishing & construction
equipments and related to quality
control .

17 Give details of soil and material


testing laboratory, if any?

18 In how many of your works cases


Litigation has arisen.

Signature of the Contractor


FORM B

Details of Personnel

Give details of key Technical & Administrative Personnel who could be assigned the work.

(A) Details of the Directors:

1. Name of Director :

2. Address :

3. Organization :

(B) Key Technical & Administrative Personnel & Consultants

1. Name

2. Professional Qualification

3. Present position in the firm

4. Professional exprience and dtails of work carried out.

5) No. of years worked with the Applicant.

6} Languages known

(C) Additional information

Signature of Contractor 18
Skilled and other labour (indicate number category wise)

1) Skilled labour

2) Other labour

Signature of the Contractor

FORM C

Details of Machinery & Equipment

Give details of Machinery & Equipments owned and proposed to be used for the work of
1. Name of Equipment

i) Excavation Equipment
a) Excavators
b) Tippers
c) Dozers/Tractors with blade
d) Compressors and Breakers equipments for rock excavation
e) Equipment required for drilling & blasting.

ii) Concreting Equipment



Mobile concrete mixers

Vibrators

Water tankers

iii) Dismantling /Rock cutting & Other machineries


a) Pump sets for dewatering
b) Generators
c) Cranes
d) Concrete Breakers with compressor machine
e) JCB/ Hitachi with Hydraulic Hard rock Breakers
f) If any other latest machineries

2. No. of units of each category


(Give details whether new and/or old
owned and / or leased)

Signature of Contractor 19
3. Year & make of equipment for
each category & date of purchase/
lease (with period of lease & date
of completion of the lease)
4. Capacity of each category of equipment.
5. Normal life specified by the

Manufacturer for each equipment


in working hours (age & condition
of the equipment)

6. No. of actual working hours put in by the machine/equipment.


7. Present location of each equipment.

8. Present condition of each equipment.

9. Depreciated cost of each equipment

10. Remarks.

Signature of the Contractor

Signature of Contractor 20
FORM D1

Details of Experience of completed works.

Give details of the similar type of work completed during last 3 years ( i.e 2011-2012,
2010-2011, 2009-2010 ) in the following Proforma (separately for each work)

1. Name of work.
2. Agreement No. & Date
3. Country and location
4. Clients name and address
5. Total tendered cost of work
6. Brief description of work Including principal features and quantities of main items of the work
such as earth work, Concrete, Masonry, brick lining work.
7. Annual achievement (duly supported by certificate from Engineer-in-charge)
a) Of key quantities, total Physical out put of last three Years.(Separately for each item)
(For excavation, Concreting, Brick work, Plastering and structures)

b) Financial out put in Rs. (Including cost of materials supplied by department)

8. Period of completion

a) Originally stipulated time limit Date of start.


b) Extended time limit if any
c) Actual time taken to complete the work.
d) Reasons for non completion of work in stipulated time limit/ Extended time limit if so.

9. Name of applicants Engineer-In-Charge of the work and his educational Qualification.


10.Where there any penalties/fines/ stop notice/compensation/liquidated Damage imposed ?
(Yes or NO) (If yes, give amount and explanation)

11 Details of litigation/arbitration Cases, if any pertaining to works Completed.

NOTE: Attached clients certificate for the details furnished in this Form. (Not below rank
of Exe.Engineer or equivalent).

Signature of the Contractor

Signature of Contractor 21
FORM D 2

Details of Experience of Ongoing similar work.

Give details of ongoing work and performance during last 3 years in the following Performa
(separately in form for each work)

1. Name of work
2. Agreement No. & Date

3. Location

4. Clients name and Address

5. Tendered cost of work

6. Name of applicants E.I.C.With his educational qualification

7. Brief description of work including principal features and quantities of main items of the work
such as earth work, excavation in soil, concrete.
8. Details of works on hand

(i.) Percentage of Physical completion

(ii) Amount billed for the work completed


a) up to
b) up to

(iii) Date of start


(iv) Cost of work remaining to be executed
(v) Stipulated date of completion
(vi) Anticipated date of completion

9. Explain for non completion of work Within stipulated time limit, if so.

10. Where there any penalties/fine/Claims/stop notice/compensation liquidated damages


imposed ?
(Yes/No) (If yes, give amount
and explanation)

11. Details of litigation/arbitration Cases, if any.

12. Attach clients certificate for the Details furnished in this form (Not Below the rank of
Exe. Engineer or Equivalent)

Signature of the Contractor

Signature of Contractor 22
FORM E
Details of Financial Capability

1. Name of firm

2. Name of Partner/Director

3. Capital
a) Authorized
b) Issued and paid up

4. Furnish Annual Report and profit and loss statement with Auditors report and Income Tax
assessment orders for last three years ( i.e 2011-2012, 2010-2011, 2009-2010 ). It should
Interalia include the following information.
i.) Working capital
ii) Foreign Investment
iii) Turnover for the last three years
(Furnish reference page number to
Annual Report / Audited Balance Sheets attached)

Sr.No Year Turnover Rs in Lac Reference pg. No. of


Annual Report / Audited
Balance Sheets
1 2009-2010

2 2010-2011

3 2011-2012

iv) Gross income during last three years.

Sr.No Year Gross Income Rs. in Reference pg. No. of Annual


lac Report / Audited Balance
Sheets
1 2009-2010

2 2010-2011

3 2011-2012

v) Total liabilities
a) Ratio or acid- test (Ratio of
Assets divided by current liabilities)
b) Total liabilities to net worth

vi.) Maximum gross income from Contract works during the three years.

vii) Details of cash flow for three months at the peak construction period.

Signature of Contractor 23
5. What is the maximum annual turn over of the project that you can handle ?
(please give details)

6. Have you ever been denied tendering facilities by any Govt., Department
/ Public sector under taking ? (If yes, please give details)

7. List your source of finance.

8. Amount of financial soundness Certified by Nationalized Bank (Attach copy of certificate)

9. Name and address of Bank from whom Reference can be obtained.

10. Have you ever been declared bankrupt? (if yes, please give details ).

Signature of the Contractor

FORM F

ADDITIONAL INFORMATION

(A) Please add any further information, which the applicant considers relevant in regard to
his capabilities.

(B) Please give a brief note indicating why applicant considers himself eligible for pre
qualification for the work.

(C) List of works for which tenderer have already been submitted to the client but not
awarded.

Sr. Name of work Estimated Date of Name of Likely date Position


No amount submission client of award with
Rs. in of offer reference
Crore to lowest
bid.

Signature of Contractor 24
Signature of the Contractor

STATEMENT S.2

STATEMENT SHOWING THE DETAILS OF EXPERIENCE IN EXECUTION OF LARGE


CIVIL ENGINEERING WORKS (Lacs Rs.)

Year
Name Whether
Sr. Locality/ Cost of Cost of work
of completed
No Region Work executed
work or in pro.
2009-10 2010-11 2011-12

Signature of the Contractor


FORM H

Statement showing the details pertaining to the DGVCL works for which bidder has been qualified
during last two years (i.e. during period 1.04.11 to 31.03.13)

Sr. Name Loca Prescribed If the Details of concerned Executive Engineer Ref. no.
No of lity Estim Qty. of Qty. of time limit works is of DGVCL Under
. work (regi ated Excav concrete for awarded which the
on) completion give the
Name Full Telephone Fax result of
cost ation / present Address Nos., No. pre-
put to items masonry/ status of qualificati
tender structure pro. of on
s work informed
by the
E.E./S.E.
to the
bidder

Signature of Contractor 25
Signature of the Contractor
FORM I

Additional Information & Litigation History

Name of Applicant or partner of a joint venture

1. Please describe: Companys history of litigation or arbitration from contracts executed in


the last ten years or currently under execution. Please indicate for each case the year,
name of employer, cause of litigation, matter in dispute, disputed amount, and whether
the award was for or against company.

Please add any further information that you consider to be relevant to the evaluation of
your application for qualification. If you wish to attach other documents, please list below.
FORM J
LIST OF STRUCTURAL REPAIRING & RENOVATION WORKS EXECUTED BY YOUR
ORGANISATION
DURING LAST 3 YEARS ( MINIMUM 500 SQM )

Sr. Name of Description Name & add. Value of Duration Duration Name State Remark
No. work of work of the owner work for for of wheather
project involved in (govt, executed comple- comple- Arch/ work was
with contract Or pvt. incl. area of tion tion Cons left incom-
Add. housing body) with Structural stipula- Actual ultant plete or
offices. etc. add. Repairing & ted time time contract
Renovation Taken was
work terminated
either
side,
giving
details
thereof

Signature of Contractor 26
PROFORMA FOR EXCEPTION / DEVIATION STATEMENT

Name of Work : CONSTRUCTION OF VARIOUS OFFICE BUILDINGS, STORES,


GODOWNS, INTERIOR WORKS, INFRASTRUCTURE WORKS INCL. RENOVATION &
REPAIRING OF EXISTING OFFICE & STORE BUILDINGS AT KADODARA & NAVSARI.

Tender No :

Name of Bidder :

DGVCL expects the bidders to fully accept the terms and conditions of the tender document.
However, should the bidder have some exceptions / deviations to the terms and conditions of
tender document, the same should be indicated in this Proforma only. If the Proforma is left
blank, then it would be presumed that bidder has not taken any exception / deviation to the
terms and conditions of the tender document.
Clause Full Exceptions / Price effect Time effect for
No. Compliance Deviations for withdrawal withdrawal of the
not agreed taken by the of the exception exception /
bidder / deviation deviation

I /We certify that I/We have not taken any exception/deviation elsewhere in the bid and
if any then that should be ignored.

Signature of Contractor 27
PLACE SEAL OF THE DATED SIGNATURE OF THE
DATE COMPANY BIDDER / TENDERER

Note : If the bidder has no exceptions or deviation to be mentioned then he should


write clearly No exception or deviation on this proforma duly signed and stamped
and to be submitted in the unpriced bid positively.

CHECK LIST FOR SUBMISSION OF BID


One copy of this check list (duty filled in, signed & stamped) is to be enclosed with supporting
documents of the BID. Please fill in / tick the relevant details wherever applicable.

SR. DETAILS
NO.
1 Name of the Bidder : :

2. Validity of the Bid 180 days from the date of opening of Techno- : YES / NO
commercial part as mentioned in tender.
3. Whether Tender Fee of Rs. 12,000.00 submitted and enclosed with YES / NO
the UNPRICED Bid.
DD No. :______________Amount Rs. ________

Dated : ____________________

Drawn on Bank : _____________________ Payable at :_________

4. Whether EMD of Rs. 6,78,700.00 submitted and enclosed with the : YES / NO
UNPRICED Bid.

DD No. :_______________ Amount Rs. ________

Dated : _____________________

Drawn on Bank : ____________________ Payable at :___________

5. Whether document for Service Tax Registration submitted YES / NO


Service Tax Registration No._________________________
6. Whether document for VAT Registration submitted YES / NO
VAT Registration No._________________________
7. Whether copy of PF code allotment / intimation letter submitted YES / NO

Signature of Contractor 28
PF Code No. _________________
8. Whether copy of PAN Card submitted YES / NO

PAN No. __________________________________


9. Whether Solvency Certificate submitted. YES / NO

Amount of Solvency Rs. __________________Date : _________

Name of issuing authority / Bank ____________________________


Validity ____________________________

10. Whether Class of Registration certificate submitted YES / NO

Class of Registration ______________________

Validity ______________________

Registered with whom _________________________________

11. Whether Forms for Post Qualifications submitted


i Form - A : Details of Structure & Organization : YES / NO
ii Form - B : Details of Personnel : YES / NO
iii Form - C : Details of Machineries & Equipments : YES / NO
iv Form - D1 : Details of Experience of completed works : YES / NO
Work Orders : YES / NO
Completion Certificates : YES / NO
v Form-D2 : Details of Experience of Ongoing work : YES / NO
Work Orders : YES / NO
vi Form - E : Details of Financial Capability : YES / NO
Annual Report / Balance sheet
vii Form - F : Additional information : YES / NO
viii Statement - S 2 : Details of experience in execution of large civil : YES / NO
engineering works
ix Form - H : Details pertaining to the DGVCL works for which bidder : YES / NO
has been qualified during last two years (i.e. during period 1.04.11 to
31.03.13)
x Form- I : Additional Information & Litigation History : YES / NO
xi Form -J : List of Structural Repairing & Renovation Works executed : YES / NO
by your organisation during last 3 Years ( Minimum 500 Sqm )
Certificate of completion : YES / NO
MOU with specialized agency : YES / NO
12. Whether Proforma for Exception / Deviation Statement : YES / NO
is filled in, signed and enclosed with UNPRICED BID.
13. Whether attested copy of Income tax Return filed for last 3 years : YES / NO
submitted.
14. Whether Power of Attorney in favour of person who has signed the : YES / NO
Bid, submitted in stamp paper of appropriate value/ letter of
authorisation with the C.O of company.

Signature of Contractor 29
15. Whether addendum / corrigendum, if any issued by DGVCL to the Bid : YES / NO
Document submitted alongwith Unpriced Bid.
16. Whether letter of Submission of Bid has been signed and submitted : YES / NO
17. I / We have visited the site and familiarised ourselves with the : YES / NO
site / local conditions etc.

Seal and signature of tenderer

DAKSHIN GUJARAT VIJ COMPANY LIMITED

SCOPE OF WORK

Name of work: - CONSTRUCTION OF VARIOUS OFFICE BUILDINGS, STORES,


GODOWNS, INTERIOR WORKS, INFRASTRUCTURE WORKS INCL. RENOVATION
& REPAIRING OF EXISTING OFFICE & STORE BUILDINGS AT KADODARA &
NAVSARI.

SCOPE OF WORK :

1.1 The scope of work in the above said works covers mainly Construction of Various
Office Buildings, Stores, Godowns, Interior Works, Infrastructure Works incl.
Renovation & Repairing of Existing Office & Store Buildings at Kadodara &
Navsari including plumbing, electrical works, related development works. The work to be
carried out as per detailed working drawings, specifications and as directed by Consultant.

To execute the work under this contract, all arrangements like scaffolding, machinery, labour
and materials, shall have to be arranged by contractor at his own cost. Also the contractor will
arrange for cleaning and disposing of waste materials after completion of work.

Before quoting the rate, contractor should inspect the site and shall aware himself about
nature of work involved.

The work is to be carried out as directed by Engineer In Charge. The agency has to deploy the
labour force accordingly to complete the work in stipulated time limit period.

Any activity not specifically mentioned in the tender but necessary in the opinion of the EIC of
work must be carried out for successful completion of job.

Before starting the work quality of all the material are to be used will be get approval from
competent authority.

Signature of Contractor 30
The material account to be maintained by contractor day to day and get signature from
DGVCLs field Engineer day to day.

The cement, Steel of approved brand as per attached schedule shall be procured and stored
properly by making appropriate godown at site for better condition before use.

1.1 LAYOUT AND LEVELS

1.1.1 The layout and levels of all structures etc. shall be made by the contractor at his own
cost from the general grid of the block & bench marks given by the Engineer. Initially
before starting the works, the contractor will carry out the contour layout of the full area
by taking vertical & horizontal ordinates marked with the help of precise equipment like
total station and as directed by EIC. This will not be paid separately but will be included
in the rate quoted by the contractor in schedule-B of the tender.

He has to provide all help in instruments, materials and men to the Engineer at no extra
cost for checking the detailed layout and correctness of the layout and levels. But the
Contractor shall be solely responsible for correctness of lay out and levels. Detail
working programme shall be prepared & got approved from E.I.C.
1.1.2 Permanent reference pillars shall be established by the contractor and under no
circumstances shall the contractor remove or disturb any permanent bench mark without
the approval of the Engineer. The Contractor shall follow reference points and shall lay
out all his work by accurate reference thereto.

1.2 CONSTRUCTION METHOD

1.2.1 The contractor will be provided with construction drawings. The contractor shall prepare
chart showing working of all items with the time schedule for the overall activities & the
excavation & construction method to be adopted by him and shall be approved by the
Engineer.

The tender drawings are indicative only & may vary as per the actual site conditions and
the designs etc The construction shall have to be done as per the details, designs,
instructions etc by E I C time to time.

1.3 HANDING OVER OF SITE


Efforts will be made by the Owner to hand over the site to the Contractor free of
encumbrance. However, in case of any delay in handing over the site to the Contractor,
the Owner shall only consider suitable extension of time for the execution of the work. It
should be clearly understood that the owner shall not consider any other compensation
whatsoever viz. towards idleness of contractors labour, equipment etc.

1.4 QUALITY ASSURANCE CHECK LIST

Quality assurance check list is enclosed to this specification giving details of Tests to be
carried out on various materials however also to be followed as per the relevant I S
Specifications for material testing and the agency shall be responsible for carrying out
such tests at his own cost. The samples of all materials to be tested by the Contractor
shall be tested in Govt. / Govt. approved lab by him at the specified frequencies.

However such check list shall in no way limit the liabilities and responsibilities of the
contractor in regard to quality of work as detailed out in technical specification and
documents.

1.5 APPROACH ROADS

Signature of Contractor 31
The Contractor shall make his own arrangement for approach to the work site and within
the work area for movement of men, material, machinery, other equipments etc. required
for carrying out the work included under this contract as per specifications and the rates
quoted for various items under schedule of items & shall be inclusive of the cost for
preparation and maintenance of approach roads/haulage roads/access roads, etc
throughout contractual period.

Providing and laying required diameter RCC pipe in rain water / Nalas / plant water
drain/trenches pipes passing of water, cables etc. their diversions etc. for preparing the
approach to carry out the work without affecting plant activities/ systems wherever
necessary at no extra cost.

1.6 PREVENTION OF POLLUTION

The contractor shall be solely responsible and liable for all the damages/activities
caused by any pollution that may take place during the execution of works and he shall
make arrangements, as approved by the Engineer for preventing pollution but, not
withstanding, such approval, the entire responsibility for any pollution shall rest with the
contractor. No separate payment shall be made for the pollution control measures and
the quoted rates shall include the cost for all pollution control measures.

1.7 SAFETY MEASURES (Separate sheet attached Annexure-I )

The contractor shall ensure the safety of workers, material and structure including existing
structures during execution of the contract. Safety measures shall be followed during
operations of equipments/machinery being used. No separate payment shall be made for
the safety measures and the quoted rates shall include the cost for all safety measures.

1.8 EQUIPMENTS AND MACHINERY

The contractor shall have to use his own latest safe technology equipments machineries
tools, tackles etc as required of good condition duly tested and certified with load proof tests
from C.A and any other machinery required for the entire scope of work for all excavation
works as well as all construction activities.

1.9 The all construction materials and workmanship shall be in accordance with the items of
Schedule-B as well as as per the relevant I. S .Specifications, P,W.D manuals and as per
the booklet of DGVCL General Specifications for Civil Works The all materials to be used
shall be the best and from manufacturers ,make and brand as approved by Engineer In
Charge. After getting the sample tested and approved the same materials only shall be
procured and use in the work by the contractor The cost of all materials are to be included in
quoted rates. DGVCL will supply the material as per Schedule A only.

1.10 Taxes, Govt. duties, welfare cess or any unforeseen expenses, if required to be made,
shall be borne by the agency. The rates quoted shall be deemed to account all such factors
after careful consideration of work and site condition. No extra claim shall be entertained in
any circumstances on any account. Any activity not specifically mentioned in the tender but
necessary in the opinion of the EIC of the work, must be carried out for successful
completion of job.

1.11 If due to any stoppages, or litigation / stay order etc. work is suspended then no idle
charges will be paid. Only suitable time limit extension will be granted based on genuine
reason but no extra claim will be entertained.

1.12 The contractor shall engage sufficient nos., of qualified engineers and trained supervisors
at site, to look after the work on behalf of the agency. In no case, the work shall be allowed

Signature of Contractor 32
to be continued without sufficient engineers / supervisors at site. Due care shall be taken by
the contractor in this regard.

Signature of Contractor 33
SPECIAL CONDITIONS OF THE WORK

1) The agency shall take all the required safety measures and observe all safety rules while
carrying the above excavation works etc to avoid any type of accident and damage. The
contractor shall be held fully liable and responsible for any type of accident, injury,
damage and loss etc. if occur at site till the completion of work.

2) The quoted rates in Schedule B shall remain firm and no any escalation towards price,
labour, POL or any other materials etc shall be applicable till overall completion of the
work under the contract, during contract period or during extended period for this work

3) The DGVCL can split up this work by entrusting the orders to two or more agencies by
splitting the quantities of items of the schedule B in any proportion, at its own discretion
at any time or delete one or more items as per the requirement. No any claim in any way
will be entertained from contractor.

4) All royalties, sales tax, toll tax, local tax, development charges, VAT , welfare cess and
any other taxes including works contract tax etc., in respect of this contract and also
any statutory variation in future towards above mentioned taxes & any other taxes if
levied in future by statutory authority applicable to the this contract shall be payable
by the contractor and DGVCL will not entertain any claim whatsoever in this respect.

The rates will be "Excluding the service tax'. The reimbursement against Service tax"
will be paid to the contractor as per Govt., rules & regulations.on production of proof of
payment made to the concerned authority against this particular work.

The contractor has to pay the 1% Labour Welfare Cess of estimated cost to the
concerned Government Department.

The contractor shall also produce the receipt of payment of 1% welfare cess from the
respective Govt., Department before submission of final bill, otherwise final bill for the
works will not be finalized.

The proof of payment made by the contractor to the appropriate department shall be
submitted to DGVCL, failing which appropriate amount shall be withheld on getting
information/instruction from the concerned department.

5) The contract shall be deemed to have carefully examined the site for grading leveling for
laying of track line as is where are bases and aware with the site, locations, elevations,
structures, quantities, Types of the various soil strata whatever will be available while
excavating grading the area. The contractor should be deemed to have fully aware with
the local site conditions & sounding structures and also all the terms & conditions scope
drawings etc. Attached herewith. The bidders are ADVISE to visit the site, inspect the
existing location of executing the work before quoting the rates. Any extra claims for
extra items, rates etc. for any reason will not be entertained after acceptance of contract
bid.

6) The contractor shall prepare & submit the detailed as built drawings showing all the
dimensions in plans, elevations, section of the area to be excavated graded showing the
original as well as final levels taken jointly duly signed by Agency and DGVCL Engineer
and submit the detailed schedules of quantities of various soil strata and take the
signature of the engineer in charge before start of excavation work time to time and
keep the records regularly.

7) The rates are inclusive of all type of labours, tools, tackles, equipments, machineries,
shoring, staging, scaffolding cranes Excavators, Compressors breakers etc. staking,

Signature of Contractor 34
stockpiling the removed materials category wise , their protection, preservation, storing,
loading, unloading, transporting for all leads lifts & elevations height/depths and
inclusive of all risks & all liabilities, providing all safety precautions, Insurance, securities,
site cleaning, leveling dressing the sites etc required for completion of the work in all
respects.

8) Deleted

9) The contractor has to dismantle & grading the area etc. from top to foundation bottom
including removing and reestablishing the existing electric installation, pipelines,
drainage lines, trenches cables conduits, Nala etc. without damage and to clear the site
completely at no extra cost. The contractor has to carryout the jungle clearance by
removing all thick vegetation, plants, shrubs, trees at their own cost.

10) The responsibility and liability of manpower to be engaged for this work will be totally of
contractor who has been awarded this contract and he will take away all these
manpower in his own establishments on completion of this contract. The DGVCL will not
be held any responsible and liable in any way in the matter

11) WARRANTY/GUARANTEE :
11.1 The Contractor agrees to ensure that all materials, fittings and fixtures used in
execution of the works under this Contract, shall be new and unused The contractor
shall warrant that every work executed under this contract shall be free from all defects
and faults in design and engineering, materials, workmanship and handling etc and shall
be consistent with established and accepted standards for materials and workmanship of
the type ordered and in full conformity with the design, drawings, specification or sample.
This warranty shall be valid for a period of 12 months from the date of issue of certificate
of Completion and Acceptance. The warranty / Guarantee for a punch list item will start
from the date of completion of that punch list item.
If DGVCL desired to takeover at its sole discretion any part of the Work and accordingly
contractor hands-over a part of the Work, then warranty / guarantee for that part of Work
shall be kept valid upto 12 months from the date of issue of part certificate of completion
and acceptance of the respective part(s) of the Works taken over by DGVCL.
In case the commissioning is delayed due to the reasons solely attributable to the
DGVCL, whereas the facilities has been completed and made ready for commissioning
by the Contractor, such warranty/guarantee shall be valid for a period of 18 (eighteen)
months reckoned from the date of facilities made ready for commissioning or 12 (twelve)
months from the date of issue of certificate of completion and acceptance whichever is
earlier.
11.2 If during the aforesaid period, the said work or part is found not conforming to
the description and quality aforesaid or have dateriorated otherwise than by fair wear
and tear, the Contractor shall upon notification by the DGVCL promptly and at its own
cost repair / replace or otherwise make good such defects as well as any damage to the
Works caused by such defects. If the Contractor fails to replace / repair such defective
work within a reasonable time depending upon exigency of the situation, the DGVCL will
be entitled to deploy other agencies to carry out the same and if such work which in the
opinion of the DGVCLs Representative was the liability of the Contractor to do at his
own expense under the Contract, then all expenses consequent thereon of incidental
thereto and also damage sustained on account of such defective material by any other
associated or allied work and structures and facilities forming part of the Works shall be
recoverable from the Contractor.
The Contractor agrees to make payment against such claim within 30 days of receipt
thereof. If the Contractor fails to pay the amount to the DGVCL within 30 days from the
receipt of the invoice then amount may be deducted by the DGVCL from any money

Signature of Contractor 35
which is due or may become due to the contractor including DGVCLs right to invoke the
performance guarantee furnished by the Contractor in accordance with provisions of the
Contract.
11.3 The period of Guarantee for any part of the works shall be as specified in
relevant Clause No. If the Works or any part thereof cannot be used by reason of such
defect / damage and or making good of such defect and or damage the warranty period
of the Works or such part thereof as the case may be shall be extended by a period
equal to the period during which the Works or such part thereof can not be used by the
DGVCL due to any of the aforesaid reasons. The contractor shall arrange for the
performance guarantee to remain valid until the expiration of the extended warranty
period with respect to such part of the Works.

11.4 To the intent that during the period of Guarantee the Works shall remain in as
good condition (fair wear and tear excepted) as they were at the beginning of the period
of Guarantee and that all facilities created shall continue to perform or operate (fair wear
and tear excepted) during the period of Guarantee in accordance with all relevant
Contract Specifications or conditions to the satisfactions of the DGVCL. The Contractor
shall do all repair, amendment, reconstruction rectification and making good of defects,
imperfections, shrinkages and settlements, including where necessary the repair or, if
repair proves impossible, the replacement of any fittings, fixtures and equipments which
the DGVCL requires of the Contractor in writing during the guarantee period or within
fourteen days after the expiration of the period of guarantee as a result of any inspection
made during the period of the Guarantee.

11.5 The Contractor shall ensure that all guarantees or warranties issued by
manufacturers of Plant, Machinery, Equipment supplied by contractor or by Contractors
Sub-Contractors and contractor and covering the performance of the said material and
Equipment supplied by them be issued in the joint name of the Contractor and the
DGVCL such that the DGVCL enjoys the same benefits and protection provided by any
such guarantee or warehouse as does the contractor. The issuance or existence of any
such guarantee or warranties shall however in no way relieve the Contractor of his
obligations under the Contract, in particular with reference to the provisions of this
section.

11.6 The Contractor shall carry out all the works and supply and install all replacement
materials and equipment pursuant to this section at no additional cost to the DGVCL
including the cost of timely transport of materials and equipments to site if the need for
the work is due to poor workmanship or faulty materials, plant equipment or process
supplied by the Contractor or due to the use of materials or equipments not in
accordance with the Contract or Specification or due to neglect or failure or the
Contractor to comply with any obligations.

11.7 During the guarantee period if the Contractor is requested by DGVCL to visit the
site for checking and carrying out remedial work of facilities and equipment, all expenses
towards personnel, travelling to and from the site, living and accommodation etc. for
remedial works shall be borne by the Contractor unless defects are caused by the
DGVCL its Agents or other Contractors.

Signature of Contractor 36
12) The work shall be started and carried out simultaneously at all sites.

13) The rate of excavation shall include dismentaling & excavation of all existing RCC /
Masonry foundations encountered during the excavation.

Signature of Contractor 37
Annexure-I

GENERAL SAFETY RULES / NORMS TO BE OBSERVED BY THE CONTRACTORS

All the contractors working at DGVCL site shall have to strictly observe the following Safety
Rules. The Contractors shall be responsible for informing & observing these rules by their
supervisors / employees / labours as well as the supervisors / employees/ labours of their sub-
agencies / sub-Contractors engaged, if any. Prior to commencement of the work, Contractor
shall have to submit a written assurance on their letterhead to the concerned Sectional Head /
Engineer-in-charge that they have thoroughly gone through these Rules, have educated their
employees / employees of their sub contractor and will strictly observe the said Rules while
execution of work under work contract awarded to them. They will have to indemnify the
Corporation for any loss or damage / accident / injury to the Corporations property / employee
or employee of their own in default of non - observing these rules.

01 Persons to be employed for carrying out the work shall possess required qualification, be
fully trained and conversant for works to be done. All persons should have gate pass.
Register consisting the full details (i.e. address, phone no, details of nearest relative, etc.)
of all persons is to be maintained. During the work execution, one trained & competent
supervisor should always remain present at site.

02 The contractor shall take all the required safety measures prior to commencement of work
on dangerous substances, machineries or area at which cautionary notice is displayed
and obtain Line Clear or Work Permit through the concerned Department / Section.

03 Prior to carrying out welding, gas cutting, furnace heating or any other hot work job, the
contractor shall remove all the inflammable material lying at or nearby worksite or cover it
properly by suitable protective covering. Also, special care shall be taken before carrying
out such job & see that all possible contributing factors to set fire shall be removed /
vanished prior to commencement of the work. Advance intimation shall be given to
concerned section / fire section to commence the work in fire prone areas. They should
also keep ready all the First Aid Fire Extinguishers / equipments & fire extinguishing media
/ material like sand / water buckets or other appropriate equipment at such place.

04 While working inside sewage, trench or in-depth, a person to warn outsiders / entrants /
passers etc shall remain available near entry point or the entry point shall be cordoned by
a barricaded tape with a cautionary notice. After completion of the works, all the lids /
covers / grills / grits opened, shall be re-fixed / re-placed in the original position as it were
prior to commencement of the work and leave the work place in safe condition in all
respect, so as to prevent accident to fellow workers.

05 The contractor shall see that he / his persons do not block (by stacking material, spare
parts, tools-tackles, equipments etc), any passages / walkways / gangways / aisles /
staircases / ladders / lifts or any other approaches / roads leading to plants or its
auxiliaries, on which there is a traffic movement or possible traffic movements in case of
emergency. Such passages are meant for safe escape in the event of emergency. If it is
utmost necessary to carry out work in such area with blocking of passage, prior
permission of Competent Authority or the Engineer-In-Charge shall be obtained. To
demarcate / declare the area as UNSAFE, cordon it using barricading tape & display
suitable caution notice or keep a person to restrict / divert the traffic on this route through
other safe passage.

Signature of Contractor 38
06 Prior to use power / electrically operated hand tools / equipments / machines / gadgets
like welding machine, hand grinder, hand drill etc, ensure for its safe operation & use it
only if it is found safe to use. Do not use defective, unsafe or improperly maintained
equipments.
The electrical power supply required to run such equipments shall not be taken directly at
their own but shall be obtained through concerned Electrical Maintenance Departments or
their authorized persons or under their observations / guidance only. The Electrical
Section shall provide temporary electrical connection up to contractors Mains Board on
which it is compulsory to install mains switch, ELCB & fuses of adequate capacity. All
such equipments shall invariably be earthed adequately to prevent electrical shock,
sparking, short circuit etc. Power cord to be used shall be of adequate capacity, without
any joint & shall consist of earth wire also. Hence, it is necessary to use adequate
capacity 3-wire power cord for single & 5-wire power cord for three phase power
connections. The plugs, receptacles, pins, holders etc shall be of adequate capacity &
safe to use.
All electrical & mechanical equipments / tools-tackles viz. welding machine, cutting
machine, Grinder, Drill, Chain Pulley Blocks, Hook chooks etc required to be used during
work execution shall be of standard make & bear ISI certification mark on it. The
consumables like welding electrodes, grinding wheels / discs etc which has specific
prescribed life span shall not be used in any case if its expiry date is over.

07 It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) as per


the job requirement. Do not work without use of required P.P.Es. Contractor is responsible
to provide standard make (ISI approved) Personal Protective Equipments / Safety
Gadgets suitable to give sufficient protection against hazards involved in their work / job to
their staff, as per the job requirement and insist / enforce their staff to put on the same
while at works.
The ongoing work is liable to be stopped at any time if the contractors staff is found
working without P.P.Es. Following is the list of various P.P.Es. to be used for various
works / worksites.
List of safety equipments

01 Industrial Safety Helmet. For protection of head against falling objects or


during fall of person from height.
02 Safety Goggles (Grinding, For protection of eyes against flying particles / dust,
Welding, etc). chemical splash, spark, arc, flashover etc.
03 Face shield (Half or full). For protection of face against flying particles / dust,
chemical splash, spark, arc, flashover etc.
04 Earplug / Ear muffs. For ear / hearing system protection while working in
high noise level area.
05 Apron (Rubber / PVC / For body protection against chemicals, oils, sharp
Asbestos / Leather / Cotton). edged objects, heat, hot objects etc.
06 Gloves (Rubber/PVC, For protection of hands against chemicals, oils,
Asbestos, Leather, Electrical sharp edged objects, heat, hot metals/objects,
shock proof). electricity etc.
07 Safety / Leather / Asbestos For protection of leg/feet against falling objects,
shoes, Gum Boots etc. sharp edged objects, heat, hot metals/objects,
electricity etc..

Signature of Contractor 39
08 Safety Belt(full body) / Rope / For fall prevention while working at heights or in
Life line / Fall prevention depth, working in vessel or in confined space.
system etc.
09 Dust Respirator / Scarf. Protection of respiratory system against dust.
10 Chemical Cartridge Protection against chemical fume / vapor etc.
Respirator
11 Canister Gas mask. Protection against toxic/poisonous fumes/gases.
12 Air supply respirators. Working in oxygen deficient zone.

08 Before using lifting machines / tackles (like C.P.Bs., Hook chooks, winch, forklift, mobile
crane, EOT crane etc) & its attachments (like D-shackles, slings, U-clamps, Eye bolts or
any fixtures), it shall be checked and used only if found safe to use. Also, ensure that
these are tested, examined & certified in form no 9 / 10 by Competent Person as per the
Factory act-1948 and its validity is not expired. Further, it shall be fixed properly and firmly
prior to lifting the weight.

09 Scaffoldings to be used for working at height shall be of adequate size & capacity. Obtain
the work permit when working at height. While climbing on such scaffolding or working on
any structure at height, use of full body safety belt & Helmet is compulsory. It is also
necessary to fasten chinstraps of the helmet.

10 Contractor or their employee shall not interfere in day-today routine plant activities / works
except the work assigned to them, shall not loiter in the areas other than their work
jurisdiction, as well as shall not temper / operate / touch the machineries / equipments /
auxiliaries with which they are not concerned. Also, the contractor shall strictly instruct
their staff not to sit or take rest at / near / below running plants, auxiliaries, systems or any
place which is risky, hazardous & prone to accident.

11 The cylinders containing poisonous / toxic or inflammable / explosive gas like Oxygen,
Acetylene, LPG, Hydrogen, Ammonia, Chlorine, CO2 or any type of material of explosive
nature etc. shall be handled safely taking due care. To handle / shift such cylinders a
special trolley / cage meant for it must be used but in no case it should be rolled. Domestic
LPG cylinder shall not be used / permitted.

12 On completion of the work, cotton waste, spilled oil / grease, pieces of welding rod & other
waste material shall be removed from work site and the area shall be left safe, neat &
clean.

13 In case of any injury / accident while working, it shall immediately be reported to Safety
Department through concerned Sectional Head / Engineer. The prescribed Form No. 21
may be obtained from concerned section or Safety Officer.
For any incident occurred but have no injury to any persons should also be informed to
Safety Officer as Near Miss Incident.

14 In all risky jobs, before starting the work, contractor should obtain General Safety Work
Permit from concerned section well in advance.

15 In case of noticing smoke or fire during their work execution, they shall make immediate
efforts to extinguish / control it and simultaneously inform the Fire Brigade on phone No.

Signature of Contractor 40
4444 or 4344 or 5555 or 02624-290049, shall shift the casualty to nearby hospital after
rendering first aid in case of accident.

16 Over & above these, contractor shall have to follow all the safety requirements / rules &
regulations / norms and legal provisions laid down in various statutes, particularly the
provisions of The Factories Act-1948 & The Gujarat State Factories Rules-1963
(Amended up to date) shall be followed strictly. The contractor shall also obey the rules /
regulations / instructions of the local Competent Authority for safety requirements.
17 No women or young person shall be allowed to clean, lubricate or adjust any part of a
prime mover or of any transmission machinery while the prime mover or transmission
machinery is in motion. Examination or operation of motion machinery shall be made or
carried out only by a specially trained adult male worker wearing tight fitting clothing as per
section 22 of factories act 1948.

18 No women or young person shall be employed or permitted to work in Lead-compound


area like battery room etc. as per schedule VI of GFR 1963.
19 All the relevant labour and industrial laws shall also be followed compulsorily.

20 It is felt necessary to deploy safety officers / Safety supervisors by contractors / Agencies


involved in carrying out hazardous activities / operations inside TPS to have better and
constant supervision in terms of Health Safety and Environment activities.

21 In case, it comes to the notice of DGVCL management that the safety guidelines / safety
rules / safety norms are not being followed then a minimum sum of Rupees One
Thousand shall be penalized on the contractor / Agency and for subsequent such
violation, a severe penalty / action as deemed fit shall be imposed, which may please be
noted.

22 The above rules shall be scrupulously followed and where required, they may contact the
Safety Officer for any ambiguity / further guidance in this regard.

23 For performance evaluation of contractor, safety factors of work accident, fire incident &
near miss accident will be considered. Steps can be taken to review the job assignment up
to cancellation for negligence.

Addl. Chief Engineer (P)


DGVCL, Surat.

Signature of Contractor 41
DAKSHIN GUJARAT VIJ COMPANY LIMITED
NEAR KAPODRA CHAR RASTA, NANA VARACHHA ROAD, SURAT-395 006

General terms and conditions of contract

LABOUR LAWS : :

01 Persons below the age of 18 years shall not be employed for the work.

02 No female workers shall be employed in the night shift between 7.00 PM to


6.00 AM.

03 Contractor/ Agency shall have to maintain valid Labour License under the
Contract Labour (Regulation & Abolition) Act 1970 and Rules 1972 for
employing necessary manpower to be required by him and in the absence of
such license the contract shall be liable to be terminated without assigning any
reasons thereof.

04 The contractor / Agency shall at his own expense have to comply with all the
Labour Laws and keep the Corporation indemnified in respect thereof. Some
of the major liabilities under various Labour and Industrial Laws which the
contractor / Agency shall have to comply with are as under.

05 Payment of contribution of employees (Contractors Labour / Agency s


Labour) as well as employers (Contractor / Agency) contribution towards
Provident Fund, Family Pension Scheme, Employees Deposit Linked
Insurance Scheme, Administrative charges, inspection charges etc. at the
rates made applicable from time to time by Government of Gujarat /
Government of India or other statutory authorities shall be made.

06 Labourers engaged by Contractor/Agency shall be entitled for Earn leave as


per the provision laid down in factories Act-1948. Contractor / Agency shall
have to extend the facility of E.L. as per the provision laid down in Factories
Act and shall also have to maintain leave records in prescribed form under
Factories Act.

07 Contractor / Agency shall have to comply with the Maternity benefit if they
happen to engage female labours as per Maternity benefit Act.

09 Contractor / Agency shall have to obtain Insurance of the laborers engaged by


him to carry out contractual work before commencement of work under
workmens compensation Act

10.0 P.F. CODE UNDER :

It should be ensured that any Contractor who has no separate PF Code


number shall not be considered for acceptance of tender and without PF code
number tender is likely to be disqualified.

Signature of Contractor 42
11.0 PROVIDENT FUND AND FAMILY PENSION SCHEME :

The contractor / Agency shall have to submit along with his bill ( Month wise )
a statement regarding deductions at the rate of 12% of the wages against
employees Provident Fund & Family Pension Scheme in respect of each
concerned employees ( or at the rates made applicable by the Government
from time to time ) of the wages. The Contractors / Agencys contribution and
his workers contribution along with Admn. charges, Insp. charges, EDLI Insp.
Charges, Group Ins. Scheme Premium etc at the rates applicable from time to
time towards Provident Fund and Family Pension Scheme shall be deposited
by the contractor with Regional Provident Fund Commissioner Ahmedabad /
Vadodara/ Surat or to the authority prescribed under the Act along with the
other charges applicable.

12.0 If any workman engaged by Contractor / Agency, meets with fatal or non-
fatal accident while on duty then Contractor/ Agency shall be liable to pay
compensation to the legal hair or to the Workman as the case may be as per
Workmans compensation Act.

13.0 EMPLOYEES DEPOSIT LINKED INSURANCESCHEME : :

The Contractor / Agency shall have to deposit % of the rate applicable form
time to time of the wages. In respect of employees who are a member of the
Provident Fund against the contribution towards Deposit linked insurance
scheme with r Regional Provident Fund Commissioner, Ahmedabad.

14.0 The Contractor / Agency should pay prevailing minimum wages to the labours
engaged by him as per the minimum wages Act in presence of the
Representative of principal employer.

15.0 The Contractor / Agency shall deposit fifteen days salary for every completed
year of service in case of each worker towards the liability of gratuity.

16.0 ADMINISTRATIVE CHARGES : :

Administrative charges for maintaining Provident Fund Account shall be


deposited by the Contractor / Agency with Regional Provident Fund
Commissioner Ahmedabad / Baroda/ Surat at the rates applicable.

17.0 LABOUR LICENSE FOR LABOUR CONTRACT : :

The Contractor / Agency shall have to obtain the copy of Labour Contract
License under contract Labour (Regulation & Abolition) Act from the
appropriate authorities before commencement of work.

18.0 Payment of minimum rates of wages under Minimum wages Act 1948.

The Contractor / Agency shall have to pay to every contract labour/


employees engaged under him, wages at a rate not less than the minimum
rate of wages fixed by such notification / Commissioner of Labour for that

Signature of Contractor 43
class of employment in that employment without any deductions except as
may be authorized within such time and subject to such conditions as may be
prescribed time to time.

19.0 Contractor / Agency shall have to issue the contractual appointment letter for
a specific period to their Labour engaged during the contract period each and
every instance & should narrated clear out terms & conditions for the liabilities
of the concerned employees.

20.0 After completion of the contract work, the work completion certificate is
required to be produced before the I.R.O. / H.R. Head for the purpose of
issuance of NOC for labour laws compliance and cancellation of the gate
passes issued to the Contractors / Agency workman at the time of execution
of the contract work.

21.0 The Contractor / Agency shall have to maintain all the relevant records under
various Labour Laws as mentioned here in above and keep ready for
verification by the Company authority as well as the authority of the
Government Officials as and when asked for the checking.

22.0 RESPONSIBILITY FOR PAYMENT OF WAGES : :

It shall be the duty of the Contractor / Agency to ensure the disbursement of


wages in the presence of the authorized representative of the principal
employer to certify the amounts paid as wages to each worker employed by
him in such manner as may be prescribed. The Contractor / Agency shall
have to produce / submit the copy of wage Register / Muster Roll / P.F.
Deposition Challan / PF Schedule and relevant records under various Labour
Laws for the contract work to Head of the H.R. Department for the purpose of
issuing the NOC for Labour Laws compliance.

Addl. Chief Engineer (P)


DGVCL, Surat.

Signature of Contractor 44
DAKSHIN GUJARAT VIJ COMPANY LIMITED

TENDER AND CONTRACT FOR WORKS

CONSTRUCTION OF VARIOUS OFFICE BUILDINGS, STORES,


GODOWNS, INTERIOR WORKS, INFRASTRUCTURE WORKS INCL.
RENOVATION & REPAIRING OF EXISTING OFFICE & STORE
BUILDINGS AT KADODARA & NAVSARI.

DAKSHIN GUJARAT VIJ COMPANY LIMITED


NEAR KAPODRA CHAR RASTA, NANA VARACHHA ROAD, SURAT-395 006

(APPLICABLE FOR WORKS CONTRACT)

GENERAL RULES AND DIRECTIONS FOR


THE GUIDENCE OF CONTRACTOR

Notwithstanding anything contained to the contrary in the specification or tenders in


subsequent exchange of correspondence, the conditions of contract shall be binding on the
contractor and any change or variations expressed or implied, however made in the said
conditions shall not be valid or operative unless expressly sanctioned by the DGVCL. The
contractor shall be deemed to have fully informed himself and to have special knowledge of
the provisions of the conditions of contract herein contained.

1. All works proposed to be executed by the contract shall be noticed in one of the
English and one of the vernacular local daily newspapers, stating the work to be
carried of as well as the date of submitting and opening tenders and time allotted
in carrying out the work. also the amount of earnest money to be deposited with

Signature of Contractor 45
the tender and the security deposit to be deposited by the successful tenderer
and the percentage, if any, to be deducted from bills.

2. Copies of specifications, design, drawings, estimated rates, scheduled rates and


any other documents required in connection with the work which will be signed
by the Engineer-in-Charge for the purpose of identifications shall be open for
inspections by the contractors at the office of the Executive Engineer during
office hours.

3. Whether the works are proposed to be executed according to the specifications


recommended by the contractor and approved by a competent authority on
behalf of the Dakshin Gujarat Vij Company Limited, such specifications with
designs and drawings shall form part of the accepted tender.

4. The tenderers and receipts for payments made on account of any work, when
executed by a firm should be signed by all the partners except where the
contractors are described in their tender as a firm, in which case the receipt shall
be signed in the name of firm including the partners or some other person having
authority to do so.

5. The tenderer at shall fill up the usual form stating at what percentage above or
below rates specified, he is willing to under take the work. Only one rate or such
percentage on all the estimated rates or schedule rates shall be mentioned.

6. Tenderer which propose any alternation in the work specified in the form in
invitation to tender or in the time allowed for carrying out the works or which
contain any other conditions of any sort, will be liable to rejection.

7. No single tender shall include more than one work, but contractors who wish to
tender, for two or more works, shall submit a separate tender for each work.
Tender shall have the name and the number of the works, of which they pertain,
be super scribed on the envelope.

8. The Engineer-in-charge or his duly authorized assistant will open tenders in the
presence of any intending contractors who may be present at the time and will
enter the amount of the several tenders in a comparative statement in a suitable
form. In the event of a tender being accepted, the contractor shall there upon, for
the purpose of identification, sign copies of the specifications and other
documents. In the event of tender being rejected, the officer (Engineer-in-charge)
shall authorize the paying officer concerned to refund the amount of the earnest
money deposited to the contractor making the tender on his giving a receipt for
the return of the money.

9. The officer, competent to dispose off the tenders, shall have the right of rejecting all
or any of the tenders, without assigning any reasons thereof.

10. No receipt for any payment alleged to have been made by contractor in regard to any
matter relating to tender of the contract shall be valid of binding on the DGVCL
unless it is signed by the Engineer-in-charge.

11. The memorandum of work to be tendered for and the schedule of materials to be
supplied by the Dakshin Gujarat Vij Company Limited and their rates shall be filled in
and completed by the office of the Engineer-in-charge before the tender form is
issued if a form issued, to an intending tenderer has not been so filled in and
uncompleted he shall request the said office to have this done, before the completes
and delivery his tender.

Signature of Contractor 46
12. All works shall be measured, meet by standard measure and according to rules are
custom and usual in the use in the Dakshin Gujarat Vij Company Limited, and no
proposal to adopt alternative method will be accepted, the Engineer-in-charge
decision as to what is the usual method in use in the Dakshin Gujarat Vij Company
Limited shall be final.

13. Every contractor shall, except the registered contractor on the approved list of the
DGVCL, produced, along with the tender a solvency certificate amounting 20% of
estimated cost from the collector of the District within which he resides, or a bankers
certificate of his financial stability, if he fails to produce such a certificate his tender
will not be considered.

14. All corrections and addition or pasted slips should be initialed

15. Tenderer shall be deemed to have full knowledge of relevant documents, site
conditions etc. whether inspected or not by him.

16. Submissions of tender by a contractor implies that he has read the instructions and
condition of contract herein contained and has made himself aware of the scopes
and specifications of the work to be done and conditions and rates at which stores
materials etc. will be issued to him and local conditions and other factors bearing on
the execution of the work.

17. Under no circumstances shall any contractor be entitled to claim enhanced rates for
any item of contract without prior sanction of the competent authority.

18. These rules and directions shall form part of the contract.

TENDER AND CONTRACT FOR WORKS

Circle :
Division

I/We hereby tender for the Dakshin Gujarat Vij Company Limited (herein referred as DGVCL)
of the work specified in the under written memorandum within the time specified Schedule B
(Memorandum showing items of work to be carried out) and in accordance, in all respect, with
the specifications, design, drawings and instructions in writing and as per annexed conditions of
contract and agree that when the materials for works are provided by the DGVCL such
materials and rates to be paid for them shall be as provided in Schedule A hereto.

MEMORANDUM :

a) General Description of Work CONSTRUCTION OF VARIOUS OFFICE


BUILDINGS, STORES, GODOWNS, INTERIOR
WORKS, INFRASTRUCTURE WORKS INCL.
RENOVATION & REPAIRING OF EXISTING
OFFICE & STORE BUILDINGS AT
KADODARA & NAVSARI.

b) Estimated Cost Rs. 6,78,65,174.77

c) Earnest Money Rs. 6,78,700.00

d) Security Deposit ( 10 % of contract Rs. 67,86,600.00


value )
(1) Cash / F.D 5 % of the contract Rs. 33,93,300.00

Signature of Contractor 47
amount

(2) To be deducted 5 % from current Rs. 33,93,300.00


work of first two R.A. bills in two
equal installments. in two equal installments.

(3) Alternatively if desired by


contractor, whole S.D can be paid
by bank guarantee of the following
banks.
1. Public sector banks (All
nationalized banks).
2. Private Banks which are (a) IDBI
bank (b) UTI bank (c) HDFC bank
(d) ICICI bank (e) YES Bank for
5% of the contract amount.

e) Time allowed for the completion of 12 ( Twelve ) Months


work from date of written order to
commence.

The bank guarantee of Co-Operative banks will not be accepted.


Should this tender be accepted I/We hereby agree to abide by and fulfill all the terms and
provisions of the conditions of contract annexed hereto as applicable and in default thereof
forfeit and pay to the DGVCL the sums of money mentioned in the said conditions.

Receipt No.___________ Date _____________ from the Dakshin Gujarat Vij Company Limited
in respect of the sum of Rs.__________________________ (Rupees
________________________________________________________________ (the amount to
be specified in figures and words) is herewith forwarded representing the earnest money (the
full value of which is to be absolutely forfeited to the DGVCL should I/We not deposit the full
amount of security deposit specified in above memorandum in accordance with clause-(d).

Security Deposit as per the said conditions / otherwise the said sum of Rs______________
shall be refunded on surrendering the original receipt, in case of non-awardance of contact.

Signature of the contractor


Address of the contractor
Dated _________________ day of ________________year

Signature of Witness

Signature of Contractor 48
Address of Witness
Occupation
Dated ______________ day of ___________ year.

The above tender is hereby accepted by me on behalf of the Dakshin Gujarat Vij Company
Limited.

Addl. Chief Engineer, DGVCL, Surat or his duly authorized assistant.CONDITIONS OF


CONTRACTS
1. Definitions :

(a) The Contract means the documents forming the tender and acceptance thereof,
together with the documents referred to therein or individual work order in the
case of term contract, including these conditions, schedules and / or additional
conditions attached to the form of tender or individual work, order, rate schedule,
the specifications and the drawings and all these documents as applicable taken
together shall be deemed to form the contract.

(b) The Tender Document means the form of tender, the applicable schedules
and/or additional conditions and the specifications and/ro drawings as issued to
the contractors for the purpose preparing tender.

(c) The expression works or work when used in the conditions of contract shall,
unless there be something in the subject or context repugnant to such
construction means, the works or the work contracted to be executed under or in
virtue of the contract whether original or altered.

(d) The Contractor means the individual or firm or company, whether incorporated
or not, undertaking the works and shall include his or its legal personal
representative, successors and permitted assignees.

(e) DGVCL means the Dakshin Gujarat Vij Company Limited and the Accepting
Officer means the officer who is authorized to sign and signs the contract on
behalf of the DGVCL.

(f) The letter EE means Executive Engineer who in the case of measurement and
lump sum contract, direct the contractor and the letters SE means
Superintending Engineer and C.E. means Chief Engineer who administers and
in the case of the term contracts directs the contract.

(g) The Engineer-in-charge means all officers of the DGVCL appointed by the
Chief Engineer to supervise the works or part of the works.

(h) Approved and Directed means the approval or direction of the Chief Engineer
to Superintending Engineer or the person deputed by him for the particular
purpose.

(i) B.S. means the British Standard as issued by the British Standards institution.
A.S. means the American Standards as issued by the American Standard
Institutions and I.S. means the Indian Standards as issued by the Indian
Standards Institutions. Wherever the above mentioned abbreviations are

Signature of Contractor 49
preferred to, in the specifications and / or work orders, they mean the addition
with all amendments current at the date of issue of tender documents of work
orders.
In the case of measurement and terms of contracts Specifications means those
contained in Dakshin Gujarat Vij Company Limited schedule together with any
amendments etc. embodied in the tender documents, Drawings refer to those
accompanying the tender documents and/or any work orders referred therein.

(j) The Contract Sum means the sum accepted or the sum calculated in
accordance with the prices accepted in the tender and/or the contract rate as
payable to the contractor for the full and entire executing and completion of
works.

(k) The date of completion is the date or dates of completion of the work or any
part of the works set out or ascertained in accordance with the individual work
orders and the tender documents or any subsequent agreed amendments
thereto.

2. Security Deposit

The contractor shall, within 10 days of the issue of Letter Of Intent, pay 5 % of contract
value out of 10 % as Security Deposit, the remaining 5 % will be recovered from first two
running account bills in two equal installments. The Bank Guarantee from Nationalized
bank in lieu of cash towards Security Deposit will be accepted. All damages, costs,
charges, expenses and other sums which may be or may become due or payable by
the contractor to the DGVCL under the terms of the contract may be deducted from the
cash in the proceeds of sale of the Securities/Bank Guarantee to deposited (which the
officer or person to whom the same may be endorsed as aforesaid is hereby authorized
to sell / to encash for that purpose) or from the interest of any such securities of from any
sums due or which may become due to the contractor by the DGVCL or from the whole
or the balance unpaid as aforesaid of the encash securities so deposited being repaid or
transferred and returned as may be to contractor after the date on which the final bill is
paid or after the expiry of the date up to which the contractor has to maintain the work in
good order whichever is later.

3. Compensation for the delay

The time limit allowed for carrying out the work as entered in the tender shall strictly
observed by the contractor and shall be reckoned from the date on which the order to
commerce the work is given to the contractor. The work shall through out the stipulated
period of contract the proceeds with due diligence (time being deemed to be essence of
contract) and for delay, the contractor shall pay compensation, an amount equal to half
percent per one week for the contract amount of work or such smaller amount as per the
decision of the Competent Authority of the DGVCL.

However, the total amount of compensation to be paid by the contractor, under the
provision of the clauses shall not exceeds 10 percent of the amount of contract value as
decided by the competent authority of the DGVCL. The penalty will be invariably
deducted from the bills of the contractor and no refund will be given unless the
competent authorities approves the reduction the reasons for delay attributable to
DGVCL as well as to party will be brought out clearly while putting the proposal for
waiver reduction in penalty.

4. Action when whole of Security Deposit is forfeited

Signature of Contractor 50
In any case in which under any clause or clauses of this contract the contractor shall
have tendered himself to pay compensation amounting to the whole of his security
deposit (whether paid one sum or deducted by installments) or in the case of
abandonment for the work owing to serious illness or death of the contractor or any other
cause, the Executive Engineer on behalf of the DGVCL, shall have powers to adopt, (a)
below and any of the following courses under (b) and (c) as he may deem best suited to
the interest of the DGVCL.

(a) To rescind the contract (for which rescission notice of 10 days) in writing to the
contractor under the hand of the Executive Engineer shall be conclusive evidence
and in that case the security deposit of the contractor shall stand forfeited and
absolutely at the disposal of the DGVCL.

(b) To employ labour paid by the DGVCL, to supply materials to carry out of the works or
any part of the works debiting the contractor with the cost of the labour and the price
of the materials (as to the correctness of which cost and price the certificate of the
Executive Engineer shall be final and conclusive against the contractor) and crediting
him with 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 this
contract and in that case the certificate of the Executive Engineer as to the value of
the work done shall be final and conclusive against the contractor.

(c) To order that the work of the contractor be measured up and to take such part
thereof, as shall be unexecuted, out of his heads 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 as to the amount of which excess expenses the certificate in
writing of the Engineer-in-charge shall be final, conclusive and shall be borne and
shall be paid by the original contractors and shall be deducted from any money due
to him by the DGVCL under the contract or otherwise from his security deposit of the
proceeds sale thereof or a sufficient part thereof.

In the event of the above courses being adopted by the Executive Engineer the
contractor shall have no claim to compensation for any loss sustained by him by reason
of his having purchased or procured any materials or entered into any engagements or
made any advances on account of or with a view to the execution of the work or the
performance of the contract. And in case the contract shall be rescind under the
provision aforesaid, the contractor shall not be entitled to recover or be paid any sum for
any works thereof actually performed by him under this contract unless and until the
Executive Engineer shall have certified in writing the performance of such works and the
amount payable to him in respect thereof and he only be entitled to be paid the amount
so certified.

5. Notice for unsatisfactory progress

If the progress or a particular portion of the work is unsatisfactory the Executive


Engineer whose decision shall be final, shall notwithstanding that the general progress
of work is satisfactory; be entitled to take action under Clause 4(c) after giving the
contractor 10 days notice in writing and the contractor will have no claim for
compensation for any loss sustained by him owing to such actions.

6. Action in the case of Default by Contractor

If any case in which any of the powers conferred upon the Executive Engineer by
Clauses 4 and 5 hereof, shall have exercised and the same shall not have been
exercised, the non exercised thereof shall not constitute a waiver of any of the conditions

Signature of Contractor 51
hereof and such powers shall not withstanding be exercisable in any further case of
default by the contractor for which, by any clauses hereof, he is declared liable to pay
compensation amounting to the whole of his security deposit and liability of the
contractor for past and future compensation shall remain unaffected in the event of the
Executive Engineer taking action under sub clause (a) or (c) of Clause 4 he may, if he so
desires, take possessions of all or any tools, plants, materials, and stores in such upon
the work or the site thereof belonging to the contractor, or procured by him and intended
to be used for the execution of the work of any part thereof paying for allowing for the
same in account at the contract rates, or in the case of a contract rates not being
applicable to current market rates to be certified by the Executive Engineer whose
certificate thereof shall be final. In the alternative, the Executive Engineer may by notice
in writing to the contractor or his clerk of works, foremen or other authorised agent,
require him to remove such tools, plants, materials or stores from the premises within a
time to be specified in such requisition to decisions to the contractor failing to comply
with any such requisition, the decision of the Executive Engineer as to the expenses of
any such removal and the amount of the proceed and expense of any such sale, be final
and conclusive against the contractor.

7. Extension of Time Limit


If the contractor shall desire an extension of the time limit for completion of the work on
the ground of his having been unavoidably hinder in its execution or on any other
ground, he shall apply in writing to the Executive Engineer and the Executive Engineer
may, if in his opinion there are reasonable grounds for granting extension, recommend
such extension as he may think necessary or proper. The decision of the competent
authority in this regard shall be final and binding to the contractor. Any delay attributed to
DGVCL shall be compensated only by way of extending the limit.

8. Completion Certificate

On completion of the work the Contractor shall be furnished with Completion Certificate
by the Executive Engineer of such completion but no such certificate shall be given nor
shall be the work considered to be complete until works are taken over and/or duly
tested and put to operative as the case may be, nor until the work shall have been
measured by the Engineer-In-Charge or where the measurement have been taken by
his subordinated until they have received the approval of the Executive Engineer the
said measurement being binding and conclusive against the contractor.

9. Effect of the Certificate


No payment shall be made for any work estimated to cost less than Rs.1,000/- till after
the whole of said work shall have been completed and certificate of completion given.
But in the case of works estimated to cost more than Rs.1,000/- Contractor shall on
submitting a monthly bill thereof, be entitled to receive payments. Proportionate to the
part of the work then approved and passed by the Engineer-in-charge, whose certificate
of such approval and a passing of the sum so payable shall be final and conclusive
against the contract. All such intermediate payments shall be regarded as payment by
way of advance against the final payment only and not as payments for work actually
done or completed and shall not preclude the Engineer-in-charge from requiring bad,
unsound, imperfect or unskillful work to be removed and taken away and reconstructed
or re-erected nor shall any such payment be considered as admission of the due
performance of the contract or any part thereof in any respect of the accruing of the
claim nor shall conclude, determine or effect in any way the powers of the Engineer-in-
charge as to the final settlement and adjustment of the accounts otherwise or in any
other way, vary or affect the contract. The final bill shall be submitted by the contractor
within one month of the date fixed for completion of work, otherwise the certificate of

Signature of Contractor 52
Engineer-in-charge of the measurement and of total amount payable for the work shall
be final and binding on all parties.

10. Payment to Contractors

The rates for several items of works estimated to cost more than Rs.1,000/- agreed to
within shall be valid only when the item concerned is accepted, having been completed
full, in accordance with the sanctioned specification. In case, where the items of the
work, are not accepted, as so completed the Engineer-in-charge, may make payment on
account of such items at such reduced rates, as he may consider reasonable in the
preparation of final or running accounts bills.

11. Bills

R.A. Bills shall be submitted by the contractor each month on or before 10 th of each
month, for all works, executed in the previous month and the Engineer-in-charge will
verify the same within 15 days from the presentation of the bills and payment to the
contractor shall be made by A/C payee cheque only within 30 days from the date of
submission of bills by the contractor.

DGVCL reserves its right to appoint Third Party Inspection Agency for quality Assurance.
If DGVCL appoints Third Party Inspection agency, then the contractors bill shall get
certified for quality & quantity by the T.P.I agency. The payment to the contractor shall
be made only after certification by T.P.I. agency. The contractor will produce all test
certificates along with the bills.

12. Supply of Materials to Contractor

No materials shall be issued to the contractor by DGVCL for this work.

13. Works to be executed in accordance with specifications, drawings, orders etc.

The contractor shall execute in whole and every part of work in the most substantial and
workmanlike manner and both as regarding materials and in every other respect in strict
accordance with the specification. The Contractor also shall confirm exactly, fully and
faithfully to the designs, drawings and instructions in writing relating to the work signed
by the Engineer-in-charge and lodged in his office and to which the contractor shall be
entitled to have access for the purpose of Inspection at such office, or in the site of the
work, during office hours and the contractor shall, also if he so requires, be entitled at his
own expenses to make or cause to be made copies of the specification, and of all such
designs, drawings and instructions as aforesaid.

14. Alteration in Specifications and Designs not to invalidate Contracts.

The Executive Engineer shall have powers to make any alteration, or addition to the
original specification designs, and instructions that may appear to him to be necessary
or advisable during the progress of the work and the contractor shall be bound to carry
out the work in accordance with any instructions in this connection which may be given
to him in writing, signed by the Engineer-in-charge and such alterations shall not
invalidate the contract. Any additional 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 respect on which he agreed to do the main works, and at the
same rates as are specified in the tender for the main work.

Signature of Contractor 53
Where, however, the works is to be executed according to the designs, drawing and
specifications recommended by the contractor and accepted by the competent authority,
the alteration above referred to shall be within the scope of such designs, drawings, and
specifications appended to the tender.

15. Rates for works not entered in Estimate or Schedule of Rate of the District

If the additional and altered work includes any class of work for which no rate is specified
in this contract, then such class of work shall be carried out the rates entered in the
Schedule of Rates of the Division or at the rate mutually agreed upon between the
Executive Engineer and the contractor, whichever are lower. If the additional or altered
work for which no rate is entered in the Schedule of Rates of the Division is ordered to
be carried out before the rates agreed upon then the contractor within seven days of
date of receipt by him of the order to carry out the work inform the Executive Engineer
for the rate which in his intension to charge for such class of work and if the Executive
Engineer does not agree to this rate he shall be noticed in writing 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 provided always that if the rates shall have been determined as
lastly here in before mentioned then in such case he shall only be entitled to be paid in
respect of the work carried out or expenditure incurred by him prior to the date of the
determination of the rate as aforesaid according to such rate or rates as shall be fixed by
the Executive Engineer. In the event of dispute, the decision of the Superintending
Engineer of the Circle will be final.

16. Extension of Time Limit in consequence of Addition or Alteration.

The time limit for the work shall be extended in the proportion that the increase in its cost
occasioned by alterations or additions bears to the cost of the original contract work and
the certificate of the Engineer-in-charge as to such proportions shall be conclusive.
17 No compensation for Alternation in or Restriction of Work to be carried out.
If at any time, after the execution of the contract documents the Engineer-in-charge
shall, for any reason whatsoever, require the whole or any part of the work, as specified
in the tender, to be stopped for any period or shall not require the whole or part of the
work to be carried out at all or to be carried out by the contractor, he shall give notice in
writing of the fact to the contractor who shall thereupon suspend or stop the work totally
or partially as the case may be in any such case, except as provided here under the
contractor shall have no claim to any payment or compensation what so ever 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 so derive in consequence of the full amount of work not
having been carried out or on account of any loss that he may be put to on account of
materials purchased or agree to be purchased or for unemployment of labour recruited
by him. He shall not also have any; claim for compensation by reason of any alterations
having been made in the original specification, drawings, designs and instructions which
may involve any curtailment of the work as originally contemplated. Where however,
materials have already been purchased or agreed to be purchased by the contractor
before receipt by him of said notice, the Executive Engineer provided they are not in
excess or requirement and are of approved quality and /or shall be compensated for the
loss, if any, that he may put to in respect of materials agreed to be purchased by him.
The amount of such compensation to be determined by the Executive Engineer whose
decision shall be final. If the contractor suffers any loss on account of his having to pay,
his labour charges during the period, during which the stoppage of work has been
ordered under this clause the contractor shall on application be entitled to such
compensation on account of labour charges as the Executive Engineer whose decision
shall be final, may consider reasonable provided that the contractor shall not be entitled
to any compensation on account of labour charges if, in the opinion of the Executive

Signature of Contractor 54
Engineer, the labour could have been employed by the contractor elsewhere for the
whole or part of the period during which the stoppage of the work has been ordered as
aforesaid.

18 No claim to compensation on account of loss due to delay in supply of materials


by DGVCL.

The contractor shall not be entitled to claim any compensation from DGVCL for the loss
suffered by him on account of delay by DGVCL in the supply of materials entered in
Schedule A where such delay is caused by :
i. Difficulties relating to supply of railway wagons
ii. Force Majeure
iii. Act of God
iv. Any other reasonable cause beyond the control of DGVCL including
Shortage of materials to be supplied by the DGVCLs & difficulties in time
by reaching at the site of any materials equipments

In the case of such delay in the supply of materials, DGVCL shall grant such extension
of time for the completion of the works as shall appear to the Executive Engineer to be
reasonable in accordance with circumstances of the case. The decision in the Executive
Engineer as to the extension of time shall be accepted as final by the contractor.
19. Time Limit for Compensation Claims

Under no circumstances, whatsoever, shall the contractor be entitled to any


compensation from DGVCL on any account unless the contractor has claimed in writing
to the Executive Engineer within one month of the cause thereof.
20. Action and Compensation payable in case of Bad Work

If at any time, before the security deposit is refunded to the contractor, it shall appear to
the Executive Engineer or his subordinate in charge of the work that any work has been
executed with unsound, imperfect or unskillful workmanship or with materials of inferior
quality or that any materials or articles provided by him for the execution of the work are
unsound or of a inferior quality to that contracted for or are otherwise not in accordance
with the contract, it shall be lawful for Engineer-in-charge to intimate this fact in writing to
the contractor and then no withstanding the fact that the work, materials or articles
complained of, may have been inadvertently passed, certified and paid for, the
contractor shall be bound forthwith to rectify or remove and reconstruct the work so
specified in whole or any part, as the case may require or if so required shall remove the
materials or articles so specified and provided other suitable materials or articles at his
own 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 the written intimation aforesaid the contractor
shall be liable to pay compensation at the rate of one percent on the amount of the
estimate for every day, not exceeding ten days during which the failure so continue and
in the event of any such failure as aforesaid the Engineer-in-charge may rectify or
remove and re-execute the work or remove and replace the materials or articles
complained of, as the case may be, at the risk and expense in all respects of contractor
should the Engineer-in-charge consider that any such inferior work or materials as
described above may be accepted, or made use of, it shall be within his discretion to
accept the same as such reduced rates as he may fix thereof.

Provided that in the case of any work of which visible check is not possible, if the
Engineer-in-charge or his subordinate in charge of the work feels that such work has
been executed with unsound, imperfect or unskillful workmanship or with materials of
inferior quality, he shall take sample tests at random, cost of which shall have to be

Signature of Contractor 55
borne by the contractor and if after taking such test, part of such work is found to be
defective in any respect or to have been executed with materials of inferior quality, then
the contractor shall be paid for the whole work such amount as may be fixed by the
office of the Engineer-in-charge on the basis of the lowest quality of work found by him in
such samples tests.

Explanation : I

Sample Test shall mean :


(i) The test shall be carried out as per List of Mandatory Test.
(ii) In relation to this work, any test as may be considered necessary, by the
Engineer-in-charge / Third Party Inspection agency appointed for this
work.

Explanation : II
Cost of the sample test shall mean cost incurred for the purpose of taking
Samples & test and for restoring tested work to its original condition.

21. Work to be opened to Inspection, Contractor or Responsible Agent to be present

All works under execution or in course of execution in pursuance of the contract shall at
all times be open to the inspection and supervision of the Executive Engineer and his
subordinate and contractor shall at all times, during the usual working hours and at all
other times at which reasonable notice of the intension of the Executive Engineer or his
subordinates to visit the works shall have been given to the contractor, during which
period either he should be present to receive order and instruction, or have a
responsible agent duly accredited in writing, present for that purpose. Orders given to
the contractors duly authorised Agent shall be considered to have the same force and
effect as if they had been given to the contractor himself.

22. Notice to be given before work is covered up.

The contractor shall give not less than 5 days notice in writing to the Executive Engineer
or his subordinates in charge of the work, before covering up or otherwise placing
beyond the reach of measurement of any work, in order that the same may be measured
and correct dimensions thereof, taken before the same is so covered up or placed
beyond the reach of measurement and shall not covered up or placed beyond the reach
of measurement and work without the consent in writing of Executive Engineer or his
subordinate in charge of work, If any work shall be covered up or placed beyond the
reach without such notice having been given or consent obtained, the same shall be
uncovered at the contractors expense, and in default thereof, no payment or allowance
shall be made for such work, or for the materials, with which the same, was executed.

23. Contractors Liabilities

The Contractor shall supply, at his own cost, all materials (except such special materials,
if any as may be supplied form the DGVCL stored in accordance with the contract) plant,
tools, appliances, implements, ladders, cordage, tackles, scaffolding and any temporary
works which may be required for the proper execution of the work., in the original,
altered or substituted form and whether included in the specification or other document
forming part of the contract or referred to in these conditions or not and which may be
necessary for the purpose of satisfying or complying with the requirements of the
Engineer-in-charge as to any matter on which under these conditions, he is entitled to be
satisfied or which he is entitled to require together with carriage thereof to and from the
work, the contractor shall also supply without charge, the requisite number of persons for

Signature of Contractor 56
setting out works, and counting, weighting and assisting in the measurement of,
examinations at the time and from time to time of the work or materials, failing this, the
same may be provided by the Engineer-in-charge at the expenses of the contractor and
the expenses may be deducted from any money due to the contractor under the contract
or from his security deposit or the proceeds of sale thereof or of a sufficient portion
thereof the contractor shall provide all necessary fencing and light required to protect the
public from accident and shall also be bound to bear expenses of defense of every suit,
action or other legal proceedings of law that may be brought by any person for injury
sustained. Owing to neglect of the above precautions and to pay any damage and costs
which may be awarded in any such suit, action or proceedings to any such persons, or
which may with the consent of the contractor be paid in compromising any claim by any
such person.

24. Contractor Liable for all Damages

Compensation for all damage done intentionally or unintentionally by contractors


labourer, whether in or beyond the limit of DGVCLs property, shall be estimated by the
Executive Engineer, or such other office, as he may appoint and the estimate of the
Executive Engineer, subject to the decision of the Superintending Engineer, on appeal,
shall be final and the contractor shall be bound to pay the amount of the assessed
compensation demand, failing which, the same will be recovered from the contractor as
damages or deducted by the Engineer in charge from any sums that may be due to or
become due from DGVCL to the contractor under this contract or otherwise.

The contractor shall bear the expenses of defending any action or other legal
proceedings that may be brought by any person for injury sustained by him owing to
neglect of precautions to prevent the spread of fire and he shall also pay any damage
and costs that may be awarded by the court if in consequence.

25. Rescission of Contract and Forfeiture of Deposit.

The contractor shall not assign or sublet, without the written approval of the Engineer-in-
charge and if the contractor assign or sublet his contract, or attempt to do so or become
insolvent or commence any proceedings to be adjudicated as insolvent or make any
composition with creditors, attempt to do so, the Engineer-in-charge may, by notice in
writing rescind the contract. Also, if any bribe, gratuity, gift, loan, perquisite, reward or
advantage pecuniary or otherwise shall either directly or indirectly be given, promised or
offered by the contractor or any of his servants, or agents, or any person to the
employee of DGVCL in any way relating to his office or employment or if nay such
officers or persons shall become in any way directly or indirectly interested in the
contract, the Executive Engineer may, by 10 days notice in writing, rescind the contract.
In the event of a contract being rescinded the Security Deposit of the contractor shall
there upon stand forfeited and be absolutely at the disposal of DGVCL and the same
consequences shall ensure as it the contract has been rescinded under clause 4 thereof
and in addition the contractor shall not be entitled to recover or be paid for any work
thereof actually performed under the contract.

26. Compensation

All sums payable by a contractor by way of compensation under any of these conditions
shall be considered as a reasonable compensation to be applied to the use of DGVCL,
without reference to the actual loss or damage sustained and whether any damage has
not been sustained.

Signature of Contractor 57
27.Change in the constitution of firm to be notified

In the case of tender by partners of a firm, any change in the constitution of firm shall be
forthwith notified by the contractor to the Executive Engineer for his information.

28.Works under direction of Superintending Engineer

All works to be executed under the contract shall be executed under the direction and
subject to the approval of the Superintending Engineer of the Circle, Engineer-in-charge for
the time being who shall be entitled to direct at what point or points and in what manner they
are to be commenced and from time to time carried on.

29.Decision of Superintending Engineer to be final.

Except where otherwise specified in contract and subject to the power delegated to him by
DGVCL under the DGVCLs rule, then in force the decision of the Superintending Engineer
of the Circle / EIC. for the time being shall be final, conclusive and binding on all of the
specification, designs, drawings and instructions herein before mentioned and as to the
quality of workmanship or material used on the or as to any other question, claim, right
matter or thing whatsoever in any way arising out of or relating to the contract, designs,
drawings, specifications, estimates, instructions, orders or these conditions or otherwise
concerning, the works or the execution or failure to execute the same, whether arising
during the progress of the work or after the completion or abandonment thereof.

30. Arbitration

ALL QUESTIONS, DISPUTES OR DIFFERENCES, WHATSOEVER WHICH MAY AT


ANY TIME ARISE BETWEEN THE PARTIES TO THIS CONTRACT IN CONNECTION
WITH THE CONTRACT OR ANY MATTER ARISING OUT OF OR IN RELATION
THERE TO, SHALL BE REFERRED TO THE GUJARAT PUBLIC WORKS
CONTRACTS DISPUTES ARBITRATION TRIBUNAL AS PER THE PROVISIONS OF
THE GUJARAT PUBLIC WORKS CONTRACTS DISPUTES ARBITRATION
TRIBUNAL ACT, 1992.

31. Stores to be obtained from DGVCL

The Contractor shall obtain from the DGVCL Stores, such articles as are mentioned in
Schedule A which may be required for the work or any part of the work or in making up
any articles required there fore or in connection therewith, unless he has obtained
permission in writing from the Executive Engineer or obtained such stores and articles
from elsewhere. The value of such stores and articles as may be supplied to the
contractor by the Engineer-in-charge will be debited to the contractor in his account at
the rate shown in the Schedule A attached the contractor and if they are not entered in
said schedule they shall debited to him at cost price which for the purpose of this
contract shall include cost of carriage and all other expenses whatsoever which may
have to be incurred in obtaining delivery of the same at the stores aforesaid and further
overhead charges 15%.

The Contractor shall be responsible for the loss destruction or deterioration of the
materials, stores or articles supplied to him by the DGVCL, even if such loss destruction
or deterioration has occurred under any circumstances whatsoever beyond his control
as if the material, stores or articles so supplied were his property. The contractor shall be
responsible for returning the residual materials after completion of the contract and if

Signature of Contractor 58
fails to return, the balance material supplied to him by the DGVCL, the cost of the
residual materials will be recovered form the contractor at the market rate or stock issue
rate whichever be higher at the time of materials account plus 15%.

32.1 Lump Sum in Estimate

When the estimate on which tender is made, includes lump sums in respect of parts of
the works the contractor shall be entitled to payment in respect of the items of works
involved or the part of the work in question at the same rates as are payable under this
contract or such items or if the part of work in question is not in the opinion of the
Engineer-in-charge capable to measurement the Engineer-in-charge may at his
discretion pay the lump sum amount entered in the estimate and the certificate in writing
of the Engineer shall be final and conclusive against the contractor with regard to any
sum or sums payable to him under the provisions of the clause.

32.2 Lump Sum Tenders


Whenever lump sum tenders have been invited for building or other structures of the
same type, design, the contractor shall submit his bill stated in Clause No.11 and the
Engineer-in-charge not below the rank of Executive Engineer shall certify by general
measurement or by other method considered suitable to him, the value of work done and
the contractor shall be paid monthly a sum equal to 90% of the total value the work so
certified, since the last payment, after deducting a part or whole of the secured advance
if not already paid for the materials utilised on the works. An additional secured advance
for any fresh materials brought on site will also be paid if certified by the officer not below
the rank of Executive Engineer. After the work is completed final bill would be paid on
the certification of officer not below the rank of Executive Engineer, that the work is done
according to drawing and specifications attached to the tender. If any additions and
alteration have been carried out, detailed measurements in respect thereof shall be
recorded and extra payment or deductions are regulated as per item rates quoted by the
contractor while submitting the tender and if there are any items in the additions and
alterations for which the contractor has not quoted a rate, the payment shall be as per
Clause 15 above.

33. Action where no specifications.

In the case of any class of work for which there is no such specifications as is mentioned
in clause 1. such work shall be carried out in accordance with the divisional
specifications and in there event of there being no divisional specifications, the work
shall be carried out in all respects in accordance with the instructions and requirements
of the Engineer-in-charge / consultant of the DGVCL etc.

34. Industrial Labour Laws

1. Wages to be paid and time of payment etc. by the Contractor:-

a) The contractor shall pay minimum of Rs. 88/- per day or as may be specified
hereafter or fixed under minimum wages Act whichever is higher. The wages of
every contract labour employed by him under this contract shall be paid by him
before the expiry of 7th day of the last day of the month in respect of which the
wages are payable (i.e. wages of a month have to be paid by him in the first week
of the next month). The payment shall be disbursed in presence of Management
Representative during the working hours in factory premises and the contractor
shall get the entries certified in the register of wages by the Representative of the
DGVCL. Any default will result in cancellation of contract forthwith or else the
contractor shall be punishable to the extent of Rs.100/- fine per each day.

Signature of Contractor 59
b) The contractor shall give his telephone number and address to the DGVCL so that
in case of labour trouble etc., the contractor can be contacted. The contractor shall
arrange to have his office outside the factory premises and the contractor keep
himself present through out the working hours.
2.) Labour Laws: -

a) Person below the age of 18 years shall not be employed for the work.

b) No female worker shall be employed in the night shift between 7.00 p.m. to 6.00
a.m.

c) Contractor shall maintain a valid labour license under the Contract Labour
(Regulation and Abolition Act) for employing necessary manpower to be required
by him. In the absence of such license the contractor shall be liable to be
terminated without assigning any reason thereof.
d) The contractor shall at his own expense comply with all labour laws and keep the
DGVCL indemnified in respect thereof. Some of the major liabilities under various
labour and industrial laws which the contractor shall comply with are as under :

i) Payment of contribution of wages of employers contributions towards


Provident Fund, Family Pension Scheme, Deposit Linked Insurance Scheme,
Administrative Charges etc. at the rates made applicable from time to time by
Government of Gujarat / Government of India or other Statutory Authorities.

ii) payment of deposit in respect of each contract labour of the rate of


RS.30/- with the office of the Commissioner of Labour as per the Contract
Labour Act (Regulation & Abolition).

iii) Licence Fee as prescribed under the contract Labour Act (Regulation and
Abolition) and Rules framed there under depending upon the number of
workmen employed by the contractor.

iv) Paid leave facility and wages as per the provision of the Factories Act at
the rate of one day for every 5 days of working.

v) Identity cards as prescribed under the factories Act with photo affixed
thereto, the same for identification.

vi) Payment of retrenchment compensation, notice pay and other liabilities


as per Industrial Disputes Act. Any payment to the contractors
employees arising out of any claim of disputes under the Industrial
Disputes Act 447 or any other laws.

vii) Provision of compensation in the case of accidental injury.

viii) Payment of crche if the female labour employed is more than 30


numbers

ix) Maternity leave as per the provision of the Maternity Benefit Act.

The above are some of the major liabilities of the contractor in addition to other
liabilities prescribed under the various Labour Las in force from time to time from
Statutory Authorities like State Government / Government of India which the
contractor shall have to comply with.

Signature of Contractor 60
3. Provident Fund And Family Pension Scheme
The contractor shall submit along with his bill (month wise) a statement regarding
deductions against employees provident fund and family pension scheme in
respect of each concerned employees. Provident fund and family pension
scheme at the rate of 12 % (or at the rates made applicable by the Government
from time to time) of the wages. The contractors contribution and his workers
contribution towards provident fund and family pension scheme shall be
deposited by the contractor with regional Provident Fund Commissioner,
Ahmedabad.

4. Deposit Linked Insurance Scheme :-

The contractor shall have to deposit % of the wages in-respect of employees


who is a member of the Provident Fund as the contribution to the Deposit Linked
Insurance Scheme with Regional Fund Commissioner, Ahmedabad.
5. Administrative Charges :-
Administrative charges for maintaining Provident Fund Account shall be
deposited by the contractor with Regional Provident Fund Commissioner,
Ahmedabad at the rates applicable.

6. Paid Leave Facility


Paid leave facility at the rate of one day for every 5 days worked by the contract
labourer shall be provided by the contractor to his workers. He shall maintain
Leave records/ Leave Cards for individual labourer which shall be duly verified
and approved/ certified by the authorized officer of the DGVCL.

7. Workmens Compensation Fund And Employers Liability Insurance :-


The contractor shall cover all his employees under Workmens Compensation
Fund and under the Liability Insurance.
8 The contractor shall employ adequate number of experienced staff at site for
daily supervision and for maintenance of various registers and records required
under the law and contract. No payment for supervision shall be admissible.
9 Contractor To Indemnify The DGVCL
The contractor shall indemnify and keep indemnified the DGVCL and every
officer and employees of the DGVCL and also Engineer-In-Charge and his staff
against all actions, proceedings, claims, demands, costs and expenses
whatsoever arising out of or in connection with the matters referred in above
clauses and elsewhere and against all actions, proceedings, claims, demands,
costs and expenses which may be made against the DGVCL by any workman/
employee of the contractor or any sub contractor and / or from any liability may
arise to any workman / employees of the contractor or any sub contractor under
any laws, rules or regulation having the force of law including but not limited to
claims against the owner under workmans compensation Act, 423. The
employees Provident Act 452, and / or the contract Labour (Abolition and
Regulation) Act 479. The DGVCL shall not be liable for or in respect of or in
consequence of any accident or injury to any workmen or other person in the
employment of the contractor or his sub-contractors, and the contractor shall
indemnify and keep indemnified the DGVCL against all such damage and
compensation and against all claims, demands, proceedings costs, charges and
expenses whatsoever in respect thereof or in relation thereto.

Signature of Contractor 61
10. Workmens Compensation And Employers Liability Insurance :-
Insurance shall be effected for all the contractors for all the contractors
employees engaged in the performance of this contract. If any of the work is sub-
letted to the sub-contractor, the contractor shall require that he or his sub-
contactor to provide workmens compensation and employers liability insurance
for the latters employees unless such employees recovered under the
contractors insurance.

11. The DGVCL reserves the right to terminate this rate contract at any time during its
pendency without giving notice of termination or any reasons thereof.

12.The DGVCL will be entitled to deduct directly form the bills , to be paid to the Sub-
contractor and Labourers any sum or sums payable by contractor and which
sum/sums the DGVCL is required to pay as a principal employer on account of
contractors default in respect of all liabilities referred to in above clauses.
13.Nothing in the contract document stated shall any wise constitute any workmen/
employees of the contractor or any sub-contractor as or to be workmen/employee
of the power, or place obligation or liability in respect of any such workmen/
employee upon the DGVCL.

NOTE :-
The prevailing Act at the time of execution of work over and above act specified herein shall be
binding to the contractor

35. No Claim For Variation In Quantities of Work


Quantities shown in the tender are approximate and no claim shall be entertained for
quantities of work actually executed, being either more or less up to any extent than
those entered in the tender or less than those entered in the tender or estimate.
36. No Claim For Compensation for Delay in staring work
No compensation shall be allowed for any delay caused into starting of work on account
of acquisition of land and in the case of clearance for works or any delay in according
sanction to estimates.

37. No Claim for Compensation for delay in execution of work

No compensation shall be allowed for any delay in execution of the work on account of
water standing in borrow pits or compartment. The rates are inclusive for hard or
cracked soil, excavation in mud, sub-soil water or water standing in borrow pits and no
claim for an extra rate shall be entertained unless otherwise expressly specified &
mentioned in the tender.

38. Entering upon or commencing any portion of work


The contractor shall not enter upon or commence any portion of work except with the
written authority or instructions of the Executive Engineer or his subordinate in charge of
the work, failing such the contractor shall have no claim to ask for measurement or
payment for work.

39. Method of Payment

Signature of Contractor 62
Payment to contractors shall be made by A/c payee cheques provided the amount
exceeds Rs.50/-. Amount not exceeding Rs.50/- will be paid in cash. Generally payment
may take 30 to 60 days after passing of bills.

40. Acceptance of conditions on tendering for work.


Submission to tender or acceptance of work order shall imply acceptance of these
conditions of tender by contractor.

41. Employment of Scarcity Labour


If government declares a state of scarcity or famine to exist in any village situated within
5kms of the work, the piece worker / contractor shall employ upon such part of the work
as are suitable for unskilled labour; any person certified to him by the Executive
Engineer or by any person to whom Executive Engineer may have delegated this duty in
writing to be in need of relief and shall be bound to pay such person wage not below the
minimum, which Government may have fixed in this behalf from time to time. Any
implementation of this clause shall be decided by the Superintending engineer /
Engineer-in-Charge whose decision shall be final and binding on the piece
worker/contractor.

42 Employment of Technical Persons


The contractor who are registered under class A, B and C or such contractors who
executes the works of Rs. 5 lakhs and above shall employ the technically qualified
personnel possessing minimum a Diploma of reconciled Technical institution, for
executing the work of the DGVCL.

Date : ADDL. CHIEF ENGINEER (P)


(Signature of Contractor) DGVCL, Surat
Address :
GENERAL CONDITIONS OF CONTRACT

Name of work:- CONSTRUCTION OF VARIOUS OFFICE BUILDINGS, STORES,


GODOWNS, INTERIOR WORKS, INFRASTRUCTURE WORKS INCL.
RENOVATION & REPAIRING OF EXISTING OFFICE & STORE
BUILDINGS AT KADODARA & NAVSARI.

1.0 Contactor to inform himself fully:

The contractor shall be deemed to have carefully examined the work & site
conditions, the general conditions, the special conditions, specifications, schedules &
drawings & shall be deemed to have visited the site of the works & to have fully informed
himself regarding the local conditions. Copy of Appendix V attached with tender shall
have to be filled up before quoting the rate, for confirmation of site visit.
If there shall have any doubts as to the meaning of any portion of these general
conditions or special conditions of the scope of work of the specifications or any other
matter concerning the contract, he shall in good time before submitting his tender, send
for the particulars thereof & submit them to the Engineer in writing in order that such
doubt may be removed.
2.0 Data to be furnished by Contractor

Signature of Contractor 63
a. The contractor shall submit to the Executive Engineer for approval within one
month of the date of contract, a layout plan of the construction plant & equipment
for the execution of work, which the contractor proposes to adopt at site.
b. Prior to the commencement of work, the contractor shall submit to the Executive
Engineer for approval, plan showing detailed programme for completing the work
within time limit.
c. No change in the approved plan & layout shall be carried out without specific
written approval of the Executive Engineer in charge.

3.0 Errors, Omissions &Discrepancies

In all cases of errors, omissions, doubts or discrepancies in the dimensions, or


discrepancies in the drawings & items of work on specifications, reference shall be made
to the Executive Engineer whose elucidation & elaboration shall be considered as
authoritative. The contractor shall be held responsible for any error that may occur in the
work thorough lack of such reference.
4.0 Use of Land:

4.1 The area if available will be allocated for construction of site office& store godown
only.

4.1.5 The contractor shall preserve all existing vegetation such as trees on or adjacent, to the
works site which do not interfere with the construction as determined by the DGVCL.

4.1.6 The contractor shall take all possible precautions in felling trees authorized for removal
to avoid any unnecessary damage to vegetation & trees not to be felled & to structures
or to workmen, & shall be responsible for any damage if it occurs in such operations.

4.1.7 All produce from cutting of trees, grass etc. shall be the property of DGVCL &shall be
stacked at the directed places. No claim shall be made for such tree felling / cutting
&stacking of trees/produce or grass etc. by the contractor.

4.1.8 The contractor shall not unnecessarily or for use as fuel, cut any trees, bushes, grass or
other vegetation nor shall set fire.

4.1.9 The land shall as herein before mentioned be handed over to DGVCL / Owner of Land
immediately after the completion of the work under this contract. Also no land shall be
held by the contractor longer than the DGVCL shall deem fit & necessary & the
contractor shall, on due notice by the DGVCL, vacate & return the land which the
Engineer In Charge may certify as no longer required by the contractor for purposes of
the work.

5.0 Start of Work:

The contractor shall not enter upon or commence any portion of the work except with
the written permission of the authority of the DGVCL, failing which the contractor shall
have no claim to ask for measurement of or payment for work & shall be responsible for
any claims or damages that may arise due to such unauthorized commencement or
entry. No compensation shall be allowed for any delay caused in starting the work on
account of any delay in clearance of the work site.

6.0 Work to execute to the satisfaction of the DGVCLs Engineers / Third Party
Inspection Agency:

Signature of Contractor 64
The contractor shall proceed with the work with diligence & expedition & the whole of the
work herein specified as well as the mode of execution shall be under the supervision &
the direction & shall be carried on to the entire satisfaction of the DGVCLs site
Engineers / Third Party Inspection Agency, who shall have full powers to order the
contractor to alter, enlarge or diminish the form, dimensions, positions, or quantities of
any of the work or to make use of materials & workmanship of different descriptions &
qualities from this herein specified. In the case of any class of work for which there are
no Technical Specifications, these shall be carried out in accordance with the latest IS
Codes & in the event of being no

Relevant IS Code, the works shall be carried out in accordance with the directions &
instructions of the DGVCLs Engineers / Third Party Inspection Agency at site.

7.0 Workmanship etc.:

The work shall be executed in thoroughly substantial manner with workmanship of best
quality & strictly in accordance with the specifications & with the drawings, or with such
other drawings or written instructions as may from time to time be furnished to the
contractor, in accordance with terms of this contract & shall be completed in every
respect with workmanship implied & necessary according to the fair interpretation &
meaning of the same & should there be any discrepancy between the drawings &
specifications or any difference or dispute as to the dimensions to be worked out or the
mode of doing periodical quantity of the work to be executed or with respect to any
subject arising out of this contract, the decision of the DGVCLs authorized Engineers
/ Third Party Inspection Agency shall be final & binding on all parties.

7.1 Samples of descriptive Data:

Samples of descriptive data requiring approval shall be submitted by the Contractor to


the DGVCLs Engineers in good time before the use of such material to permit its
inspection & testing & there-by the approval. The samples shall be properly marked to
show the name of material, manufacture place or origin & the place where it is intended
to be used etc. Failure of any samples to pass specified tests requirements, it shall be
sufficient cause for the refusal to consider any further samples from that source.
8.0 Baselines & Grades:

The DGVCL near to the site of work shall furnish one permanent Bench Mark. Semi-
permanent baselines & cross lines shall be established at sufficiently spaced intervals
with benchmarks by the Contractor at his own cost & risk. The contractor shall provide at
his expense, all the required pillars, equipments, materials, & labour for the
establishment of the grade lines & bench marks, for that the Contractor shall be
responsible for their further maintenance during the execution of the actual work till the
complete period of construction. The contractor shall be responsible for the proper
execution of work to such lines & levels & grades as may be specified in the drawings,
established, or indicated by the DGVCLs Engineers. All the survey work, if required,
shall be checked by the DGVCLs engineers. However this shall not absolve the
contractor for the correctness of survey/ temporary or permanent Benchmarks.

9.0 Contactor not to dispose off soil etc.:

The contractor shall not sell or otherwise dispose off or remove except for the purpose of
this contract the sand, ballast, earth, rock or other substances or materials that may be
obtained from any execution made for the purpose of this contract or produce upon the
site at the time of delivery of the possession of the land but also such substances
materials & produce shall be the property of the DGVCL & shall be disposed off in the
manner & place as directed by the DGVCLs Engineers.

Signature of Contractor 65
10.0 Gold, silver, Minerals, Oil Relics, etc. found on the Site:

All gold silver, oil relics, or other minerals, of any description & all precious stones,
coins, treasures relic, antiquities, & other similar things that shall be found in or upon the
site shall be the property of the DGVCL. The contractor shall return the gathered things
as above to the authorized representative of the DGVCL.

11.0 Fencing, lighting & ventilation:

The contractor shall be responsible for the proper lighting, fencing, guarding & taking of
all the necessary safety measures for all works comprised in the contract & or the proper
provision of temporary roadways, footways, guards fences, caution notices etc. as far as
the same may be rendered necessary by reasons for the work for the accommodation &
protection of workmen foot passenger or other traffic & of the DGVCL & occupiers of
adjacent villages, property of the public & shall remain responsible for any accidents that
may occur on account of his failure & timely precautions.

All the works & approaches shall be adequately illuminated with electric lights to the
satisfaction of the DGVCLs Engineers. The power & lighting connections, wiring
equipment shall be subject to the inspection & passing by Electrical Inspector to GOG
authorized under the Indian Electricity Act. Any additions alterations or omissions shall
be got approved from the DGVCLs Engineers got certified from the Electrical Inspector.
Work spots such as faces of excavation of borrow pits; filling area etc. shall be
adequately illuminated with floodlights to the satisfaction of the DGVCLs Engineers.

12.0 Explosive procurement & storage:

Explosives, petrol, oils, fuels, &other inflammable materials shall be stored strictly in
accordance with the rules of the Explosive Department.
The contractor shall at his own expense construct & maintain proper magazines which
are required for the storage of explosive & arrange for storage facilities for oils, petrol,
fuels etc. for use in connection with the work.
The contractor shall at his own cost obtain the necessary license for the storage & use
of explosives, oils, petrol, diesel etc. The DGVCL shall not take any responsibility
whatsoever in connection with the storage or use of explosives on the site, any accident
occurs in the connection at site or nearby village or vicinity. All operations of the
contractor in which or for which explosives are employed shall be at the risk of the
contractor & upon his own responsibility.
13.0 Liability for accidents to persons:

13.0.1 The contractor or subcontractor shall indemnity the DGVCL against any claims which
may be made under the workmans compensation Act, 423, or any statutory modification
or other wise for or in respect of any damages or compensation payable in consequence
of any accident or injury caused, by fault of contractor or subcontractor &sustained by
any workmen or other person on the employment of the contractor or subcontractor. In
every case in which by virtue of the provisions of subsection (1) of section 12 of the
workmans Compensation Act, 423, the DGVCL is obliged to pay compensation to a
workman employed by the contactor or subcontractor in execution of the work, the
DGVCL will recover from the contractor the amount of compensation so paid, and
without prejudice to the rights of the DGVCL under subsection 12 of the said Act, such
amount will be paid back to the DGVCL in 30 days, failing which the DGVCL will be at
liberty to recover such amount of any part thereof by deducting it from the dues by the
DGVCL to the contractor under this contract or otherwise. The DGVCL shall not be
bound to contract any claim made against either of them under section 12, subsection

Signature of Contractor 66
(1) of the said Act, except on written request from the contractor & upon his giving to the
DGVCL full security for all costs for which the DGVCL might become liable in
consequence for entertaining such claims.

13.0.2 The contractor and/or subcontractor named in the contract shall indemnity the DGVCL
against all claims based upon injury or death to any person in the employment of the
contractor or sub contactor, or to the third parties under paragraph (a) 2 or condition
no.47 to the extent of any sums recovered under the insurance policy.

13.0.3 On occurrence of the accident which result on the death of workman employed by the
contractor or subcontractor, which is so serious as to be likely to result in the death of
any workman, the contractor shall within 24 hours of happening of such event intimate in
writing to the Engineers of the DGVCL the fact of such accidents. The contractor or
subcontractor shall indemnity the DGVCL against all loss or damage sustained, by the
DGVCL resulting directly or indirectly from his failure to give intimation in the manner
aforesaid including penalties or fine if any, payable by DGVCL as a consequence of
DGVCLs failure, to give notice under workmans compensation Act or otherwise to
confirm to the provisions of the said Act in regard to such accident.

14 Liability for damage to woks & materials:

14.0.1 The contractor shall during, the progress of the work, properly protect the works & the
existing Ash Disposal pipelines & materials placed at his disposal or acquired for him by
the DGVCL, & shall remain answerable & liable for all accidents, damages. Loss etc. &
shall be made good in the most complete & substantial manner by & at the sole cost of
the contractor & to the reasonable satisfaction of the DGVCLs Engineers. If the
contractor fails to make good such losses, damages within the specified time given by
the DGVCL, the DGVCL shall be at liberty to recover the amount towards such
expenses fixed by the DGVCLs Engineers & shall be recovered from the amount due
under this contract to the contractor.

14.0.2 Further the contractor shall, at all times, protect & preserve all materials, machinery,
equipments, Ash Disposal pipelines, allied structures such as spillway chambers, ADP,
haul road and ramps etc., materials &so acquired by himself or DGVCL for the execution
of the work. All reasonable requests of the DGVCLs Engineers to enclose or especially
protect any of the above shall be expeditiously complied with at no extra cost.

14.0.3 .If the Engineer considers that the work, asked for in the aforesaid Para, is not
sufficiently & satisfactorily protected by the contractor, on requests made for, the DGVCL
shall be entitled to arrange for such protection at his unfetter discretion & recover the
cost thereof from the contractor.

14.0.4 Until the work shall be or deemed to be taken, over as aforesaid, the contractor shall
also be liable for &shall be deemed to have indemnified the DGVCL in respect of all
damage or injury to any person or any property of the DGVCL or of others in villages
near by, occasioned by the negligence of the contractor or his workmen, or his
subcontractor, or by defective /ill methods of working.

15 Materials, tools, machinery brought on the site of work:

All materials, tools & tackles, machinery etc. of the contractor brought to & delivered
upon the site for the work shall be the time of their being so brought shall be deemed to
be the property of the DGVCL in its possession to be used for the purpose of the work &
for that purpose only &shall not on any account be removed or taken away by the
contractor or any other person without the permission of the DGVCLs Engineers in
charge, but the contractor shall be fully responsible for & loss, destruction thereof or

Signature of Contractor 67
damage thereto. The DGVCL may have a lien on such materials, tools, tackles,
machinery for any sum or sums which may at any time prior to the completion of the
works be or owing to the DGVCL by the contractor, under in respect of & dispose of any
such materials, tools. Tackles, machinery in such a manner as the DGVCL may think fit
& to apply the proceeds in or towards the satisfaction of such sum or sums due or owing
as aforesaid but subject to such lien & power of sale & disposal such surplus materials,
tools, tackles, machinery shall belong to the contractor & may be removed & disposed
off by him as he may think fit.
16 Access to site & work on site:
The Engineer or his authorized representative may if he considers fit from time to time
enter upon any lands which may be in the possession of the contractor under this
contract, for the purpose of executing any work not included in this contract & may
execute by other contractors at his opinion & the contractor shall in accordance with the
requirements of the Engineer, afford all reasonable facilities for execution of the works
including occupation of lands by structure or other wise for any other contractor
employed by the DGVCL & his workmen or for the execution on or near site of the works
not included in the contract. The contractor shall not be entitled for any extra claims on
such executions.
17 Inspection of Works:

The DGVCLs Engineers or their authorized representatives shall have at all times power
to inspect the works, wherever in progress, either on site, on the contractors premises in
connection with this contract. Further, the contractor shall not allow any person other
than DGVCLs Engineers or their authorized representatives to the work sites. The
contractor shall, during working hours, maintain supervisors of sufficient training &
experience to supervise the work as a whole. All orders & directions given to such
supervisors or other staff shall be deemed to have been given to the contractor. Further
the DGVCL may by due notice, desire a high ranking member of the supervisor staff of
the contractor to be present on any specified inspection & the contractor shall comply
with such directions.

18 Cleaning up:

a. The contractor shall at all time keep the construction areas & his labour colony & storage
areas free from accumulation of waste, or rejected materials.

b. Prior to the completion of the work the contractor shall remove all rubbish from & about
the premises, & tools, tackles, machinery, left out materials consumable, rejected
materials, scaffolding etc. which are not the part of the permanent work/structure. The
premises will be left fully satisfactorily to the DGVCLs Engineers/representatives;
thereafter only the completion certificate will be issued.

19 Contractors inventory of equipments & machinery:

The contractor shall prepare & maintain an inventory of all machinery, equipments,
temporary rolling stock, and plant purchased or hired for the use of this contracts
execution.
20 Progress Schedule:

20.1. Contractor shall furnish a Construction Schedule on receipt of LOI or Work Order which
ever is earlier, in quadruplicate, indicating the date of start, the monthly progress
expected to be achieved & anticipated completion of each major items of the work under
this contract & procurement of equipments, machinery & other materials. The schedule

Signature of Contractor 68
should be such as is practicable of achievement the whole work in the time limit & of the
particular items on due date specified in the contract & shall have the approval of the
DGVCLs Engineers. Detailed schedules for each working season showing the progress
month by month to be achieved is to be submitted to the DGVCL. The DGVCL is
empowered to ask for more detailed progress schedule week by week for any item or for
all items & the contractor shall comply when asked for.

20.2. The DGVCL shall have, at all times the right without in any way violating this contract, or
forming grounds for claim to alter the order of the works or any part thereof & the
contractor shall after receiving such direction proceed in the order directed. The
contractor shall revise the progress schedule accordingly & submit to the DGVCL in four
copies.

20.3. The contractor shall furnish sufficient machinery, equipment, labourers & materials shall
work for such hours & shifts as may be necessary to maintain/achieve the progress of
the scheduled, after getting written permission of Engineer In Charge.

20.4. The progress schedules shall be in the form of bar charts, statements &/or reports as
may be necessary & directed by the DGVCLs representatives.

20.5. Unsatisfactory Progress: In the case of unsatisfactory progress by the contractor not
proceeding as per the Scheduled Programme approved by the DGVCL, suitable actions
shall be taken in accordance with Clauses No. 3 & 4 of the booklet prescribed by the
DGVCL for ``Tender & Contract for Works.

21 Recoveries:

Recoveries due from the contractor, up to the end of the month previous to the one in
which the bill is prepared shall be made from bills approved for payment every month or
at other periods when the bills are prepared, for the enlisted, but not limited to, in the
order of priorities & extents.
(a) Deduction on account of security deposit @2.5% in two parts, in first two RA bills.
(b) Penalty, if leviable,
(c) Expenditure, in full, incurred by the DGVCL on contractors behalf in labour,
machinery, equipment etc.,
(d) Charges for services such as water & power supply, etc. in full,
(e) Hire charges for DGVCLs or Government machinery if any,
(f) Other recoveries not specifically mentioned but recoverable.

22 Date of completion:

The contractor shall complete the whole work & hand over to the DGVCL on or before the
date specified in the work order.
Provided always that if in the opinion of the DGVCL the completion of the works shall be
delayed by any change of original design or by the order of the DGVCL, of any altered,
modified substituted or additional works or materials omitted or by strikes, lock outs or
stoppages of labour, or revolution, riots, civil or political disturbance or by the contractor
not being given possession of the site or by the DGVCL taking possession of & using the
site or part thereof or the works or part thereof or any part of the work or delayed supply
of material by the DGVCL or by the not receiving any orders, drawings, instructions or
directions in time or by the suspensions if the works or by fire, flood exceptionally bad
weather tempest , storm or by from unforeseen circumstances(& whether the same shall
be due to any act or omission of the DGVCL or its representatives) the DGVCL may in
the unfettered discretion thinks fit either forthwith or at a later time & from time to time not
withstanding that the prescribed or extended time for completion has expired or work

Signature of Contractor 69
have been completed, extend the date for the completion of the works to such a date as
deemed fit as practical & acceptable.

23 Subletting of contract:

There will be generally no objection on the component parts if the work, being given over
to responsible subcontractors but DGVCL shall under no circumstances recognize these
subcontractors & the responsibility of executing the work in the accordance with the
conditions of contract will entirely rest on the main contractor. However written consent
of C.E(P) shall be obtained before subletting.
The main contractor will therefore always have the very responsible member, preferably
a technical hand present on the works with power to sign all work orders issued on the
site of work & to take requisite actions in the interest of efficient execution of work.
24. Other contracts for the suspension stoppage or curtailments of work:
If during the pendency of the contract the Engineer shall for any reason (which shall be
unquestioned) whatsoever require the whole or any part of the work as specified in the
contract to be suspended for any period or shall not require the whole or any part of the
work as specified in the contract to be carried out at all by the contractor, he shall give
notice in writing of the fact to the contractor who shall thereupon suspend or stop the
work totally or partially as the case may be. In any case except as provided hereunder,
the contractor shall have no claim to any payment or compensation whatsoever on
account of any profit or advantage which he might have derived from the execution of
the work in full but he did not so derive in consequence of the full amount of the work not
having being carried out, or on account of any loss that he may be put on account of
materials purchased or agreed to be purchased or for unemployment of labour recruited
by him. He shall not also have any claim for compensation but reason of any alterations
having been made in the original specifications, drawings, designs & instructions that
may involve any curtailment of the work as originally contemplated. Where however,
materials have already been purchased or agreed to be purchased by the contractor,
before receipt of the aforesaid notice, the contractor shall be paid for such materials at
the rate determined by the DGVCL, provided they would have been useful for the work
curtailed or stopped are not in excess of requirements are of approved quality & cannot
be used on other contract works or otherwise by the contractor &/or shall be
compensated for the loss if any, that he may put to, on respect of materials agreed to be
purchased by him, the amount of such compensation to be determined by the DGVCL,
whose decision shall be final.
The DGVCL may order the contractor to suspend any work on account of bad weather;
rain or storm & such other adverse climate conditions & the contractor shall comply with
the same. The contractor shall not be entitled to any compensation for such suspensions
of work.
25. Other contractors:
Apart from this work, the other works connected with this work will be simultaneously
going on either departmentally or through any other contractors. The contractors shall
co-operate with others to their fullest extent & shall allow each other every facility &
coordination for the execution of their works simultaneously & satisfactorily, during their
action of machinery or execution of any other co-ordination works, the contractor will
have to co-operate as directed buy the DGVCLs Engineers in the charge of the works.
In such cases the contractor shall not be entitled for any compensations on account of
reduction or stoppage of labour force/machinery/equipments etc.
In the matter of dumps, haul, roads, drainage, diversion & the like, each contractor shall
take into considerations the needs & the requirements of the other contractors if any
working in the vicinity. Further no contractor shall take or cause to be taken any stops or

Signature of Contractor 70
action that may cause disruption, discontent or disturbance to the work, labour
arrangements etc. to other contractors. Any action, by any contractor, which the DGVCL
in the unquestioned discretion may consider as infringement of the above code, would
be considered as a breach of the contract conditions & the DGVCL may take such action
as may deem fit against the contractor & the action taken shall be considered as final &
binding.
26.0. Speed of work:
The contractor shall at all times maintain the speed of work to confirm to the latest
operative progress schedule but the DGVCL may at any time with sufficient notice in
writing direct the contractor to slow down or to accelerate any part or the whole work for
any reason (which shall not be questioned whatsoever) & the contractor shall comply
with such orders of the DGVCL. The compliance of such orders shall not entitle the
contractor to any claim or compensation.
27.0 Contract document & matters to be treated as confidential:

All documents, correspondence, decision & other matters concerning the contract shall
be considered as of confident & restricted nature by the contractor & he shall not divulge
or allow access there to any unauthorized persons of any kind.
28.0. Access to the contractors book:

Whenever it is considered necessary by the DGVCL to ascertain the actual cost for
execution of any particular item of work, the DGVCL may do so by directing the
contractor to produce the original invoices.
29.0 Interest on money due to the contractor:

The contractor shall not be entitled to receive the interest on the payment due to him
upon measurements or otherwise or on any balance payable to the contractor. Also,
contractor shall not be allowed to relate it with the progress of work at site in any case.

30.0 Measurements to be provisional & subject to correction:


Every measurement for running payment on account of work done be subject to
adjustment or final measurements. In case there is disagreement between such
intermediate & final measurements, the latter shall prevail.
30.A R/A BILLS: The contractor shall submit his R/A bill every month, which shall be
processed in reasonable time after checking and recording the MB. The contractor shall
be responsible to submit R/A bills well in time and shall depute his representative for
joint checking of the measurements; so that the bills can be processed in time. The
contractor shall take due care in this regard, failing to which consequences will be up to
him.
31.0. Breach on part of DGVCL not to annul contract:

No breach or non-observance on the part of the DGVCL of any the agreements


contained herein, shall annul this contract of discharge the contractor from the
observance & performance thereof, or of any part thereof, but on application by the
contractor & in the unfettered discretion of the DGVCL an extension of time may be
given to the contractor in respect of such breach or non-observance by the DGVCL.
32.0 Labour conditions:
32.1 The contactor shall comply with the labour laws laid as may be current & shall furnish the
returns & information as may be specified from time to time.

Signature of Contractor 71
32.2. The contractor shall as far as possible obtain his requirements of labour, skilled &
unskilled from the local areas.

32.3. The contractor shall pay wages as per the latest circulars applicable at the times for the
minimum wages to be paid to unskilled, semiskilled & skilled labour prescribed by the
Govt. of Gujarat.

32.4. The DGVCL shall have the authority to remove from the work site any person, who may
be considered unfit or undesirable & no responsibility shall be accepted by the DGVCL
for any delay or extra expense caused towards the completion of the work by such
removal.

32.5. If Govt. declares a state of scarcity or famine to exist in any village situated within 10
Km. of the work site then the piece worker or contractor shall employ upon such parts of
work, as are suitable for unskilled labour any person certified by the DGVCL or by any
person to whom the DGVCL has authorized, & shall pay the minimum wages as fixed
by the Govt. of Gujarat in this behalf. Any dispute that may arise in the implementation of
the clause the decision of the Supdt. Engineer (civil) shall be final & binding.

32.6. The contractor shall provide reasonable facilities to the labour employed by him. The
usual facilities are weather proof shelter for rest & meal, supply of whole some drinking
water, facilities for obtaining food, reasonable washing & sanitary facilities, special
facilities for women workers, suitable residential accommodation, general sanitation &
health measures etc.

32.7. The implementation of any & all provisions of this clause in no way entitles the contractor
to claim in this contract.

33.0 Local Laws:

33.1. All local laws in force at the time entering into the contract & those enacted there after
shall be binding on the contractor & he shall abide by the same.

33.2 All import duties, sales tax & other local taxes shall be borne by the contractor & they
shall be deemed to have covered by this quoted rate.

34 Performa returns:

The contractor shall maintain Performa, charts & details regarding machinery,
equipments, materials labour, personnel & other matters as may be specified by the
DGVCL time to time.
35 Work in shift duty:

35.1. Works shall be planned in shifts, if possible in three shifts, depending upon the
emergency of the work with prior approval of the DGVCL. On Sundays or any other
holiday work shall be continued in order to maintain progress of work with prior approval
of the DGVCL. Such works shall not form any ground for complaint, compensation or
extension of time limit. If on the other hand, the DGVCL directs that the work shall be
proceeded with, on days & during hours otherwise non-permissible under this contract,
the contractor shall proceed with the work as directed without in any way vitiating this
contract or forming any grounds for compensation of claim.

35.2. The contractor shall in his dealing with labour, at all times, during the period of this
contract, have due regard to local festivals & religious & other customs.

Signature of Contractor 72
35.3. A working day shall consist of two shifts of 8 hours each. A working day shall constitute
any day on which in the opinion of the DGVCL, work can be carried out on one or more
shifts.

35.4. The time of completion as defined in this Contract shall be deemed to exclude working
during night hours. If, however it is required to complete the work in time, the DGVCL
may permit to execute the work in night hours. Night work shall not entitle the Contractor
to any or such claims/extra payments due to night works. Where night work is in
progress, the Contractor at no extra cost, to safeguard the workmen & public shall
provide sufficient lights. The excavated areas in all the cases shall have to sufficiently &
satisfactorily cordoned & barricaded with red signal lights to prevent accidents of any
nature etc.

36 Maintenance:

The contractor for a period of 1(ONE) Year after the date of completion, as certified by
the Engineer In charge, shall maintain the work in such manner that on the expiry of the
period of maintenance, they shall be as good and perfect in order and conditions as that
in which they were at the commencement of the period of maintenance. The contractor
shall at his own expense, repair, rectify and make good to the satisfaction of the
Executive Engineer all defects, imperfections or other faults arising from or out of use of
materials or workmanship not in accordance with the contract or from negligence or
failure on the part of the contractor to comply with the provisions of the contract. The
security deposit will be released after satisfactory completion of maintenance period of
one year.

36.0. LEINS :
Final payment to the contractor shall not be made until the contractor shall deliver to the
DGVCL receipt in full in lieu thereof, & in either case, an affidavit that so far he has
knowledge or information the releases & materials for which in line could be filed. If any
line remains unsatisfied after all the payments are made, the contractor shall refund to
the DGVCL all money that the latter may be compelled to pay in discharging such a
line, including all costs & reasonable attorney.
37.0. SPECIAL CONDITIONS :
37.1. The successful bidder, on receipt of Letter of Intent will submit within a weeks time his
planning/program of work for the scrutiny of the DGVCL in a PERT/BAR CHART format,
clearly indicating the DGVCLs inputs also.
37.2. Contractor will plan his work such that the works on all the fronts released by the
DGVCL, simultaneous works should progress in such a way that the entire job is
completed in the schedule time limit.
37.3. The work commencement date will start from the date of issue of letter of
commencement.
37.4. The successful bidder will have to depute his authorized representative to attend
progress review meeting to be held at site or the DGVCLs Office., at Surat.
37.5. The contractor will be responsible for complying with all rules & regulation & the labour
laws applicable to him & the DGVCL will not be responsible for any lapses committed by
them. If there is any claim from the Govt. Authority pertaining to the contractor the same
amount will be deducted from the contractors bill.
37.6. The contractor shall be deputed sufficient numbers of qualified engineers / supervisors
to look after the work. The engineers/supervisors shall remain present at site at all the
times. In no circumstances, contractor shall be allowed to continue work without
engineering supervision.

Signature of Contractor 73
39 PAYMENT SHALL BE RELEASED ON THE AVAILABILITY OF FUND WITH DGVCL.

40.0. Contract
After the tender has been accepted by the DGVCL, all orders or instructions to the
contractor shall, except as herein otherwise provided to be given by the DGVCLs
engineers at site on behalf of the DGVCL for the speedy execution of the work.
41. Insurance:
41.1 The contractor shall procure, or arrange for the Subcontractor to procure insurance
coverage in amounts approved by the DGVCL & sufficient to protect against the
following risks arising out of the work.

(1) Accidents & professional & non-professional sickness of all labourers & personnel
engaged in the work as required by Law pursuant to Workmens Compensation Act, 423
or Revised version thereof.
(2) Injury or death to third parties including without limitation injury or death caused by any
of the construction aids or vehicles or rented machinery, equipments used by the
contractor or subcontractor whether at the site or elsewhere.

(3) Damage to contractors tools machinery, construction equipments form works,


scaffolding materials etc. due to floods, earthquake or any such cause.
(4) Damage to the existing permanent structures of the DGVCL & nearby villages,
equipments of the DGVCL or of the co-contractors working in the area for other works.
41.2. All the above conditions referred for the insurance cover, shall be in effect from the date
of commencement of the work until the DGVCL has accepted the work.

41.3. In the policies covering the insurances referred to above, the DGVCL, contractor & the
subcontractor shall be as co-ensured where possible.

41.4. The cost of insurance shall be borne by the contractor.


42. Labour colony /Staff Quarters
The contractor shall arrange the quarters for his staff and labour colony at their own cost
as per the labour laws. DGVCL will not allocate area for the same.

43. Employees Provident Fund:


Bidders shall note that they possess P.F. Code No. in the name of the company [under
Employees Provident Fund Organization, Regional Office, Ahmedabad directive]
obtained from the concerned Authorities of their respective jurisdictions.
In the event of nonpossession of the separate P.F. Code No. as detailed in the
foregoing para, the offer shall summarily not be considered for the acceptance despite
the offer is the lowest quoted offer in the price bid opening.

ADDL.CHIEF ENGINEER(P)
DGVCL , SURAT

I/We accept the above conditions

Contractors Representative legible signature: ______________________

Signature of Contractor 74
Name of the person: __________________________________________

Seal of the company


Date & place: _______________________________________________

Signature of Contractor 75
FORMATS

FORMAT-I

FORMAT FOR AGREEMENT


(On NON JUDICIAL STAMP PAPER of the value of RS.100.00)

This agreement is made at ________________________________in the Christian year Two


thousand Nine between ___________________(herein after referred to as THE
CONTRACTOR which expression shall unless excluded by or repugnant to the contract include
successors or permitted assigns) of the one part and Dakshin Gujarat Vij Co.Ltd., having their
Corporate Office at Kapodara, Surat (hereinafter called Company which expression shall
unless excluded by or repugnant to the context include its successors or assigns) of the other
part.

WHEREAS, the aforesaid Company has accepted the tender of the aforesaid Contractor for
____________________________________ _______________________________________
As per DGVCL work order no. _______________________________________ hereinafter
called the Works and more particularly described enumerated or referred to in the
specification, terms and conditions prescribed in the Order letter, covering letter and Other
letters and schedule of price which for the purpose of identification have been signed by
. on behalf of the Contractor and by .. on behalf
of the Company a list whereof is made out in the schedule hereunder written and all of which
said document are deemed to form part of this contract and included in the expression the

Signature of Contractor 76
Works whenever herein used, upon the terms and subject to the conditions hereinafter
mentioned.

AND WHEREAS the Company has accepted the tender of the contractor for the execution of
the said works for the sum of Rs
(Rupees.) upon the terms and subject to the
condition herein mentioned.

NOW THIS AGREEMENT WITNESSES AND IT IS HEREBY AGREED AND DECLARED


THAT:

1. The contractors shall do and perform all works and things in this contract mentioned and
described or which are implied therein or therefore respectively or are reasonably necessary for
the completion of the work as mentioned and at the times, in the manner and subject to the
terms, condition and stipulation contained in this contract, and in consideration of the due
provision, execution, construction and completion of the works agreed to by the contractor as
aforesaid, DGVCL doth hereby covenant with the contractor to pay all the sums of money as
and when they become due and payable to the contractor under the provisions of the contract
such payments to be made at such times and in such manners is provided by the contract.

2. The condition and covenant stipulated herein before in this contract are subject to and
without prejudice to the right of DGVCL to enforce penalty for delays and / or any other right
whatsoever including the right to reject and cancel on default or breach by the contractors of the
condition and the covenant as stipulated in the general condition, specification, forms, or tender
schedule, etc. attached with companys order No. ...

3. The contract value, extent of work, and other relevant matters may be altered by mutual
agreement and if so altered shall not be deemed or construed to mean or apply to affect or alter
other terms and condition of the contract and the general condition and the contract so altered
or revised shall be and shall always be deemed to have been subject to and without prejudice to
said stipulation.

SCHEDULE

List of documents forming part of the contract:

1.
2.
3.
4.
5.
6.
7.
8.

In witness whereof the parties hereto have set their hands and seals this day and month year
first above written.

ON Behalf of .. On behalf of ..

Name . Name .

Signature of Contractor 77
Designation: .. Designation.

Signature Signature

In presence of :
1. .. 1
..
... .

2. . 2
.. .
.

FORMAT-II

FORM OF BANKERS UNDER TAKING ( FOR SD & PG)


(On NON JUDICIAL STAMP PAPER of the value of RS.100.00)

We, Bank of___________________________________hereby agree unequivocally and


unconditionally to pay within 48 hours on demand in writing from the DGVCL or any Officer
authorized by it in this behalf any amount up to and not exceeding Rs.______________ (in
words) Rupees_________________________
_______________________________ to the said DGVCL on behalf on
M/s.___________________________________
____________________who have entered into a contract for the supply/works specified below:

A/T No.___________________________________dated_________.

This agreement shall be valid and binding on this Bank up to and inclusive of ______________
and shall not be terminable by notice or by change in the constitution of the Bank or the firm of
Contractors / Suppliers or by any other reasons whatsoever and our liability hereunder shall not
be impaired or discharged by any extension of time or variations or alterations made, given
conceded or agreed, with or without our knowledge or consent, by or between parties to the

Signature of Contractor 78
said within written contract.

NOTWITHSTANDING anything contained herein before our liability under this guarantee is
restricted to Rs.__________ (Rupees_____________________________________________
only). Our guarantee shall remain in force until ___________.

Place:
Date:

Please Mention here Complete Postal


Address of the Bank with Branch Code,
Telephone and Fax Nos.

SIGNATURE OF THE BANKS


AUTHORISED SIGNATORY

With OFFICIAL ROUND SEAL

FORMAT-III

INDEMNITY BOND
(In consideration of the DGVCL herein after knows as Board) having given contract for the work of
_____________________________________________________ of Kadodara & Navsari as
per W.O..No. ______________________________________________ and in terms of the
conditions in clause 33 of the Company s tender and contract for work , and failure contracts that
may be awarded to me in the next one year.

I __________________________________________________________ residing at
_____________ by this bond bind my self responsible for and shall pay compensation to my
workman payable under the Workmans compensation act 1923 (VIII of 1923) herein after the
called the said act for death of injuries can be to the workman engaged by me . I further bind
myself and my successors or assignees by these present if such compensation is paid by the
DGVCL Company as principal under Sub- section

Signature of Contractor 79
(I) of the Section 12 of the said act on behalf of me ,to pay such amount of compensation on
demand within 49 hrs. to the DGVCL company that it might have to spend as legal as other
incidental chares in defending any suit of action arising out of the death of injuries in regard to
compensation paid to the workman or heir of the deceased to workman

Now the condition of the above written bond is such that of any suit or section arising out of the
death of injuries to the workman engaged by me , during the execution of the work is filled by the
worker against the DGVCL company on behalf of Contractor

__________________ shall reimburse to the DGVCL company such sum that the DGVCL
company is required to spend as legal and other incidental charges in defend such suit or action

and also the amount that may be ordered to the work / or his heirs as compensation

and that the above written bond shall remain in full force and virtue till the DGVCL company

is required to defend such or action filed by the workers and / or heirs against the

Board/ DGVCL Company.

1)._____________________________________

2). ___________________________________ Signature of Executants

FORMAT-IV

PROFORMA FOR LETTER OF SUBMISSION OF BID

No Dated :

From :
_________________
_________________
_________________

To
Addl.Chief Engineer (P)
Dakshin Gujarat Vij Company Limited
Corporate Office,
Near Kapodara Char Rasta,
Nana Varachha Road,
Surat 395 006

Signature of Contractor 80
SUB : Construction of Various Office Buildings, Stores, Godowns, Interior Works,
Infrastructure Works incl. Renovation & Repairing of Existing Office & Store
Buildings at Kadodara & Navsari.

Tender No :

1. Having carefully examined all the bid documents attached to your Notice / Letter
inviting tender no. ______________________________Dated ______, we offer to
under take and complete the works in conformity with all the conditions stated in the
notice /letter inviting tender, instruction to bidder, general conditions of contract,
special conditions of contract, scope of work , Time schedule of completion and other
documents/drawings etc. all as detail in the bid document.

We agree to take complete responsibility for the work and have quoted for the
complete scope of work.

2. We agree to the time stipulated for completion of work in all respect and in different
stages mentioned in the Time schedule of completion of works in the bid document.
We also agree that in case of failure on our part to strictly observe this time schedule
in complete or in part till final completion of work in all respect, we agree to pay
compensation /liquidated damages in accordance with the provisions contained in
this Bid Document.

3. We enclose herewith Earnest money deposit of Rs.________


(Rupees _________________________________________).

in the form of demand draft no. ______ Dated________ drawn on


Bank_____________ and issued in favour of Finance and Accounts Officer DGVCL.

(* fill whichever is applicable).

4. We certify that we have carefully read each and every condition and technical
specification given in the tender document and understood the same and we confirm
our acceptance of the same.

We further confirm compliance /acceptance of the following critical stipulations of the tender
document in to:-

i) Acceptance of PERFORMANCE GUARANTEE / CONTRACT


PERFORMANCE GUARANTEE Clause of general terms and conditions of
contract.

ii) Acceptance FORCE MAJEURE clause of general terms and conditions of


contract.

iii) Acceptance of FAILUER AND TERMINATION / LIQUIDATED DAMAGES


general terms and conditions of contract.

iv) Acceptance of ARBITRATION and JURISDICTION general terms and


conditions of contract.

v) Acceptance of GUARANTEE / WARRANTY general terms and conditions of


contract.

Signature of Contractor 81
vi) Acceptance of PAYMENT general terms and conditions of contract.

vii) Acceptance of TIME SCHEDULE of 12 months for completion of complete


scope of work.

5 We agree to bear corporate tax or other direct tax liability and all personal taxes as
may be levied on our employees and employees of our sub contractor etc on
account of association with or for performance of the work, failing which, We
understand that our offer will be rejected.

6. We agree to abide by this bid for the period of 180 days from the date of opening
of un-priced bid techno-commercial bids and it shall remain binding on us and
may be accepted at any time before the expiry of that period. We also agree that we
shall not withdraw this bid during this period of 180 days (One Hundred Eighty) in
default of which DGVCL shall have the right to FOREFIT the EMD.

7. Should this bid be accepted, we hereby agree to abide by and fulfill all Terms and
Conditions of bid documents and in default thereof, to forfeit and pay to DGVCL or
its successors or its authorized nominees such sums or money as are stipulated in
conditions contained in bid documents together with the written acceptance. We
understand that DGVCL is not bound to accept the lowest or any bid received fully or
part(s).

8. Unless and until formal contract is prepared and executed, this bid together with
written acceptance thereof , shall constitute a binding contract between DGVCL and
ourselves.

9. The following documents are also enclosed with our un-priced bid

i) The bid document with all its enclosures in original duly signed and
stamped on each page.

ii) Power attorney of signatory to bid (in original)

I also confirm having page numbered the complete offer alongwith all Annexures,
attachments etc. and prepared its Index for convenience of DGVCL.

10. We hereby certify that All Terms and Conditions of the subject Bid Document

** for the Construction of Various Office Buildings, Stores, Godowns, Interior


Works, Infrastructure Works incl. Renovation & Repairing of Existing Office & Store
Buildings at Kadodara & Navsari. are acceptable to us without any deviations or
exceptions whatsoever.

11. We confirm having filled in the check list, signed and stamped it and submitted one copy
of same along with each copy of the un priced bid.

I/We hereby undertake that statements made herein and the information provided in our
offer is true in all respect and that in the event of any such statement or information
being found incorrect in any particular, the same may be constituted to be
misrepresentation and entitling DGVCL to avoid / rescind any resultant contract.

Signature of Contractor 82
Dated this_____ day of____ 2013

For and on behalf of __________

_____________________________
(with seal)
Witness

Signature________ Signature ___________

Name ___________ Name _______________


(in block letters) ( in block letters)

Address_____________ In capacity of _________

____________________ (Duly authorized to sign bid)

_____________________ Address ______________

** Delete the para whichever is not applicable.

FORMAT-V

PROFORMA FOR LETTER OF AUTHORITY SIGNING AND NEGIOTIATIONS.

Ref: Dated:

To
Addl.Chief Engineer (P)
Dakshin Gujarat Vij Company Limited
Corporate Office,
Near Kapodara Char Rasta,
Nana Varachha Road,
Surat 395 006

SUB : Construction of Various Office Buildings, Stores, Godowns, Interior Works,


Infrastructure Works incl. Renovation & Repairing of Existing Office & Store Buildings at
Kadodara & Navsari.

Tender No :

Name of Bidder :

Signature of Contractor 83
Dear sir,

WE______________________________________________________________________of
__________________________________ do hereby confirm that ________________ _____
(name and address ) is authorized to represent us to Bid, Negotiate and conclude the
agreement on our behalf with you against tender invitation no. ___________ mentioned above .
We confirm that we shall be bound by all and whatsoever our said agent shall commit.

Yours faithfully

Signature of Bidder
Address of Bidder with seal

Signature of Contractor 84
TECHNICAL SPECIFICATIONS FOR CIVIL WORKS /
ELECTRICAL WORKS

Signature of Contractor 85
GENERAL TECHNICAL SPECIFICATIONS FOR BUILDING WORKS
GENERAL:
1. In the specifications "as directed" / "approved" shall be taken to mean "as directed" /
"approved by the Engineer-in-Charge".

2. Wherever a reference to any Indian Standard appears in the specifications, it shall be taken
to mean as a reference to the latest edition of the same in force on the date of agreement.

3. In "Mode of Measurement" in the specifications wherever a dispute arises in the absence of


specific mention of a particular point of aspect the provisions on these particular points, or
aspects in the relevant Indian Standards shall be referred to

4. All measurements and computations, unless otherwise specified, shall be carried out nearest
to the following limits:

(i) Length, width and depth (height) 0.01 meter


(ii) Areas 0.01 Sq.Mt.
(iii) Cubic Contents 0.01 Cu.Mt.

In recording dimensions of work the sequence of length, width and height (depth) or thickness
shall be followed.

5. The distance which constitutes lead shall be determined along the shortest practical route
and note necessarily the route actually taken The decision of the Engineer-in-charge in this
regard shall betaken as final.

6. Where no lead is specific, it shall mean "all leads"

7. Lift shall be measured from plinth level.

8. Up to "floor two level" means actual height of floor (Maxi 4 M) up to 3 Mt. above plinth level.

9. Definite particulars covered in the items of work, though not mentioned or elucidated in it
specifications shall be deemed to be included therein.

10. Reference to specifications of materials as made in the detailed specification of the items of
works is in the form of a designation containing them Number of the specification of the material
and prefix 'M e.g. 'M-5',

11. Approval to the samples of various materials given by the Engineer-in-charge shall not
absolve the contractor from the responsibility of replacing defective material brought on site or
materials used in the work found defective at a later date. The contractor shall have no claim to
any payment or compensation whatsoever on account of any such materials being rejected by
the Engineer-in-charge.

12. The contract rate of the item of work shall be for the work completed in all aspects.

13. No collection of materials shall be made before it is got approved from the Engineer-in-
charge.

14. Collection of approved materials shall be done at site of work in a systematic manner.
Materials shall be stored in such a manner as to prevent damage, deterioration or intrusion of
foreign matter and to ensure the preservation of their quality and fitness for the work

Signature of Contractor 86
15. Materials, if and when rejected by the Engineer-in-charge, shall be immediately removed
from the site of work.

16. No materials shall be stored prior to, during and after execution of a structure in such a way
as to cause or lead to damage or overloading of the various components of the structure.

17. All works shall be carried out in a workmanlike manner as per the best techniques for the
particular item.

18. All tools, templates, machinery and equipment for correct execution of the work as well as
for checking lines, levels, alignment of the works during execution shall kept in sufficient
numbers and in good working condition on the site of the work.

19. The mode, procedure and manner of execution shall be such that it does not cause damage
or over-loading of the various components of the structure during execution or after completion
of the structure.

20. Special modes of construction not adopted in general Engineering practice if proposed to be
adopted by the Contractor, shall be considered only if the contractor provides satisfactory
evidence that such special mode 6 Of construction is safe, sound and helps in speedy
construction and Completion of work to the required strength and quality. Acceptance of the
same by the Engineer-in-Charge shall not, however absolve the contractor of the responsibility
of any adverse effects and consequences of adopting the same in the course of execution of
completion of the work.

21. All installations pertaining to water supply and fixtures there of as well as drainage lines and
sanitary fittings shall be deemed to be completed only after giving satisfactory tests by the
contractor.

22. The contractor shall be responsible for observing the rules and regulations imposed under
the "Minor Minerals Act", and such of the laws and rules prescribed by Government form to
time.

23. All necessary safety measures and precautions (including those laid down in the various
relevant Indian Standards) shall be taken to ensure to ensure the safety of men. Materials and
machinery on the works as also of the work itself.

24. The testing charges of all materials shall be borne by the Contractor.

25. Approval to any of the executed items for the work does not in any relieve the contractor of
his responsibility for the correctness, soundness and strength of the structure as per the
drawings and specifications

Signature of Contractor 87
SPECIFICATIONS OF MATERIALS
M-1. Water:

Water shall not be salty or brackish and shall be clean, reasonably clear and free from objectionable
quantities of silt and traces of oil and injurious alkalis, salts, organic matter and other deleterious material
which will either weaken the mortar or concrete or cause efflorescence or attack the steel in R.C.C
Container for transport, storage and handling of water shall be clean. Water shall conform to the
standards specified I.S 456-1978.

If required by Engineer-in-charge it shall be tested by comparison with distilled water. Comparison shall
be made by means of standard cement tests for soundness, time of setting and mortar strength as
specified in I.S.269-1976. Any indication of unsoundness, change in time of setting by 30 minutes or more
or decrease of more than 10 per cent in strength of mortar prepared with water sample when compared
with the results obtained with mortar prepared with distilled water shall be sufficient cause for rejection of
water under test.

Water for curing mortar, concrete or masonry should not be too acidic or too alkaline. It shall be free of
elements which significantly affect the hydration reaction or otherwise interfere with the hardening of
concrete during curing or those which produce objectionable stains or other unsightly deposits on
concrete or mortar surfaces.

Hard and bitter water shall not be used for curing.

Potable water will be generally found suitable for curing mortar or concrete.

M-2. Lime :

Lime shall be hydraulic lime as per I.S. 712-1973. Necessary test shall be carried out as per I.S.
6932(Parts I to X), 1973.

The following field tests for limes are to be carried out :

A very rough idea can be formed about the type of lime by its visual examination i.e. fat lime bears pure
white color, lime in form of porous lumps of dirty while color indicates quick lime, and solid lumps are the
unburnt lime stone.

Acid tests for determining the carbonate content in lime. Excessive amount of impurities and rough
determination of class of lime.

Storage shall comply with I.S. 712-1973. The slaked lime, if stored, shall be kept in a weather proof and
damp-proof shed with impervious floor and sides to protect it against rain, moisture, weather and
extraneous materials mixing with it. All lime that has been damaged in any way shall be rejected and all
rejected and all rejected materials shall be removed from site of work.
Field testing shall be done according to I.S. 1624-1974 to show the acceptability of materials.

M-3. Cement:

Cement shall be ordinary Portland slag cement as per I.S. 269-1976 or Portland slag cement as per I.S.
455-1976.

M-4. White Cement :

4.1 The white cement shall conform to I.S. 80412-E 1978.

M-5. Colored Cement :

5.1 Colored cement shall be with white or gray Portland cement as specified in the item of the work.

5.2 The pigments used for colored cement shall be of approved quality and shall not exceed 10% of
cement used in the Mix. The mixture of pigment shall be properly grounded to have a uniform color and

Signature of Contractor 88
shade. The pigments shall have such properties to provide for durability under exposure to sunlight and
weather.
5.3 The pigment shall have the property such that it is neither affected by the cement nor detrimental
to it.

M-6 Sand :

Sand shall be natural sand, clean, well graded, hard strong durable and gritty particle free from injurious
amounts of dust clay, kankar nodules, soft or flaky particles shale, alkali, salts organic matter, loam, mica
or other deleterious substance and shall be got approved from the Engineer-in-charge. The sand shall not
contain more that 8 percent of silt as determined by field test. If necessary the sand shall be washed to
make it clean.

Coarse Sand : The fineness modulus of coarse sand shall not be less than 2.5 and shall not exceed 3.0.

The sieve analysis or coarse shall be as under :

I.S. Sieve Percentage by I.S. Sieve Percentage by weight


Designation weight Designation Passing sieve
Passing sieve

4.75 mm. 100 600 Micron 30-100


2.36 mm. 90 to 100 300 Micron 5-70
1.18 mm. 70-100 150 Micron 0-50

6.3 Fine Sand : The fineness modulus shall not exceed 1.0. The sieve analysis of fine sand shall be
as under :

I.S. Sieve Percentage by I.S. Sieve Percentage by weight


Designation weight Designation Passing through
Passing through

4.75 mm. 100 600 Micron 40-85


2.36 mm. 100 300 Micron 5-50
1.18 mm. 70-100 150 Micron 0-10

M-7 Stone Dust :

7.1 This shall be obtained from crushing hard black trap or equivalent. It shall not contain more than
8% of silt as determined by field test with measuring cylinder. The method of determining silt contents by
field test is given as under :

7.2 A sample of stone dust to be tested shall be placed without drying in 200 mm. measuring
cylinder. The quantity of the sample shall be such that it fills the cylinder up to 100 mm. The clean water
shall be added up to 150 mm. mark. The mixture shall be stirred vigorously and the content allowed to
settle for 3 hours.

7.3 The height of silt visible as settled layer above the stone dust shall be expressed as percentage
of the height of the stone dust below. The stone dust containing more that 8% silt shall be washed so as
to bring the silt content within the allowable limit.

7.4 The fineness modulus of stone dust shall not be less than 1.80.

M-8 Stone Grit :

Grit shall consist of crushed or broken stone and be hard strong, dense, durable, clean, of proper
gradation and free from skin or coating likely to prevent adhesion of mortar Grit shall generally be cubical
in shape and as far as possible flaky clongated pieces shall be avoided. It shall generally comply with the
provisions of I.S. 383-1970. Unless special stone of particular quarries is mentioned, grit shall be obtained
from the best black trap or equivalent hard stone as approved by the Engineer-in-charge. The grit shall
have no deleterious reaction with cement.

Signature of Contractor 89
The grit shall conform to the following gradation as per sieve analysis :

I.S. Sieve Percentage Passing I.S. Sieve Percentage Passing


Designation through sieve Designation through sieve

12.50 mm. 100 % 4.75 mm. 0-20%


10.00 mm. 85-100% 2.36 mm. 0-25%
The crushing strength of grit will be such as to allow the concrete in which it is used to built up the
specified strength of concrete.

The necessary tests for grit shall carried out as per the requirements of I.S.2386 (Parts I to VII) 1963, as
per instructions of the Engineer-in-charge. The necessity of test will be decided by the Engineer-in-
charge.

M-9 Cinder :

Cinder is well burnt furnace residue which has been fused or sintered into lumps of varying sizes.
Cinder aggregates shall be well burnt furnace residue obtained from furnace using coal fuel only. It shall
be sound clean free from clay, dirt, ash or other deleterious matter.

The average grading for cinder aggregates shall be as mentioned below :

I.S. Sieve I.S. Sieve Percentage Passing


Designation Percentage Passing Designation

20 mm. 100 4.75 mm. 70


10 mm. 86 2.36 mm. 52

M-10 Lime Mortar :

Lime shall conform to specification M-2. Water shall conform to specification M-1.

Sand : Sand shall conform to specification M-6.

Proportion of Mix: 10.2.1. Mortar shall consist of such proportions of slaked lime and sand as may be
specified in the item. The slaked lime and sand be measured by volume.

Preparation of Mortar: 10.3.1. Lime mortar shall be prepared by wet process as per I.S. 1625-1971.
Power driven mill shall be used for preparation of lime mortar. The slaked lime shall be placed in the mill
in an even layer and ground for the 180 revolutions with a sufficient water. Water shall be added as
required during grinding (care being taken not to add more water) that will bring the mixed material to a
consistency of stiff paste. Thoroughly wetted sand shall then be added evenly and the mixture ground for
another 180 revolutions.

Storage : 10.4.1 Mortar shall always be kept damp, protected from sun and rain till used up, covering it
by tarpaulin or open sheds.

Use : 10.5.1 All mortar shall be used as soon as possible after grinding. It should be used on the day on
which it is prepared. But in no case mortar made earlier than 36 hours shall be permitted for use.

M-11. Cement Mortar :

Water shall conform to specification M-1. Cement : Cement shall conform to specification M-3.
Sand : Sand shall conform to M-6.

Proportion of Mix : 11.2.1 Cement and sand shall be mixed to specified proportion, sand being
measured by measuring boxes. The proportion of cement will be by volume on the basis of 50 Kg./Bag of
cement being equal to 0.0342 Cu. m. The mortar may be hand mixed or machine mixed as directed.

Preparation of Mortar: 11.3.1 In hand mixed mortar cement and sand in the specified proportions shall
be thoroughly mixed dry on a clean impervious platform by turning over at least 3 times or more till a

Signature of Contractor 90
homogenous mixture of uniform color is obtained. Mixing platform shall be so arranged that no
deleterious extraneous material shall get mixed with mortar or mortar shall flow out. While mixing, the
water shall be gradually added and thoroughly mixed to form a stiff plastic mass of uniform color so that
each particle of sand shall be completely covered with a film of wet cement. The water cement ratio shall
be adopted as directed.

11.3.1 The mortar so prepared shall be used within 30 minutes of adding water. Only such quantity of
mortar shall be prepared as can be used within 30 minutes.

M-12 Stone Coarse Aggregate for Nominal Mix Concrete:

Coarse aggregate shall be machine crushed stone of black trap or equivalent and be hard, strong, dense,
durable, clean and free from skin and coating likely to prevent proper adhesion of mortar.

The aggregate shall generally be cubical in shape. Unless special stones of particular quarries are
mentioned aggregates shall be machine crushed from the best black trap or equivalent hard stone as
approved. Aggregate shall have no deleterious reaction with cement. The size of the coarse aggregate for
plain cement concrete and ordinary reinforced cement concrete shall generally be as per the table given
below, However in case of reinforced cement concrete the maximum limit may be restricted to 6 mm. less
than the minimum lateral clear distance between bars or 6 mm. less than the cover, whichever is smaller.

TABLE

I.S. Sieve Percentage passing for I.S. Sieve Percentage passing for
Designation single sized aggregates of Designation single sized aggregates of
nominal size Nominal size
40 mm. 20 mm. 16 mm. 40 mm. 20 mm. 16 mm.
80 mm. -- -- -- 12.5 mm. -- -- --
63 mm. 100 -- -- 10 mm. 0.5 0.02 0.30
40 mm. 85-100 100 -- 4.75 mm. -- 0.5 0.5
20 mm. 0-20 85-100 100 2.35 mm. -- --
mm.
16 mm. -- -- 85-100

Note : This percentage may be varied some what by Engineer-in-charge when considered necessary for
obtaining better density and strength of concrete.

The grading test shall be taken in the beginning and at the change of source of materials. The necessary
test indicated in I. S. 383-1970 and I.S. 456-1978 shall have to be carried out to be carried out to ensure
the acceptability. The aggregates shall be stored separately and handled in such a manner as to prevent
the intermixing of different aggregates. If the aggregates are covered with dust, they shall be washed with
water to make them clean.

M-13 Black Trap or Equivalent Hard Stone Coarse :

Aggregate for Design mix Concrete: Coarse aggregate shall be of machine crushed stone of black trap or
equivalent hard stone and be hard strong dense, durable clean and free from skin and coating likely to
prevent proper adhesion of mortar.

The aggregates shall generally be cubical in shape. Unless special stones of particular quarries are
mentioned, aggregates shall be machine crushed from the best, black trap or equivalent hard stones as
approved. Aggregate shall have no deleterious reaction with cement.

The necessary tests indicated in I.S. 383-1970 and I.S. 456-1978 shall have to be carried out to ensure
the acceptability of the material.

If aggregate is covered with dust it shall be washed with water to make it clean.

M-14 Brick Bats Aggregate :

14.1 Brickbat aggregate shall be broken from well burnt or slightly over burnt and dense brick. It
shall be homogeneous in texture roughly cubical in shape, clean and free from dirt of any other foreign

Signature of Contractor 91
material. The brickbats shall be of 40 mm. to 50 mm. size unless otherwise specified in the item. The
under burnt of over burnt brick bats shall not be allowed.

14.2 The brickbats shall be measured by volume by suitable boxes or as directed.

M-15 Bricks :

15.1 The bricks shall be hand or machine molded and made from suitable soils and klin-burnt. They
shall be free from crack and nodules of free lime. They shall have smooth rectangular faces with sharp
corners and shall be of uniform color.
The bricks shall be molded with a frog of 100 mm. x 40 mm. and 10 mm. to 20 mm. deep on one of its flat
sides. The bricks shall not break when thrown on the ground from a height of 600 mm

15.2 The size of modular bricks shall be 190 mm. x 90 mm. x 90 mm.

15.3 The size of the conventional bricks shall be as under :

(9 x 4 x 2 ) 225 x 110 x 75 mm.

15.4 Only bricks of one standard size shall be used on one work. The following tolerances shall be
permitted in the conventional size adopted in a particular work.
Length : 1.8(3.0 mm.) Width : 1/6 (1.51 mm.) Height : 1/6 (1.50 mm.)

15.5 The crushing strength of the bricks shall not be less than 35 Kg./Sq. Cm. The average water
absorption shall not be more than 20 percent by weight. Necessary tests for crushing strength and water
absorption etc. shall be carried out as per I. S. 3495 (Part-I to IV) 1976.

M-16 Stone :

The stone shall be of the specified variety such as Granite/Trap Stone/Quartzite or any other type of good
hard stones. The Stones shall be obtained only from the approved quarry and shall be hard, sound,
durable and free from defects like cavities, cracks, sand holes, flaws, injurious veins, patches of loose or
soft materials etc. and weathered portions and other structural defects or imperfections tending to affect
their soundness and strength. The stone with round surface shall not be used. The percentage of water
absorption shall not be more than 5% of dry weight, when tested in accordance with I.S. 1134-1974. The
minimum crushing strength of the stone shall be 200 Kb/Sq. Cm. unless otherwise specified.

The samples of the stone to be used shall be got approved before the work is started.

The Khanki facing stone shall be dressed by chisel as specified in the item for khanki facing in required
shape and size. The face of stone shall be so dressed that the bushing on the exposed face shall not
project by more than 40 mm. from the general wall surface and on face to be plastered it shall not
projected it shall not project by more than 19 mm. nor shall it have depressions more than 10 mm. from
the average wall surface.

M-17 Laterite Stone :

17.1 Laterite stone shall be obtained from the approved quarry. It shall be compacted in texture,
sound, durable and free from soft patches. It shall have a minimum crushing strength of 100 Kg./Sq. Cm.
In its dry condition. It shall not absorb water more than 20% of its own weight, when immersed for 24
hours in water. After quarrying the stone shall be allowed to weather for some time before using in work.

17.2 The stone shall be dressed into regular rectangular blocks so that all faces are free waviness
and unevenness, edges true and square.

17.3 Those types of stone in which white clay occure, should not be used.

17.4 Special corner stones shall be provided where so directed.

M-18 Mild Steel Bars :

Signature of Contractor 92
Mild steel bars reinforcement for R.C.C. work shall conform to I.S. 432 (Part-II) 1966 and shall be of
tested quality. It shall also comply with relevant part of I.S. 456-1978.

All the reinforcement shall be clean and free from dirt, paint, grease, mill scale or loose or thick rust at the
time of placing.
For the purpose of payment, the bar shall be measured correct up to 100 mm. length and weight payable
worked out at the rate specified below :

1. 6 mm. x 0.22 Kg./Rmt. 8. 20 mm. 2.47 Kg./Rmt.


2. 8 mm. x 0.39 Kg./Rmt. 9. 22 mm. 2.98 Kg./Rmt.
3. 10 mm. x 0.62 Kg./Rmt. 10. 25 mm. 3.85 Kg./Rmt.
4. 12 mm. x 0.89 Kg./Rmt. 11. 28 mm. 4.83 Kg./Rmt.
5. 14 mm. x 1.21 Kg./Rmt. 12. 32 mm. 6.31 Kg./Rmt.
6. 16 mm. x 1.58 Kg./Rmt. 13. 36 mm. 7.99 Kg./Rmt.
7. 18 mm. x 3.00 Kg./Rmt. 14. 40 mm. 9.86 Kg./Rmt.

M-19A High Yield Strength Steel Deformed Bars :

High yield strength steel deformed bars be either cold twisted or hot rolled, shall conform to I. S. 1739-
1966 and I. S. 1139-1966 respectively.

Other provision and requirements shall conform to specification No. M-18 for mild steel bars.

M-19B TMT BARS:

19.1 TMT BARS shall confirm to I.S. 1786-1985 OF Fe-415 Grade or above form Approved quality.
19.2 Other provision and requirements shall conform to specification No. M-18 for mild steel bars.

M-20 High Tensile Steel Wire :

The high tensile wires for the use in pre-stressed concrete work shall conform to I. S. 2090-1962.

The tensile strength of the high tensile steel bars shall be as specified in the item. In absence of the given
strength, the minimum strength shall be taken as per para 6.1 of I.S. 1785-1962. Testing shall be done as
per I.S. requirements.

The high tensile steel shall be free from loose mill scale, rust oil, grease, or any other harmful matter.
Cleaning of steel bars may be carried our by immersion in solvent solution, wire brushing or passing
through a pressure box containing carborundum.

The high tensile wire shall be obtained from manufactures in coil having diameter not less than 350 times
the diameter of wire itself so that wire springs back straight on being uncoiled.

M-21 Mild Steel Binding Wire :

The mild steel wire shall be of 1.63 mm. or 1.22 mm. (16 or 18 gauge) diameter and shall conform to I. S.
280-1972.

The use of black wire will be permitted for binding reinforcement bars. It shall be free from rust, oil paint,
grease, loose mill scale or any other undesirable coating which may prevent adhesion of cement mortar.

M-22 Structural Steel :

All structural steel shall conform to I. S. 226-1965. The steel shall be free from the defects mentioned in I.
S. 226-1975 and shall have a smooth finish. The materials shall be free from loose mill scale, rust pits or
other defects affecting the strength and durability. Rivet bars shall conform to I. S. 1148-1973.

When the steel is supplied by the Contractor test certificates of the manufactures shall be obtained
according to I. S. 226-1975 and other relevant Indian Standards.

M-23 Galvanized Iron Sheets :

Signature of Contractor 93
The galvanized iron sheets shall be plain or corrugated sheets of specified in item. The G. I. Sheets shall
conform to I. S. 277-1977. The sheets shall be undamaged in carriage and handling either by rubbing off
of zinc coating or otherwise they shall have clean and bright surface and shall be free from dents, holes,
rust or white powdery deposit.
The length and width of G. I. Sheet shall be as directed as per site condition.

M-23-A G. I. Valleys gutter ridges :

23.A.1. The G. I. Ridges and hips shall be of plain galvanized sheets class-3 of the thickness as specified
in item. These shall be 600 mm. in width and properly bent up to shape without damage to the sheets in
process of bending.

23.A.2. Valleys gutters and flashings shall also be galvanized sheets of thickness as specified in item.
Valleys shall be 900 mm. wide overall and finishing shall be 380 mm. wide overall. They shall be bent to
the required shape without damage to the sheet in the process of bending.

M-24 Asbestos Cement Sheets :

24.1 Asbestos cement sheets plain, corrugated or semi corrugated shall conform to I. S. 459-1970.

24.2 Ridges & Hips :

24.2.1 Ridges and hips shall be of same thickness at that of A. C. sheets. The types of ridges suitable
for the type of sheets and locations.

24.2.2 Other accessories to be used in roof such as flashing pieces, caves filler pieces, valley gutters,
north light and ventilator curves, barge boards etc. shall be standard manufacture and shall be suitable
for the type of sheets and location.

M-25 Mangalore Pattern Roof Tiles :

The Mangalore pattern tiles shall conform to I. S. 654-1972 for Class A type as specified in item.
Samples of the tiles to be provided shall be got approved from the Engineer-in-charge. Necessary tests
shall be carried out as directed.

M-26 Shuttering :

26.1 The shuttering shall be either of wooden planking of 30 mm. minimum thickness with or without
steel lining or of steel plates stiffened by steel angles. The shuttering shall be supported on battens and
beams and props of vertical bellies properly cross braced together so as to make the centering rigid. In
places of bullie props, brick pillar of adequate section built in mud mortar may be used.

26.2 The form work shall be sufficiently strong and shall have camber, so that it assumes correct
shape after deposition of the concrete and shall be able to resist forces caused by vibration of live load of
men working over it and other incidental loads associated with it. The shuttering shall have smooth and
even surface and its joints shall not permit leakage of cement grout.

26.3 If at any stage of work during or after placing concrete in the structure, the form work sags or
bulges out beyond the required shape of the structure, the concrete shall be removed and work redone
with fresh concrete and adequately rigid form work. The complete form work shall be got inspected by
and got approved from the Engineer-in-charge, before the reinforcement bars are placed in position.

26.4 The props shall consist of bullies having 100 mm. minimum diameters measured at mix length and
80 mm. at thin end and shall be placed as per design requirement. These shall rest squarely on wooden
sole plates 40 mm. thick and minimum bearing area if 0-10 sq. m. laid on sufficiently hard base.

26.5 Double wedges shall further be provided between the sole plate and the wooden props so as to
facilitate tightening and easing of shuttering without jerking the concrete. The timber used in shuttering
shall not be so dry as to absorb water from concrete and swell or bulge nor so green or wet as to shrink
after erection. The timber shall be properly sawn and planed on the sides and surface coming in contact
with concrete. Wooden form work with metal sheet lining or steel plates stiffened by steel angles shall be
permitted.

Signature of Contractor 94
26.6 As far as practicable, clamps shall be used to hold the forms together and use of nails and spikes
avoided.

26.7 The surface of timber shuttering that would come in contact with concrete shall be well wetted and
coated with soap solution before the concreting is done. Alternatively coat of raw linseed oil or oil of
approved manufacturer may be applied in place of soap solution. In case of steel shuttering either soap
solution or raw linseed oil shall be applied after thoroughly cleaning the surface. Under no circumstances
black or burnt oil shall be permitted.
26.8 The shuttering for beams and slabs shall have camber of 4 mm. per meter (1 in 250) or as directed
by the Engineer-in-charge so as to offset the subsequent deflection. For cantilevers, the camber at free
end shall be 1/50 of the projected length or as directed by the Engineer-in-charge.

M-27 Expansion joints Premolded filter :

The item provides for expansion joints in R.C.C. frame structures for internal joints, as well as exposed
joints, with the use of premoulded bituminous joints filler.Premoulded bituminous joints filler, i.e.
performed strip of expansion joint filler shall not get deformed or broken by twisting, bending or other
handling when exposed to atmospheric condition. Pieces of joint filler that have been damaged shall be
rejected. Thickness of the pre-moulded joint filler shall be 25 mm. unless otherwise specified. Premoulded
bituminous joint filler shall conform to I.S. 1838-1961.

M-28 Expansion joints-Copper strips & hold fasts :

The item provide for expansion joints in R.C.C. frame structure for internal joints as well as for exposed
joints with the use of necessary copper strip and holdfasts. Copper sheet shall be of 1.25 mm. thick and
of 1.25 mm. width the U shape in the middle. Copper strip shall have hold fast 3 mm. diameter copper
rod fixed to the plate soldered on strip at intervals of about 30 cm. or as shown in the drawing or as
directed. The width of each flange (horizontal side) of the copper plate to be embedded in the concrete
work shall be 25 mm. Depth of U to be provide in the expansion joint, in the copper plate shall be of 25
mm.

M-29 Teak Wood :

The teak wood shall be of good quality as required for the item to be executed. When the kind of wood is
not specifically mentioned, good Indian teak wood as approved shall be used.

Teak wood shall generally be free from large, loose, dead or cluster knots, flaws, shakes, warps, twists
bends, or any other defects. It shall generally be uniform in substance and of stright fibres as far as
possible. If shall be free from rot, decay, harmful fungi and other defects if harmful nature which will affect
the strength durability of its usefulness for the purpose for which it is required. The color shall be uniform
as far as possible. Any effort like painting, using any adhesive or resins materials made to hide the
defects shall render the pieces liable to rejection by the Engineer-in-charge.

All scantlings, planks etc. shall be sawn in straight lines and planes in the direction of grains and of
uniform thickness.
The tolerances in the dimensions shall be allowed at the rate of 1.5 mm. per face to be planed.

First class teak wood : 29.5.1 First class teak wood shall have no individual hard and sound knots, more
than 6 sq. cm. size and the aggregate area of such knots shall not be more than 1% of area of piece. The
timber shall be closed grained.

Second Class Teak Wood : 29.6.1 No individual hard and sound knots shall be more than 15 sq. cms. in
size and aggregate area of such knots shall not exceed 2% of the area of piece.

M-29 A. Non-teak Wood :

The non teak-wood shall be chemically treated, seasoned as per IS Specifications and of good quality.
The type of wood shall be got approved before collecting the same on site. Fabrication of wooden
members shall be started only after approval.

Signature of Contractor 95
For this purpose wood of Bio, Kalali, Siras, Behda, Jamun, Sisoo will be used for door frames where as
only Kalali, Siras, Halda, Kalam etc. will be permitted for shutters after proper seasoning and chemical
treatment.The non-teak wood shall be free from large, loose, dead of cluster knots, flows, shakes, warps,
bends or any other defect. It shall be uniform in substance and of straight fibers as far as possible. If shall
be free from rots, decay harmful fungi and other defects of nature which effect the strength, durability or
its usefulness for the purpose for which it is required. The color of wood shall be uniform as far as
possible. The scantlings planks wetc. shall be sawn in straight lines and planes in the direction of grain
and uniform thickness. The department will use the Agency to produce certificate from Forest Department
in event of Dispute and the decision of the Department shall be final and binding to the contractor. The
tolerance in the dimension shall be allowed as 1.5 mm. per face to be planed.

M-30 Wooden flush door shutters (solid core) :

The solid core type flush door shutters shall be decorative or non-decorative type as specified in the
drawing. The size and thickness of the shutter shall be as specified in drawings or as directed. The timber
species for core shall be used as per I.S. 2202 (Part-I) 1980. The timber shall be free from decay and
insect attack. Knots and knot holes less than half the width of cross-section of the members in which they
occur may be permitted. Pitch pockets, pitch streaks and harmless pin holes shall be permissible except
in the exposed edges of the core members. The commercial plywood, cross-bands shall conform to I.S.
303-1275.

The face panel of the shutters shall be formed by gluing by the hot press process on both faces of the
core with either plywood or cross-bands and face veneers. The hopping rebating opening, venetion etc.
shall be provided if specified in the drawing.All edges of the door shutters shall be square. The shutters
shall be free from twist or warp in its plane. Both faces of the shutters shall be sand papered to smooth
even texture.The shutters shall be tested for

End immersion test : The test shall be carried out as per I.S. 2202 (part-I) 1980. There shall be no
delamination at the end of the test.

Knife Test : The face panel when tested in accordance with I.S. 1659-1979 shall pass the test.

Glue adhesion test : The flush door shall be tested for glue adhesive test in accordance with I. S. 2202
(Part-I) 1980. The shutters shall be considered to have passed the test if no delamination occurs in the
glue lines in the plywood and if no single delamination more than 80 mm. in length and more than 3 mm.
in depth has occurred in the assembly glue lines between the plywood face and the style and rail.
Delamination at the corner shall be measured continuously around the corner. Delamination at the knots,
knot holes and other permissible wood defects shall not be considered in assessing the sample.
The tolerance in size of solid core type flush door shall be as under :
In Normal thickness + 1.2 mm. In Normal height + 3 mm.

The thick of the shutters shall be uniform throughout with a permissible variation of not more than 0.8
mm. when measured at any two points.

M-31 Aluminum doors, windows, ventilators

Aluminum alloy used in the manufacture of extruded window section shall conform to I.S. designation
HEA-WP of I.S. : 733-1975 and also to I.S. Designation WVG-WP of I.S. 1285-1975. The Section shall be
as specified in the drawing and design. The fabrication shall be done as directed.The hinges shall be cast
or extruded aluminum hinge of same type as in window but of large size.The hinges shall normally be of
50 mm. projecting type. Non-projecting type of hinges may also be used if directed.The handles of door
shall be of specified design. A suitable lock for the door operatable either from outside or inside shall be
provided. In double shutter door, the first closing shutter shall have concealed aluminum alloy bolt at top
and bottom.

31.4 The PVC GASKET OF White of approved quality and Conceal lock of approved quality is to be
utilized.

M-32 Rolling Shutters :

32.1 The rolling shutters shall conform to I.S. 6248-1979. Rolling shutters shall be supplied of
specification type with accessories. The size of the rolling shutters shall be specified in the drawings. The

Signature of Contractor 96
shutters shall be constructed with interlocking lath section formed from cold rolled steel strips not less
than 0.9 mm. thick and 80 mm. wide for shutters up to 3.5 mm., width not less than 1.25 mm. thick and 80
mm. wide for shutters 3.5 mm in width and above unless otherwise specified.

32.2 Guide channels shall be of mild steel deep channel section and of rolled pressed or built up
(fabricated) joint less construction. The thickness of sheet used shall not be less than 3.15 mm.
32.3 Hood covers shall be made of M.S. Sheets not less than 0.92 mm. thickness. For shutters
having width 3.5 Meter and above, the thickness of M.S. Sheet for the hood cover shall be not less than
1.25 mm.

32.4 The spring shall be of best quality and shall be manufactured from tested high tensile spring
steel wire or strip of adequate strength to balance the shutters in all position. The spring pipe shaft etc.
shall be supported on strong M. S. or malleable C. I. brackets. The brackets shall be fixed on or fixed on
or under the lintel as specified with raw plugs and screws bolts etc.

32.5 The rolling shutters shall be of self rolling type up to 8 Sq. m. clear area without ball veering
and up to 12 Sq. m. clear area with ball bearing. If the rolling shutters are larger, then gear operated type
shutters shall be used.

32.6 The locking arrangement shall be provided at the bottom of shutter at both ends. The shutters
shall be opened from outside.

32.7 The shutters shall be completed with door sustention shafts, locking arrangements, pulling hooks,
handles and other accessories.

M-33 Collapsible Steel Gate :

33.1 The collapsible steel gate shall be in one or two leaves and size as per approved drawings or
as specified. The gate shall be fabricated from best quality mild steel channels, flats etc. Either steel
pulleys or ball bearings shall be provided in every double channel. Unless otherwise specified the
particulars of collapsible gate shall be as under :

(a) Pickets : These shall be of 20 mm. M. S. Channels of heavy sections unless otherwise shown on
drawings. The distance center to center of pickets shall be 12 cms. with an opening of 10 cms.

(b) Pivoted M. S. Flats shall be 20 mm x 6 mm.

(c) Top and bottom guides shall be from tee or flat iron of approved size.

(d) The fittings like stoppers, fixing hold fasts, locking cleats, brass handles and cast iron rollers shall
be of approved design and size.

M-34 Welded Steel Wire Fabric :

34.1 Welded steel wire fabric for general purpose shall be manufactured from cold drawn steel wire
as drawn or galvanized steel conforming to I. S. 226-1975 with longitudinal and transverse wire securely
connected at every intersection by a process of electrical resistance welding and conforming to I.S. 4948-
1974. It shall be fabricated and finished in workmanlike manner and shall be free from injurious defects
and shall be rust proof. The type of mesh shall be oblong or square as directed. The mesh sizes and size
of wire for square as well as oblong welded steel wire fabric shall be as directed. The steel wire fabric in
panels shall be in one whole piece in each panel as far as stock size permit.

M-35 Expanded Metal Sheets :

The expanded metal sheets shall be free from flaws, joints, broken strands, laminations and other harmful
surface. Expanded metal steel sheet shall conform to I. S. 412-1975, except that blank sheets need not
be with guaranteed mechanical properties. The size of the diamond mesh of expended metal and
dimensions of strands (width and thickness) shall be as specified. The tolerance in nominal weight of
expanded metal sheets shall be of + 10 percent.Expanded metal in panels shall be in one whole piece
panel each as far as stock size permit. The expanded metal sheets shall be coated with suitable
protective coating to prevent corrosion.

Signature of Contractor 97
M-36 Mild Steel Wire (Wire Gauze Jali) : 36.1 Mild steel wire may be galvanized, as indicated. All
finished steel wire shall be well cleanly drawn to the dimensions and size of wire as specified in item. The
wire shall be sound, free from splits, surface flaws, rough jagfied and imperfect edges and other harmful
surface defects and shall conform to I. S. 280-1978.

M-37 Plywood :

37.1 The plywood for general purpose shall conform I. S. 303-1975. Plywood is made by cementing
together thin boards or sheets of wood into panels. There are always an odd number of layers 3,5,7,9 ply
etc. The plies are placed so that grain of each layer is right angle to the grain in the adjacent layer.

37.2 The advantages of plywood over a single board of the same thickness is the more uniform
strength of the plywood, along the length and width of the plywood and greater resistance to cracking and
splitting with change in moisture content.

37.3 Usually synthetic resins are used for gluing, pherolic resins are usually cured in a hot press
which compresses and simuftacously hers the phes between hot plates which maintain a temperature of
90 degree. C. to 140 degree C. and a pressure of 11 to 14 Kg. Sq. Cm. on the wood. The times of
heating may be anything from 2 to 60 minutes depending up to thickness.When water glue are used, the
wood absorbs so much water that the finished plywood must be dried carefully. When synthetic resins
are used as adhesive finished plywood must be exposed to an atmosphere of controlled humidity until the
proper amount of moisture has been absorbed.

37.4 According to I. S. 303-1975 the plywood for general purpose shall be of three grades namely
BWR, WWR and CWR depending upon the adhesives used for bonding and veneers, and it will be
further classified into six types namely AA, AB, AC, BB, BC and CC based on the quality of the two
faces, each face being of three kinds namely, A,B and C. After pressing the finished plywood should be
reconditioned to a moisture content not less than 8 percent and not more than 16 percent.

37.5 Thickness of plywood Boards :

Board Thickness Board Thickness Board Thickness Board Thickness


3 ply 3 mm. 5 ply. 5 mm. 7 ply. 9 mm. 9 ply. 16 mm.
4 mm. 6 mm. 13 mm. 19 mm.
5 mm. 8 mm. 16 mm. 11 ply. 19 mm.
6 mm. 9 mm. 9 ply. 13 mm. 22 mm.
25 mm.

M-38 Glass :

38.1 All glass shall be of the best quality, free from specks, bubbles, smokes, veins, air holes blisters
and other defects. The kind of glass to be used shall be mentioned in the item or specification or in the
special provisions or as shown in detailed drawings. Thickness of glass panes shall be uniform. The
specifications or different kinds of glass shall be as under :

38.2 Sheet Glass :

38.2.1 In absence of any specified thickness or weight in the item or detailed specifications of
the item of work sheet glass shall be weighing 7.5 Kg/Sq. m. for panes up to 600 mm x 600 mm.

38.2.2 For panes larger than 600 mm. x 600 mm. and up to 800 mm. x 800 mm. the glass
weighing not less than 8.75 Kg./Sq. m. shall be used. For bigger panes up to 900 mm. x 900 mm. glass
weighing not less than 11.25 Kg./Sq. m. shall be used.

38.2.3 Sheet glass shall be patent flattened glass of best quality and for glazing and framing purposes
shall conform to I. S. : 1761- 1960. Sheet glass of the specified colors shall be used, if so shown on
detailed drawings or so specified. For important building and for panes with any dimension over 900 mm.
plate glass of specified thickness shall be used.

38.3 Plate Glass 38.3.1 When plate glass is specified, it shall be Polished patent plate glass of best
quality. It shall have both the surface ground flat and parallel and polished to obtain clear undisturbed
vision and reflection. The plate glass shall be of the thickness mentioned in the item or as shown in the

Signature of Contractor 98
detailed drawing or as specified. In absence of any specified thickness, the thickness of plate glass to be
supplied shall be 6 mm. and a tolerance of 0.20 mm. shall be admissible.

38.4 Obscured Glass : 38.4.1 This type of glass transmits light so that vision is partially or almost
completely obscured. Glass shall be plain rolled, figured, ribbed or fluted or frosted glass as may be
specified as required. The thickness and type of glass shall be as per details on drawings or as specified
or as directed.

38.5 Wired Glass : 38.5.1 Glass shall be with wire netting embedded in a sheet of plate glass
electrically welded 13 mm. Georgian square mesh may be used. Thickness of glass shall not be less than
6 mm. Wired glass shall be of type and thickness as specified.

M-39 Acrylic Sheets :

39.1 Acrylic sheet shall be of thickness as specified in the item and of an specified shape and size
as the case may be. Panels may be flat or curved. It should be light in weight. It shall be colorless or
colored or opaque as specified in the item. Colorless sheet shall be as transparent as the finest optical
glass. Its light transmission rate shall be about 95%, Transparency shall not be affected for the sheets of
larger thickness. It shall be extremely resistant to sunlight, weather and low temperatures. It shall not
show any significant yellowing or change in physical properties or loss of light transmission over a longer
period of use. The sheet shall be impact resistant also. Sheets should be available in complete range of
standard transparent, translucent and opaque colors. Sheets shall be of such quality that they can be cut,
bent and jointed as desired. Solution for the joints shall be used as per the requirement of manufacturer.

M-40 Particle board : 40.1 The particle boards used for face panels shall be of best quality free from any
defects. The particle boards shall be made with phenolmaldehyde adhesive. The particle boards shall
conform to I. S. : 3087-1965. Specification for wood particle board for general purpose. The size and the
thickness shall be as indicated.

M-41. Expanded polystyrene of framed sty roper slabs : 41.1 The expanded polystyrene ceiling
boards and tiles shall be of approved make and shall be size, thickness, finish and color as indicated. It
shall be of high density and suitable for use as insulating material. The insulating materials shall be like
slab of Thermo Cole etc.

M-42 Resin bonded fiber glass :

42.1 The resin bonded fiber glass tiles, or rolls shall be of approved make and shall be of sizes,
thickness and finish as indicated.
42.2 For test of Mineral wool thermal insulation Blanket I. S. : 3144/1965 shall be followed.

42.3 Insulation wool blanket shall be with following coverings on one or both sides as indicated.

(1) Bituminised hessain Kraft paper suitable for use in position where moisture has to be excluded.
(2) Hessian cloth or Kraft paper for keeping out dust.
(3) G. I. wire netting, suitable for surfaces to be plastered over.

M-43 Fixtures and fastenings :

43.1 General :

43.1.1 The fixtures and fastenings, that is butt, hinges, tee and strap hinges, sliding door bolts, tower
bolts, door latch, bath room latch, handles, door stoppers, casement window fasteners, casement stays
and ventilators catch shall be made of the metal as specified in the item or its specifications.

43.1.2 They shall be of iron, brass, aluminum, chromium plated iron, chromium plated brass,
copper oxidized iron, copper oxidized brass or anodized aluminum as specified.

43.1.3 The fixtures shall be heavy, medium or light type. The fixtures and fastenings shall be smooth
finished and shall be such as will ensure case of operation.

43.1.4 The samples of fixtures and fastenings shall be got approved as regards quality and shape before
providing them in position.

Signature of Contractor 99
43.1.5 Brass and anodized aluminum fixtures and fastenings shall be bright finished

43.2 Holdfasts : 43.2.1 Holdfasts shall be made from mild steel flat 30 cm. length and one of the hold
fasts shall be bent at right angle and two nos. of 6 mm. diameter holes shall be made in it for fixing it to
the frame with screws. At the other end, the holdfast shall be forked and bent at right angles in opposite
directions.

43.3 Butt hinges :

43.3.1 Railway standard heavy type but hinges shall be used when so specified.

43.3.2 Tee and strap hinges shall be manufactured from M. S. Sheet.


43.4Siding door bolts (Aldrops) : 43.4.1 The aldrops as specified in the item shall be used and shall
be got approved.

43.5Tower bolts (Barrel Type) : 43.5.1 Tower bolts as specified in the item shall be used and shall be
got approved.

43.6 Door latch : 43.6.1 The size of door latch shall be taken as the length of latch.

43.7 Bathroom Latch : 43.7.1 Bathroom latch shall be similar to tower bolt.

43.8 Handle : The size of the handles shall be determinded by the inside grip length of the handles.
Handles shall have a base plate of length 50 mm. more than the size of the handle.

43.9 Door Stoppers : 43.9.1 Door stoppers shall be either floor door stopper type or door catch
type. Floor stopper shall be of overall size as specified and shall have a rubber cushion.

43.10 Door Catch : 43.10.1 Door catch shall be fixed at a height of about 900 mm. from the floor level
so that one part of the catch is fitted on the inside of the shutter and the other part is fixed in the wall with
necessary wooden plug arrangements for appropriate fixity. The catch shall be fixed 20 mm. inside the
face of the door for easy operation of catch.

43.11 Wooden Door Stop with hinges : 43.11.1 Wooden door stop of size 100 mm x 60 mm x 40 mm
shall be fixed on the door frame with a hinge of 75 mm size and at a height of 900 mm. from the floor
level. The wooden door stop shall be provided with 3 coasts of approved oil paints.

43.12 Casement window Fastener : Casement window fastener for single leaf window shutter shall
be left or right handled as directed.

43.13 Casement stays (Straight Peg Stay) : 43.13.1 The stays shall be made from a channel
section having three holes at appropriate position so that the window can be opened either fully or
practically as directed. Size of the stay shall be 250 mm. to 300 mm. as directed.

43.14 Ventilator Catch : 43.14.1 The pattern and shape of the catch shall be as approved.

43.15 Pivot : 43.15.1 The base and socket plate shall be made from minimum 3 mm. thick plate and
projected pivot shall not be less than 12 mm. diameter and 12 mm. length and shall be firmly riveted to
the base plate in case of iron pivot and in single piece base plate in the case of brass pivot.

M-44 Paints :

44.1 (A) Oil Paints :

44.1.1 Oil paints shall be of the specified color and shade, and as approved. The ready mixed paints shall
only be used. However, if ready mixed paint or specific shade or tint is not available, white ready mixed
paint with approved strainer will be allowed. In such a case, the contractor shall ensure that the shade of
the paint so allowed shall be uniform.

44.1.2 All the paints shall meet with following general requirements :

Signature of Contractor 100


all not show excessive setting in a freshly opened full can and shall easily be redispressed with a paddle
to a smooth homogeneous state. The paint shall show no curdling, livering, caking or color separation
and shall be free from lumps and skins.
(ii) The paint as received shall brush easily, posses good leveling properties and show no running or
sagging tendencies.

(iii) The paint shall not skin within 48 hours in a three quarters filled closed container.

(iv) The paint shall dry to a smooth uniform finish free from roughness, grit, unevenness and other
imperfections.

44.1.3 Ready mixed paint shall be used exactly as received from the manufactures and generally
according to their instructions and without any admixtures whatsoever.

44.2 (B) Enamel Paints :

44.2.1 The enamel paint shall satisfy in general requirements as mentioned in specification of oil paints.
Enamel paint shall conform to I. S. 2933-1975.

M-45 French polish :

45.1 The French polish of required tint and shape shall be prepared with the below mentioned
ingredients and other necessary materials :
(i) Denatured sprit of approved quality (ii) Chandras (iii) Shellac (iv) Pigment.

45.2 The French polish so prepared shall conform to I. S. : 348-1968.

M-46 Marble chips for marble mosaic terrazzo :

46.1 The marble chips shall be of approved quality and shades. It shall be hard, sound, dense and
homogeneous in texture with crystalline and coarse grains. It shall be uniform in color and free from
stains, cracks decay and weathering.

46.2 The size of various colors of marble chips ranging from the smallest up to 20 mm. shall be used
where the thickness of top wearing layer is 6 mm. size. The marble chips of approved quality and colors
only as per grading as decided by the Engineer-in-charge shall be used for marble mosic tiles or works

46.3 The marble chips shall be machine crushed. They shall be free from foreign matter, dust etc.
Except as above, the cips shall conform to I. S. : 2114-1962.

M-47 Flooring Tiles :

47.1 (A) Plain Cement Tiles :

47.1.1 The plain cement tiles shall be general purpose type. These are the tiles in the manufacturer of
which no pigments are used. Cement used in the manufacture of tiles shall be as per Indian Standards.

47.1.2 The tiles shall be manufactured from a mixture of cement and natural aggregates by pressure
process. During manufacture, the tiles shall be subjected to a pressure of not less than 140 Kg/Sq. Cm.
The proportion of cement to aggregate in the backing of the tiles shall be not less than 1:3 by weight. The
wearing face though the tiles are of plain cement, shall be provided with stone chips of 1 to 2 mm. size.
The proportions of cement to the marble chips aggregate in the wearing layer of the tiles shall be three
parts of cement to one part chips by weight.

The minimum thickness of wearing layer shall be 3 mm. The color and texture of wearing layer shall be
uniform throughout its face and thickness. On removal from mould, the tiles shall be kept in moist
conditions continuously at least for seven days and subsequently, if necessary, for such long period as
would ensure their conformity to requirements of I. S. : 1237-1980 regarding strength resistance to wear
and water absorption.

Signature of Contractor 101


47.1.3 The wearing face of the tiles shall be plain, free from projections, depressions and cracks and shall
be reasonably parallel to the back face of the tile. All angles shall be right and all edges shall be right and
all edges shall be sharp and true.
47.1.4 The size of tiles shall generally be square shape 24.85 Cm. x 24.85 Cm. or 25 Cm. x 25 Cm. The
thickness of tiles shall be 20 mm.

47.1.5 Tolerance of length and breadth shall be plus or minus one millimeter. Tolerance on thickness
shall be plus 5 mm.

47.1.6 The tiles shall satisfy the tests as regards transverse strength, resistance to wear and water
absorption as per I. S. : 1237-1980.

47.2 (B) Plain Colored Tiles :

47.2.1 These tiles shall have the same specification as per plain cement tiles as per (A) above except that
they shall have a plain wearing surface wherein pigments are use. They shall conform to I. S. 1237-1980.

47.2.2 The pigment used for coloring cement shall not exceed 10 percent by weight of cement used in the
mix. The pigments, synthetic or otherwise, used for coloring tiles shall have permanent color and shall not
contain materials detrimental to concrete.

47.2.3 The color of the tiles shall be specified in the item or as directed.

47.3 (C) Marble mosaic tiles :

47.3.1 These tiles have the same specifications as per plain cement tiles except the requirements as
stated below :

47.3.2 The marble mosaic tiles shall conform to I. S. 1237-1980. The wearing face of the tiles shall be
mechanically ground and filled. The wearing face of tiles shall be free projections, depressions and cracks
and shall be reasonably parallel to the back face of the tiles. All angles shall be right angles and all edges
shall be sharp and true.

47.3.3 Chips used in the tiles be from smallest up to 20 mm. size. The minimum thickness of wearing
layer of tiles shall of 6 mm. For pattern of chips to be used on the wearing face, a few samples with or
without their full size photographs as directed shall be presented to the Engineer-in-charge for approval.

47.3.4 Any particular samples, if found suitable shall be approved by the Engineer-in-charge or he may
ask for a few more samples to be prepared indicating roughly the particular sized chips to be more or less
in the samples presented. The samples have to be made but the contractor till a suitable sample is finally
approved for use in the work.

The contractor shall ensure that the tiles supplied for the work shall be in conformity with the approved
sample only, in terms of its dimensions, thickness of backing layer and wearing surface, materials,
ingredients, color shade, Chips, distribution etc. required.

47.3.5 The tiles shall be prepared from cement conforming to Indian Standards or colored Portland
cement generally depending upon the color of tiles to be sued or as directed.

47.4 (D) Chequered Tiles :


47.4.1 Chequered tiles shall be plain cement tiles or marble mosaic tiles. The former shall have the same
specification as per (A) above and the latter as per marble mosaic tiles as per (C) except as mentioned
below :

47.4.2 The tiles shall be of nominal size of 250 mm. x 250 mm. or as specified. The center to center
distance of chequer shall not be less than 25 mm. and not more than 50 mm. The overall thickness of the
tile shall be 22 mm.

Signature of Contractor 102


47.4.3 The grooves in the chequers shall be uniform and straight. The depth of the grooves shall not be
less than 3 mm. The chequered shall be plain, colored or mosaic as specified. The thickness of the upper
layer measured from the top of the chequers shall not be less than 6 mm. The tiles shall be given the first
grinding with machine before delivery to site.
47.4.4 Tiles shall conform to relevant I. S. 1237-1980.
47.5 (E) Chequered Tiles for Stair cases :
47.5.1 The requirements of these tiles shall be the same as chequered as per (D) above except in
following respects;
(1) The length of a tile including nose shall be 330 mm.
(2) The minimum thickness shall be 28 mm.
(3) The nosing shall have also the same wearing layer as at the top.
(4) The nosing edge shall be rounded.
(5) The front portion of the tile for a minimum length of 75 mm. from and including the nosing shall have
grooves running parallel to nosing and at center not exceeding 25 mm. Beyond that the tiles shall have
normal chequer pattern.

M-48 Rough Kotah Stone :

48.1 The kotah stones shall be hard, even, sound, and regular in shape and generally uniform in color.
The color of the stone shall generally be green. Brown color stones shall not be allowed for use. They
shall be without any soft veins, cracks or flows.

48.2 The size of the stones to be used for flooring shall be of size 600 mm x 600 mm and / or size 600
mm x 450 mm as directed. However smaller sizes will be allowed to be used to the extent of maintaining
required pattern. Thickness shall be as specified.

48.3 Tolerance of minus 30 mm. on account of chisel dressing of edges shall be permitted for length as
well as breadth. Tolerance in thickness shall be + 3 mm.

48.4 The edges of stones shall be truly chiseled and table rubbed with coarse sand before paving. All
angles and edges of the stone shall be true, square and free from chipping and the surface shall be true
and plain.

48.5 When machine cut edges are specified, the exposed edges and the edges at joints shall be
machine cut. The thickness of the exposed machine cut edges shall be uniform.

M-49 Polished Kotah Stones

49.1 Polished kotah stone shall have the same specifications as per rough kotah stone except as
mentioned below :

49.2 The stones shall have machine polished smooth surface. When brought on site, the stones shall be
single polished or double polished depending upon its use. The stones for paving shall generally be
single polished. The stones to be used for dedo, skirting, platforms, sink, veneering, sills, etc. where
machine polishing after the stones are fixed in site is not possible, shall be double polished.

M-50 Dholpur Stone Slab :


50.1 Dholpur stone slab shall be of best quality as approved by the Engineer-in-charge. The stone
slab shall be even, sound and durable, regular in shape and of uniform color.

50.2 The size of the stone shall be specified in the item or detailed drawings or as approved by the
Engineer-in-charge. The thickness of the stone shall be as specified in the item of work with the
permissible tolerance of plus or minus 2 mm. The provisions in respect of polishing as for polished Kotah
stone shall apply to polished Dholpur stone also. All angles and edges of the face of the stone slab shall
be fine chiseled or polished as specified in the item of work and all the four edges shall be machine cut.
All angle and edges of the stone slab shall be true and plane.

Signature of Contractor 103


50.3 The sample of stone shall be got approved from the Engineer-in-charge for shade and tint for a
particular work. It shall be ensured that the stones to be used in a particular work shall not differ much in
shade or tint from the approved sample.

M-51 Marble Slab :

51.1 Marble slab shall be white or of other color and of best quality as approved by the Engineer-in-
charge.

51.2 Slabs shall be hard, uniform and homogeneous in texture. They shall have even crystalline grain
and free from defects and cracks. The surface shall be machine polished to an even and perfectly plant
surface and edges machine cut true and square. The rear face shall be rough to provide key for the
mortar.

51.3 Marble slabs with natural veins, if selected shall have to be laid as per the pattern given by the
Engineer-in-charge. Size of the slab shall be minimum 450 mm x 450 mm. and preferable 600 mm x 600
mm. However, smaller sizes will be allowed to be used to the extent of maintaining required pattern.

51.4 The slab shall not be thinner than the specified thickness at its thinnest part. A few specimen of
finished slab to be used shall be deposited by the Contractor in the office for reference.

51.5 Except as above the marble slabs shall conform to I. S. 1130-1969.

M-52 Granite Stone Slab :

52.1 Granite shall be of approved color and quality. The stone shall be hard, even, sound regular in
shape and generally uniform in color. It shall be without any soft veins, cracks of flows.

52.2 The thickness of the stone shall be as specified in the items

52.3 All exposed face shall be double polished to tender truly smooth and the even reflecting
surface. The exposed edges and corners shall be rounded off as directed. The exposed edges shall be
machine cut and shall have uniform thickness.

M-53 P.V.C. Flooring :

53.1 P.V.C. Sheets for P.V.C. floor covering shall be of homogeneous flexible type, conforming to I.
S. 3452-1966. The P.V.C. covering shall neither develop any toxic effect while put to use nor shall give off
any disagreeable odour.

53.2 Thickness of flexible type covering tiles shall be as specified in the description of the item.

53.3 The flexible type shall be backed with hessain or other woven fabric. The following tolerances
shall be applicable on the nominal dimension of the sheet rolls or tiles :

Thickness + 0.15 mm.


Length or Width :

1. 300 mm. + 0.20 mm. 3. 9.00 mm. square + 0.30 mm.


square tiles tiles
2. 600 mm. + 0.40 mm. 4. Sheets and rolls + 0.10 percent

53.4 Adhesive :

53.4.1 The adhesive for PVC flooring shall be of the type and make recommended by the manufacturers
of PVC sheets/tiles.

M-54 Facing tiles :

54.1 The facing tiles (burnt clay facing bricks) shall be free from craks, flaws and nodules of free lime.
They shall be thoroughly burnt and shall have plane rectangular faces with parallel sides and sharp

Signature of Contractor 104


straight right edgled faces. The texture of the finished surface that will be exposed when in place, shall
conform to an approved sample consisting not less than four stretcher bricks each representing the
texture desired. The facing tiles tiles shall have a pleasing appearance, sufficient resistance to
penetration by rain and greater durability than common bricks. The tiles shall conform to I. S. 2691-1972.

54.2 The standard size of facing brick tiles shall be 19x9x4 cms. The facing bricks tiles shall be
provided with frog which shall conform to I. S. 1077-1976.

54.3 The permissible tolerance in dimensions specified above shall be as follows :

Size Tolerance for


st nd
1 class Brick 2 class Brick
19 cm. + 6 mm. + 10 mm.
9 cm. + 3 mm. + 7 mm.
4 cm. + 1.5 mm. + 3 mm.

54.4 The tolerance for distortion or warp age of face or edges of individual brick from a plane surface
and from a straight line respectively shall be as follows :

Facing dimensions Permissible Tolerance


Max. below 19 cms. Max.2.5mm.
-do- above 19cm. Max. 3.0 mm.

54.5 The average compressive strength obtained as a sample of five tiles when tested in accordance
with the procedure laid as per I.S. 1077-1976 shall be not less than 175 Kg/Sq. Cm. The average
compressive strength of any individual bricks shall be not less than 160 Kg./Sq. Cm.

54.6 The average water absorption for five bricks tiles shall not exceed 12 percent of average weight
of brick before testing. The absorption for each individual bricks shall not exceed 25 percent.

54.7 The bricks tiles when tested in accordance with I.S. 1077-1976, the rate of efflorescence shall
not be more than Slightly effloresced.

M-55 A White glazed tiles :

55.1 The tiles shall be of best quality as approved by the Engineer-in-charge. They shall be flat and
true to shape. They shall be free from cracks, crazing, spots, chipped edges and corners. The glazing
shall be of uniform shade.

55.2 The tiles shall be nominal size of 200 mm. x 300 mm. unless otherwise specified. The
maximum variation from the stated sizes, other than the thickness of tile, shall be plus or minus 1.5 mm.
The thickness of tile shall be 6 mm. Except as above the tiles shall conform to I. S. 777-1970.

M-55B Vitrified tiles:-

55.1B The tiles shall be nominal size of 24 Inch x 24 Inch. unless otherwise specified
55.2B The other specification shall be as specified in glaze tile shall be applicable.
55.3B The measurement shall be taken per Sq. Meter of actual work done as per IS.

M-55 C Skirting for tiles

55.1C The other specification shall be as specified in glaze tile as well as vitrified tiles shall be applicable
55.2C The measurement shall be for item of skirting per Rmt for item of skirting and height of same shall
be 75mm or 100mm as directed.

M-56 Galvanished iron pipes and fittings : 56.1 Galvanised iron pipe shall be of the medium type and
of required diameter and shall comply with I.S. 1239-1979. The specified diameter of the pipes shall refer
to the inside diameter of the bore. Clamps, screw and all galvanized iron fittings shall be of the standard
R or equivalent make.

Signature of Contractor 105


M-57 Bib cock and stop cock :

57.1 A bib cock is a draw off tap with a horizontal inlet and free outlet. A stop cock is a valve with a
suitable means of connection for insertion in a pipe line for controlling or stopping the flow.

57.2 They shall be of screw down type and of brass chromium plated and of diameter as specified in
the description of the item. They shall conform to I.S. 781-1977 and they shall be of best Indian make.
They shall be polished bright.\

57.3 The minimum finished weight of bib cock and stop cock shall be as given below :

Diameter Bib cock Stop cock Diameter Bib cock Stop cock

8 mm. 0.25 Kg. 0.25 kg. 15 mm. 0.40 Kg. 0.40 Kg.
10 mm. 0.30 kg. 0.35 kg. 20 mm. 0.75 kg. 0.75 kg.

M-58 Gun metal wheel valve : 58.1 The gun metal wheel valve be of approved quality. These shall be
gun metal fitted with wheel and shall be of gate valve opening full way and of the size as specified. These
shall conform to I. S. 778-1971.

M-59 White glazed porcelain wash basin :

59.1 Washbasin shall be of white porcelain first quality best Indian make and it shall conform to I. S.
2566 (Part-IV) 1972 and I. S. 771-1979.The size of the washbasin shall be as specified in the item,
Washbasin shall be of one piece construction with continued over-flow arrangements. All internal angles
shall be designed so as to facilities cleaning. Washbasin shall have single tap hole or two holes as
specified. Each basin shall have a circular waste hole which is either rebated or beveled internally with 65
mm. diameter at top and 10 mm. depth to suit the waste fitting. The necessary stud slot to receive the
bracket on the underside of the basin shall be provided. Basin shall have an internal soap holder recess
which shall fully drain into the bowl.

59.2 White glazed pedestal of the quality and color as that of the basin shall be provided where
specified in the item. It shall be completely recessed at the back for reception of supply and wash pipe. It
shall be capable of supporting the basin rigidly and adequately and shall be so designed as to make the
height from floor to top of the rim of basin 750 mm. to 800 mm. as directed.

M-60 European type water closet /with low level flushing :

60.1 The European type water closet shall be white glazed porcelain first quality and shall be of wash
down type conforming to I. S. 2556-1973 and I. S. 771-1979.

60.2 S trap shall be provided as required with water seal not less than 50 mm. The solid plastic sent
and cover shall be of the best Indian make conforming to I.S. 2548-1980. They shall be made of moulded
synthetic materials which shall be tough and hard with high resistance to solvents and shall be free from
blisters and other surface defects and shall have chromium plated brass hinges and rubber buffer of
suitable size.

M-61 Orissa type water closet : 61.1 The specification of Orissa type white glazed water closet of first
quality shall conform to I. S. 2556 (Part-III) 1981 and relevant specification of Indian type water closet
except that pan will be with the integral squatting pan of size 580 mm. x 440 mm. with raised footrest.

M-62 Indian type water closet :

62.1 The Indian type white glazed water closet of first quality shall be of size as specified in the item
and conforming to I. S.771-1979 and I. S. 2556 (Part-II) 1981. Each pan shall have integral flushing ring
of suitable type with adequate number of holes around as directed to have satisfactory flushing. It shall
also have an inlet at back or front for connecting flush pipe as directed. The inside of the bottom of the
pan shall have sufficient slope from the front towards the outlet and surface shall be uniform and smooth.
Pan shall be provided with 100 mm. diameter P or S trap with approximately 50 mm. water seal and 50
mm. diameter vent horn.

Signature of Contractor 106


M-62.A Foot Rests : 62-A-1 A pair of white glazed earthen ware rectangular foot rests of minimum size
250 mm. x 130 mm. 20 mm. shall be provided with water closet.

M-63 Glazed Earthen Ware Sink :


63.1 The glazed earthenware sink shall be specified size, color and quality. The sink shall conform
to I. S. 771 Part-II-1979. The brackets for sinks shall conform to I. S. 775-1970.

63.2 The pipes shall conform to I. S. 1239-Part-I 1973 and I. S 404-1962 for steel and lead pipes
respectively 32 mm. brass waste coupling of standard pattern with brass chain and rubber plug shall be
provided with sink.

M-64 Glazed earthen ware Lipped type flat back urinal/corner type urinal : 64.1 The lipped type
urinal shall be flat back or corner type as specified in the item and shall conform to I. S. 771-1979. It shall
be of Indian make and size as specified and approved by the Engineer-in-charge. The flat back or corner
st
type urinal must be of 1 quality free from any defects, cracks, etc.

M-65 Low level enamel flushing tank : 65.1 The low level enamel flushing tank shall be of 15 liters
capacity. It shall conform to I. S. 774-1971. The flushing cistern shall be of best quality and free from any
defects. The flushing tank shall have outlet 32 mm. diameter. The outlet shall be connected with W. C.
Pan by lead pipe or P.V.C. pipe as specified. The flushing tank shall be provided with inlet and outlet for
fixing G. I. inlet pipes and over-flow pipes. The flushing cistern shall be provided with chromium plated
handle for flushing. The flushing tank shall be provided with bracket of cast iron so that it can be fixed on
wall at specified height. The brackets shall conform to I. S. 775-1970.

M-66 Cast iron flushing cistern : 66.1 The cast iron flushing cistern shall be of 15 liters capacity. It shall
conform to I. S. 774-1971. The flushing cistern shall be of best quality free from any defects. The flushing
cistern shall have outlet of 32 mm. diameter. The outlet shall be connected to lead pipe of 32 mm.
diameter. The lead pipe shall conform to I. S. 404 (Part-I) 1962. For fixing G. I. inlet pipes and overflow
pipe 20 mm. dia inlet and outlet shall be provided. The flushing cistern shall be provided with galvanized
iron chain pull of sufficient length and shall be got approved from the Engineer-in-charge. The cast iron
flushing cistern shall be painted with one coat of anticorrosive paint and two coats of paint. The flushing
cistern shall be fixed on two C.I. brackets. The C. I. brackets shall conform to I. S. 775-1970.

M-67 Flush cock : 67.1 Half turn flush cask (Heavy weight) shall be of gun metal chromium plated of
diameter as specified in the description of the item. The flush cock shall conform to relevant Indian
Standard.

M-68 Cast iron pipes and fittings :

68.1 All soil, waster, vent and antisyphonage pipes and fittings shall conform to I. S. 1729-1964. The
pipe shall have spigot and socket ends with head on spigot end. The pipes and fittings shall be true to
shape, smooth, cylindrical, their inner and outlet surfaces being as nearly as practicable concentric. They
shall be sound and nicely cast and shall be free from cracks. Laps, pinholes or other imperfection and
shall be neatly dressed and carefully fettled.

68.2 The end of pipes and fittings shall be reasonable square to their axis.

68.3 The sand cast iron pipes shall be of the diameter as specified in the description and shall be in
lengths of 1.5 M, 1.8 M and 2 m. including socket ends of the pipe unless shorter lengths are either
specified or required at junctions etc. The pipes and fittings shall be supplied without ears unless
specified or directed otherwise.

Tolerances :

68.4.1 The Standard weight and thickness of pipes shall be as shown in the following table : A tolerance
up to minus 10 percent may however be allowed against these standard weights.

Sr. No. Nominal Thickness Overall Weight of Pipe


dia. of bore excluding ears
1.5 m long 1.8 m. Long 2 m. long
1. 75 mm. 5.0 mm. 12.83 Kg. 16.52 Kg. 18.37 Kg.

Signature of Contractor 107


2. 100 mm. 5.0 mm. 18.14 Kg. 21.67 kg. 24.15 Kg.

68.4.2 A tolerance up to minus 15 percent in thickness and 20 mm. in length will be allowed. For fittings
tolerance in lengths shall be plus 15 mm. and minus 10 mm.

68.4.3 The thickness of fittings and their socket and spigot dimensions shall conform to the thickness and
dimensions specified for the corresponding sizes of straight pipes. The tolerances in weights and
thickness shall be the same as for straight pipes.

M-69 Nahni Trap :

69.1 Nahni trap shall be of cast iron and shall be sound and free from porosity or other defects which
affect serviceability, The thickness of the base metal shall not be less than 6.5 mm. The surface shall be
smooth and free from craze, ships and other flaws or any other kind of defects which affect serviceability.
The size of nahni trap shall be as specified and shall be of self cleansing design.

69.2 The nahni trap shall be of quality approved by the Engineer-in-charge and shall generally
conform to the relevant Indian Standards

69.3 The nahni trap provided shall be with deep seal, minimum 500 mm. except at places where trap
with deep seal cannot be accommodated. The cover shall be cast iron. Perforated cover shall be provided
on the trap of appropriate size.

M-70 Gully Trap :

70.1 gully trap shall conform to I. S. 651-1980. It shall be sound, free from defects such as fire cracks.
The glaze of the traps shall be free from crazing. They shall give a shart clear note when struck with light
hammer, There shall be no broken blisters.

70.2 The size of the gully trap shall be as specified in the item

70.3 Each gully trap shall have one C. I. grating of square size corresponding to the dimensions of
inlet of gully trap. It will also have a water tight C. I. cover with frame inside dimensions 300 mm. x 300
mm. the cover with frame inside dimension, 300 mm. x 300 mm. the cover weighing not less than 4.53
Kg. and the frame not less than 2.72 Kg. The grating cover and frame shall be of sound and good casting
and shall have truly square machined seating faces.

M-71 Glaze Stone Ware pipe and fitting :

71.1 The pipes and fittings shall be of best quality as approved by the Engineer-in-charge. The pipe
shall be best quality manufactured from stone-ware of fire clay, salt glazed thoroughly burnt through the
whole thickness of a close even texture, free from air blows, fire blisters, crack and other imperfections,
which effect the serviceability. The inner and outer surfaces shall be smooth and perfectly glazed. The
pipe shall be capable to withstand pressure of 1.5 m. lead without showing sign of leakage. The thickness
th
of the wall shall not be less than 1/12 of the internal dia. The depth of socket shall not be less than 38
mm. The socket shall be sufficiently large to allow a joint of 1 mm. around the pipe.

71.2 The pipes shall generally conform to relevant I. S. 651-1980.

M-72 Wall Peg Rail :

72.1 The aluminum wall peg rail shall have three aluminum pegs of approved quality and size. It shall
be fixed on teakwood plank of size 450 mm. x 75 mm. x 20 mm. The teakwood shall be French polished
or oil painted as specified.

M-73 G. I. Water Spot :

73.1 The G. I. pipes of 40 mm. dia shall be of medium quality and specials shall be of R brand or
equivalent brand of best approved quality.

Signature of Contractor 108


73.2 The pipe shall have length as required for the thickness of wall in which it is fixed and at the
outside end tee and bend cut at half the length shall be provided and at other end coupling shall be
provided to have better fixing. The water spout shall be provided as per detailed drawing or as directed.

M-74 Asbestos Cement Pipe (A. C. Pipe) :

74.1 The asbestos cement pipe of diameter as specified in the description of the item shall conform to
I. S. 1626-1980. Specials like bends, shoes cowls, etc. shall conform to relevant Indian Standards. The
interior of pipe shall have a smooth finish, regular surface and regular, internal diameter. The tolerance in
all dimensions shall be as per I. S. 1626-Part-I 1980.

M-75 Crydon Ball Valve : 75.1 Ball valve of screwed type including polthylene float and necessary lever
etc. shall be of the size as mentioned in the description of item and shall conform to I. S. 1703-1977.

M-76 Bitumen Felt For Water Proofing And Damp Proofing : 76.1 Bitumen felt shall be on the fiber
bases and shall be type 2, self finished grade-2 and shall conform to I. S. 1322-1970.

M-77 Selected Earth :

77.1 The selected earth shall be that obtained from excavated material or shall have to brought from
outside as indicated in the item. If item does not indicate anything, the selected earth shall have to be
brought from outside.

77.2 The selected earth shall be good yellow soil and shall be got approved from the Engineer-in-
charge. In no case black cotton soil or similar expansive and shrinkable soil shall be used. It shall be
clean and free from all rubbish and perishable materials, stones or brick bats. The clods shall be broken
to a size of 50 mm. or less, Contractor shall make his own arrangement at his own cost for land for
borrowing selected earth. The stacking of material shall be done as directed by the Engineer-in-charge in
such a way as not to interfere with any constructional activities and in proper stacks.

77.3 When excavated materials is to be used, only selected stuff got approved from the Engineer-in-
charge shall be used. It shall be stacked separately and shall comply with all the requirements of selected
earth mentioned above :

M-78 Barbed Wire :

78.1 The barbed wire shall be of galvanized steel and it shall generally conform to I. S. 278-1978.
The barbed wire shall be of type-I whose nominal diameter for line wire shall be 2.5 mm. and point wire
2.24 mm. The nominal distance between two bars shall be 75 mm. unless otherwise specified in the item.
The barbed wire shall be formed by twisting together two line wires, one containing the barbs. The size of
the line and point wires and barb spacings shall be as specified above. The permissible deviation from
the nominal diameter of the line wire and point wire shall not exceed + 0.08 mm.

78.2 The barbs shall carry four points shall be formed by twisting two point wires, each two turns,
lightly round one line wire, making altogether four complete turns. The barbs shall be so finished that the
four points are set and locked at right angles to each other. The barbs shall have a length of not less than
13 mm. and not more than 18 mm. The point shall be sharp and cut at angle not greater than 35 degree
of the axis of the wire forming the barbs.

78.3 The line and point wire shall be circular section free from scale and other defects and shall be
uniformly galvanized. The line wire shall be in continuous length and shall not contain any weld other than
those in the rod before it is drawn. The distance between two successive splices shall not be less than 15
meters.

78.4 The lengths per 100 Kg. of barbed wire I. S. type I shall be as under
Nominal 1000 meter Minimum 834 Meter Maximum 1066 Meter.

Signature of Contractor 109


DETAILED SPECIFICATIONS FOR SCHEDULE B-1
( DIVISION OFFICE KADODARA )

Item No. 1

Excavation for foundation up to 1.5 m depth including sorting out and stacking of useful materials
and disposing of the the excavated stuff up to 50 meter lead. (A) Loose or soft soil

1.0 General : 1.1 Any soil which generally yields to the application of pickaxes and shovels, phawaras,
rakes or any such ordinary excavating implement or organic soil, gravel, silt, sand turf loam, clay, peat
etc. fall under this category.

2.0 Clearing the site : 2.1 The site on which the structure is to be built shall be cleared and all
obstructions, loose stone, materials and rubbish of all kind, bush, wood and trees shall be removed as
directed. The materials so obtained shall be properly of the Government and be conveyed and stacked
as directed within 50 M. lead. The roots of the trees coming in the sides shall be cut and coated with a
hot asphalt.

2.2 The rate of site clearance is deemed to be included in the rate of earth work for which no
extra will be paid.

3.0 Setting out : After clearing the site, the centerlines will be given by the Engineer-in-charge. The
contractor shall assume full responsibility for alignment, elevation and dimension of each and all parts
of the tractor shall assume full responsibility for alignment levation and dimension of each and all parts of
the work. Contractor shall supply laborers, materials, etc. required for setting out the reference marks
and bench marks and shall maintain them as long as required and directed.

4.0 Excavation : The excavation in foundation shall be carried out in true line and level and shall have
the width and depth as shown in the drawings or as directed. The contractor shall do the necessary
shoring and shutting or providing necessary slopes to a safe angle, at his own cost. The payment for
such precautionary measures shall be paid separately if not specified. The bottom of the excavated area
shall be 1evelled both longitudinally and transversely as directed by removing and watering as required.
No earth filling will be allowed for bringing it to level, if by mistake or any other reason excavation is
made deeper or wider that shown on the plan or directed. The extra depth or width shall be made up with
concrete of same proportion as specified for the foundation concrete at the cost of the contractor. The
excavation up to 1.5 m. depth shall be measured under this item.

5.0 Disposal of the excavated stud :

5.1 The excavated stuff of the selected type shall be used in filling the trenches and plinth or
leveling the ground in layers including ramming and watering etc.

5.2 The balance of the excavated quantity shall be removed by the contractor from the site of work to a
place as directed with lead up to 50 M. and all lift.

6.0 Mode of measurement and payment :

6.1 The measurement of excavation in trenches for foundation shall be made according to the sections of
trenches shown on the drawing or as per sections given by the Engineer-in-charge. No payment shall be
made for surplus excavation made in excess of above requirements or due to slopping back as found
necessary on account of conditions of soil and requirements of safety.

6.2 The rate shall be for a unit of one cubic meter.

Item No. 2

Excavation for foundation for depth from 1.5 m to 3.0 m depth including sorting out and stacking
or useful materials and disposing of the excavated stuff upto 50 M lead.
(A) Loose or soft soil

Signature of Contractor 110


1.0 Workmanship : 1.1 The relevant specification of item No. 1 shall be followed except that the
excavation work shall be carried out in loose or soft soil with lift 1.5 M. to 3.0 M.
2.0 Mode of measurement and payment:

2.1 The relevant specification of item No. 1 shall be followed.

2.2 The excavation work from 1.5 to 3.0 M. shall be measured under this item.

2.3 The rate shall be for a unit of one cubic meter.

Item No. 3

Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in
layers not exceeding 20 cm. in depth consolidating each deposited layer by ramming and
watering.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Workmanship

1.1. The earth to be used for filling shall be free from salts, organic or other foreign matter.
All clods of earth shall be broken.

1.2. As soon as the work in foundation has been completed and measured the site of
foundation shall be cleared of all debris, brick bats: mortar dropping etc., and filled with
earth in layers not exceeding 20 cms. Each layer shall be adequately watered, rammed
and consolidated before the succeeding layer is laid The earth shall be rammed with
iron rammers where feasible and with the but ends of crow-bars, where rammer cannot
be used.

1.3. The plinth shall be similarly filled with earth in layers not exceeding 20 cms.
adequately watered and consolidated by ramming with iron or wooden rammers.
When filling reaches finished level the surface shall be flooded with water for at
least 24 hours and allowed to dry and then rammed and consolidated.

1.4. The finished level of filling shall be kept to shape intended to be given to floor.

1.5. In case off large heavy duty flooring like factory flooring, the consolidation may be
done by power rollers, where so specified. The extent of consolidation required, shall
also be as specified.

1.6. The excavated stuff of the selected type shall be allowed to be used in filling the
trenches and plinth. Under no circumstances black cotton soil be used for filling the
plinth.

2.0. Mode of Measurements & Payment

2.1. The payment shall be made for filling in plinth and trenches. No deduction shall be
made for shrinkage or voids, if consolidated as instructed above.

2.2. The rate shall be for a unit of one cubic meter.

Item No. 4

Filling in plinth with sand under floors including watering reamming, consolidating and dressing
etc. comp.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Signature of Contractor 111


1.0. Materials

1.1. Sand shall conform to M 6

2.0. Workmanship

The relevant specifications of item No. 3 shall be followed except that sand shall be filled in under floors,
including watering, ramming, consolidating and dressing etc , complete.

3.0. Mode of Measurements & Payment

3.1. The relevant specifications of item No. 13 shall be followed.

3.2. The rate includes cost of collecting, carting sand with all lead and labour for filling the same in
plinth under floors.

3.3. The rate shall be for a unit of one cubic meter.

Item No. 5

Filling in foundation and plinth with murrum or selected soil in layers of 20 cm. thickness
including watering ramming and consolidating etc. completed.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. Murrum shall be clean, of good binding quality and of approved quality obtained from approved
pots/ quarries of disintegrated rocks which contain silicon material and natural mixture of clay of clarions
origin. The size of murrum shall not be more than 20 mm

2.0. Workmanship

2.1. The relevant specifications of item No. 3 shall be followed except that the murrum or selected soil
shall be filled in foundations and plinth in 20 cms layer including consolidating, ramming, watering, dressing
etc. complete

3.0. Mode of Measurements & Payment

3.1. The relevant specifications of item No. 3 shall be followed-.

3.2. The rate includes cost of collecting and carting murrum / or selected earth of approved quality
with all lead and labour required for filling in trenches and plinth.

3.3. Rate shall be for a unit of one cubic meter.

Item No. 6

Providing and laying cement concrete 1:4:8 (1 cement : 4 coarse sand : 8 hand broken stone
aggregate 40 mm nominal size) and curing complete excluding cost of form work in :
(A) Foundation and Plinth.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0 Materials: 1.1 Water shall conform to M-1. Cement shall conform to M-3. Sand shall conform to
M-6. Stone aggregate 40 mm. nominal size shall conform to M-12.

2.0 Workmanship:

Signature of Contractor 112


2.0 General: 2.1.1 before starting concrete bed of foundation teaches shall be cleared of all loose
materials, leveled, watered and rammed as directed.

2.1 Proportion of Mix : 2.1.1 The Proportion of cement, sand and coarse aggregate shall be one
part of cement, 4 parts of sand, 8 parts of stone aggregates and shall so measured by volume. The
minimum quantity of cement used in cement concrete 1:4:8 shall be 170 Kg per Cum

2.2 Mixing : 2.2.1 The concrete shall be mixed in a mechanical mixer at the site of work. Hand
mixing may however be allowed for smaller quantity of work if approved by the Engineer-in-charge. When
hand mixing is permitted by the Engineer-in-charge in case of break-down of machineries and in the
interest of the work, it shall be carried out on a water tight platform and care shall be taken to ensure that
mixing is continued until the mass in uniform in color and consistency. However in such cases 10% more
cement than otherwise required shall have to be used without any extra cost. The mixing in mechanical
mixer shall be done for a period 1 to 2 minutes. The quantity of water shall be sufficient to produce a
dense concrete of required workability for the purpose.

2.3 Transporting & Placing the concrete :

2.4.1 The concrete shall be handled from the place of mixing to the final position in not more than 15
minutes by the method as
directed and shall be placed into its final position, compacted and finished within 30 minutes of mixing
with water i.e. before the setting commences.

2.4.2 The concrete shall be laid in layers of 15 cms. to 20 cms.

2.5 Compacting : 2.5.1 The concrete shall be rammed with heavy iron rammers and rapidly to get
the required compaction and to allow all the interstices to be filled with mortar.

2.6 Curing : 2.6.1 After the final set, the concrete shall be kept continusoly wet, if required by
pounding for a period of not less than 7 days from the date of placement.

2.7 Mode of measurement and Payment :

2.7.1 The concrete shall be measured for its length breadth and depth, limiting dimensions to those
specified on plan or as directed.

3.1 The rate shall be for a unit of one cubic meter.

Item No. 7

Providing and laying cement concrete 1 : 2 : 4 ( 1 cement : 2 coarse sand : 4 graded stone
aggregates 20 m.m. nominal size) and curing complete excluding cost of form work &
reinforcement for reinforced cement concrete in :
(A) Foundation and Plinth.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0 Materials : Water shall conform to M-1. Cement shall conform to M-3. Sand shall conform to M-6.
Grit shall conform to M-8. Graded stone aggregate 20 mm. nominal size shall conform to M-12.

2.0 General :

Signature of Contractor 113


Grade of concrete Total quantity of dry aggregate Proportion of fine Quantity of water per
by volume per 50 kgs. Of aggregate to coarse 50 Kgs. of cement
cement to be taken as the sum aggregate maximum
of individual of fine and coarse
aggregates, maximum
1 2
3 4

M-100 (1 : 3 : 6) 300 Liters Generally 1 : 2 for 34 liters


fine aggregate to
coarse aggregate by
volume but subject to
and upper limit of 1:1
1/2 and lower limit 1 :
3

M-150 (1 : 2 : 4) 220 32
M-200 (1 : 1 1/2 : 3) 160 30
M-250 (1 : 1 : 2) 100 27
2.1 The concrete mix is not required to be designed by preliminary tests. The proportion of the concrete
mix shall be 1 : 2 : 4 (1 cement : 2 coarse sand : 4 graded stone aggregate 10 mm. nominal size) by
volume. Concrete work shall have exposed concrete surface or as specified in the item.

2.2 The designation ordinary M-100, M-150, M-200, M-250 specified as per I. S. Corresponding
approximately to 1 : 3 : 6, 1 : 2 : 4, 1 : 3 and 1 : 1 : 2 nominal mix of ordinary concrete by volume
respectively. The mimimum quantity of cement used in cement concrete M-150 shall be 320 Kg per
Cum in Plain Cement concrete / Reinforced Cement Concrete ( Ordinary or Controlled).

2.3 The ingredients required for ordinary concrete containing one beg of cement of 50 Kg. by weight
(0.0342 Cu. M.) for different proportions of mix shall be as under :

2.4 The water cement ratio shall not more than those specified in the above table. The cement content
of the mix specified in the Table shall be increased if the quantity of water in a mix has to be increased to
overcome the difficulties of placement and compaction so that the water-cement-ratio specified in the
Table is not exceeded.
2.5 Workability of the concrete shall be controlled by maintaining a water-cement-ratio that is bound
to give a concrete mix which is just sufficiently wet to be placed and compacted without difficulty with the
means available.

2.6 The maximum size of coarse aggregate shall be as large as possible within the limits specified
but in no case greater than one fourth of the minimum thickness of the member, provided that the
concrete can be placed without difficulty so as to surround all reinforcement thoroughly and to fill the
corners of the form.
2.7 For reinforced concrete work, coarse aggregates having a nominal size of 20 mm. are generally
considered satisfactory.

2.8 For heavily reinforced concrete members as in the case of ribs of main beems, the nominal
maximum size of coarse aggregate should usually be restricted to 5 mm. less than the minimum clear
distance between the main bars, or 5 mm. less than the minimum cover to the reinforcement whichever is
smaller.

2.9 Where the reinforcement is widely spaced as in solid slabs, limitations of size of the aggregate
may not be important and the nominal maximum size may sometimes be as great as or greater than the
minimum cover.

2.10 Admixture may be used in concrete only with approval of Engineer-in-charge upon the evidence
that with the passage of time, neither the compressive strength of concrete is reduced nor are other
requisite qualities of concrete and steel impaired by the use of such admixtures.

3.0 Workmanship :

Signature of Contractor 114


3.1 Proportioning : proportioning shall be done by volume, except cement which shall be measured in
terms of bags of 50 Kg. weight. The volume of one such bag being taken as 0.0342 Cu. Meter Boxes of
suitable sizes shall be used for measuring sand aggregate. The size of the boxes (internal) shall be 35
cms. x 25 cms. and 40 cms. deep. While measuring the aggregate and sand, the box shall be filled
without shaking ramming or hammering. The proportioning of sand shall be on the basis of its dry volume
and in case of damp sand, allowances for bulk age shall be made.

3.2 Mixing :

3.2.1 For all work. Concrete shall be mixed in a mechanical mixer which along with other accessories
shall be kept in first class working condition and so maintained throughout the construction. Measured
quantity of aggregate, sand, cement required for each batch shall be poured into the drum of the
mechanical mixer while it is continuously running. After about half a minute of dry mixing, measured
quantity of water required for each batch of concrete mix shall be added gradually and mixing continued
for another one and a half minute. Mixing shall be continued till materials are uniformly distributed and
uniform color of the entire mass is obtained and each individual particle of the coarse aggregate shows
complete coating of mortar containing its proportionate amount of cement. In no case shall
the mixing be done for less than 2 minutes after all ingredients have been put into the mixer.

3.2.2 When hand mixing is permitted by the Engineer-in-charge for small jobs or for certain other
reasons, it shall be done on the smooth watertight platform large enough to allow efficient turning over the
ingredients of concrete before and after adding water. Mixing platform shall be so arranged that no
foreign materials gets mixed with concrete nor does the mixing water flow out. Cement in required
number of bags shall be placed in a uniform layer on top of the measured quantity of fine and coarse
aggregate, which shall also be spread in a layer of uniform thickness on the mixing platform. Dru coarse
and fine aggregate and cement shall then be mixed thoroughly by turning over to get a mixture to uniform
color. Specified quantity of water shall then be added gradually through a rose-can and the mass turned
over till a mix of required consistency is obtained. In hand mixing, quantity of cement shall be increased
by 10 percent above that specified.

3.2.3 Mixers which have been out of use for more than 30 minutes shall be throughly cleaned before
putting in a new batch. Unless otherwise agreed to by the Engineer-in-charge the first batch of concrete
from the mixture shall contain only two thirds of normal quantity of coarse aggregate. Mixing plant shall be
thoroughly cleaned before changing from one type of cement to another.

3.3 Consistency : 3.3.1 The degree of consistency which shall depend upon the nature of the work
and methods of vibration of concrete, shall be determined by regular slumps tests in accordance with I. S.
1199-1959. The slumps of 10 mm. to 25 mm. shall be adopted when vibrators are used and 80 mm.
when vibrators are not used.

3.4 Inspection :

3.4.1 Contractor shall give the Engineer-in-charge due notice before placing any concrete in the forms
to permit him to inspect and accept the false work and forms as to their strength, alignment, and general
fitness but such inspection shall not relive the contractor of his responsibility for the safety of men,
machinery, materials and for results obtained. Immediately before concreting, all forms shall be
thoroughly cleaned.

3.4.2 Centering design and its erection shall be got approved from the Engineer-in-charge. One
carpenter with helper shall invariably be kept present throughout the period of concreting. Movement of
labor and other persons shall be totally prohibited for reinforcement laid in position. For access to different
parts, suitable mobile platforms shall be provided so that steel reinforcement in position is not disturbed
for ensuring proper cover, mortar blocks of suitable size shall be cast and tied to the reinforcement.
Timber, kapachi or metal pieces shall not be used for this purpose.

3.5 Transporting and laying :

3.5.1 The method of transporting and placing concrete shall be as approved. Concrete shall be so
transported and placed that no contamination, segregation or loss of its constituent material takes place.
All formwork shall be cleaned and made free from standing water, dust show or ice immediately before
placing of concrete.

Signature of Contractor 115


No concrete shall be placed in any part of the structure until the approval of the Engineer-in-charge has
been obtained.

3.5.2 Concerting shall proceed continuously over the area between construction joints. Fresh concrete
shall not be placed against concrete which has been in position for more than 30 minutes unless a proper
construction joints is formed. Concrete shall be compacted in its final position within 30 minutes of its
discharge from the mixer. Except where otherwise agreed to by the Engineer-in-charge concrete shall be
deposited shall be deposited in horizontal layers to a compacted depth of not more than 0.45 meter when
internal vibrators are used and not exceeding 0.30 meter in all other cases.

3.5.3 Unless otherwise agreed to by the Engineer-in-charge, concrete shall not be dropped into place
from a height exceeding 2 meters. When trunking or chutes are used they shall be kept close and used in
such a way as to avoid segregation. When concreting has to be resumed on a surface which has
hardened, it shall be roughened, swept clean, thoroughly wetted and covered with a 13 mm. thick layer of
mortar composed of cement and sand in the same ratio as in the concrete mix itself. This 13 mm. layer of
mortar shall be freshly mixed and placed immediately before placing of new concrete. Where concrete
has not fully hardened, all laitance shall be removed by scrubbing the wet surface with wire or bristle
brushes, care being taken to avoid dislodgement of any particles of coarse aggregate. The surface shall
then be thoroughly wetted all free water removed and then coated with neat cement grout. The first layer
of concrete to be placed on his surface shall not exceed 150 mm. in thickness and shall be well rammed
against old work, particular attention being given to corners and close spots.

3.5.4 All concrete shall be compacted to produce a dense homogeneous mass with the assistance of
vibrators, unless otherwise permitted by the Engineer-in-charge for exceptional cases, such as concreting
under water, where vibrators cannot be used. Sufficient vibrators in serviceable condition shall be kept at
site so that spare equipment is always available in the event of breakdowns.
Concrete shall be judged to be compacted when the mortar fills the spaces between the coarse
aggregate and begins to cream up to form an even surface. Compaction shall be completed before the
initial setting starts i.e. within 30 minutes of addition of water to dry mixture. During compaction, it shall be
observed that needle vibrators are not applied on reinforcement which is likely to destroy the bond
between concrete and reinforcement.

3.6 Curing : Immediately after compaction, concrete shall be protected from weather, including rain,
running water, shocks, vibration, traffic, rapid temperature changes, frost and drying out process. It shall
be covered with wet sacking, hassain or other similar absorbent material approved soon after the initial
set and shall be kept continuously wet for a period of not less than 14 days from the date of placement.
Masonary work over foundation concrete may be started after 48 hours of its laying but curing of concrete
shall be continued for a minimum period of 14 days.

3.7 Sampling and Testing of concrete :

3.7.1 Samples from fresh concrete shall be taken as per I. S. 1199-1959 and cubes shall be made,
cured and tested at 7 days or 28 days as per requirements in accordance with I. S. 516-1959. A random
sampling procedure shall be adopted to ensure that each concrete batch shall have a reasonable chance
of being tested i.e. the sampling should be spread over the entire period of concreting and cover all
mixing units. The minimum frequency of sampling of concrete of each grade shall be in accordance with
following :

Quantity of concrete No. of samples Quantity of concrete No. of samples


in the work in the works
1-5 Cmt. 1 16-30 Cmt. 3
6-15 Cmt. 2 31-50 4

51 and above + one additional for each additional 50 M. or part thereof.


NOTE : At least one sample shall be taken from each shift. Ten test specimens shall be made from each
sample, five for testing at 7 days and the remaining five at 28 days. The samples of concrete shall be
taken on each day of the concreting as per above frequency. The number of specimens may be suitably
increased as deemed necessary by the Engineer-in-charge when procedure of tests given above revels a
poor quality of concrete and in other special cases.

3.7.2 The average strength of the group of cubes case for each day shall not be less than the specified
cube strength of 150 kg/Cm2 at 28 days. 20% of the cubes cast for each day may have value less than

Signature of Contractor 116


the specified strength provided the lowest value is not less than 85% of the specified strength. If the
concrete made in accordance with the proportions given for a particular grade, does not yield the
specified strength, such concrete shall be classified as belonging to the appropriate lower grade.
Concrete made in accordance with the proportions given for a particular grade shall not however, be
placed in a higher grade on the ground that the test strength are higher than the minimum specified.

3.8 Stripping :

3.8.1 The Engineer-in-charge shall be informed in advanced by the contractor of his intention to strike
the form work. While fixing the time for removal of form work due consideration shall be given to local
conditions, character of the structure the weather and other condition that influence the setting of
concrete and of the materials used in the mix in normal circumstances (generally where temperatures are
above 20C) and where ordinary concrete is used forms may be struck after expiry of periods specified in
item No. 9.1 (A) for respective item of form work.

3.8.2 All formwork shall be removed without causing any shock or vibration as would damage the
concrete. Before the soffit and struts are removed the concrete surface shall be exposed where
necessary in order to ascertain that the concrete has sufficiently hardened. Centering shall be gradually
and uniformly lowered in such manner as to permit the concrete to take stresses due to its own weight
uniformly and gradually. Where internal metal ties are permitted they or their removable parts shall be
extracted without causing any damage to the concrete and remaining holes filled with mortar. No
permanently embedded metal part shall have less than 25 mm. cover to the finished concrete surface.
Where it is intended to re-use the formwork, it shall be cleaned and made good to the satisfaction of the
Engineer-in-charge. After removable of form work and shuttering the Executive Engineer shall inspect
the work and satisfy by random checks that concrete produced is of good quality.

3.8.3 Immediately after the removal of forms all exposed bolts etc., passing through the cement
concrete member and use for shuttering or any other purpose shall be cut inside the cement concrete
members to a depth of at least 25 mm. below the surface of the concrete and the resulting holes be filled
by cement mortar. All fine caused by form joints, all cavities produced by the removal of forms ties and all
other holes and depressions honeycomb spots broken edges or corners and other defects shall be
thoroughly cleaned, saturated with water and carefully pointed and rendered true with mortar of cement
and fine aggregate mixed in the proportion used in the grade of concrete that is being finished and of as
dry consistency as is possible to use. Considerable pressure shall be applied in filling and pointing to
ensure through filling in all voids. Surfaces which are pointed shall be kept moist for a period of 24 hours.
If rock pockets honeycombs in the opinion of the Engineer-in-charge are of such an extent or character as
to effect the strength of the structure materially or to endanger the life of the steel reinforcement he may
declare the concrete defective and require the removal and replacement of the portions of the structure
affected.

4.0 Mode of measurement and payment :

4.1 The consolidated cubical contents of concrete work as specified in item shall be measured the
concrete laid in excess of section shown on drawings or as directed shall not be measured. No deduction
shall be made for
(a) Ends of dis-similar materials such as joints, beams, posts, girders, rafters, purling trusses, corbels
and steps etc. up to 500 Sq. Cm. in section.

(b) opening upto 0.1 Sq. m.

4.2 The rate includes cost of all materials, labor, tools and plant required for mixing, placing in
position, vibrating and compacting, finishing as directed curing and all other incidental expenses for
producing concrete of specified strength. The rate excludes the cost of form work.

4.3 The rate shall be for a unit of one cubic meter.

Item No. 8

Providing TMT FE - 415 bar reinforcement for R.C.C. work including bending binding and placing
in position complete up to floor two level.
Ground Floor

Signature of Contractor 117


In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0 Materials : 1.1 Cold twisted steel bars (high yield strength steel deformed bars) shall conform to
M-19 mild steel binding wires shall conform to M-21. The TMT Steel bars shall be used instead of
Mild & High yield deformed bars.

2.0 Workmanship :
2.1 The work shall consist of furnishing and placing reinforcement to the shape and dimensions
shown as on the drawings or as directed.

2.2 Steel shall be clean and free from rust and loose mill scale at the time of fixing in position and
subsequent concreting.

2.3 Reinforcing steel shall conform accurately to the dimensions given in the bar bending schedules
shown on relevant drawings. Bars shall be bent cold to specified shape and dimensions or as directed
using a proper bar bender, operated by hand or power to attain proper radius of bends. Bars shall not be
bent or straightened in a manner that will injure the material. Bars bent during transport or handling shall
be straightened before being used on the work. They shall not be heated to facilitate bending. Unless
otherwise specified a U type hook at the end of each bar shall invariably be provided to main
reinforcement. The radius of the bend shall not be less than twice the diameter of the round bar and the
length of straight part of the bar beyond the end of the curve shall be at least four times the diameter of
the round bar. In case of bars which are not round and in case of deformed bars, the diameter shall be
taken as the diameter of circle having an equivalent effective area. The hooks shall be suitably encased
to prevent any splitting of the concrete.

2.4 All the reinforcement bars shall be accurately placed in exact position shown on the drawings and
shall be securely held in position during placing of concrete by annealed binding wire not less than 1 mm.
in size and by using stay blocks or metal chair spacers, metal hangers, supporting wires or other
approved devices at sufficiently close intervals. Bars shall not be allowed to sag between supports nor
displaced during concreting or any other operations of the work. All devices used for positioning shall be
of non-corrodible material. Wooden and metal supports shall no extend to the surface of concrete, except
where shown on drawings. Placing bars on layers of freshly laid concrete as the work progress for
adjusting bar spacing shall not allowed. Pieces of broken stone or brick and wooden blocks shall not be
used. Layers of bars shall be separated by spacebars, precast mortar blocks or other approved devices.
Reinforcement after being placed in position shall be maintained in a clean condition until completely
embedded in concrete. Special care shall be exercised to prevent any displacement of reinforcement in
concrete already placed. To prevent reinforcement from corrosion, concrete cover shall be provided as
indicated on drawings. All the bars producing from concrete and to which other bars are to be spliced and
which are likely to be exposed for a period exceeding 10 days shall be protected by a thick coast of neat
cement grout.

2.5 Bars crossing each other where required shall be secured by binding wires (annealed) of size not
less than 1 mm. in such manner that they do not slip over each other at the time of fixing and concreting.

2.6 As far as possible bars of full length shall be used. In case this is not possible, overlapping of
bars shall be done as directed. When practicable, overlapping bars shall not touch each other but be kept
apart by 25 mm. or 1.25 times the maximum size of the coarse aggregate whichever is greater by
concrete between them. Where not feasible overlapping bars shall be bound with annealed wires not less
than 1 mm. thick twisted tight. The overlaps shall be staggered for different bears and located at points
along the span where neither movement is maximum.

2.7 Whenever indicated on the drawings or desired by the Engineer-in-charge bars shall be jointed by
couplings which shall have a cross section sufficient to transit the full stresses of bars. The ends of the
bars that are joined by coupling shall be upset for sufficient length so that the effective cross section at
the base of threads is not less than normal cross-section of the bar. Threads shall be standard threads.
Steel for coupling shall conform to I. S. 226. When permitted or specified on the drawings joints of
reinforcement bars shall be butt-welded so as to transmit their full stresses. Welded joints shall preferably
be located at points when steel will not be subject to more than 75 per cent of the maximum permissible
stresses and welds so staggered that at any one section not more than 20 percent of the rods are

Signature of Contractor 118


welded. Only electric are welding using a process which excludes air from the molten metal and conforms
to any or all other special provisions for the work shall be accepted. Suitable means shall be provided for
holding bars securely in position during welding. It shall be ensured that no voids are left in welding and
when welding is done in two or three stages previous surface shall be cleaned properly. Ends of the bars
shall be cleaned of all loose scale, rust, grease, paint and other foreign matter before welding. Only
competent welders shall be employed on the work. The M. S. electrodes used for welding shall conform
to I. S. 814. Welded pieces of reinforcement shall be tested. Specimen shall be taken from the actual site
and their number and frequency of test shall be as directed.

3.0 Mode of measurement and payment :

3.1 For the purpose of calculating consumption, wastage shall not be permitted beyond 5 percent.
Excess consumption over 5% will be charged at penal rate.

3.2 Reinforcement shall be measured in length including overlaps, separately for different diameters
as actually used in the work. Where welding or coupling is resorted to in place of lap joints such joints
shall be measured for payment as equivalent length of overlap as per design requirement. From the
length so measured the weight if reinforcement shall be calculated in tones on the same basis of as per
M-18 even though steel is supplied to the contractor by the department on actual weight. Length shall
include hooks at the ends. Wastage and annealed steel wire for binding shall not be measured and the
cost of these items shall be deemed to be included in the rate for reinforcement.

3.3 The rate for reinforcement includes cost of steel binding wires its carting from Department a store
to work site, cutting, bending, placing, binding and fixing in position as shown on the drawings and as
directed. It shall also include all devices for keeping reinforcement in approved position cost of joining as
per approved method and all wastage and spacer bars.

3.4 The rate shall be for a unit of One kg.

Item No. 9

Providing TMT FE - 415 bar reinforcement for R.C.C. work including bending binding and placing
in position complete from floor two level to floor three level.
First Floor

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

In general Item No. 8 shall be followed. The work shall be for floor two level to floor three level.

Item No. 10

Providing TMT FE - 415 bar reinforcement for R.C.C. work including bending binding and placing
in position complete from floor three level to four level.
Second Floor

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

In general Item No. 8 shall be followed. The work shall be for floor three level to four level.

Item No. 11

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( A ) Foundations footings Base of columns and mass concrete.

Signature of Contractor 119


Item No. 12

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( B ) Slabs, landing, shelvas, Balconies etc

Item No. 13

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( C ) Ground Beams and Plinth Beams

Item No. 14

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( C-1 ) Beams, Girders and cantilever

Item No. 15

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
(D ) Columns, pillars posts and struts square, rectangular, polygonal in plan upto plinth level

Item No. 16

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
(D-1 ) Columns, pillars posts and struts square, rectangular, polygonal in plan

Item No. 17

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( F ) Lintels

Item No. 18

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( G ) Chhajja

Item No. 19

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level

Signature of Contractor 120


Ground Floor
( H ) Stair cases

Item No. 20

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( I ) Coping

For Item No. 11 to 20 :

1.0. Materials

1.1. Water shall conform to M-1. Cement shall conform to M-3. Sand shall conform to M-6. Grit shall
conform to M-8 Course aggregate shall conform M-12.

2.0. General

2.1. The relevant specification of item No. 5.4.1. ordinary concrete of Building specification book shall
be followed except that the concrete mix shall be designed from preliminary tests. The proportioning of
cement and aggregates shall be done by weight and necessary precautions shall be taken in the
production to ensure that the required work cube strength is attained and maintained. The controlled
concrete shall be in grades of M-100, M-150, M-200, M-250, M-300, M-350 & M-400 with prefix controlled
added to it. The letter M refers to mix and the numbers specify 28 days works cube compressive strength
of 150 mm. cubes of the mix expressed in Kg./Crnt.

2.2. The proportion of cement, sand and coarse aggregate shall be determined of weight. The
weight batch machine shall be used for maintaining proper control over the proportion of
aggregates as per mix design. The strength requirements of different grades of concrete shall be as
under:

Grade Compressive strength of 15 cms. cubes in Kg./Cmt. At


Work test Min.
Concrete 28 days, conducted in accordance with I.S. 516-1959.
Preliminary test Min.

M-1 50 200 150


M-200 260 200
M-250 320 250
M-300 380 300
M-350 440 350
M-400 500 400

In all cases, the 28 days compressive strength specified in above be the criteria for acceptance or
rejection of the concrete.
Where the strength of a concrete mix as indicated by tests, lies in between the strength of any two grades
specified in the above table, such concrete shall be classified in for purpose as concrete belonging to the
lower of the grades between which its strength lies.

3.0. Workmanship

3.1. The proportions for ingredients chosen shall be such that concrete has adequate workability for
conditions prevailing on the work question and can be property compacted with means available except
where ft can be shown to the satisfaction of the Engineer-in-charge, that supply of properly graded
aggregate of uniform quality can be maintained till the completion of work, grading of aggregate shall
be controlled by obtaining the coarse aggregates in different sizes and bending them in the right
proportions as required. Aggregates of different sizes shall be stocked in separate stock piles. The
required quantity of material shall be stock piled several hours, preferably a day before use. The grading

Signature of Contractor 121


of coarse and fine aggregate shall be checked as frequently as possible, the frequency for a given job
being determined by Engineer-in-charge to ensure that the suppliers are maintaining the uniform grading
as approved for samples used in the preliminary tests..

3.2. In proportioning concrete, the quantity of both cement and aggregate shall be determined by
weight. Where the weight of cement is determined by accepting the maker's weight per bag, a reasonable
number of bags shall be weighted separately to check the net weight. Where cement is weighted form
bulk stocks at site and not by bags, it shall be weighed separately from the aggregate. Water, shall
either be measured by volume in calibrated tanks or weighed. All measuring equipment shall be
maintained in clean, and serviceable condition. Their accuracy shall be periodically checked.

3.3. It is most important to keep the specified water cement ratio constant and at its correct value. To
this end, moisture content in both fine and coarse aggregates shall be determined by the Engineer-in-
charge according to the weather conditions. The amount of mixing water shall then be adjusted to
compensate for variations in the moisture content. For the determination of moisture content in the
aggregates. I.S. 2386 (Part-Ill) shall be referred to. Suitable adjustments shah also be made in the
weights of aggregates due to variation in their moisture content.

The minimum quantity of cement used in cement concrete M-25 shall be 360 Kg per Cum. The maximum
quantity of cement shall not be more than 450 kg /Cum.

Providing formwork of ordinary timber planking so as to give a rough finish including centering , shuttering
, strutting and propping etc. height of propping and centering below supporting floor to ceiling not
exceeding 4m and removal of the same for cast in situ reinforced concrete and plain concrete work

1.0. Materials
1.1. The shuttering to be provided shall be of ordinary timber plank and shall conform to M-26.

1.2. The dimensions of scantlings and battens shall conform to the design. The strength of the wood
shall not be less than that assumed in the design.

2.0. Workmanship

2.1. The form work shall conform to the shape lines and dimensions as shown on the plans and be
constructed as to remain sufficiently rigid during the placing and compacting of the concrete. Adequate
arrangements shall be made by the contractor toe safe-guard against any settlement of the form-work
during the course of concreting and after concreting. The form work of shuttering, centering, scaffolding,
bracing etc. shall be as per design.

2.2. Clearing and Treatment of forms:

2.2.1. All rubbish, particularly chipping shaving and saw dust shall be removed from the interior
of the form before the concrete work is placed and the-form in contact with concrete shall be
cleaned and thoroughly wetted or treated. The surface shall be then coated with soap solution
applied before concreting is done. Soap solution for the purpose shaft prepared by dissolving
yellow soap in water to get consistency of paint. Alternatively a coat of raw linseed oil shall
be applied after thoroughly cleaning the surface. Care shall be taken that the coating does not get
on construction joint surface and reinforced bars.

2.3. Stripping time:

2.3.1. In normal circumstances and where ordinary cement is used forms may be struck after expire of
following periods.
(a) Sides of walls columns and vertical faces of beams24 to 48
hours.
(b) Beam soffits, (props, left under) 7 days.
(c) Removal of props slabs:
(i) Slabs spanning up to 4.5. m7
days.

Signature of Contractor 122


(ii) Spanning over 4.5 m ..14
days.
(d) Removal of props t beams and Arches:
(i) Spanning up to 6 m..14
days.
(ii) Spanning over 6 m .21
days.
2.4. Procedure when removing the form work:

2.4.1. All form work shall be removed without such shock or vibrations as would damage the reinforced
concrete surface. Before the soffits form work and struts are removed, the soffits and the concrete surface
shall be exposed where necessary in order to ascertain that the concrete has sufficiently hardened
2.5. Centering:

2.5.1. The centering to be provided shall be got approved. It shall be sufficiently strong to ensure
absolute safety of the form work and concrete work before, during and after pouring concrete. Watch
should be kept to see that behavior or centering and form work is satisfactory during concreting. Erection
should also he such that it would allow removal of forms in proper sequence without damaging either the
concrete or the forms to be removed.

2.5.2. The props of centering shall be provided on firm foundation or base of sufficient strength to carry
the loads without any settlement.

2.5.3. The centering and form work shall, be inspected and approved by the Engineer-in-charge before
concreting.

But this will not relieve the contractor of his responsibility for strength,-adequacy and safety of
form work and centering. If there is a failure of form work or centering, contractor shall be responsible for
the damages to property.
2.6. Scaffolding:

2.6.1. All scaffolding, hoisting arrangements and ladders etc., required for the facilitating of
conceding shall be provided and removed on completion of work by contractor at his own expense. The
scaffolding, hoisting arrangements and ladders etc. shall be strong enough to with sand all live, dead and
impact loads expected to act and shall be subject to the approval of the Engineer-in-charge.
However contractor shall be solely responsible for the safety of the scaffolding, hoisting
arrangement, ladders, work and workman etc. 2.6.2. The scaffolding, hoisting arrangements and
ladder shall allow easy approach to the work spot and afford easy inspection.

2.6.3. The rate is applicable to all condition of working and height up to 4 mts. The rate shall include
the cost of materials and labour for various operations involved such as:

(a) Splayed edges, notching, allowance for overlaps and passing at angles, battens centering,
shuttering propping, bolting, wedging easing, striking and removal.

(b) Filleting to form stop chamfered edges or splayed external angles not exceeding 20 mm: width
to beams, columns and the like.

(c) Temporary openings in the forms for pouring concrete, if required removing rubbish etc.

(d) Dressing with oil to prevent adhesion of concrete with shuttering and.

(e) Raking or circular cutting.

2.7. Re-Use:

2.7.1. Before re-use, all from shall be inspected by Engineer-in-charge and their suitability ascertained.
The forms shall be scarred, cleaned and joints are gone over, repaired where required. Inside
surface shall be retreated to prevent adhesion of concrete.

Mode of measurement & payment

Signature of Contractor 123


The consolidated cubical contents of concrete work as specified in item shall be measured. No
deduction shall be made for

(a) Ends of dissimilar materials such as joints, beams, posts, girders, falters, purling trusses, corbels and
steps etc.,up to 500 Sq, Cm. in section.

The rate includes cost of all materials labour, tools and plant required for mixing, placing in position,
vibrating and compacting, finishing, as directed, curing and all other incidental expenses for
producing centre of specified strength.

The controlled concrete R.C.C. work as specified in item shall be measured under this item. The rate
includes cost of concrete & form work. The rate shall be for a unit of one cubic meter.

Item No. 21

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
( B ) Slabs, landing, shelvas, Balconies etc

Item No. 22

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
( C ) Beams, Girders and cantilever

Item No. 23

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
(D ) Columns, pillars posts and struts square, rectangular, polygonal in plan

Item No. 24

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
( E ) Lintels

Item No. 25

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
( F ) Chhajja

Item No. 26

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
( G ) Stair cases

Signature of Contractor 124


Item No. 27

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
( H ) Coping

For item no. 21 to 27 relevant specifications for Item No. 11 to 20 shall be followed.
The work shall be carried out at & paid for floor two level to floor three level.
Item No. 28

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
For Floor Three to Floor Fourth Level.
Second Floor
( B ) Slabs, landing, shelvas, Balconies etc

Item No. 29

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
For Floor Three to Floor Fourth Level.
Second Floor
( C ) Beams, Girders and cantilever

Item No. 30

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
For Floor Three to Floor Fourth Level.
Second Floor
(D ) Columns, pillars posts and struts square, rectangular, polygonal in plan

Item No. 31

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
For Floor Three to Floor Fourth Level.
Second Floor
( E ) Lintels

Item No. 32

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in.
For Floor Three to Floor Fourth Level.
Second Floor
( F ) Coping

For item no. 28 to 32 relevant specifications for Item No. 11 to 20 shall be followed.
The work shall be carried out at & paid for floor three level to floor four level.
Item No. 33

Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. in
foundation and plinth in cement mortar 1: 6 (1 cement : 6 fine sand)
Plinth Masonry
(B) Conventional

Signature of Contractor 125


In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

Water shall conform to M-1. Cement shall conform to M-3. Sand shall conform to M-6. Brick shall conform
to M-15. Cement mortar shall conform to M-11.

2.0. Workmanship

2.1. Proportion:

2.1.1. The proportion of the cement mortar shall be 1:6 (1 cement: 6 fine sand) by volume.

2.2. Wetting of bricks:

2.2.1. The bricks required for masonry shall be thoroughly wetted with clean water for about two hours
before use or as directed. The cessation of bubbles, when the bricks are wetted with water is as
indication of through wetting of bricks.

2.3. Laying:

2.3.1. Bricks shall be laid in English bond unless directed otherwise. Half or cut bricks shall not be
used except when necessary to complete to bond; closures in such case shall be cut to required size and
used near the ends of walls.

2.3.2. A layer of mortar shall be spread on full width for suitable length of the lower course. Each brick
shall first be property bedded and set home by gently tapping with handle of trowel or wooden
mallet. Its inside face shall be flushed with mortar before the next brick is laid and pressed against it.
On completion of course, the vertical joints shall be fully filled from the top with mortar.

2.3.3. The walls shall be taken up truly in plumb. All courses shall be laid truly horizontal and all vertical
joint shall be truly vertical. Vertical joints in alternate course shall generally be directly one over the other.
The thickness of brickcourse shall be kept uniform.

2.3.4. The brick shall be laid with frog up wards. A set of tools comprising of wooden straight edges,
man son's spirit level, square half meter rub, and pins, string and plumb shall be kept on the site of work
for frequent checking during the progress of work.

2.3.5. Both the faces of walls of thickness greater than 23 cms. shall be kept in proper place. All the
connected brick work shall be kept not more than one meter over the rest of the work. Where this is not
possible, the work shall be raked back according to bond (and not left toothed) at an angle not steeper
than 45 degrees.

2.3.6. All futures, pipes, outlets of water, hold fasts of doors and windows etc. which are required to be
built in wall shall be embedded in cement mortar

2.4. Joints:

2.4.1. Bricks shall be so laid that all joints are quite flush with mortar. Thickness of joints shall not
exposed 12 mm.
The face joints shall be raked out as directed by raking tools daily during the progress of work, when the
mortar is still green so as to provide key for plaster or pointing to done.

2.4.2. The face of brick shall be cleaned the very day on which the work is laid and all mortar dropping
removed.

2.5. Curing:

Signature of Contractor 126


2.5.1. Green work shall be protected from rain suitably. Masonry work shall be kept moist on all
the faces for a period of seven days. The top of masonry work shall be kept well wetted at the close of
the day.
2.6. Preparation of foundation bed:

2.6.1. If the foundation is to be laid directly on the excavated bed, the shall be leveled, cleared of all
loose materials, cleaned and wetted before stating masonry, If masonry is to be laid on concrete footing,
the top of concrete shall be cleaned and moistened. The contractor shall obtain the engineer's approval
for the foundation bed before foundation masonry is started. When pucca flooring is to be provided flush
with the top to plinth, the inside plinth offset shall be kept lower than the outside plinth top by the
thickness of the flooring.

3.0. Mode measurements & payment

3.1. The measurements of this item shall be taken for the brick masonry fully completed in foundation
up to plinth.The limiting dimensions not exceeding those shown on the plinths or as directed shall be final.
Battered tapered and curved portions shall be measured net.
3.2. No deduction shall be made from the quantity of brick work, for any extra payment made for
embedding in masonry or making holes in respect of following items:

(1) Ends of joists, beams, posts, girders, purlins, trusses, corbel, steps etc. where cross sectional
area does not exceed 500 Sq.Cm.

(2) Openings not exceeding 1000 Sq.Cm.

(3) Wall plates and bed plates, bearing of slabs, chajjas and the like whose thickness does not
exceed 10 Cms. and the bearing does not extend to the full thickness of wall.

(4) Drainage holes, and recesses for cement concrete blocks to embed hold fasts for doors, windows
etc.

(5) Iron fixtures, pipes up to 300 mm. dia hold fasts, and doors and windows built into masonry and
pipes etc. for concealed wiring.

(6) Forming chases of section not exceeding 350 -Sq. Cm. in masonry.

3.3. Apertures for fire places shall not be deducted nor shall be paid for separately.

3.4. The rate shall be for a unit of one cubic meter.

The relevant specification as described above shall be followed except that the bricks to be used shall
be fly ash bricks of approved quality & having crushing strength of 70 kg/sq.cm and proportion of cement
mortar shall in C.M. 1:6.

Item No. 34

Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. above
plinth level upto floor two level in cement mortar 1: 6 (1 cement : 6 fine sand)
Ground Floor
(B) Conventional

The relevant specification as described in item -33 shall be followed except that the bricks to be used
shall be fly ash bricks of approved quality & having crushing strength of 70 kg/sq.cm and proportion of
cement mortar shall in C.M. 1:6.The work shall be carried out above plinth level to floor two level.
The rate shall be for a unit of one cubic meter.

Item No. 35

Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. above floor
two level to floor three level in cement mortar 1: 6 (1 cement : 6 fine sand)
Floor two level to floor Three level.

Signature of Contractor 127


First Floor
(B) Conventional

The relevant specification as described in item -33 shall be followed except that the bricks to be used
shall be fly ash bricks of approved quality & having crushing strength of 70 kg/sq.cm and proportion of
cement mortar shall in C.M. 1:6.The work shall be carried out above two level to floor three level.
The rate shall be for a unit of one cubic meter.

Item No. 36

Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. above floor
three level to floor four level in cement mortar 1: 6 (1 cement : 6 fine sand)
Floor Three level to floor Four level.
Second Floor
(B) Conventional

The relevant specification as described in item -33 shall be followed except that the bricks to be used
shall be fly ash bricks of approved quality & having crushing strength of 70 kg/sq.cm and proportion of
cement mortar shall in C.M. 1:6.The work shall be carried out above three level to floor four level.
The rate shall be for a unit of one cubic meter.

Item No. 37

Half brick masonary in FLY ASH bricks having crushing strength not lessthan 70 kg./sq.cm. in
cement morar 1:4 (1 Cement: 4 coarse sand) above plinth upto floor two level
Ground Floor
(B) Conventional

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The relevant specification as described in item -33 shall be followed except that the bricks to be used
shall be fly ash bricks of approved quality & having crushing strength of 70 kg/sq.cm and proportion of
cement mortar shall in C.M. 1:4. The work shall be carried out above plinth level to floor two level.

1.0. Materials

Bricks shall conform to M-15. Water shall conform to M-1. Cement shall conform to M-3. Sand shall
conform to M-6. Cement mortar shall conform to M-11.

2.0. Workmanship

2.1. Relevant specifications of bricks, wetting and laying of bricks, joints, curing etc shall conform
to item no.33 except that the brick work of half shall be carried out.

2.2. Cement mortar used in masonry work shall be in proportion of 1 part of cement and 4 parts
of sand by volume.

2.3. All Half bricks shall be laid stretcher wise, breaking joints with those in the upper and
lower courses. The wall shall be taken truly plumb. All courses shall be said truly horizontal and
all vertical joints shall be truly vertical. The bricks shall be laid with frogs upwards. A set of
masons tools shall be maintained on work as required for frequent checking.

3.0. Mode of measurement and payment

3.1. The half brick masonry work in foundation and plinth shall be measured under this item
the limiting dimensions shall not exceed those shown in the plan or as directed. Any work done
extra over the specified dimensions shall be ignored.

3.2. The relevant specifications of item no.33. shall be followed. The length shall be measured
nearest to one cm.

3.3. The rate shall be for a unit of one sq. meter.

Signature of Contractor 128


Item No. 38

Half brick masonary in FLY ASH bricks having crushing strength not lessthan 70 kg./sq.cm. in
cement morar 1:4 (1 Cement: 4 coarse sand)
Floor two level to floor Three level.
First Floor
(B) Conventional

The relevant specification as described in item-37 shall be followed. The work shall be carried out
above floor two level to floor three level.

The rate shall be for a unit of one sq. meter.

Item No. 39

Providing and fixing 35 mm thick Decorative type flush door shutters, solid core construction with
teakwood frame of size 125mm X 62.5mm & frame of first class hard-wood with cross band and
face veneer or ply-wood face panels,1.5 mm thick laminate on both sides including Stainless steel
fixtures and fastening and SS handle including primer coat of approved quality and two coats of
oil painting etc complete.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

FRAME :

1.0. Materials

Wood in frames shall be approved quality teak wood onfirming to M-29.

2.0. Workmanship

2.1. The item covers the requirement of frames for doors, windows, clerestory windows, their supply
and fixing.

2.2. Frames:

2.2.1. All members of frames shall be exactly at right angles. The right angle shall be checked from
inside surfaces of the-frames of the respective members.

2.2.2. All members of frames shall be straight without any warp of bow and shall have smooth surfaces
well planed on the three sides exposed at right angles to each other. The surfaces touching the wall may
not be planed unless it is required in order to straighten up the member or to obtain the overall sizes
within the tolerances as specified.

2.2.3. Frame shall have dovetail joins. When clerestory windows in included, it shall be provided
by having full length one piece post for door or windows and clerestory window extending the
frame on top at the head to the required extent. Horns shall not be provided in the head of the frame.
When no sills are provided, the vertical posts of the frame in the ground floor shall be embedded in the sill
masonry for 10 cm. on upper floors, the vertical posts shall be fixed in the floor or masonry by forming
notches 10 mm. deep. Slight adjustment of spacing as necessary shall be done to have the hold fasts in
the joints of masonry; course. The frame shall be erected in position and held plumb with strong support
form north sides and built in masonry as it is being built. The transom shall be through tenoned into the
mortises of the jamb pot to the full width of the jamb post and the thickness of the tenon shall be not less
than
15 mm.

2.3. Tolerance:
Unless specially mentioned otherwise tolerance of + 1.5. mm shall be allowed for each wrought face.

Signature of Contractor 129


2.4. The tenons shall be closely fitting into the mortises and suitably pinned with wood dowels not
less than 10 mm. dia. meter. The depth of rebates for housing the shutter shall be as shown in the
detailed drawing or as directed.

2.5. The concrete surface of tenon and mortise shall be treated before putting together with
an adhesive of approved make.

2.6. Minimum number of three hold-fasts shall be fixed on each side of door and windows
frames, one at the center point and the other two at 30 mm. from the top and bottom of the frames. In
case of windows and ventilators frames. The size c. each hold-fast shall be 300 x 25 x 6 mm. and of mild-
steel with split end. The hold fasts shall be fixed with screws to frames.

2.7. Mild steel hold fasts shall be protected with a coating of coal asphalt tar. The surface of frame
abutting the masonry or concrete faces shall be properly treated by applying a coat of approved coating.

SHUTTERS :

Material :
Flush door shall confirm to M-30 on page-16, paints shall confirm to M-44 on page -21 of Specification
book.

Flush door shutters shall have a solid core and may be of the decorative or non-decorative (Paintable
type as per IS 2202 (Part I). Nominal thickness of shutters may be 25, 30, 35 or 40mm. Thickness and
type of shutters shall be as specified.

Width and height of the shutters shall be as shown in drawings or as indicated by the Engineer-in-Charge.
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.

Core :

The core of the flush door shutters 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 30 mm. 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 of one species only but it may or may not
be of the same species as that of the stiles and rails. Any species of timber may be used for core of flush
door. However, any non-coniferous (Hard wood) timber shall be used for stiles, rails and lipping.

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 0.4 mm and 1.0 mm for decorative
veneers, provided that the combined thickness of both is not less than 2.2 mm. 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. Commercial face veneers shall conform to marine grade
plywood and decorative face veneers shall conform to type I decorative plywood in IS 1328.

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 or stiles shall be not less than 35 mm. joints shall not be
permitted in the lipping.

Rebating :

Signature of Contractor 130


In the case of double leaves shutters the meeting of stiles shall be rebated by 8 mm to 10 mm. the
rebating shall be either splayed or square type as shown in drawing where lipping is provided. The depth
of lipping at the meeting of stiles shall not be less than 30 mm.

Opening for Glazing :

When required by the purchaser opening for glazing shall be provided and unless otherwise specified the
opening for glazing shall be 250 mm in height and 150 mm or 200 mm in width unless directed otherwise.
The bottom of the opening shall be at a height of 1.4 m from the bottom of the shutter. Opening for
glazing shall be lipped internally with wooden batten of width not less than 25 mm. opening for glazing
shall be provided where specified or shown in the drawing.

Venetian Opening :

Where specified the height of the Venetian opening shall be 350 mm from the bottom of the shutter. The
width of the opening shall be as directed but shall provide for a clear space of 75 mm between the edge
of the door and venetian opening but in no case the opening shall extend beyond the stiles of the shutter.
The top edge of the opening shall be lipped internally with wooden battens of width not less than 25 mm.
Venetian opening shall be provided where specified or shown in the drawing.

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 two points.

Adhesive :

Adhesive used for bonding various components of flush door shutters namely, core, core frame, lipping,
cross bands, face veneers, plywood etc. and for bonding plywood shall conform to BWP type, phenol
formaldehyde synthetic resin adhesive conforming to IS 848.

Tests :

Samples of flush door shutters shall be subjected to the following tests :

End Immersion Test


Knife Test
Glue Adhesion Test

One end of each sample shutter shall be tested for End Immersion Test. Two specimens of 150 x 150
mm size shall be cut from the two corners at the other end of each sample shutter for carrying out Glue
Adhesion Test. Knife Test shall be done on the remaining portion of each sample shutter.

Sample Size :

Shutters of decorative and non-decorative type from each manufacturer, irrespective of their thickness
shall be grouped separately and each group shall constitute a lot. The number of shutters (Sample size)
to be selected at random from each lot for testing shall be as specified in Table. If the total number of
shutters of each type in a work (and not the lot) is less than twenty five testing may be done at the
discretion of the Engineer-in-Charge and in such cases extra payment shall be made for the sample
shutter provided the sample does not fall in any of the test specified as above.
For knife test, glue adhesive test, slamming test, the end immersion test, the number of shutters shall be
as per Col. 4 of below Table.

Sample Size and Criteria for Conformity

Lot Size Sample Size Permissible no. of Sub. Sample size


defective
Upto 26 to 50 8 0 1
51 100 13 1 2

Signature of Contractor 131


101 150 20 1 2
151 300 32 1 3
301 500 50 2 4
501 and above 80 2 5

Criteria for Conformity :

All the sample shutters when tested shall satisfy the requirements of the tests laid down in Appendix F of
Chapter 9 of CPWD specifications. The lot shall be declared as conforming to the requirements when
numbers of defective samples does not exceed the permissible number given in col. 3 of above table. If
the number of sample shutters found unsatisfactory for a test is one, twice the number of samples initially
tested shall be selected and tested for the test. All sample shutters so tested shall satisfy the requirement
of the test. If the number of samples found unsatisfactory for a test is two or more, the entire lot shall be
considered unsatisfactory.

Fixing :
For side hung shutters of height upto 1.2m, 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 mm 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 rail 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 shall 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 90 x 4 mm shall be used. Continuous (piano) hinges shall
be used for fixing cup-board shutters where specified. The shutters shall be provided with Stainless steel
fixtures and fastening and SS handle unless otherwise specified including painting with priming coat of
approved quality primer and two coats of oil painting of approved make & shade etc complete as per
drawing.
+
PAINTING

1.0. Materials

1.1. The ready mixed paint, brushing, wood primer pink shall conform to I.S. 3536-1966

2.0. Workmanship

2.1. Preparation of Surfaces :

2.2.1. All wood work shall be dry and free from any foreign matter incidental to building operations. Nails
shall be punched well below the surface to provide a film key for stopping. Moldings shall be carefully
smoothened with abrasive paper and projecting fibers shall be removed. Flat portions shall be
smoothened off with abrasive paper used across the grain prior to painting prior to painting and with the
grain prior to staining or if the wood is to be left in its natural colour, wood work which is to be stained may
be smoothened by scraping instead of by glass papering if so required.

2.2.2. Any knots, resinous, streaks or bluefish sap wood that are not large enough to justify cutting out
shall be treated with two coats of pure shellac knotting applied thinly and extended about 25 mm. beyond
the actual area requiring treatment.

2.2. Application of primer :

2.2.1. After the preparation of the surface, the priming coat shall be applied immediately. The brushing
operations are to be adjusted to the spreading capacity advised by the manufacturer of the particular
primer. The paint shall be applied evenly and smoothly by means of crossing and laying off. The crossing
and laying off consists of covering the area over with paint, brushing alternately in opposite directions,
two or three times and then finally brushing lightly in a direction at right angles to the same. In this
process, no brush marks shall be left after the laying off is finished. The full process of crossing and
laying off wall constitute one coat.

Signature of Contractor 132


2.2.2. During painting, every time, after the priming coat has been worked out of the brush bristles or
after the brush has been unloaded, the bristles of the brush shall be opened up by striking the brush
against portion of the unpainted surface with the end of the bristles, held at right angles to the
surface, so that bristles thereafter will collect the correct amount of paint when dipped again in to a
paint container The prima/y coat shall be allowed to dry completely before painting is started.

2.2.3. No hair marks from the brush or clogging at pain puddles in the corner of panels angles of
moulding etc.shall be left on the work

2.2.4. The container when not in use shall be kept close and free from air so that paint does not
thickness and also shall be kept guarded from dust.

+
1.0. Materials

1.1. Synthetic enamel paint shall conform to I.S. 1932-1964.

2.0. Workmanship
2.1. General : The materials required for work of painting work shall be obtained directly from
approved manufactures or approved dealer and brought to the site in maker's drums; kegs. etc. with seal
unbroken.

2.1.2. All materials not in actual use shall be kept properly protected, lids of containers shall be kept
closed and surface of paint in open or partially open containers covered with a thin layer of turpentine to
prevent formation of skin. The materials which have become state or flat due to improper and long
storage shall not be used. The paint shall be stirred thoroughly in its container before pouring into small
containers. While applying also, the paint shall be continuously stirred in smaller container. No left over
paint shall be put back into stock tins. When not in use the containers shall be kept properly closed.

2.1.3. If for any reasons, things is necessary, the brand of thinner recommended by the manufacturer
shall be used.

2.1.4. The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt and
grease shall be thoroughly removed before painting is started. No painting on exterior or other exposed
part o the work shall be carried out in wet, damp or otherwise unfavorable weather and all the
surfaces shall be thoroughly dry before painting work is started.

2.2. Application of paint:

2.2.1. Brushing operations are to be adjusted to the spreading capacity advised by the manufacture of
particular paint. The paint shall be applied evenly and smoothly by means of crossing and laying off. The
crossing and laying off consists of covering the area over with paint, brushing the surface hard for the first
time over and then brushing alternately in opposite directions two or three times and then finally brushing
lightly in a direction at right angles to the same. In this process, no brush marks shall be left after the -
laying off is finished. The full process of crossing and laying off will constitute one coat.

2.2.2. Each coat shall be allowed to dry completely and lightly rubbed with very fine grade of sand-
paper and loose particles brushed off before next coat is applied. Each coat shall vary slightly in
shade and shall be got approved from Engineer-in-charge before next coat is started.

2.2.3. Each coat the last shall be lightly rubbed down with sand paper of fine pumice stone and cleaned
of dust before the next coat is applied. No hair marks from the brush of clogging of paint puddles in the
corners of panels, angles of moldings etc. shall be left on the work.
2.2.4. Approved best quality brushes shall be used.

The synthetic enamel paint shall be used for painting on new wood/wood based surfaces. In painting
doors and windows, the putty, round the glass panes also be painted but care shall be taken to see that
no paint, stain etc. are left on the glass. Top of shutters and surfaces in similar hidden locations shall not
be left out in painting.

Measurements :

Signature of Contractor 133


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 metres to nearest two places of
decimal. No deduction shall be made for providing venetian opening and opening for glazing.

Rate :

The rate includes the cost of material and labour involved in all the operations described above. Extra
rate shall be payable for providing rebates in double leaved shutters. Glazing when provided shall be
measured and paid for separately as, for paneling of each type or for glazed panel length and width of
opening for panels inserts or glazed panels shall be measured correct to a cm before fixing the beading
and the area shall be calculated to the nearest 0.01 sq.m. The portions of panel inserts or glazed panel
inside the grooves or rebates shall not be measured for payment.

Item No. 40

Providing and fixing 35 mm thick Decorative type flush door shutters, solid core construction with
frame of first class hard-wood with cross band and face veneer or ply-wood face panels,1.5 mm
thick laminate on both sides including Stainless steel fixtures and fastening and SS handle
including primer coat of approved quality and two coats of oil painting etc complete.

The item shall be carried out as per specification of item-39 as described as above, only 35 mm thick
Decorative type flush door shutters, solid core construction with frame of first class hard-wood with cross
band and face veneer or ply-wood face panels,1.5 mm thick laminate on both sides including Stainless
steel fixtures and fastening and SS handle including primer coat of approved quality and two coats of oil
painting etc complete shall be provided.

Item No. 41
Providing and fixing anodised aluminium work for WINDOWS AND VENTILATORS with Anodised
aluminium ( anodised transparent or dyed to required shade according to IS: 1868, Minimum
anodic coating of grade AC 15 ) heavy duty extruded built up standard tubular
sections/appropriate Z sections and other sections of approved make conforming to IS: 733 and
IS : 1285, fixed with rawl plugs and screws or with fixing clips, or with expansion hold fasts
including necessary filling up of gaps at junctions, at top, bottom and sides with required
PVC/neoprene felt or sealent of wecker 789 or Dow corning 789 grade so as to make all joints
waterproof etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle, auminium snap beading for glazing /
panelling, stainless steel screws as per architectural drawings and the directions of Engineer-in-
charge and incl. providing and fixing glazing in aluminium WINDOW AND VENTILATOR shutters
etc. with EDPM gasket etc. complete as per the architectural drawings and the directions of
engineer-in-charge with 6.0 mm thick plain float glass panel of approved shade and approved
make and fixed to the frames and frames fixed to the walls. The framed ends shall have required
brushings for proper sealing.
The Window shall be three Track with sliding shutters and the frame section of size 101.6 x 44.45
x 2.01 of weighing 1.605 Kg./Rmt., window frame with bottom member of size 61.85 x 31.75 x 1.5
weighing 0.909 Kg./Rmt. top and sides member of size 61.85 x 31.75 x 1.5 weighting 0.784
Kg./Rmt. With shutter frame of top member of size 40 x 18 x 1.55 weighing 0.547 kg / Rmt and
bottom member of size 52 x 18 x 1.56 weighing 0.651 kg / Rmt,interlock member of size 40 x 18 x
1.45 weighing .607 kg / Rmt ,and handle member of size 40 x 18 x 1.55 weighing 0.547 kg / Rmt of
extruded alluminium colour anodized section and frames with necessary aluminium handles and
locking arrangement etc. complete including necessary cutting and making good etc. complete.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

General :

Aluminium Sections :

Signature of Contractor 134


Aluminium sections used for fixed / openable windows, ventilators, partitions, frame work & doors etc.,
shall be suitable for use to meet architectural designs to relevant works and shall be subject to approval
of the Engineer-in-Charge for technical, structural, functional and visual considerations. The aluminium
extruded sections shall conform to IS 733 and IS 1285 for chemical composition and mechanical
properties. The stainless steel screws shall be of grade AISI 304.

The permissible dimensional tolerance of the extruded sections shall be as per IS 6477 and shall be such
as not to impair the proper and smooth functioning / operation and appearance of door and windows.
Aluminium glazed doors, windows etc. shall be of sizes, sections and details as shown in the drawings.
The details shown in the drawings may be varied slightly to suit the standards adopted by the
manufacturers of the aluminium work, with the approval of Engineer-in-Charge. Before proceeding with
any fabrication work, the contractor shall prepare and submit, complete fabrication and installation
drawings for each type of glazing doors, windows, ventilators and partition etc. for the approval of the
Engineer-in-Charge. If the sections are varied, the contractor shall obtain prior approval of Engineer-in-
Charge and nothing extra shall be paid on this account.

Anodising:

Standard aluminium extrusion sections are manufactured in various sizes and shapes in wide range of
solid and hollow profiles with different functional shapes for architectural, structural glazing, curtain walls,
doors, window and ventilators and various other purposes. The anodizing of these products is required to
be done before the fabrication work by anodizing/electro coating plants which ensures uniform coating in
uniform colour and shades. The extrusions are anodized up to 30 micron in different colours. The
anodized extrusions are tested regularly under strict quality control adhering to Indian standard.

EPDM GASKETS :

The EPDM Gaskets shall be of size and profile as shown in drawings and as called for to render the
glazing, doors, windows, ventilators etc., air and water tight. Samples of gaskets shall be submitted for
approval and the EPDM gasket approved by Engineer-in-Charge shall only be used. The contractor shall
submit documentary proof of using the above material in the work to the entire satisfaction of Engineer-in-
Charge.

The EPDM gasket shall meet the requirements given in Table below :

Sr. No. Description Standard Follow Specification


1 Tensile strength kg. f/cm2 ASTM-D 412 70 Min.
2 Elongation at break % ASTM-D 412 250 Min.
3 Modulus 100% kg. f/cm2 ASTM-D 412 22 Min.
4 Compression set % at 00 CC 22 Hrs. ASTM-D 395 50 Max.
5 Ozone resistance ASTM-D 1149 No visible cracks

SEALANT :

The sealants of approved grade and colour shall only be used. The silicon for perimeter joints (between
aluminium section and RCC/Stone masonry) shall be of make as approved by Engineer-in-Charge.

Method of Application :
Surface Preparation : Clean all joints and glazing pockets by removing all foreign matter and
contaminants such as grease, oil, dust, water, frost, surface dirt, old sealants or glazing compounds and
protective coatings.
Masking :

Areas adjacent to joint shall be masked to ensure neat sealant lines. Masking tape shall not be allowed to
touch clean surfaces to which the silicone sealant is to adhere. Tooling shall be completed in one
continuous stroke immediately after sealant application and before a skin forms and masking shall be
removed immediately after tooling.

Application :

Signature of Contractor 135


Install backer rod of appropriate size and apply silicone sealant in a continuous operation using a positive
pressure adequate to properly fill and seal the joint. The silicone sealant shall be tooled with light
pressure to spread the sealant against backing material and the joint. Soap or water shall not be used as
a tooling aid. Remove masking tape as soon as silicone joint is tooled.

Tolerance : A tolerance of + 3 mm shall be allowed in the width of silicone joints. The depth of the joints at
throat shall not be less than 6 mm.

DOOR, WINDOW, VENTILATOR AND PARTITION FRAMES

Frame work :

First of all shop drawings for each type of doors/windows/ventilators etc. shall be prepared by using
suitable sections based on architectural drawings, adequate to meet the requirement/specification and by
taking into consideration varying profiles of aluminium sections being extruded by approved
manufacturers. The shop drawings shall show full size sections of glazed doors, windows, ventilators etc.
The shop drawings shall also show the details of fittings and joints. Before start of the work, all the shop
drawings shall be got approved from the Engineer-in-Charge.

Actual measurement of openings left at site for different type of door/window etc. shall be taken. The
fabrication of the individual door/widows/ ventilators etc. shall be done as per the actual sizes of the
opening left at site. The frames shall be truly rectangular and flat with regular shape corners fabricated to
true right angles. The frames shall be fabricated out of section which have been cut to length, mitered and
joined mechanically using appropriate machines. Mitered joints shall be corner shall be corner crimped or
fixed with self tapping stainless steel screws using extruded aluminium cleats of required length and
profile. All aluminium work shall provide for replacing damaged/broken glass panes without having to
remove or damage any member of exterior finishing material.

Fixing of Frames :

The holes in concrete/masonry/wood/any other members for fixing anchor bolts/fasteners/screws shall be
drilled with an appropriate electric drill. Windows/doors/ventilators etc. shall be placed in correct final
position in the opening and fixed to Sal wood backing using stainless steel screws of star headed, counter
sunk and matching size groove of required size at spacing not more than 250 mm c/c or dash fastener.
All joints shall be sealed with approved silicone sealants.
In the case of composite windows and doors, the different units are to be assembled first. The assembled
composite units shall be checked for line, level and plumb before final fixing is done. Engineer-in-Charge
in his sole discretion may allow the units to be assembled in their final location if the situation so warrants.
Snap beadings and EPDM gasket shall be fixed as per the detail shown in the shop drawings.

Where aluminium comes into contact with stone masonry, brick work, concrete, plaster or dissimilar
metal, it shall be coated with an approved insulation lacquer, paint or plastic tape to ensure that
electrochemical corrosion is avoided. Insulation material shall be trimmed off to a clean flush line on
completion.

The contractor shall be responsible for the doors, windows etc. being set straight, plumb, level and for
their satisfactory operation after fixing is complete.

DOOR, WINDOWS AND VENTILATOR SHUTTERS:

Material, fabrication and dimensions of aluminium doors, windows and ventilators manufactured from
extruded aluminium alloy sections of standard sizes and designs complete with fittings, ready for being
fixed into the buildings shall be as per IS 1948.

Standard Sizes, Tolerances and Designations :

The types and the overall sizes of aluminium doors, windows and ventilators shall be as given as per
drawings. Their sizes shall be derived after allowing 1.25mm clearances on all the four sides for the
purpose of fitting the doors, windows and ventilators into modular openings.

Tolerances :

Signature of Contractor 136


The sizes for doors, windows and ventilators frames shall not vary by more than + 1.5mm.

Material :
Aluminium alloy extruded sections used in the manufacture of extruded window sections shall conform to
IS 733. Hollows aluminium alloy senctions used shall conform to IS 1285. Dimensions and weight per
metre run of the extruded sections shall be as given as per design / drawings.
Fabrication :

Frame : Frames shall be square and flat, the corners of the frame being fabricated to a true right angle.
Both the fixed and opening frames shall be constructed of sections which have been cut to length,
metered and welded at the corners. Where hollow sections are used with welded joints, argon-arc
welding or flash butt welding shall be employed gas welding or brazing not to be done). Subdividing bars
of units shall be tenoned and riveted into the frame.

Doors :

The outer fixed frame shall be of section A1-FX8. The shutter frame shall be of either hollow sections A1-
HFX5 and A1-HFX6.

The kick panels if specified shall be of 1.25 mm aluminium alloy sheet conforming to IS Designation NS3-
1/2H of IS 737 specification for Wrought Aluminium and Aluminium Alloys, Sheet and strip and shall be
screwed to the frame and the glazing bar.

Hinges :

Cast of extruded aluminium alloy hinges for door shall be of the same type as in the windows but of larger
size. The hinges shall normally be of the 50 mm projecting type. Non-projecting type of hinges may also
be used.

A suitable lock for the door operable either from inside or outside shall be provided.
Note: From the point of view of security, the lock which is operable from only one side is better and in the
case of such locks, a bolt shall be provided to make them inoperable from the other side.
In double shutter doors the first closing shutter shall have a concealed aluminium alloy bolt at top and
bottom. It shall be so constructed as not to work loose or drop by its own weight.

Single and double shutter doors may be provided with a three-way bolting device. Where this is provided
in the case of double shutter door, concealed aluminium bolts may not be provided.

Composite Units :

The doors shall be coupled to windows or side-lights by extruded aluminium sections made from
aluminium alloy conform to IS Designation HE9-WP of IS 733.

Weather Bar :

Where a coupling member is fitted over an external opening shutter, the coupling member should
incorporate an integrally extruded weather bar.

Position of Bolts, Fixing Screws and Lugs :

Outer frames shall be provided with fixing holes centrally in the web of the sections in the position.
Moreover, any steel lugs coming in contact with aluminium should be either galvanized or given one coat
of bituminous plaint.

The fixing screws and lugs shall be as given in table :

Sr. Place of Fixing Size of Screw or Lug


No.

(i) To wooden frames rebated on the outside 30mm x No. 10 galvanized wood-screws.

(ii) To plugs in concrete, stone or brick work -Do -

Signature of Contractor 137


rebated on the outside

(iii) To plugs in concrete, stone or brick work 45mm x No. galvanized wood-screws
not rebated on the outside (that is plain or
square jambs)

(iv) Direct to brick work or masonry (that is Slotted steel adjustable lugs (natural finish)
plain or square jambs) not less than 100 x 16 x 3mm countersunk
galvanized machine screws and nuts 19.0 x
6.3 mm.

(v) To steel work Standard clip and 8 mm galvanized bolts with


hexagonal nuts.

Finish :

Aluminium doors, windows and ventilators may be supplied in either matt, scratch-brush or polished
finish. They may, additionally, also be anodized, if specified. If colour anodizing is to be done then only
approved light-fast shades should be used.

A thick layer of clear transparent lacquer based on methacrylates or cellulose butyrate, shall be applied
on aluminium doors, windows and ventilators by the supplier to protect the surface from wet cement
during installation. This lacquer coating shall be removed after installation is completed.

Glazing :

Glazing shall be provided on the outside of the frames.

If required, glazing clips may be provided as extra fittings. Four / Six glazing clips may be provided per
glass pane as specified. In case of doors, windows and ventilators without horizontal glazing bars the
glazing clips shall be spaced according to the slots in the vertical members, otherwise the spacing shall
be 30 cm.
Note : Glazing clips are not usually provided for normal size glass panes. Where large size glass panes
are required to be used or where the door or the window is located in heavily exposed situation, holes for
glazing clips have to be drilled prior to fabrication and cannot be done at any later stage. Use of glazing
clips, where necessary, shall be specified while placing the order.

Stainless Steel Friction Stay :

The stainless tell friction stays of make approved by the Engineer-in-Charge shall be used. The SS
friction stays shall be of grade AISI-304 and of sizes specified in nomenclature of item.
Lockable Handles :

The lockable handles shall be of make approved by the Engineer-in-Charge and of required colour to
match the colour of powder coated / anodized aluminium window sections.

Hydraulic Floor Spring :

The hydraulic floor spring shall be heavy duty double action floor spring of make approved by the
Engineer-in-Charge suitable for door leaf of weight minimum 100 kg. The top cover plate shall be of
stainless steel, flushing with floor finish level. The contractor shall cut the floor properly with stone cutting
machine to exact size & shape. The spindle of suitable length to accommodate the floor finish shall be
used. The contractor shall give the guarantee duly supported by the company for proper functioning of
floor spring at least for 10 years.

Tubular Handle :

The tubular handle bar shall be aluminium polyester powder coated minimum 50 micron to required
colour or anodized AC 15 or as specified. Outer dia of tube thickness 3.0 mm and centre to centre length
2115 mm + 5 mm.

Measurements :

Signature of Contractor 138


Length and width of the shutters incl. all aluminium section frames incl. snap beadings shall be measured
to the nearest cm in closed position Overlap of two shutters shall not be measured.
All work shall be measured net as fixed and area calculated in square metres to nearest two places of
decimal. No deduction shall be made for providing venetian opening and opening for glazing.

Rate :

The rate includes the cost of material and labour involved in all the operations described above. Glazing
shall be measured and shall be included in the area. The area shall be calculated to the nearest 0.01
sq.m.

The rate shall include the cost of all the materials, labour involved in all the operations as described in
nomenclature of item and particular specification.

LOUVERS :

Aluminium extruded sections (anodized or powder coated) are used for providing Louvers in aluminium
door, window & partition for ventilation.

Fabrication :

First of all shop drawings for each type of doors/windows/ventilators etc. shall be prepared by using
suitable sections based on architectural drawings, adequate to meet the requirement/specification and by
taking into consideration varying profiles of aluminium sections being extruded by approved
manufacturers. The shop drawings shall show full size sections of glazed doors, windows, ventilators etc.
The shop drawings shall also show the details of fittings and joints. Before start of the work, all the shop
drawings shall be got approved from the Engineer-in-Charge.

Actual measurement of openings left at site for different type of door/window etc. shall be taken. The
fabrication of the individual door/widows/ ventilators etc. shall be done as per the actual sizes of the
opening left at site. The frames shall be truly rectangular and flat with regular shape corners fabricated to
true right angles. The frames shall be fabricated out of section which have been cut to length, mitered and
joined mechanically using appropriate machines. Mitered joints shall be corner shall be corner crimped or
fixed with self tapping stainless steel screws using extruded aluminium cleats of required length and
profile. All aluminium work shall provide for replacing damaged/broken glass panes without having to
remove or damage any member of exterior finishing material.

GLAZING :

Glass in doors, windows, glazing and ventilators shall be 5 mm thick or as specified float glass, clearer
,tinted or reflective as mentioned in the item, and shall be approved quality stains, scratches, bubbles
and flaws of any kind and shall be properly cut to fit framed and mullions. All windows and ventilators
shall be glazed from outside with snap fit anodized aluminium heading and EDPM/ gasket lining
complete. The buildings, shall be snap fit and shall be fitted without use of screws. No screws other than
those on some of the hardware shall be visible.
Measurements :

Length and width of the shutters incl. all aluminium section frames incl. snap beadings shall be measured
to the nearest cm in closed position Overlap of two shutters shall not be measured.
All work shall be measured net as fixed and area calculated in square metres to nearest two places of
decimal. No deduction shall be made for providing venetian opening and opening for glazing.

Rate :

The rate includes the cost of material and labour involved in all the operations described above. Glazing
shall be measured and shall be included in the area. The area shall be calculated to the nearest 0.01
sq.m.

The rate shall include the cost of all the materials, labour involved in all the operations as described in
nomenclature of item and particular specification.

Signature of Contractor 139


Item No. 42

Providing and fixing anodized aluminium work for WINDOWS AND VENTILATORS with Anodized
aluminium ( anodized transparent or dyed to required shade according to IS: 1868, Minimum
anodic coating of grade AC 15 ) heavy duty extruded built up standard tubular
sections/appropriate Z sections and other sections of approved make conforming to IS: 733 and
IS : 1285, fixed with rawl plugs and screws or with fixing clips, or with expansion hold fasts
including necessary filling up of gaps at junctions, at top, bottom and sides with required
PVC/neoprene felt or sealant of wecker 789 or Dow corning 789 grade so as to make all joints
waterproof etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle, aluminium snap beading for glazing /
paneling, stainless steel screws as per architectural drawings and the directions of Engineer-in
charge and incl. providing and fixing glazing in aluminium WINDOW AND VENTILATOR shutters
etc. with EDPM gasket etc. complete as per the architectural drawings and the directions of
engineer-in-charge with 6.0 mm thick plain float glass panel of approved shade and approved
make and fixed to the frames and frames fixed to the walls. The framed ends shall have required
brushings for proper sealing.
The Window shall be fixed and the frame section of size 101.6 x 44.45 x 2.01 weighing 1.605
Kg./Rmt., and horizontal member of size 101.6 x 44.45 x 2.4 of weighting 1.954 Kg./Rmt. Of
extruded alluminium colour anodized section and frames with necessary aluminium handles
and locking arrangement etc. complete including necessary cutting and making good etc.
complete.

The item shall be carried out as per specification of item-41 of Detailed Specifications for Schedule-B-1.
But the window shall be fixed type.

Item No. 43

Providing and fixing Aluminum ventilation of section with frame of 38.10 mm x 25.4 mm x 1.44 mm
having glazing patta of size 50 mm x 3 mm with 5 mm thick plain glass fixing with glazing clips
including rubber gasket etc , complete

The item shall be carried out as per specification of item-41 of Detailed Specifications for Schedule-B-1

Item No. 44

Providing and fixing M.S. grills/railings of required pattern to wooden frames/or Marble Frame of
window/balcony etc. with M.s. flats at required spacing and frames all-round, square or round
bars fixed with round headed bolts and nuts or by screws, including oil painting with one coat of
primer of approved quality and brand & two coats of synthetic enamel oil paint etc. complete as
per detail drawing and as directed by Engineer in charge.
(B) Plain grill

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

The structural steel shall conform to M-22

2.0. Workmanship

2.1. The M.S. Grill shall be prepared as per the drawing or as directed for fixing to wooden frames or
marble Frame of windows / balcony etc.

2.2. The grill shall be fabricated to the designs and patterns shown in the drawings and the weight
shall be as directed, and the joints shall be reverted or welded as shown in the plan or as directed. The
grill so formed shall be fixed into the frames of the windows etc. before they are erected in position. The
outside strip frame of the grill shall be housed to its full thickness into the recess cut into the frame of the
windows etc. The grill shall be fixed to the frame with number of bolts and nuts or screws viz. bolt

Signature of Contractor 140


nut/screw per 30 cm. of the length of outer strip subject to minimum of 2 Nos. on each side of the frame
or as indicated in the drawing or as directed.

2.3. The bolts and nuts or screws shall be counter sunk and shall be fixed with the top of their heads
flush with the face of the frame strips.

+
PAINTING :

1.0. Materials

1.1. The ready mixed primer, brushing red shall conform to I.S. 102-1962.

1.2. The thinner (linseed oil) shall conform to I.S. 75-1973. If for any reason, thinning is necessary m
case of
ready mix paint the brand of thinner recommended by manufacture shall be used.

2.0. Workmanship

2.1. Preparation of surfaces : The surfaces painting shall be cleaned of all rust, scale, dirt and other
foreign matter sticking to it with wire brushes, steel wool, scrapers, sand paper etc. This surface shall then
be wiped finally with mineral turpentine which shall also remove grease and perspiration of hand marks.
The surface shall then be allowed to dry.

2.2. Application of primer :

2.2.1. After the preparation of the surface, the priming coat shall be applied immediately. The brushing
operations are to be adjusted to the spreading capacity advised by the manufacturer of the particular
primer. The paint shall be applied evenly and smoothly by means of crossing and laying off. The crossing
and laying off consists of covering the area over with paint, brushing alternately in opposite directions,
two or three times and then finally brushing lightly in a direction at right angles to the same. In this
process, no brush marks shall be left after the laying off is finished. The full process of crossing and
laying off wall constitute one coat.

2.2.2. During painting, every time, after the priming coat has been worked out of the brush bristles or
after the brush has been unloaded, the bristles of the brush shall be opened up by striking the brush
against portion of the unpainted surface with the end of the bristles, held at right angles to the
surface, so that bristles thereafter will collect the correct amount of paint when dipped again in to a
paint container The prima/y coat shall be allowed to dry completely before painting is started.

2.2.3. No hair marks from the brush or clogging at pain puddles in the corner of panels angles of
molding etc. shall be left on the work

2.2.4. Special care shall be taken while painting over bolts, nuts, rivets, overlaps etc.
2.2.5. The container when not in use shall be kept close and free from air so that paint does not
thickness and also shall be kept guarded from dust.

1.0. Materials

Synthetic enamel paint shall conform to I.S. 1932-1964.

2.0. Workmanship

2.1. General : The materials required for work of painting work shall be obtained directly from
approved manufactures or approved dealer and brought to the site in maker's drums; kegs. etc. with seal
unbroken.

2.1.2. All materials not in actual use shall be kept properly protected, lids of containers shall be kept
closed and surface of paint in open or partially open containers covered with a thin layer of turpentine to
prevent formation of

Signature of Contractor 141


skin. The materials which have become state or flat due to improper and long storage shall not be used.
The paint shall be stirred thoroughly in its container before pouring into small containers. While applying
also, the paint shall
be continuously stirred in smaller container. No left over paint shall be put back into stock tins. When not
in use the containers shall be kept properly closed.

2.1.3. If for any reasons, things is necessary, the brand of thinner recommended by the manufacturer
shall be used.

2.1.4. The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt and
grease shall be thoroughly removed before painting is started. No painting on exterior or other exposed
part o the work shall be carried out in wet, damp or otherwise unfavorable weather and all the
surfaces shall be thoroughly dry before painting work is started.

2.2. Application of paint:

2.2.1. Brushing operations are to be adjusted to the spreading capacity advised by the manufacture of
particular paint. The paint shall be applied evenly and smoothly by means of crossing and laying off. The
crossing and laying off consists of covering the area over with paint, brushing the surface hard for the first
time over and then brushing alternately in opposite directions two or three times and then finally brushing
lightly in a direction at right angles to the same. In this process, no brush marks shall be left after the -
laying off is finished. The full process of crossing and laying off will constitute one coat.

2.2.2. Each coat shall be allowed to dry completely and lightly rubbed with very fine grade of sand-
paper and loose particles brushed off before next coat is applied. Each coat shall vary slightly in
shade and shall be got approved from Engineer-in-charge before next coat is started.

2.2.3. Each coat the last shall be lightly rubbed down with sand paper of fine pumice stone and cleaned
of dust
before the next coat is applied. No hair marks from the brush of clogging of paint puddles in the corners of
panels, angles of moldings etc. shall be left on the work.

2.2.4. Special care shall be taken while painting over bolts, nuts, rivets, overlaps etc. Approved
best quality brushes shall be used.

3.0. Mode of measurements & payment

3.1. No payment shall be made for weight of screws, bolts nuts etc. only weight of grill shall be paid.

3.2. The rate shall be for a unit of one kg.

Item No. 45

Providing and fixing in position teak wood ARCHITREAVES of size 10 mm thick x 40 mm wide etc,
as per architectural drawing and instruction complete for all heights and all floor including
synthetic enamel paint etc comp. as directed.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material :
Wood in architraves shall confirm to M-29 on page-15, paints shall confirm to M-44.

Workmanship :

The teak wood ARCHITREAVES of size 10 mm thick x 40 mm wide shall be made as per architectural
drawing and instruction complete for all heights and all floor, priming coat shall confirm to

1.0. Materials

The ready mixed paint, brushing, wood primer pink shall conform to I.S. 3536-1966

Signature of Contractor 142


2.0. Workmanship

2.1. Preparation of Surfaces :

2.2.1. All wood work shall be dry and free from any foreign matter incidental to building operations. Nails
shall be punched well below the surface to provide a film key for stopping. Mouldings shall be carefully
smoothened with abrasive paper and projecting fibers shall be removed. Flat portions shall be
smoothened off with abrasive paper used across the grain prior to painting prior to painting and with the
grain prior to staining or if the wood is to be left in its natural colour, wood work which is to be stained may
be smoothened by scraping instead of by glass papering if so required.

2.2.2. Any knots, resinous, streaks or bluefish sap wood that are not large enough to justify cutting out
shall be treated with two coats of pure shellac knotting applied thinly and extended about 25 mm. beyond
the actual area requiring treatment.

2.2. Application of primer :

2.2.1. The relevant specifications of item No. 19.12(A) of specification of building work booklet, shall be
followed for application of primer. The ready mixed paint brushing priming for enamel shall be used
instead of ready mixed paint brushing wood primer pink.

+
1.0. Materials

1.1. Synthetic enamel paint shall conform to I.S. 1932-1964.

2.0. Workmanship

2.1. The relevant specifications of 19.7 specification of building work booklet shall be followed for
general and application of paint, except that the enamel paint shall be used for painting on new
wood/wood based surfaces.

2.2. In painting doors and windows, the putty, round the glass panes also be painted but care shall be
taken to see that no paint, stain etc. are left on the glass. Top of shutters and surfaces in similar hidden
locations shall not be left out in painting.

Fixtures & Fastenings :

The rate shall include fixing with iron screws at regular interval of about 150 mm.

Mode of measurement and payment :

The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
including cost of primers & painting etc. The paint shall be synthetic enamel paint of approved quality &
shade.

The rate shall be for unit of One Rmt as per actual work done.

The work shall be carried out as per detailed drawings and as directed by Engineer in charge.

Item No. 46

Providing and fixing 900 mm high Stainless steel pipe railing using round S.S. pipe of various
diameter of approved quality with S.S. No. 304 consisting 8 % nickel having pipe of 16 gauge
including Horizontal and vertical pipe as per detailed drawing. Vertical pipe ( posts ) firmly
embedded in flooring with concrete to give a proper and tough support pipe should be inter
connected by stainless steel gas welding. All joints having a smooth finish including required
fixtures and fastening of approved quality. The fabrication should be done as per detailed drawing
and as per instructions given by E.I.C. including all material and labour required etc.

Signature of Contractor 143


In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The Stainless steel pipe railing 900 mm high shall be made using round S.S. pipe of various diameter of
approved quality with S.S. No. 304 consisting 8 % nickel having pipe of 16 gauge including Horizontal
and vertical pipe as per detailed drawing. The Vertical pipe ( posts ) shall be firmly embedded in flooring
with concrete to give a proper and tough support. The pipes should be inter connected by stainless steel
gas welding. All joints having a smooth finish including required fixtures and fastening of approved quality.
The fabrication should be done as per detailed drawing and as per instructions given by E.I.C. including
all material and labour required etc. complete.

Mode of measurement and payment :

The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work

The rate shall be for unit of One Rmt as per actual work done.

Item No. 47

Providing and fixing M.S. fan clamps tube 1 of 16 m.m. dia M.S. bar bent to shape with hooked
ends to R.C.C. slabs during laying including painting the exposed portion of the loops all as per
standard design complete.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. M.S. Bar shall conform to M-18.

2.0. Workmanship

2.1. The shape and size of fan clamp shall be as directed. The M.S. fan clamp s h all b e plac ed in
p osi tio n as pe r th e d raw in g on sa nd be d din g of si ze 15 0 mm x 1 50 mm x 5 0 mm wh ile
c asti ng t he R .C.C. slab. The two arms of the ends of the clamp shall be passed through the space over
reinforcement bar from the bottom of the slab. Then the two arms shall be bent down about 15 mm. by
means of crow bar. The clamp shall be made open after the R.C.C. Slab got strength after 28 days.
The sand beddind shall be removed & the clamp shall be held in position and the chase in ceiling shall
be filled with cement concrete of approved grade.The ceiling shall be then finished to match the existing
surface and properly cured.

3.0. Mode of measurements and payment

3.1. The rate includes cost of all materials and lobour required for satisfactory completion of this item as
described above.

3.2. The rate shall be for a unit of One number.

Item No. 48

Providing 15 mm. thick cement plaster in single coat on fair side of Brick/concrete walls for
interior plastering upto floor two level and finished even and smooth in :
[ii] Cement mortar 1:4 [1 cement: 4 sand)
Ground Floor

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

Signature of Contractor 144


1.1. Water shall conform to M-1. The cement mortar of proportion 1:4 shall conform to M-13.

2.0. Workmanship

2.1. Scaffolding:

Wooden bullies, bamboos, planks, trestles and other scaffolding shall be sound. These shall be properly
examined before erection and use. Stage scaffolding shall be provided for ceiling plaster which shall be
independent of the walls.

2.2. Preparation of back-ground :

2.2.1. The surface shall be cleaned of all dust, loose mortar droppings, traces of algae, efflorescence
and other foreign matter by water or by brushing. Smooth surface shall be toughened by wire brushing if it
is not hard and by hacking if it is hard. In case of concrete surface, if a chemical retarded has been
applied to the form work, the surface shall be roughened by wire brushing and all the resulting dust and
loose particles cleaned off and care shall be taken that none of the readers if left on the surface.
Trimming of projections on brick/concrete surfaces where necessary shall be carried out to get an even
surface.

2.2.2. Raking of joints in case of masonry where necessary shall be allowed to dry out for sufficient
period before carrying out the plaster work.

2.2.3. The work shall not be soaked but only damped evenly before applying the plaster. If the surface
becomes dry, such area shall be moistened again.

2.2.4. For external plaster, the pestering operation shall be started from top floor and carried
downwards. For internal plaster, the plastering operations may be-started wherever the building frame
and cladding work are ready and the temporary supports of the ceiling resting on the wall of the floor have
been removed. Ceiling plaster shall be completed before starting plaster to walls.

2:3. Application of plaster :

2.3.1. The plaster about 15 x15 cms. shall be first applied horizontally and vertically at not more than 2
meters intervals over the entire surface to serve as gauge. The surfaces of these gauges shall be truly
in plane of the finished plastered surface. The mortar shall then be applied in uniform surface
slightly more than the specified thickness, then brought to a true surface by working a wooden straight
edge reaching across the gauges with small upward and sideways movements at a time. Finally, the
surface shall be finished off true with a trowel or wooden float according as a smooth or a smooth or a
sandy granular texture is required Excessive troweling or overworking the float shall be avoided. All
corners, arises, angles and junctions shall be truly vertical or horizontal as the case may be and shall be
carefully finished. Hounding or chamfering, corners, arises junctions etc. shall be carried out with proper
templates to be size required.

2.3.2. Cement plaster shall be used within half an hour after addition of water. And mortar or plaster
which is partially set shall be rejected and removed forthwith from the site.

2.3.3. In suspending the work at the end of the day, the plaster shall be left out clean to the line both
horizontally and vertically, when recommencing the plaster, the edges of the old work shall be scraped
clean and wetted with cement putty before plaster is applied to the adjacent areas to enable the two to
properly join together. Plastering work shall be closed at the end of the day on the body of the wall and
nearer than 15 cm. to any corners or arises.
It shall not be closed on the body of features such as plaster bands and cornices not at the
corners or arises.
Horizontal joints in plaster work shall not also occur on parapet tops and copings as these
invariably lead to leakage. No portion of the surface shall be left out initially to be packed up later on.

2.3.4. Each coat shall be kept damp continuously till the next coat is applied or for a minimum period of
7 days. Moistening shall commence as soon as plaster is hardened sufficiently. Soaking of walls shall be
avoided and only as much water as can be readily absorbed shall be used, excessive evaporation on the
sunny or windward side of building in hot air or dry weather shall be prevented by hanging matting or
gunny bags oh the outside of the plaster and keeping them wet.

Signature of Contractor 145


+

The relevant specification above shall be followed for materials and workmanship except that this work
is only providing smooth cement finish with floating coat of neat cement slurry

The coat of cement and fine sand mortar of proportion 1 : 1 (1.5 mm thick about) shall be applied to
the plastered surface with a trowel to provide uniform texture while the base coat is still plastic.

In any continuous face of wall the finishing treatment should be carried out continuously and day lo day
breaks made to coincide with architectural breaks in order to avoid unsightly Junctions

Curing : All the plaster work shall be kept damp continuously for a period 7 days

3.0. Mode of measurements & payment

3.1. The rate shall include the cost of all materials, labour and scaffolding etc. involved in the
operations described under workmanship.

3.2. All plastering shall be measured in square meters unless otherwise specified. Length breadth
or height shall be measured correct to a centimeter.

3.3. Thickness of the plaster shall be exclusive of the thickness of the key i.e. grooves or open joints
in brick work, stone work etc. or space between laths. Thickness of plaster shall be average thickness
with minimum 15 mm. at any point on this surface.

3.4. This item includes plastering up to floor two level.

3.5. The measurement of wall plastering shall be taken between the walls or partition
(dimensions before plastering being taken) for length and from the top of floor or skirting to ceiling for
height. Depth of cover of cornices if any shall be deducted.

3.6. Soffits of stairs shall be measured as plastering on ceilings, following soffits shall be measured
separately.

3.7. For jambs, soffits, sills etc. for openings not exceeding 0.5 sq. met each in area for ends of joints
beams,posts, girders, steps etc. not exceeding 0.5 sq. mt each in area and for openings exceeding 0.5.
sq. mt and not exceeding 3.00 sq. mt. in each area deductions and additions shall be made in the
following manners.

(a) No deductions shall be made for ends of joints, beams, posts etc. and openings not exceeding
0.5 sq. mt each and no addition shall be made for reveals, jambs, soffits, sils etc. of these
openings, for finish to plaster around ends of joints, beams posts etc.

(b) Deduction for openings exceeding 0.5 sq. mt but not exceeding 3 sq.mt. each shall be made as
follows and no addition shall be made for ravels, jambs, soffits, sills etc. of these openings, (i) When both
faces of all wall are plastered with same plaster, deduction shall be made for one face only, (ii) When two
faces of wall are plastered with different types of plasters or if one face is plastered and the other pointed,
deductions shall be made from the plaster or pointing on the side of frame for door, window etc. on which
width of reveals is less than that on the other side but no deductions shall be made on the other side.
Where width of reveals on both faces of all are equal, deductions of 50% of area of opening on each
face shall be made from areas of plaster and / or pointing as the case may be.

3.8. For openings having door frames equal to or projecting beyond the thickness of wall, full
deduction for opening shall be made from each plastered face of the wall.
3.9. In case of openings of area above 3 sq. mt. each, deduction shall be made for openings but
jambs, soffits sand sills shall be measured.

3.10. The rate shall be for a unit of One sq. meter.

The rate shall be excluding of Finishing with a floating coat of neat cement slurry.

Signature of Contractor 146


Item No. 49

Extra for Finishing with a floating coat of neat cement slurry


Upto Floor Two level.
Ground Floor

The item shall be carried out as per specification of item-48 of Detailed Specifications for Schedule-B-1
Extra rate for Finishing with a floating coat of neat cement slurry shall be paid in this item.

Item No. 50

Providing & applying 10 mm thick cement plaster in single coat on fair side of Ceiling surface/
Sloping Roof etc. for Ground Floor upto floor two levels finished even and smooth in C.M. 1:4 (1
cement : 4 Sand ) including necessary curing, scaffolding, in true line and level etc. complete as
directed by Engineer in Charge.
Ground Floor

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The relevant item-48 shall be followed except that this work is for ceiling, soffits of stairs up lo two floor.
The 10 mm thick cement plaster shall be applied on ceiling, sloping roof, soffit of staircase in C.M 1:4 (1
cement : 4 Sand )

1.2. The smooth concrete surface shall be suitable roughened to provide bond before plastering.

2.0. Mode of measurement and payment

2.1. The payment shall be made for a unit of One sq meter of work done extra over and above the
payment of plaster work on wall surfaces.

2.2. The rate shall be for a unit of one sq. meter.

The rate shall be excluding of Finishing with a floating coat of neat cement slurry.

Item No. 51

Providing 15 mm. thick cement plaster in single coat on fair side of Brick / concrete walls for
interior plastering from floor two level to floor three level and finished even and smooth in:
[ii] Cement mortar 1:4 [1 cement:4 sand)
Floor two level to floor three level
First Floor

The item shall be carried out as per specification of item-48 of Detailed Specifications for Schedule-B-1
The rate shall be excluding of Finishing with a floating coat of neat cement slurry. The work shall be for
floor two level to floor three level.

Item No. 52

Finishing with a floating coat of neat cement slurry.


Floor two level to floor three level
First Floor

The item shall be carried out as per specification of item-49 of Detailed Specifications for Schedule-B-1
Extra rate for Finishing with a floating coat of neat cement slurry shall be paid in this item. The work shall
be for floor two level to floor three level.

Item No. 53

Providing & applying 10 mm thick cement plaster in single coat on fair side of Ceiling surface /
Sloping Roof etc. from Floor Two Level to Floor Three Level finished even and smooth in C.M.

Signature of Contractor 147


1:4 (1 cement : 4 Sand ) including necessary curing, scaffolding, in true line and level etc.
complete as directed by Engineer in Charge.
Floor two level to floor three level
First Floor

The item shall be carried out as per specification of item-50 of Detailed Specifications for Schedule-B-1
The rate shall be excluding of Finishing with a floating coat of neat cement slurry. The work shall be for
floor two level to floor three level.

Item No. 54

Providing 15 mm. thick cement plaster in single coat on fair side of Brick / concrete walls for
interior plastering from floor three level to floor four level and finished even and smooth in:[
ii] Cement mortar 1:4 [1 cement:4 sand)
From Floor Three Level to Floor Four level
Second Floor

The item shall be carried out as per specification of item-48 of Detailed Specifications for Schedule-B-1
The rate shall be excluding of Finishing with a floating coat of neat cement slurry. The work shall be for
floor three level to floor four level.

Item No. 55
Finishing with a floating coat of neat cement slurry.
From Floor Three Level to Floor Four level
Second Floor

The item shall be carried out as per specification of item-49 of Detailed Specifications for Schedule-B-1
Extra rate for Finishing with a floating coat of neat cement slurry shall be paid in this item. The work shall
be for floor three level to floor four level.

Item No. 56

Providing & applying 10 mm thick cement plaster in single coat on fair side of Ceiling surface /
Sloping Roof etc. from Floor Three Level to Floor Four Level finished even and smooth in C.M.
1:4 (1 cement : 4 Sand ) including necessary curing, scaffolding, in true line and level etc.
complete as directed by Engineer in Charge.
From Floor Three Level to Floor Four level
Second Floor

The item shall be carried out as per specification of item-50 of Detailed Specifications for Schedule-B-1
The rate shall be excluding of Finishing with a floating coat of neat cement slurry. The work shall be for
floor three level to floor four level.

Item No. 57

Providing & applying 20mm thick sand faced cement plaster on walls upto 10m height from
ground level consisting of 12mm thick backing coat of C.M. 1:3 (1 cement : 1 sand ) and 8mm
thick finishing coat of C.M. 1:1 (1 cement : 1 sand) including curing, necessary scaffolding in true
line & level etc. comp. as directed by Engineer in charge

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. Water shall conform to M-1. Cement mortar shall conform to M-11.

2.0. Workmanship

2.1. The work shall be carried out in the coats. The backing coat (base coat) shall be 12 mm. thick
in C.M. 1:3. The relevant specifications of item No. 17.58(I) of specification of building work book

Signature of Contractor 148


shall be followed except that the thickness of back coat shall be 12 mm. average. Before the first coat
hardens its surface shall be beaten up by edges of wooden tapers and close dents shall be made on
the surface. The subsequent coat shall be applied after this coat has been allowed to set for 3 to 5
days, depending upon the weather conditions. The surface shall not be allowed to dry during this period.

2.2. The second coat shall be completed to 8 mm. thickness in C.M. 1:1 as described above,
including raising sand facing by bushing. The sample of sand face shall be got approved before the work
is started. The whole work shall be carried out uniformly as per sample approved.

2.3. Curing :
The curing shall be started overnight after finishing of plaster. The plaster shall be kept wet for a period
of 7 days.

During this period, it shall be protected from all damages.

3.0. Mode of measurement & payment

3.1. The relevant specifications of item No. 17.58 of specification of building work book shall be
followed except that the sand face plaster on outside up to 10 m. above ground level shall be measured
under this item.

3.2. The rate shall be for a unit of One sq. meter.

Item No. 58

Plastering exterior walls of height more than 10m from ground level for every additional height of
4m or part thereof. From 10Mt to 14Mt

The item shall be carried out as per specification of item-57 of Detailed Specifications for Schedule-B-1
The work shall be for additional height of 4m or part thereof.

Item No. 59

Providing and fixing 150 mm wide, approved quality chicken wire mesh at junction of brick work
and RCC work or two dissimilar surfaces, at all heights fixed by nails, rowal plugs or tag by
cement mortar 1:3 before applying the plaster, including curing, scaffolding all complete as
directed.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material , Workmanship and Fixtures & Fastening etc. :

The chicken wire mesh shall be provided to prevent cracks appearing between junctions of column /
beams and walls, 150 mm wide chicken wire mesh fixed with U nails, 150 mm centre to centre before
plastering the junction. The plastering of walls and beam/column in one vertical plane should be carried
out in one go.

Mode of measurement & payment :

The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above.

The rates shall be for unit of one Sq.mt. for actual work done.

Item No. 60

Providing throating or plaster drip and moulding to RCC Chhajja

Signature of Contractor 149


In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

Water shall conform to M-1. Cement shall conform to M-3. Sand shall conform to M-6 Cement mortar shall
conform to M-11

2.0. Workmanship

2.1. The work shall be carried out as directed. The proportion of mix for finishing shall be in C.M. 1:2
by volume. Curing shall be done for not less than 7 days. The work shall be carried our in best
workman like manner. The throating or plaster drip and moulding shall be one centimeter in thickness.

3.0. Mode of measurements and payment

3.1. The work shall be measured for finished item in running meter.

3.2. The rate shall be for a One running meter.

Item No. 61

Providing cement vata ( 10 cm x 10 cm size ) quarter round in cement mortar 1:1 including neat
cement finishing, watering etc. complete

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. Water shall conform to M-1 .Cement mortar shall conform to M-11.

2.0. Workmanship

2.1. The work of cement vata of 10 cms x 10 cms. size shall be carried out at junctions of
parapets and terraces as directed. The vata shall he finished in quarter round shape. The work shall be
carried out in the best workman like manner. The inter portion of rain water pipe shall be rounded off
properly during constructing the vata. The work shall be cured for 7 days.

3.0. Mode of measurements and payment

3.1. The work shall be measured for finished item in running meter.

3.2. The rate shall be for a One running meter.

Item No. 62

Forming groove of uniform size from 12x12mm and upto 25x15mm in the top layer of washed
stone grit plastered surface as per approved pattern, including providing and fixing aluminum
channels of appropriate size and thickness (not less than 2 mm), nailed to the under layer with
rust proof screws and nails and finishing the groove complete as per specifications and direction
of the Engineer-in-Charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Grooves of size 12 mm x 12 mm & up to 25 x 15 mm or as specified shall be provided as shown on the


drawing or as required by the E.I.C. Tapered wooden battens to match the size and shape of the grooves
shall be fixed on the under coat with nails before the application of the top coat and these shall be

Signature of Contractor 150


removed carefully so that the edges of the panels of the top coat are not damaged. Damage, if any, shall
be made good by the contractor.

Mode of measurement and payment :

The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
etc. complete.

The rate shall be for unit of One Rmt as per actual work done.

Item No. 63

Wall painting ( Three Coats ) with plastic emulsion paint of approved brand and manufacture on
wall surfaces to give and even shade including thoroughly brushing the surface free from mortar
dropings and other foreign matter and sand papered smooth with one coat of primer and two
coats of wall putty of approved brand at all floor and heights.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

Water shall be conform M-1. The plastic emulsion shall conform to I.S.: 5411-1969 (part-l).

2.0. Workmanship

2.1. Scaffolding :

Wherever scaffolding is necessary it shall be erected in such a way that as far as possible on part of
scaffolding shall rest against the surface to be painted. A properly secured strong and well tied
suspended platform (Zoola) may be used for white washing. Where ladders are used pieces of old gunny
bags shall be tied at top and bottom to prevent scratches to the floors and walls. For plastic paint on
ceilings, proper stage scaffolding shall be erected where necessary.

2.2. Preparation of surface :

2.2.1. The undecorated surface to be plastic painted shall be thoroughly brushed from dust, dirt,
grease, mortar dropping and other foreign matter and sand papered smooth. New plaster surface shall
be allowed to dry for at least 2 months before applications of plastic paint.

2.2.2. All unnecessary nails shall be removed. Pitting in plaster shall be made good with plaster again
with a fine grade sand paper and made smooth. A coat of plastic paint shall be applied over the patches.
The surface shall be allowed to dry thoroughly before the regular coat of plastic paint is allowed. The
surface affected by moulds, moss, fungi, algae lichens, efflorescence etc. shall be treated in accordance
with I.S; 2395 (Part 01) 1966. Before applying plastic paint, any unevenness shall be made good by
applying putty made of plaster of pairs mixed with water on entire surface including filling up the
undulation and then sand papering the same after it is dry.

2.3. Preparation of Mix :

This shall be done as per manufacture's instructions. The thinning of emulsion is to be done with water
and not with turpentine. The quantity of thinner to be added shall be as per manufacturer instructions.

2.4. Application :

2.4.1. Before pouring into small containers for use, the paint shall be stirred thoroughly in item
container. When applying also, the paint shall be continuously stirred in the smaller container, so that its
consistency is kept uniform.

2.4.2. The paint shall be laid on evenly and smoothly by means of crossing and laying off the
crossing and consist of covering the area over with paint, brushing the surface hard for the first time over

Signature of Contractor 151


and then, brushing alternately in opposite direction two or three times and then finally brushing lightly in
direction at right angles to the same. In this process, no brush Marks shall be left after the laying off is
finished. No hair marks from the brush or clogging of paint puddles in the corners of panels, angles
of moldings, etc. shall be left on the work. The full process of crossing and laying off will constitute
one coat.

2.4.3. The paint shall be applied with brush or rollers. For undecorated surfaces, the surface shall be
treated with minimum two coats of cement water proofing paint. The second or
subsequent coat shall not be started until the proceeding coat as become sufficiently hard to resist
marking by brushing being used.

2.4.4. The surface on finishing shall present a flat velvety smooth finish. It shall be even and uniform in
shade without patches, brush marks, paint drops etc.

2.5. Precautions :

(a) Old brushes if they are to be used with emulsion paints, shall be completely dried of turpentine or
oil paint by washing in warm soap water. Brushes shall be quickly washed in water immediately
after use and kept immersed in water fusing break periods to prevent the paint from hardening on the
brush.

(b) In the preparation of wall for plastic emulsion painting, no oil base petals shall be sued 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 or surfaces treated with emulsion paint shall not be done within 3 to 4 weeks of
application

3.0. Mode of measurements and payment

3.1. All the work shall be measured in the decimal system as under:

(a) Dimensions shall be measured to the nearest 0.01 m.


(b) Area in individual item shall be worked out to the nearest 0.01 sq.m.

All the work shall be measured in sq. mt. Deductions for jambs, soffits, sills etc. for openings not
exceeding 0.5 sq.mt. each in area, for ends of joists, posts, beams, girders, steps etc. not exceeding 0.5
sq mt. each in area and for openings exceeding 0.5 sq. mt. and not exceeding 3.0. sq. mt. each in area,
deductions and additions shall be made as under.

3.2. No deductions shall be made for ends of joists, beams, posts, etc. and openings not exceeding
0.5 sq mt. each. No addition shall be made for reveals, jambs, soffits, sills etc. of these openings not for
finish around ends of joints, beams, posts etc.

3.3. No deductions for openings exceeding 0.5 sq.mt. but not exceeding 3 sq. mt. each shall
be made as follows and no addition will be made for reveals, jambs, soffits etc. of these openings :

(a) When both the faces of walls are provided with finish, deduction shall be made for one face only.

(b) When each face of wall is provided with different finish, deduction shall be made for that side of
frame for door, windows, etc. on which width of reveals is less than that of the other side. 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 total area of finish.
(c) When only one face of wall is treated and the other face is not treated, full deduction shall be
made if the
width of reveal on the treated side is less than that on the untreated side, but if the width of the reveal is
equal or more than on the untreated side neither deductions nor additions to be made for reveals, jambs,
soffits, sills etc.

Signature of Contractor 152


3..4 In case of area of openings exceeding 3 sq. mt. each, deductions shall be made for openings but
jambs, soffits, sills shall be measured.

3.5. No deductions shall be made for attachment such as casing, conducts, pipe, electric wiring and
the like.

3.6. Corrugated surfaces shall be measured flat as fixed and not girth. The quantities so measured
shall be increased by the following percentage and the resultant shall be included with the general areas:

(a) Corrugated steel sheets 14%


(b) Corrugated A.C. sheets. 20%
(c) Semi corrugated A.C. Sheets.. 10%
(d) Nainital pattern roof (Plain sheeting sheets)..10%
(e) Naintial pattern roof (with corrugated sheets)25%
3.7. Cornices and other wall features, when they are not picked out in a different finish/colour shall be
girthed and included in the general area.

3.8. The rate shall include the cost of ail materials, labour, scaffolding, protective measures etc.
involved in all the operations described above.

3.9. The rate shall be for a unit of One sq. meter.

Item No. 64

Wall painting ( Three Coats ) with plastic emulsion paint of approved brand and manufacture on
ceilings and sloping roofs surfaces to give and even shade including thoroughly brushing the
surface free from mortar dropings and other foreign matter and sand papered smooth with one
coat of primer and two coats of wall putty of approved brand at all floor and heights.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials and Workmanship

1.1. The relevant specifications of item No. 63 shall be followed except that the painting shall be done
on ceiling and sloping roofs.

2.0. Mode of measurements and payment

2.1. The relevant specifications of item No. 94 shall be followed except that the extra payment shall be
made for applying plastic emulsion paint on ceiling and sloping roofs over and the rate of item No. 76.

2.2. The rate shall be for a unit of One sq. meter.

Item No. 65

Finishing walls with Acrylic smooth exterior paint of required shade :- New work ( Two or more
coat applied @ 1.67 lit / 10 sqm over and including base coat of water proofing cement paint
applied @ 2.2 Kg / 10 sqm )

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material :

The paint shall be (Textured exterior paint/Acrylic smooth exterior paint/ premium acrylic smooth exterior
paint) of approved brand and manufacture.

Signature of Contractor 153


This paint shall be brought to the site of work by the contractor in its original containers in sealed
condition. The material shall be brought in at a time in adequate quantities to suffice for the whole work or
at least a fortnights work. The materials shall be kept in the joint custody of the contractor and the
Engineer-in-Charge. The empty containers shall not be removed from the site of work till the relevant item
of work has been completed and permission obtained from the Engineer-in-Charge.

Preparation of Surface :

For new work, the surface shall be thoroughly cleaned off all mortar dropping, dirt dust, algae, fungus or
moth, grease and other foreign matter of brushing and washing, pitting in plaster shall make good,
surface imperfections such as cracks, holes etc., should be repaired using white cement. The prepared
surface shall have received the approval of the Engineer-in-Charge after inspection before painting is
commenced.

Application :

Base coat of water proofing cement paint.


The solution shall be applied on the clean and wetted surface with brushes or spraying machine. The
solution shall be kept well stirred during the period of application. It shall be applied on the surface which
is on the shady side of the building so that the direct heat of the sun on the surface is avoided. The
method of application of cement paint shall be as per manufacturers specification. The completed
surface shall be watered after the days work.

The second coat shall be applied after the first coat has been set for at least 24 hours. Before application
of the second or subsequent coats, the surface of the previous coat shall not be wetted.

For new work, the surface shall be treated with three or more coats of water proof cement paint as found
necessary to get a uniform shade.

For old work, the treatment shall be with one or more coats as found necessary to get a uniform shade.

Before pouring into smaller containers for use, the paint shall be stirred thoroughly in its containers, when
applying also the paint shall be continuously stirred in the smaller containers so that its consistency is
kept uniform. Dilution ration of paint with potable water can be altered taking into consideration the nature
of surface climate and as per recommended dilution given by manufacturer. In all cases, the
manufacturers instructions and directions of the Engineer-in-Charge shall be followed meticulously.
The lids of paint drums shall be kept tightly closed when not in use as by exposure to atmosphere the
paint may thicken and also be kept safe from dust.

Paint shall be applied with a brush on the cleaned and smooth surface. Horizontal strokes shall be given,
First and vertical strokes shall be applied immediately afterwards. This entire operation will constitute one
coat. The surface shall be finished as uniformly as possible leaving no brush marks.

The specifications in respect of scaffolding, protective measures, measurements and rate shall include all
material and labour involved in all the operations described above.

Item No. 66

Providing and laying granite slab 18mm thick in flooring treads of steps and landing laid on a bed
of 12mm thick base of CM 1:6 ( 1 Cement : 6 Coarse sand ) finishes with flush pointing in white or
color cement.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

Water shall conform to M-1. Lime mortar shall conform to M-10. Cement mortar shall conform to M-1).
Granite stone slab 18 mm. thick shall conform to M-52 or as specified in the schedule.

2.0. Workmanship

Signature of Contractor 154


2.1. Dressing of slabs :

Every stone shall be cut to required size and fine chisel dressed to give a smooth and even surface on all
sides to full depth. A straight edge laid along the sides of the stone shall be fully in contact with it Chisel
dressing shall also be done on top surface to remove any waviness. The sides and top surface of
Granite slabs shall be machine rubbed or table rubbed with coarse sand before using. All angles and
edges or slabs shall be true, square and free from chipping.

2.2 The thickness of stone shall be 18 to20 mm or as specified in the schedule. The allowable
tolerance shall be 2 mm. allowable. The 'tolerance shall + 5 mm. in length and breadth.

2.3. Bedding:

Bedding of granite slabs shall either be time mortar 1:1.5 (1 lime putty : 1.5 coarse sand) or cement
mortar 1:6 (1cement : 6 coarse sand) of average thickness 20 mm. thick as given in description of item.
Minimum thickness at any place shall not be less than 10 mm.

2.4. Laying

The surface of sub-grade shall be cleared, wetted and mopped. Mortar of specified mix and thickness
shall then be spread on an area sufficient to receive one granite slab. The slab shall be washed clean
before laying. It tie laid on top pressed and tapped gently to bring it in level with other slabs. It shall then
be lifted and a side. The top surface of the mortar shall then be corrected by adding fresh mortar at
hollows, or depressions. The mortar shall then be allowed to harden it over this surface cement slurry
or honey like consistency at 4.4 Kg. of cement per sq. meter. The edges of slabs already paved shall
be buttered with gray cement. The slab shall then be gently placed in position and tapped with
wooden mallet till it is properly bedded in level with and close to the adjoining slab. The joints shall be as
fine as possible. Surplus cement on the surface of the slab shall be removed. The slab fixed in the floor
adjoining the walls shall enter not less than 10 mm. under the plaster skirting or dado. The junction
between the walls and floors shall be finished neatly. The finished surface shall be true to level and
slopes as directed.

2.5. Curing : The floor shall be cured for a minimum period of seven days.

2.6. Polishing and finishing:

Unevenness at the meeting edges of slab shall be removed by fine chiseling. Finishing etc. shall be
done as per relevant specifications of item No. 14.21 (A) of specification booklet of R & B or terrazzo
tiles flooring except that cement slurry with/or without pigments shall not be applied on the surface
before each polishing.

3.0. Mode of measurements and payment

3.1. Granite stone flooring shall be measured in sq. meter. The length and breadth shall be measured
between-the finished face of skirting or dado or wall plaster No deduction shall be made nor extra shall
be paid for opening in the floor or area up to 0.05 sq. mt. Nothing extra shall be paid for laying stone at
different levels in the same room. Treads and steps of stairs paved with granite stone slabs shall be
also be
measured under flooring.

3.2. The rate shall be for a unit of one sq. meter.

Item No. 67

Providing and laying granite slab 18mm thick in skirting, riser of steps and landing laid on a bed
of 10mm thick base of CM 1:4 ( 1 Cement : 4 Coarse sand ) finishes with flush pointing in white or
color cement.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Signature of Contractor 155


The item shall be carried out as per specifications as described above but the work shall be carried out in
skirting, riser of steps laid on a bed of 10mm thick base of CM 1:4 ( 1 Cement : 4 Coarse sand ) finishes
with flush pointing in white or colour cement.

The rate shall be for a unit of one sq. meter.

Item No. 68

Extra for rounding the edges

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material and Workmanship :

The Granite stone / Marble stone / Kotah stone shall be provided and laid as per item no. 14.44 of
specification booklet of R & B. This particular item includes rounding edges of Granite stone / Marble
stone /Kotah stone in desired and approved shape. The rounding shall be carried out with proper cutting
and grinding tools and the rounded surface shall be finished smooth and polished. The edges shall also
be maintained straight.

Mode of Measurement & payment :

The rate shall be for RMT of the edges rounded along the edge of the stone.

Item No. 69

Extra for providing grooves.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material and Workmanship :

The Granite stone / Marble stone / Kotah stone shall be provided and laid as per item no. 14.44 of
specification booklet of R & B. This particular item includes providing grooves in Granite stone / Marble
stone /Kotah stone in desired and approved shape. The grooves shall be carried out with proper cutting
and grinding tools and the grooved surface shall be finished smooth and polished. The edges shall also
be maintained straight.

Mode of Measurement & payment :

The rate shall be for RMT of the groove made in the stone.

Item No. 70

Providing and laying 600 mm x 600 mm Anti skid / Glossy Vitrified full body 10 mm thick tiles of
approved make & quality and color incl. re cutting square edges for joint free pattern in flooring,
treads of steps landing etc. over 20mm ( average ) base of Cement Mortar 1:6 on new surface
jointed with color cement slurry including finish with flush pointing in white cement and cleaning
the surface etc complete.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.
st
Vitrified Anti skid / Glossy polished porcelain floor tiles shall be of 1 quality. The vitrified tiles are
classified under group B1a of the International Standard for ceramic tiles ISO: 13006. Tiles shall be hard,
dense, impervious and frost resistant. Water absorption of tiles shall be less than 0.5% and flexural
strength (Modulus of Rupture) shall be more than 35 N/Sqmm. Vitrified polished porcelain floor tiles shall

Signature of Contractor 156


be provided of sizes, colour, shades, texture and designs as indicated and if size not indicated it shall be
24" x 24" ( 600mm x 600mm / 605 x 605 mm). The thickness shall be as specified by the manufacturer
but not less than 10mm.
st
Heavy duty vitrified unpolished porcelain floor tiles for exterior use shall be of 1 quality Heavy duty
vitrified tiles shall be acid and alkali resistant, weather proof, anti skid and abrasion resistant as per
International Standard for ceramic tiles ISO: 13006 and EN 176 requirements. Theses tiles shall comply
with the following requirements:-

(a) Water absorption<2%


(b) Flexural Strength>35 N/Sqmm
(c) Mohs Hardness>6
(d) Abrasion resistance<204mm.

Heavy duty vitrified tiles shall be of sizes, colour, texture and designs as indicated but size if not indicated
it shall be of 300mm x 300mm. the thickness shall be as specified by the manufacturer,

Bedding:

The screed bed for laying Vitrified Porcelain Tiles shall be of cement and sand mortar 1:6. Bedding over
which the tiles shall be laid shall not be less than 10mm at any place.

Laying :

Base concrete or RCC slab shall be cleaned and wetted. The bedding shall then be laid evenly over the
surface, tamped and corrected to desired levels and allowed to harden enough to offer a rigid cushion to
tiles. Before laying the tiles, tiles shall be washed and then applied fine cement slurry on the back of the
tile to ensure full and proper bedding. Tiles shall then be placed on bedding, each tile being gently tapped
with rubber hammer in its position till it is properly bedded and in level and line with adjoining tiles. Use of
spacers is recommended for uniformity in joints and better finish. Remove the residual cement or jointing
material immediately by a wet sponge. After 24 hours when the tiles are properly set and cured, fill the
joint gaps with joint filler as per recommendation of manufacturer. The joint gap shall be filled by
spreading joint filler paste in th spaces between the tiles with the help of rubber trowel. Clean the tiles
surface immediately with the help of wet sponge.

Vitrified Porcelain Tiles can be laid in flooring over Base concrete or RCC slab directly by using suitable
chemical adhesive as per manufacturers instructions if so indicated.

Mode of Measurement : The work shall be measured in sqm.

Item No. 71

Providing and laying 600 mm x 600 mm Anti skid / Glossy Vitrified full body 6 to 8 mm thick tiles
of approved make & quality and color incl. re cutting square edges for joint free pattern in dado,
skirting, riser of steps on 10 mm thick cement plaster jointed with color cement slurry including
finish with flush pointing in white cement and cleaning the surface etc complete. complete.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The work shall be carried out as per Item - 70. The thickness of tiles shall be 6 to 8 mm of approved
make & quality and colour. The tiles shall be laid in dado, riser of steps, skirting in C.M 1:4.

Mode of Measurement : The work shall be measured in sqm.

Item No. 72

Providing and fixing double polished machine cut 20 mm thick Granite Stone Partition For urinal
partitions etc including making ghissi in brick wall and filling gap with cement slurry and cement
mortar etc. complete in true line and level as directed by EIC.

Signature of Contractor 157


In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material :

Water shall conform to M-1 Cement mortar shall conform to M-11, Granite stone shall conform to M-52 of
approved brand & quality. The Granite Stones shall be of approved quality, free from defects and dressed
in the fashion stated under specification. The stone shall be polished on both sides. The stone shall be
hard, even sound and regular in shape and generally uniform in colour. It shall be without any soft veins,
cracks of flaws. The thickness shall be as stated in the schedule with 3 mm tolerance. The stones shall
of uniform green in colour with straight edges. The sides of machine cut and machine polished stones
shall have perfect right angles and surface on earth.

Workmanship :

When a single piece of Granite stone slab is to be fixed as in divider wall etc. the slab shall be fixed as
described below :

The stone is fixed making grooves of required size in wall. The mortar pads of 1:3 C.M. of uniform width
shall be struck on to the wall at close intervals and the granite stone slabs shall be pressed on to them
firmly. The remaining cavities if any, shall then be filled with thin grout of cement mortar of the same
proportion. The sound coming on gently tapping of the slab will indicate if there are hollows. When the
hollow cannot be filled with grout and the finished slab continues to give a hollow cannot be filled with
grout and the finished slab continues to give a hollow sound on tapping, the slab shall be removed and
reset.

The stone shall be fixed truly in plumb and in perfect line as shown on the plans. The surface shall be
protected from sun and rain and cured for ten days and shall be finally polished.

Mode of Measurement and Payment :

The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
etc. complete.

The rate shall be for unit of One Sq.mt as per actual work done.

The work shall be carried out as per detailed drawings and as directed by Engineer in charge.
Measurements shall be in sqmt of the actual area.

Item No. 73

Providing and fixing in Door, window sills and jambs M/C cut GRANITE STONE of approved shade
and size laid over a bed of C:M 1:6 including cement floating, curing, rubbing, polishing, cleaning,
normal moulding on each side etc. complete and joints with white cement.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material :

Water shall conform to M-1 Cement mortar shall conform to M-11, granite stone shall conform to M-52.
Granite shall be of approved colour and quality. The stone shall be hard, even sound and regular in shape and
generally uniform in colour. It shall be without any soft veins, cracks of flaws. The thickness shall be as stated
in the schedule with 3 mm tolerance. The stones shall of uniform in colour with straight edges. The sides
of machine cut and machine polished stones shall have perfect right angles and surface on earth.

Workmanship :

Signature of Contractor 158


When a single piece of granite stone slab is to be fixed in sills, jambs etc. the slab shall be fixed as
described below :

The stone is fixed of required size in wall with mortar pads of 1:6 C.M or L.M 1;2. The mortar of uniform
thickness shall be struck on to the wall at close intervals and the granite stone slabs shall be pressed on
to them firmly. The remaining cavities if any, shall then be filled with thin grout of cement mortar of the
same proportion. The sound coming on gently tapping of the slab will indicate if there are hollows. When
the hollow cannot be filled with grout and the finished slab continues to give a hollow sound on tapping,
the slab shall be removed and reset.
The stone shall be fixed truly in plumb and in perfect line as shown on the plans. The surface shall be
protected from sun and rain and cured for ten days and shall be finally polished.

Mode of Measurement and Payment :

The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
including cost of polishing, rounding or chamfering the edges as directed by E.I.C etc. complete

The work shall be carried out as per detailed drawings and as directed by Engineer in charge.
Measurements shall be in sq.mt. of the actual area.
The rate shall be for unit of One Sq.mt

Item No. 74

Providing and fixing in Door, window sills and jambs Dark Green marble of approved shade and
size laid over a bed of C:M 1:6 including cement floating, curing, rubbing, polishing, cleaning,
normal moulding on each side etc. complete and joints with white cement.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material :

Water shall conform to M-1 Cement mortar shall conform to M-11, marble stone shall conform to M-51.
Dark Green marble stone shall be of approved colour and quality. The stone shall be hard, even sound and
regular in shape and generally uniform in colour. It shall be without any soft veins, cracks of flaws. The
thickness shall be as stated in the schedule with 3 mm tolerance. The stones shall of uniform in colour
with straight edges. The sides of machine cut and machine polished stones shall have perfect right
angles and surface on earth.

Workmanship :

When a single piece of Dark Green marble stone slab is to be fixed in sills, jambs etc. the slab shall be
fixed as described below :

The stone is fixed of required size in wall with mortar pads of 1:6 C.M or L.M 1;2. The mortar of uniform
thickness shall be struck on to the wall at close intervals and the Dark Green marble stone slabs shall be
pressed on to them firmly. The remaining cavities if any, shall then be filled with thin grout of cement
mortar of the same proportion. The sound coming on gently tapping of the slab will indicate if there are
hollows. When the hollow cannot be filled with grout and the finished slab continues to give a hollow
sound on tapping, the slab shall be removed and reset.
The stone shall be fixed truly in plumb and in perfect line as shown on the plans. The surface shall be
protected from sun and rain and cured for ten days and shall be finally polished.

Mode of Measurement and Payment :

The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
including cost of polishing, rounding or chamfering the edges as directed by E.I.C etc. complete

Signature of Contractor 159


The work shall be carried out as per detailed drawings and as directed by Engineer in charge.
Measurements shall be in sq.mt. of the actual area.

The rate shall be for unit of One Sq.mt

Item No. 75

Providing and fixing double polished machine cut KOTAH STONE SHELVES FOR cupboards,
stone racks etc, including making gissi in brick wall and filling gap with cement slurry and cement
mortar etc complete in true line and level as directed by EIC.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material :

Water shall conform to M-1 Cement mortar shall conform to M-11, Polished Kotah stone shall conform to
M-49 of approved brand & quality. The Kotah or Polished Kotah Stones shall be of approved quality,
free from defects and dressed in the fashion stated under specification. The thickness shall be as stated
in the schedule with 3 mm tolerance. The stones shall of uniform green in colour with straight edges.
The sides of machine cut and machine polished stones shall have perfect right angles and surface on
earth. The stone shall be polished on both sides.

Workmanship :

When a single piece of polished kotah stone slab is to be fixed as in divider wall etc. the slab shall be
fixed as described below :
The stone is fixed making grooves of required size in wall. The mortar pads of 1:3 C.M. of uniform width
shall be struck on to the wall at close intervals and the kotah stone slabs shall be pressed on to them
firmly. The remaining cavities if any, shall then be filled with thin grout of cement mortar of the same
proportion. The sound coming on gently tapping of the slab will indicate if there are hollows. When the
hollow cannot be filled with grout and the finished slab continues to give a hollow cannot be filled with
grout and the finished slab continues to give a hollow sound on tapping, the slab shall be removed and
reset.
The stone shall be fixed truly in plumb and in perfect line as shown on the plans. The surface shall be
protected from sun and rain and cured for ten days and shall be finally polished.

Mode of Measurement and Payment :

The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
etc.
The rate shall be for unit of One Sq.mt as per actual work done.

The work shall be carried out as per detailed drawings and as directed by Engineer in charge.
Measurements shall be in sq.mt. of the actual area.

Item No. 76

Providing and fixing sandwiched granite and kota as Kitchen platform, pantry, Basin counter etc.
20mm thick granite of approved color + 30mm Cm in 1:4 + 20mm kotah stone one side polished in
one piece for kitchen / platform. The joint shall be filled with white cement with pigments to match
the color of the stone. The cutouts for Kitchen sink if required shall be provided as per drawing.
The stone shall be of one shade only and different shades if found will be rejected, finished sizes
shall be measured & paid for.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material :

Signature of Contractor 160


Water shall conform to M-1 Cement mortar shall conform to M-11, Granite stone shall conform to M-52 of
approved Colour & quality. The M/c cut Granite stones shall be of approved quality, free from defects and
dressed in the fashion stated under specification. The thickness shall be as stated in the schedule with 3
mm tolerance. The stones shall of uniform in colour with straight edges. The sides of machine cut and
machine polished stones shall have perfect right angles and surface on earth.

The work shall be carried out as per detailed specification of item No. 189 & 190 but instead of 18 mm thick
polished granite stone and cement mortar 1:6 & 1:4, read 20 mm th. One side polished Granite stone at top
confirming to M-52 , sandwiched in 30 mm thick cement mortar 1:4 & bottom of 20 mm thick one side polished kotah
stone. Rest of the specification shall be followed for this item. The work shall be carried out as per standard
engineering practice.

Mode of Measurement : The work shall be measured in sqm.

Item No. 77

Providing and laying in Flooring, Footpath, Pathway, Parking area DECORATIVE TILES of
approved make and size of 300 X 300 mm or any other size as per drawing over a bed of 25mm
(average) thick cement mortar 1:6 (1 cement : 6 sand) or lime mortar (1:2) including cement
floating and curing, cleaning etc. complete.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Decorative Tiles :

The Mosaic decorative tiles of approved make, type and size shall be provides

Preparation of Surface and Laying :

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 1:6 (1 cement : 6 coarse sand) or as specified. The
average thickness of the bedding shall be 20 mm or as specified while the thickness under any portion of
the tiles shall not be less than 10 mm.

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.

Over this mortar bedding neat grey cement slurry of honey like consistency shall be spread at the rate of
3.3 kg of cement per square metre over an area upto one square metre. 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.

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. In bath, toilet W.C., kitchen and balcony/verandah
flooring, suitable tile drop or as shown in drawing will be given in addition to required slope to avoid
spread of water. Further tile drop will also be provided near floor trap.

Where full size tiles cannot be fixed these shall be fixed these shall be cut (sawn) to the required size,
and their edge rubbed smooth to ensure straight and true joints.

Tiles which are fixed in the floor adjoining the wall shall enter not less than 10 mm under the plaster,
skirting or dado.

After tiles have been laid surplus cement slurry shall be cleaned off.

Pointing and Finishing :

Signature of Contractor 161


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. Joints shall then be flush pointed with white cement added
with pigment if required to match the colour of tiles. Where spacer lug tiles are provided, the half the
depth of joint shall be filled with polyshulphide or as specified on top with under filling with cement grout
without the lugs remaining exposed. 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.

Measurement :

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 area not exceeding 0.10
square metre.

Areas, where glazed tiles or different types of decorative tiles are used will be measured separately.

Operations as described above shall be followed except the tiles shall conform to Table 12 of IS 15622
(Tiles with water absorption E < 0.08 percent Group B I a) and the joint thickness in flooring shall not be
more than 1mm.

Rate :

The rate for flooring shall include the cost of all materials and labour involved in all the operations
described above. Nothing extra shall be paid for the use of cut (sawn) tiles in the work.

Item No. 78

Providing and laying China mosaic type water proofing treatment on terrace including ( a)
applying neat cement slurry 2.75 kg./ sqm of cement admixed with water proofing compound after
cleaning the surface . (b) laying cement concrete using brick bats 25 to 100mm size with 50 % of
C.M. 1:5 ( 1 cement : 5 coarse sand ) admixed with water proofing compound over 20mm thick
layer of c.m. 1:5 to required slope including rounding of junction of walls and slabs. (c) After two
days of proper curing , applying a second coat of cement slurry. (d) Finishing the surface with
20mm thick C.M. 1:4 and China mosaic tilling & finally finishing the surface with trowel with white
cement slurry. (e) after finishing the whole terrace shall be flooded with water for a period of two
weeks.

In general the work shall be carried out as per the standard specification of P.W.D., C.P.W.D. relevant
drawing and as per the instruction of Engineer in charge.

Material :

The cement shall confirm to M-3 (3.1 / P.9 / V.1), water shall confirm to M-1 (1.1 to 1.5 / P.9 / V.1), sand
shall confirm to m-6 (6.1 to 6.3 / P.9, 10 / V.1), water proofing compound shall confirm to manufacturers
specification, brick bats shall confirm to M-14 (14.1 to 14.2 / P.12 / V.1) and cement mortar shall confirm
to M-11 (11.1 to 11.3.2 / P.11 / V.1). White glazed tiles used for items shall be broken to proper size and
shape. Material shall be got approved by Engineer in charge.

Preparing the Surface :

It would be advantageous to roughen the surface by scrapping the surface when the slab is being cast,
however the surface need not be hacked. In case the slab is already cast and surface fairly finished, the
same shall be cleaned neatly of all mortar droppings, loose materials etc.

Blending Cement/Water with water proofing compound :

I. Whenever the water proofing compound is to be used, it is advantageous to blend the same with
cement if the water proofing compound is in powder from and if the same is in liquid form the

Signature of Contractor 162


required quantity of water blended with water proofing compound alone should be used for
preparing slurry / mortar.

II. The water proofing compound to be used shall conform to IS : 2645 and be of reputed brand with
a clear ISI marked on the container which should be in the form of sealed tins or closed packets.

III. The correct quantity of water proofing compound to be used per 50 kg grey cement shall be as
prescribed by the manufacturer on the tins/ packets literature. However, not more than 3% of
water proofing compound shall be used per 50 kg of grey cement.

IV. Blended cement with water proofing compound or water mixed with liquid water proofing
compound shall be used to prepare slurry/mortar.

Preparing of Slurry :

I. The quantity of water required to prepare the slurry with 2.75 kg of cement to painted over an
area of 1 sqm shall be calculated exactly. Consider this quantity of water as x liter per sqm.

II. Depending upon the area of surface that has to be covered, the required quantity of slurry should
be prepared using 2.75 kg blended cement + x litres of water per sqm area to be covered, taking
particular care to see that only that much quantity of slurry shall be prepared which can be used
within and hour of preparation.

Application of Slurry under Base coat :

I. The slurry prepared as explained above shall be applied over the dempened surface with brushes
very carefully, including the joints between the floor slab and the parapet wall, holes on the
surfaces and joints of pipes in masonry / concrete.

II. The application of the slurry should continue up to a height of 300 mm over the parapet wall and
also to the groove. The slurry should also be applied up to a height of 150 mm over pipe
projection etc.

Laying Base coat 20 mm thick :

Immediately after the application of slurry and when the application is still green, 20 mm thick cement
plaster as base coat with cement mortar 1:4 (1 blended cement : 4 coarse sand) shall be evenly applied
over the concrete surface taking particular care to see that all corners and joints are properly packed and
the application of the base coat shall be continued up to a height of 300 mm over the parapet wall.

Preparing Brick-Bat Concrete Mix :

I. Brick bat of size 25mm to 100mm out of cover burnt bricks shall be used for the purpose of brick
bat coba.

II. Depending upon the area of concrete surface to be covered the calculated quantity of brick bats
to cover the area shall be heaped for mixing. Cement mortar 1:5 (1 blended cement : 5 coarse
sand) shall be prepared separately of half the quantity of brick bats, collected by volume.

III. The bricks bats shall be properly dampened for six hours before the cement mortar is added. The
materials shall be thoroughly mixed by adding some water if needed and the homogenous mix
thus prepared should only be used. Under no circumstances dry brick bats should be mixed with
the mortar.

Laying Brick bat coba :

I. When the base coat takes initial set or preferably on the subsequent day the brick bat coba after
mixing as specified above shall be laid to required slope / gradient. To ensure fixing up of proper
level/gradient correct level points should be fixed with brick bat coba mix only and the brick bat

Signature of Contractor 163


coba shall be laid to the top of level points. The surface of brick bat coba shall be finished neatly
to proper slope.

II. The haunches / gola at the junction of parapet wall and the roof shall be formed only with brick
bat coba.

III. In case the brick bat coba is laid on the base coat immediately on initial set there will be no
necessary of applying cement slurry over the base coat before laying the brick-bat coba.
However, if the brick bat coba is to be laid on the subsequent day, cement slurry prepared as
described above shall be applied over the top surface of the base coat, then only the brick bat
coba shall be laid.

Application of Slurry Over Brick-bat Coba :

Immediately on laying brick-bat coba i.e. when the initial set takes place, or at least on the subsequent
day cement slurry prepared as described above it shall be applied on the surface of brick-bat coba. The
application of slurry shall be the same as described which should cover the haunches / gola, and the
remaining small portion of parapet wall and also inside the groove.

Laying Finishing Layer (Protective Coat) of China Mosaic :

I. Immediately on applying the cement slurry over the surface of the brick bat coba and when the
slurry applied is still green, a 20 mm thick layer of cement plaster, without leaving any joints shall
be applied with cement mortar 1:4 (1 blended grey cement : 4 coarse sand) over the entire
surface including the haunches/gola and the small portion on the parapet wall. The groove in the
parapet wall over the haunches shall also be filled neatly packing the mortar firmly in the groove.

II. Combination of white and coloured broken pieces of ceramic / glazed tiles of even thickness shall
be laid on the layer of cement mortar immediately. The broken tile pieces shall be laid and
pressed uniformly and entire surface shall be pressed by wooden template, so that the pieces
gets pressed in uniform layer and do note protrude above the surface. The surface shall then be
filled and finished with white cement slurry. The China mosaic layer shall be done in pattern and
design given in the drawings. The treatment shall also be continued along inner side of parapet
up to the height of 30cm in the shape of round vata. Care shall be taken to see that the surface
remain smooth and it is neatly cleaned and finished of all slurries, dirt after laying.

Curing and Testing the Treatment :

The entire surface thus treated shall be flooded with water by making kiaries with weak cement mortar,
water shall be made to remain on the roof slab for a minimum period of two weeks during which it can be
observed if there are any leakage or not.

Brick bat coba shall be provided as specified, however recommended average thickness is 120mm and
minimum at Khurra as 65 mm.

Mode of measurement and payment :

The rate incl. all the material and labour involved in the satisfactory completion of work.
The item with all respect, the payment shall be made on square meter basis and measurement
shall be taken as per the clear inside length and breadth from parapet wall and average over
finishing floor as breadth.

A guarantee bond of ten years guarantee requisite stamp paper shall be given by the contractor
to the department. Any defect will be observed later on, shall be rectified by the contractor at his
own risk and cost. Contractor shall be bound to carry out all such rectification work without
claiming any extra. The rate shall be unit for a one square meter.

Item No. 79

Providing composite water proofing treatment to floor and walls of water tank, w.c.bath area,
through approved agencies preparing floor and wall for water proofing work/ by chasing/cutting
as per the companies requirement. First by providing and applying cementitious crystalline based

Signature of Contractor 164


waterproofing for concrete rafts, walls, water tanks, slabs, concrete floors etc. with Krystol T2 or
equivalent system. Cementitious based dry Krystol T2 Crystalline powder capable of creating
Crystals to seal the pores, intercises and micro cracks in the concrete. The application to be done
from positive side on a wet open pore concrete surface with brush @ to 1 kg/ sqm as per mfg.'s
specification. After testing with ponding after 7 days, a layer of plaster with waterproofing
compound/ admixture about 25 mm thick in the floor / depression and about 18 mm on the
sidewalls / depression upto the floor level shall be provided over the surface treated with
crystalline powder. The waterproof plaster about 18 mm thick to be continued on the walls above
the floor level for a height of 600 mm with surface suitable to receive further finishing treatment all
complete as per companies specifications and instructions and as directed for all heights and
floors. The round vata shall be included in this in sq.mt. and shall be taken upto top of round on
wall

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Materials : Water shall conform to M-1, Cement shall conform to M-3, Sand shall conform to M-6,
Cement mortar shall conform to M 11, Waterproofing compound/ admixture shall conform to approved
make & specifications.

CRYSTALINE WATER PROOFING SYSTEM :


MATERIAL:

Water proofing chemicals shall be cementitious based of dry crystaline power capable to creating crystals
to seal the pores, intecises and micro cracks in the concrete. The crystaline powder shall be of krypton or
equivalent make and shall match the product specification of krypton T2 powder of krypton or equivalent
make. This system when applied should become integral part of concrete and should not get affected by
surface wear and abrasion. This will be applied on wet saturated new or old concrete surfaces. It should
be non toxic and suitable for application in drinking water tanks. It will be able to withstand high
hydrostatic pressure, stop moisture coming up through concrete to debond any overlay system. It should
eliminate the need for surface applied membranes. It should not contain any sterates, sodium or silicate
and should not be of hydrophobic type. It should be able to grow crystals year after year and should seal
micro cracks (not live / moving cracks) that may occur from subsequent damage to structure.

PROCEDURE :

Surface preparation and application :

1. Concrete surfaces will be cleaned and made free of contaminants and laitance.
2. Concrete must be sound.
3. Concrete will be cleaned to have an open pore surface to allow penetration of Krystol. This may
require mechanical preparation such as grinding, waterblasting, sandblasting or hacking.
4. Surfaces to be treated will be pro-soaked with clean water to a saturated surface dry (SSD) condition.
Do not leave any standing water.
5. Mix Krystol T2 to a slurry consistency (5 parts power to 2 part clean water) or as recommended by
manufacturer. Mix only enough material that can be placed in 15 minutes to 20 minutes.
6. Apply slurry to the concrete surface with a brush in circular, scrubbing motion so as to achieve
maximum adhesion and penetration. Apply the slurry to the entire concrete slab.
2
7. Apply Krystol T2 with a spread rate of 1 kg/m or as recommended by manufacturer.
8. Protect the area from rapidly drying out due to heat, damage by rain, excessive wind and freezing
temperatures for 48 hours.
9. Testing with pounding to be done after 7 days.

For construction joints treatment a U shaped groove will be made of 10mm wide and 15-20mm deep.
This will be filled up with Krystol T2 putty consistency 5:1 (5 parts of T2 to 1 part of water) and Krystol
Baricote in 3.5:1 (3.5 part of Baricote to 1 part of water) or as recommended by manufacturer.

Signature of Contractor 165


After testing with ponding after 7 days, a layer of plaster with waterproofing compound/ admixture about
25 mm thick in the floor / depression and about 18 mm on the sidewalls / depression upto the floor level
shall be provided over the surface treated with crystalline powder. The waterproof plaster about 18 mm
thick to be continued on the walls above the floor level for full height with surface suitable to receive
further finishing treatment all complete as per companies specifications and instructions and as directed
for all heights and floors. The round vata shall be included in this in sq.mt. and shall be taken upto top of
round on wall.

Mode of Measurement and payment :

The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above.

The round vata shall be included in this in sq.m and shall be taken upto top of round on wall.

The rates shall be for unit of one Sq.mt. for actual work done.

Item No. 80

Providing cinder filling in sunken floors including watering, consolidating, ramming complete.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material :

Cinder shall confirm to M-9 on page-11.

1.0. Workmanship

1.1. The cinder to be used for filling shall be free from salts, organic or other foreign matter. All clods of
cinder shall be broken.

1.2. As soon as the work in sunken floor has been completed and measured the sunken floor shall be
cleared of all debris, brick bats: mortar dropping etc., and filled with cinder in layers not exceeding 20 cms. Each
layer shall be adequately watered, rammed and consolidated before the succeeding layer is laid.

Th e ci nd e r f illing shall be rammed with iron or wooden rammers where feasible and with the but ends of
crow-bars, where rammer cannot be used. W hen filling reaches finished level the surface shall be flooded
with water for at least 24 hours and allowed to dry and then rammed and consolidated.

1.4. The finished level of filling shall be kept to shape intended to be given to floor.

2.0. Mode of Measurements & Payment

2.1. The payment shall be made for filling in sunken floor. No deduction shall be made for shrinkage or
voids, if consolidated as instructed above. The rates includes all materials, labour, tools and plants in
satisfactory completion of work as specified above

2.2. The rate shall be for a unit of one cubic meter.

Item No. 81

Providing, laying & jointing to level and slope rigid ISI make of approved make P.V.C. pipes of
working pressure 6 Kg/sq.cm for Horizontal drainage line below ground level including necessary
fittings such as bends, tees, rubber packing ring etc. testing of pipeline, jointing with adhesive
solvent cement including cost of excavation,lowering and laying pipes, refilling the trenches,
jointing materials and all other necessary fixtures fitted, air and water tight testing of the line etc.
complete as directed. 160mm dia PVC pipes

Signature of Contractor 166


In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. The low density polythene pipe of specified diameter with 6 Kg/Sq. Cm, working pressure shall
conform to I.S. 3076-1968. The specials and fittings required shall be of best quality.

2.0. Workmanship

2.1. The P.V.C. pipes of specified diameter shall be fixed as directed. Due to thermal expansion of
rigid ' P.V.D. pipes, due allowance shall be made particularly in over ground pipe lines for any change in
length of pipe line which may occur during installation or when pipe line which may occur during
installation or when pipe line is in service.

2.2. Above ground installation of rigid P.V.C. pipe should be under taken after preparations are
observed for their protection against direct sun rays and mechanical damage.

2.3. The rigid P.V.C. pipe lines should not be kept exposed above ground when it passes through
public places, railway lines, road side and foot paths.

2.4. P.V.C. pipes shall be supported at the following intervals :


-20 mm. dia 500 mm. -25 mm. dia 750.mm. -32 mm. dia.900 mm.

2.5. Closer support spacing shall be provided if recommended by the manufacture.

2.6. The guide lines indicated by the manufacturer regarding handling, transportation, storing, laying
and jointing pf pipes shall be kept in view during execution.

2.7. Jointing the pipes :

2.7.1. The pipes and sockets shall be accurately cut. The ends of the pipes and fittings should be
absolutely free from dirt and dust. The outside surface of the pipes and the inside of the fittings shall then
be roughened with emery paper, and then solvent cement joint. Since solvent cement is aggressive
to P V.C. care must be taken to avoid applying excessive cement to the inside of pipe sockets
as any surplus cement cannot be wiped of after jointing. Empty solvent cement tins, brushes, rags, or
paper impregnated with cement should not be buried in the trenches. They should be gathered not left
scattered about, as-they can prove to be a hazard to animals, which may chew them.

2.7.2. If any manufacturer recommends its own methods of jointing the same shall be adopted
after necessary approval from the Engineer-in-charge.

2.8 Laying pipes in Trenches :

2.8.1. The pipes shall be laid over uniform relatively soft fine trained soil found to be free of presence of
hard object such as large flints, rocky projections, large tree roots etc. The width of the trenches shall be
minimum width required for working.
2.8.2. The pipes laid underground shall not be less than one meter from the ground level. The
pipe shall be positioned in the trenches so as to avoid any induced stressed due to deflection.
Any deviation required shall be obtained by using proper type of rubber ring joints.

2.9 Mode of measurements & payment

2.9.1 The relevant specifications of item 23.2. (A) of specification for Building work booklet shall be
followed except that the P.V.C. pipes of specified dia. shall be paid under this item.

2.9.2 The unit rate shall be for a unit of One running meter.

Item No. 82

Signature of Contractor 167


Providing, laying and jointing to level and slope 75 mm dia rigid ISI make of approved make PVC
pipes of working pressure 6 Kg./sq.cm for "horizontal drainage" line in floors incl. necessary
fittings such as bends, tees, clamps, rubber packing ring etc. testing of pipe line, jointing with
adhesive solvent cement including cost of jointing materials and all other necessary fixtures.
fitted air and water tight testing the line etc. complete as directed by Engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. The low density polythene pipe of specified diameter with 6 Kg/Sq. Cm, working pressure shall
conform to I.S. 3076-1968. The specials and fittings required shall be of best quality.

2.0. Workmanship

2.1. The P.V.C. pipes of specified diameter shall be fixed as directed. Due to thermal expansion of
rigid ' P.V.D. pipes, due allowance shall be made particularly in over ground pipe lines for any change in
length of pipe line which may occur during installation or when pipe line which may occur during
installation or when pipe line is in service.

2.2. Above ground installation of rigid P.V.C. pipe should be under taken after preparations are
observed for their protection against direct sun rays and mechanical damage.

2.3. The rigid P.V.C. pipe lines should not be kept exposed above ground when it passes through
public places, railway lines, road side and foot paths.

2.4. P.V.C. pipes shall be supported at the following intervals :


-20 mm. dia 500 mm. -25 mm. dia 750.mm. -32 mm. dia.900 mm.

2.5. Closer support spacing shall be provided if recommended by the manufacture.

2.6. The guide lines indicated by the manufacturer regarding handling, transportation, storing, laying
and jointing pf pipes shall be kept in view during execution.

2.7 Jointing the pipes :

2.7.1. The pipes and sockets shall be accurately cut. The ends of the pipes and fittings should be
absolutely free from dirt and dust. The outside surface of the pipes and the inside of the fittings shall then
be roughened with emery paper, and then solvent cement joint. Since solvent cement is aggressive
to P V.C. care must be taken to avoid applying excessive cement to the inside of pipe sockets
as any surplus cement cannot be wiped of after jointing. Empty solvent cement tins, brushes, rags, or
paper impregnated with cement should not be buried in the trenches. They should be gathered not left
scattered about, as-they can prove to be a hazard to animals, which may chew them.

2.7.2. If any manufacturer recommends its own methods of jointing the same shall be adopted
after necessary approval from the Engineer-in-charge.
2.8 Mode of measurements & payment

2.8.1 The relevant specifications of item 23.2. (A) of specification for Building work booklet shall be
followed except that the P.V.C. pipes of specified dia. shall be paid under this item.

2.8.2 The unit rate shall be for a unit of One running meter.

In general workmanship for 75mm dia. PVC pipe shall confirm to specification as described above.
Instead of laying in trenches , the pipe shall be fixed in floors in proper level/slope, all connections with
pipe shall be made with approved adhesive solvent cement and all joints shall be water tight, necessary
testing shall be done, during fixing no part of building shall be damaged, including cutting and making
floors and walls as per original.

Signature of Contractor 168


Item No. 83

Providing, laying and jointing to level and slope 110 mm dia rigid ISI make of approved make PVC
pipes of working pressure 6 Kg./sq.cm for "horizontal drainage" line in floors incl. necessary
fittings such as bends, tees, clamps, rubber packing ring etc. testing of pipe line, jointing with
adhesive solvent cement including cost of jointing materials and all other necessary fixtures.
fitted air and water tight testing the line etc. complete as directed by Engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. The low density polythene pipe of specified diameter with 6 Kg/Sq. Cm, working pressure shall
conform to I.S. 3076-1968. The specials and fittings required shall be of best quality.

2.0. Workmanship

2.1. The P.V.C. pipes of specified diameter shall be fixed as directed. Due to thermal expansion of
rigid ' P.V.D. pipes, due allowance shall be made particularly in over ground pipe lines for any change in
length of pipe line which may occur during installation or when pipe line which may occur during
installation or when pipe line is in service.

2.2. Above ground installation of rigid P.V.C. pipe should be under taken after preparations are
observed for their
protection against direct sun rays and mechanical damage.

2.3. The rigid P.V.C. pipe lines should not be kept exposed above ground when it passes through
public places, railway lines, road side and foot paths.

2.4. P.V.C. pipes shall be supported at the following intervals :


-20 mm. dia 500 mm. -25 mm. dia 750.mm. -32 mm. dia.900 mm.

2.5. Closer support spacing shall be provided if recommended by the manufacture.

2.6. The guide lines indicated by the manufacturer regarding handling, transportation, storing, laying
and jointing pf pipes shall be kept in view during execution.

2.7. Jointing the pipes :

2.7.1. The pipes and sockets shall be accurately cut. The ends of the pipes and fittings should be
absolutely free from dirt and dust. The outside surface of the pipes and the inside of the fittings shall then
be roughened with emery paper, and then solvent cement joint. Since solvent cement is aggressive
to P V.C. care must be taken to avoid applying excessive cement to the inside of pipe sockets
as any surplus cement cannot be wiped of after jointing. Empty solvent cement tins, brushes, rags, or
paper impregnated with cement should not be buried in the trenches. They should be gathered not left
scattered about, as-they can prove to be a hazard to animals, which may chew them.

2.7.2. If any manufacturer recommends its own methods of jointing the same shall be adopted
after necessary
approval from the Engineer-in-charge.

2.8 Mode of measurements & payment

2.8.1. The relevant specifications of item 23.2. (A) of specification for Building work booklet shall be
followed except that the P.V.C. pipes of specified dia. shall be paid under this item.

2.8.2. The unit rate shall be for a unit of One running meter.

In general workmanship for 110mm dia. PVC pipe shall confirm to specification as described above.
Instead of laying in trenches , the pipe shall be fixed in floors in proper level/slope, all connections with

Signature of Contractor 169


pipe shall be made with approved adhesive solvent cement and all joints shall be water tight, necessary
testing shall be done, during fixing no part of building shall be damaged, including cutting and making
floors and walls as per original.

Item No. 84

Providing, laying & jointing to level and slope 75 mm dia ISI PVC pipes of working pressure 6 KG
per Sq.cm for "vertical drainage" line including all necessary fittings such as bends, 'Y' door
bend, tees, one way joints, two way joints, rubber packing ring fixing the same concealed in the
wall, in true line and level with help of PVC clamps at every two meter including jointing with
adhesive solvent cement including the cost of all types of fixing materials and all other necessary
fixtures, including fixing air and water tight testing the line etc. complete as directed by Engineer
In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. The low density polythene pipe of specified diameter with 6 Kg/Sq. Cm, working pressure shall
conform to I.S. 3076-1968. The specials and fittings required shall be of best quality.

2.0. Workmanship

2.1. The P.V.C. pipes of specified diameter shall be fixed as directed. Due to thermal expansion of
rigid ' P.V.D. pipes, due allowance shall be made particularly in over ground pipe lines for any change in
length of pipe line which may occur during installation or when pipe line which may occur during
installation or when pipe line is in service.

2.2. Above ground installation of rigid P.V.C. pipe should be under taken after preparations are
observed for their protection against direct sun rays and mechanical damage.
2.3. The rigid P.V.C. pipe lines should not be kept exposed above ground when it passes through
public places, railway lines, road side and foot paths.

2.4. P.V.C. pipes shall be supported at the following intervals :


-20 mm. dia 500 mm. -25 mm. dia 750.mm. -32 mm. dia.900 mm.

2.5. Closer support spacing shall be provided if recommended by the manufacture.

2.6. The guide lines indicated by the manufacturer regarding handling, transportation, storing, laying
and jointing pf pipes shall be kept in view during execution.

2.7. P.V.C. pipes shall be fixed on wall with wooden plugs and suitable plastic clamps.

2.8. Jointing the pipes :

2.8.1. The pipes and sockets shall be accurately cut. The ends of the pipes and fittings should be
absolutely free from dirt and dust. The outside surface of the pipes and the inside of the fittings shall then
be roughened with emery paper, and then solvent cement joint. Since solvent cement is aggressive
to P V.C. care must be taken to avoid applying excessive cement to the inside of pipe sockets
as any surplus cement cannot be wiped of after jointing. Empty solvent cement tins, brushes, rags, or
paper impregnated with cement should not be buried in the trenches. They should be gathered not left
scattered about, as-they can prove to be a hazard to animals, which may chew them.

2.8.2. If any manufacturer recommends its own methods of jointing the same shall be adopted
after necessary approval from the Engineer-in-charge.

2.9 Mode of measurements & payment

2.9.1. The relevant specifications of item 23.2. (A) shall be followed except that the P.V.C. pipes of
specified dia. shall be paid under this item.

Signature of Contractor 170


2.9.2. The unit rate shall be for a unit of One running meter.

In general workmanship for 75mm dia. PVC pipe shall confirm to specification as described above.
Instead of laying in trenches , the pipe shall be fixed on walls in proper level with the help of clamps, al
connections with pipe shall be made with approved adhesive solvent cement and all joints shall be water
tight, necessary testing shall be done, during fixing no part of building shall be damaged, including cutting
and making floors and walls as per original.

Item No. 85

Providing, laying & jointing to level and slope 110 mm dia ISI PVC pipes of working pressure 6 KG
per Sq.cm for "vertical drainage" line including all necessary fittings such as bends, 'Y' door
bend, tees, one way joints, two way joints, rubber packing ring fixing the same concealed in the
wall, in true line and level with help of PVC clamps at every two meter including jointing with
adhesive solvent cement including the cost of all types of fixing materials and all other necessary
fixtures, including fixing air and water tight testing the line etc. complete as directed by Engineer
In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. The low density polythene pipe of specified diameter with 6 Kg/Sq. Cm, working pressure shall
conform to I.S. 3076-1968. The specials and fittings required shall be of best quality.

2.0. Workmanship

2.1. The P.V.C. pipes of specified diameter shall be fixed as directed. Due to thermal expansion of
rigid ' P.V.D. pipes, due allowance shall be made particularly in over ground pipe lines for any change in
length of pipe line which may occur during installation or when pipe line which may occur during
installation or when pipe line is in service.

2.2. Above ground installation of rigid P.V.C. pipe should be under taken after preparations are
observed for their protection against direct sun rays and mechanical damage.

2.3. The rigid P.V.C. pipe lines should not be kept exposed above ground when it passes through
public places, railway lines, road side and foot paths.

2.4. P.V.C. pipes shall be supported at the following intervals :


-20 mm. dia 500 mm. -25 mm. dia 750.mm. -32 mm. dia.900 mm.

2.5. Closer support spacing shall be provided if recommended by the manufacture.

2.6. The guide lines indicated by the manufacturer regarding handling, transportation, storing, laying
and jointing pf pipes shall be kept in view during execution.

2.7. P.V.C. pipes shall be fixed on wall with wooden plugs and suitable plastic clamps.

2.8. Jointing the pipes :

2.8.1. The pipes and sockets shall be accurately cut. The ends of the pipes and fittings should be
absolutely free from dirt and dust. The outside surface of the pipes and the inside of the fittings shall then
be roughened with emery paper, and then solvent cement joint. Since solvent cement is aggressive
to P V.C. care must be taken to avoid applying excessive cement to the inside of pipe sockets
as any surplus cement cannot be wiped of after jointing. Empty solvent cement tins, brushes, rags, or
paper impregnated with cement should not be buried in the trenches. They should be gathered not left
scattered about, as-they can prove to be a hazard to animals, which may chew them.

2.8.2. If any manufacturer recommends its own methods of jointing the same shall be adopted
after necessary approval from the Engineer-in-charge.

Signature of Contractor 171


2.9 Mode of measurements & payment

2.9.1. The relevant specifications of item 23.2. (A) shall be followed except that the P.V.C. pipes of
specified dia. shall be paid under this item.

2.9.2. The unit rate shall be for a unit of One running meter.

In general workmanship for 110mm dia. PVC pipe shall confirm to specification as described above.
Instead of laying in trenches , the pipe shall be fixed on walls in proper level with the help of clamps, al
connections with pipe shall be made with approved adhesive solvent cement and all joints shall be water
tight, necessary testing shall be done, during fixing no part of building shall be damaged, including cutting
and making floors and walls as per original.

Item No. 86

Providing, lowering, laying and jointing in true line and level 110 mm dia 6 kg / sq.cm. working
pressure rigid ISI Supreme / Finolex PVC pipe for "Rainwater" pipeline fitted concealed in walls
including all necessary fittings such as bends, shoe bends etc including testing of pipes and
joints fixing the same with PVC clips at two meters c/c and jointed with adhesive solvent cement
including the cost of all material, fixing air and water tight, testing the line etc. complete as
directed by Engineer in charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. The low density polythene pipe of specified diameter with 6 Kg/Sq. Cm, working pressure shall
conform to I.S. 3076-1968. The specials and fittings required shall be of best quality.

2.0. Workmanship

2.1. The P.V.C. pipes of specified diameter shall be fixed as directed. Due to thermal expansion of
rigid ' P.V.C. pipes, due allowance shall be made particularly in over ground pipe lines for any change in
length of pipe line which may occur during installation or when pipe line which may occur during
installation or when pipe line is in service.

2.2. Above ground installation of rigid P.V.C. pipe should be under taken after preparations are
observed for their protection against direct sun rays and mechanical damage.

2.3. The rigid P.V.C. pipe lines should not be kept exposed above ground when it passes through
public places,railway lines, road side and foot paths.

2.4. P.V.C. pipes shall be supported at the following intervals :


-20 mm. dia 500 mm. -25 mm. dia 750.mm. -32 mm. dia.900 mm.

2.5. Closer support spacing shall be provided if recommended by the manufacture.

2.6. The guide lines indicated by the manufacturer regarding handling, transportation, storing, laying
and jointing of pipes shall be kept in view during execution.

2.7. P.V.C. pipes shall be fixed on wall with wooden plugs and suitable plastic clamps.

2.8. Jointing the pipes :

2.8.1. The pipes and sockets shall be accurately cut. The ends of the pipes and fittings should be
absolutely free from dirt and dust. The outside surface of the pipes and the inside of the fittings shall then
be roughened with emery paper, and then solvent cement joint. Since solvent cement is aggressive
to P V.C. care must be taken to avoid applying excessive cement to the inside of pipe sockets
as any surplus cement cannot be wiped of after jointing. Empty solvent cement tins, brushes, rags, or

Signature of Contractor 172


paper impregnated with cement should not be buried in the trenches. They should be gathered not left
scattered about, as-they can prove to be a hazard to animals, which may chew them.

2.8.2. If any manufacturer recommends its own methods of jointing the same shall be adopted
after necessary approval from the Engineer-in-charge.

2.9. Mode of measurements & payment

2.9.1. The relevant specifications of item 23.2. (A) shall be followed except that the P.V.C. pipes of
specified dia. shall be paid under this item.

2.9.2. The unit rate shall be for a unit of One running meter.

In general workmanship for 110mm dia. PVC pipe shall confirm to specification as described above.
Instead of laying in trenches , the pipe shall be fixed on walls in proper level with the help of clamps, al
connections with pipe shall be made with approved adhesive solvent cement and all joints shall be water
tight, necessary testing shall be done, during fixing no part of building shall be damaged, including cutting
and making floors and walls as per original.

Item No. 87

Construction of brick masonry chamber inside dimension as below & required depth for
drainage pipeline, with required inlet and outlet for under ground C.I. inspection chamber and with
230 mm thick brick wall having crushing strength not less than 35 Kg. /sq.cm. in C.M.1:5 (1cement
: 5 sand) C.I. Cover with frame(Light duty 455 mm X 610 mm internal dimension, total weight of
cover with frame not less than 38 Kg. ( weight of cover 23 Kg and weight of frame 15 Kg),R.C.C.
top slab with 1:2:4 ( 1 cement : 2 coarse sand : graded stone aggregate 20mm nominal size B.T.
Kapchi) foundation concrete 1:5:10) (1 cement : 5 sand :10graded stone aggregate 40 mm
nominal size) inside plaster 15mm thick in cement mortar 1:3 (1cement : 3 sand ) finished smooth
with floating coat of neat cement slurry on walls and bed concrete curing etc. in true line and
level/slope etc. complete as directed by Engineer In charge.

Inside dimension 600 mm x 850 mm and 450 deep or more for pipe line with one or two inlets

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials : Water shall conform to M-1. Cement shrill conform to M-3. Coarse sand shall
conform to M-5. Brick shall conform to M-15. Stone aggregate shall conform to M-12. Brick bat shall
conform to M-14 M.S. bar shall conform to M-18.

2.0. Workmanship

2.1. C.I. inspection chamber with provision of C.I. bends of specified size with bolts, nuts and felt
washers for underground drain shall be enclosed in masonry chamber which shall be constructed as
under:

2.2. The excavation shall be done true to dimensions and level shown in one the plans or as directed.

2.3. Bed concrete shall be 15. Cms, thick C.C. 1:5:10 (1 cement : 5 coarse sand : 10 graded brick bat
aggregates. The projection of bed concrete beyond the masonry waifs shall be 7.5 cms.

2.4. The walls of chamber shall be carried out with burnt bricks using having bricks. crushing
strength not less than 35 Kg/Cms in C.M. 2 in C.M. 1:5 (1 cement : 5 coarse sand). The thickness of brick
masonry wall shall be 230 mm. The jointing face of such .brick shall be well buttered with cement mortar
before laying so as to ensure a full joints.

The inside of waits shall be plastered 15 mm. thick with C.M. 1:5 (1 cement : 5 coarse sand) and finished
with floating coat of neat cement. All angles shall be rounded to 7.50 cms. radius and all rendered internal
surfaces shall have hard impervious finish obtained by using a steel trowel. The external joints of
masonry shall be finished smooth.

Signature of Contractor 173


2.5. The cover slab of R.C.C. 1:2:4 (1 cement: 2 coarse sand: 4 graded stone aggregate 20 mm.
nominal size) 15 cms. thick reinforced with 10 mm. bars at 15 cms. C/C both ways, surface and edges
finished fair. Full bearing equal to the width to the width of wall shall be given to the slab on all sides. The
frame of manhole cover shall be embedded firmly in R.C.C. slab so that the top of the frame remains flush
with the top of R.C.C. slab.

3.0. Mode of measurements and payment

3.1. The earth work in excavation, providing and laying C.I. inspection chamber and bends shall be
measured and paid for separately.

3.2. The rate shall be for a unit of One number.

Item No. 88

Extra over above items for every additional depth of 0.1m or part there of beyound 450 mm depth
for brick masonry chamber
For 600 mm x 850 mm size

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials & Workmanship : The relevant specifications of item 87 shall be followed same
except that extra depth of 0.1 M. or part thereof shall be constructed over and above the depth of
respective items.

2.0. Mode of measurements & payment

2.1. The relevant specifications of item 116 shall be followed except that the extra shall be paid for,
providing additional depth of 0.1 M. or M. or part thereof over and above the item No 116 as the case
may be.

2.2. The rate shall be for a unit of One number.

Item No. 89

Providing and fixing Colored Wash down water closet European type WC pan with integral P or S
trap including jointing the trap with soil pipe in cement mortar 1:1 including seat cover with CP
brass hinges and rubber buffers.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

Wash down water closet (European type W.C. Pan) shall conform to M-60. Cement mortar shah conform to M-
11.

2.0. Workmanship

2.1. The closet shall be fixed to the floor by means of 75 mm. long 6.5 mm. diameter counter sunk bolts
and nuts embedded in the floor concrete using rubber or before washers so as not to allow any lateral
displacement The joint between the trap of W.C. and soil pipe shall ho made with C M. 1:1 (1 cement : 1 fine
sand).

3.0. Mode of measurements and payment

3.1. The rate shall includes the cost of all materials and labour involved in all the operations described
under workmanship.

3.2. The rate includes cost of all labour for fixing pans and sent and cover, inlet, connections etc.

Signature of Contractor 174


complete including testing the same. The payment of seat and cover shall be made separately.

3.3. The rate shall be for a unit of One number.

Item No. 90

Providing, laying and jointing to level and slope 110 mm dia. rigid PVC pipes of working pressure
6 Kg/sq.cm. for "W.C.connector" with lip ring including rubber packing ring fixing the same air
and water tight including joining with adhesive solvent cement and testing the same etc. complete
as directed by Engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material :

The pipe and necessary fittings shall be of rigid PVC and of approved brand and quality having required
thickness uniform internal diameter without any defect having capacity of 6 kg/sq.cm. internal pressure.
The jointing materials for pipe i.e. adhesive solvent cement shall be of approved quality and it shall be
such that by applying / using it 100 % water proof joints can be obtained.

Workmanship :

The W.C. connector shall be fitted to pipe line with help of white lead or required material, the joint shall
be leakproof and no water seepage shall be allowed.

Mode of measurement and payment :

The rate shall include all materials, tools , plants and labours involved in satisfactory completion of work
as prescribed above. The rate shall be paid per one No. basis

Item No. 91

Providing and fixing P.V.C. low level flushing cistern with manually controlled device (handle
lever) conforming to IS : 7231, with all fittings and fixtures complete.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The flushing cisterns shall be automatic of manually operated high level or low level as specified, for
water closets and urinals. A high level cistern is intended to operate with minimum height of 125 cm and a
low level cistern with a maximum height of 30 cm between the top of the pan and under side of the
cistern.
Cisterns shall be of following type (i) Vitreous China (IS 774) for Flushing type (ii) Automatic Flushing
Cistern (IS 2326) and (iii) Plastic cisterns (IS 7231).

PVC Cisterns :

Plastic flushing cisterns for WC and Urinals shall be as per IS 7231.

The thickness of the body including cover at any point shall not be less than 2 mm for GRP and not less
than 3 mm for other plastic materials. The cistern shall be free from manufacturing faults and other
defects affecting its utility. All working parts shall be designed so as to operate smoothly and efficiently.
The cistern shall be mosquito-proof. It shall be deemed to be mosquito proof only when there is no
clearance anywhere in it which would permit a 1.6 mm diameter wire to pass through. The outlet of each
siphon or stand pipe or flush valve shall be securely connected to the cistern by means of a lock nut. In
the case of plastic siphon, it shall be provided with suitable means of ensuring and maintaining watertight
and airtight joint to the cistern.

Flush Pipe Connection to Cistern :

Signature of Contractor 175


The flush pipe shall be securely connected to cistern outlet and made airtight by means of a coupling nut.
The nuts made of injection-molded HDPE/Polyacetal may be used only if the end pipe is also made of
plastic. The nominal internal diameter of the cistern outset shall be not less than 32 mm and 38 mm for
high-level and low-level cistern respectively.

Inlet and Overflow Holes :

The cistern shall be provided with inlet and overflow holes, situated one at each end, which shall be
capable of accommodating overflow pipe of not less than 20 mm nominal bore and a 15 mm size float
valve. The holes shall be cleanly moulded or drilled and the adjacent surfaces shall be smooth.

Float Valves :

The float valves shall be 15 mm nominal size and shall conform to IS 1703 or IS 12234 or IS 13049.

Operating Mechanism Lever :

The operating mechanism/lever shall not project beyond the side of the cistern for a distance greater than
350 mm measured from the center of the cistern to the end of the lever arm. The lever arm shall be
provided with a suitable hole near the end through which a split ring or S-hook can be inserted. A string
(chain) shall be attached to the ring or hook. When S-hook is employed, it shall be effectively closed after
assembly to prevent accidental disconnection.

In the case of low-level cisterns, where the mechanism is handle operated, the handle, whether situated
of the front or at the end of the cistern, shall be within the projection limit. Particular attention shall be
given to the case of operation of the handle.

Finish :

The surface of cistern including cover shall be free from blisters and delamination, and reasonably free
from flow lines, streaking or colour variations. The cistern and cover shall be opaque to light.

Operational and Performance Requirements :

Flushing Arrangement :

The cistern under working conditions and with the float valve in closed position shall operate on a single
operation of the operating mechanism/lever without calling for a sudden jerk in pulling. If a valve is used
instead of siphon for flushing purposes, the valve shall be completely leak proof.

Working Water Level :

The working water level shall be a minimum of 6.5 cm below the effective top edge of the cistern and
shall be legibly and permanently marked on the inside of the cistern. Effective top edge shall be taken on
edge after top of the body without considering bead.

Freedom from Self Siphonage :

The siphonic system shall be capable of being rapidly brought into action when the water is at the working
water level, but shall not self siphon or leak into the flush pipe when the water is up to 1 cm above the
invert of the overflow pipe.

Reduced Water Level :

The discharge shall operate satisfactorily when the cistern is filled to a level up to 1 cm below the working
water level.

Discharge Capacity :

When tested in accordance with IS 7231, cistern of 5 litres and 10 litres capacities, when required to give
a full flush, shall respectively discharge 5 litres and 10 litres with variation of

Signature of Contractor 176


+ 0.5 litres. Dual flush cistern of 6/3 litres capacity shall discharge 6 + 0.5 litres and alternatively a half
flush of 3 + 0.5 litres.

Discharge Rate :

When tested in accordance with IS 7231, the discharge rate shall be 10 + 0.5 litres within 6 seconds and
5 + 0.5 litres within 3 seconds for cistern of capacities 10 litres and 5 litres and 6 + 0.5 litres within 6
second and 3 + 0.5 litres within 3 second for cistern of 6/3 litres capacity respectively. The cistern shall be
so designed that there is no appreciable variation in the force of the flush during the discharge of the
required quantity of water. For coupled cisterns, this test shall not be applicable.

Mode of measurement and payment :

The rate shall include all materials, tools , plants and labours involved in satisfactory completion of work
as prescribed above. The rate shall be paid per one No. basis

Item No. 92

Providing and fixing 15mm dia. brass screw down stop tap of approved quality including fixing in
pipeline etc. complete as directed by Engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials : The brass screw down stop cock of specified dia shall conform to IS. : 781 -1977
The stop cock shall be of tested quality.

2.0 Workmanship

The stop cock shall be fixed in position by means of Jam nut and socket. The stop cock shall be fixed near
the inlet of the water meter or as directed. The joints shall be done with white zinc and spun yarn. The
joint shall be tested for leak proofing.

3.0. Mode of measurements and payment

3.1. The rate includes cost of all labours, materials, tools and plant etc. required for satisfactory
completion of this item.

3.2. The rate shall be for a unit of One number.

Item No. 93

Providing and fixing 15mm dia. brass polished bright screw down bib taps in pipeline of approved
quality etc. complete as directed by Engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials : 15 mm. dia. brass screw down with bright polished finished shall conform to I.S.
781-1977. The bib cock shall be best Indian make and of approved quality.

2.0. Workmanship

2.1. The screw down bib cock 15 mm. as specified above shall be fixed as directed. The threaded
portion shall be smeared with white or red lead and around with a few turns of fine spun yarn round the
screwed end of the pipe. The bib cock shall be then screwed and fixed to water tight position.

3.0. Mode of measurements and payment

3.1. The rate includes cost of all labour, materials, tools and plant etc. required for satisfactory
completion of this item.

Signature of Contractor 177


3.2. The rate shall be for a unit of One Number.

Item No. 94

Providing and fixing 50mm dia. gun metal check or non return full way wheel valve in pipeline of
approved quality etc. complete as directed by Engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials : The gun metal check or not return full way wheel valve or specified dia, shall
conform to I.S. :778-1964. The non-return valve shall be of tested quality.

2.0. Workmanship

2.1. The gun metal check or non return valve shall be fully cleared of all foreign matter before fixing.
The fixing of shall be done by means of bolts nuts and 3 mm. rubber insertions with flags of spigot and
socketed tail pieces, drilled to the same specifications as in case of socket and spigot flanges in case of
flanged pipes. The joining shall be done leak proof.

3.0. Mode of measurements and payment

3.1. The rate includes all labours, materials, tools and plant etc. required for satisfactory
completion of this item.

3.2. The rate shall be for a unit of One number.

Item No. 95

Providing and fixing 40mm dia. gun metal check or non return full way wheel valve in pipeline of
approved quality etc. complete as directed by Engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials : The gun metal check or not return full way wheel valve or specified dia, shall
conform to I.S. :778-1964. The non-return valve shall be of tested quality.

2.0. Workmanship

2.1. The gun metal check or non return valve shall be fully cleared of all foreign matter before fixing.
The fixing of shall be done by means of bolts nuts and 3 mm. rubber insertions with flags of spigot and
socketed tail pieces, drilled to the same specifications as in case of socket and spigot flanges in case of
flanged pipes. The joining shall be done leak proof.

3.0. Mode of measurements and payment

3.1. The rate includes all labours, materials, tools and plant etc. required for satisfactory
completion of this item.

3.2. The rate shall be for a unit of One number.

Item No. 96

Providing and fixing 25mm dia. gun metal check or non return full way wheel valve in pipeline of
approved quality etc. complete as directed by Engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Signature of Contractor 178


1.0. Materials : The gun metal check or not return full way wheel valve or specified dia, shall
conform to I.S. :778-1964. The non-return valve shall be of tested quality.

2.0. Workmanship

2.1. The gun metal check or non return valve shall be fully cleared of all foreign matter before fixing.
The fixing of shall be done by means of bolts nuts and 3 mm. rubber insertions with flags of spigot and
socketed tail pieces, drilled to the same specifications as in case of socket and spigot flanges in case of
flanged pipes. The joining shall be done leak proof.

3.0. Mode of measurements and payment

3.1. The rate includes all labours, materials, tools and plant etc. required for satisfactory
completion of this item.

3.2. The rate shall be for a unit of One number.

Item No. 97

Providing & fixing 75 mm dia. PVC " Cowl Vent" of ISI make of working pressure 4 Kg/sq.cm. with
adhesive solvent cement etc. in true line and level etc. complete as directed by Engineer In
charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Materials:

The cowl vent and necessary fittings shall be of rigid P.V.C. and of approved brand and quality having
required thickness uniform internal diameter of 75 mm without any defect having capacity of 4 kg/sq.cm.
internal pressure. The jointing materials for pipe i.e. adhesive solvent cement shall be of approved quality
and it shall be such that by applying / using it 100% water proof joints can be obtained.

Workmanship :

The cowl vent shall be fitted to pipe line with help of white lead or required material, the joint shall be
leakproof and no water seepage shall be allowed.

Mode of measurement and payment :

The rate shall include all materials, tools, plants and labour involved in satisfactory completion of work as
prescribed above. The rate shall be paid per one No. basis

Item No. 98

Providing & fixing 110 mm dia. PVC " Cowl Vent" of ISI make of working pressure 4 Kg/sq.cm.
with adhesive solvent cement etc. in true line and level etc. complete as directed by Engineer In
charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Materials:

The cowl vent and necessary fittings shall be of rigid P.V.C. and of approved brand and quality having
required thickness uniform internal diameter of 110 mm without any defect having capacity of 4 kg/sq.cm.
internal pressure. The jointing materials for pipe i.e. adhesive solvent cement shall be of approved quality
and it shall be such that by applying / using it 100% water proof joints can be obtained.

Workmanship :

Signature of Contractor 179


The cowl vent shall be fitted to pipe line with help of white lead or required material, the joint shall be
leakproof and no water seepage shall be allowed.

Mode of measurement and payment :

The rate shall include all materials, tools, plants and labour involved in satisfactory completion of work as
prescribed above. The rate shall be paid per one No. basis

Item No. 99

Providing and fixing UPVC pipes, having thermal stability for hot and cold water supply including
all UPVC plain and brass threaded fittings including fixing the pipe with clamps at 1m spacing.
This includes jointing of pipes and fittings with one step UPVC solvent cement and the cost of
cutting chases and making good the same including testing of joints complete as per direction of
engineer in charge.
40mm dia pipes

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

U.P.V.C. Pipes

Pipes shall conform to IS 13592 : 1992 (Type A). The internal and external surfaces of the pipes shall be
smooth and clean and free from grooving and other defects. The end shall be clearly cut and shall be
square with the axis of the pipe. The end may be chamfered on the plain sides. Slight shallow longitudinal
grooves or irregularities in the wall thickness shall be permissible provided the wall thickness remain
within the permissible limit.

Colour of Pipe :

Surface colour of the pipes shall be as specified.

Marking :

Each pipe shall be clearly and indelibly marked with the following information at intervals not more than 3
metre.

(a) Manufacturers name or trade mark.


(b) Nominal outside dia of pipe.
(c) Type A
(d) Batch number.
The pipe may also be marked with standard mark.

Dimensions :

UPVC water pipes shall be of the dia, as specified and shall be in nominal lengths of 2,3,4 or 6 metres
either plain or with sliding / grooved socket, unless shorter lengths are required at junctions with fittings.
The sizes, weights, sockets and tolerances of pipes shall be as shown in Table 1,2,3 & 4. Tolerance on
specified length shall be + 0.10mm.

TABLE -1
DIMENSIONS OF PIPES
(All dimensions in mm)
Wall Thickness
Outside Diameter at any
Nominal Outside Mean Outside Diameter S Type A
Point
Diameter
Min Max Min Max Min Max
75 75.0 75.3 74.1 75.9 1.8 2.2
100 110.0 110.4 108.6 111.4 2.2 2.7

Signature of Contractor 180


TABLE -2
MINIMUM WALL THICKNESS OF SOCKETS ON PIPES
(All dimensions in mm)

Nominal Outside Diameter S 2 Min Type A S 3 Min Type A


75 1.6 1.0
110 2.0 1.2

TABLE -3
DIMENSIONS FOR SLIDING SOCKETS
(All dimensions in mm)
Nominal Outside Socket Dept, C Mean Inside Diameter of Socket at Midpoint, DI
Diameter Min Max
75 40.0 75.1 75.3
110 48.0 110.1 110.4

TABLE -4
DIMENSIONS OF GROOVED SOCKET
(All dimensions in mm)
Nominal Inside Diameter of Inside Diameter of Length of Neck of Length
Outside Socket, D1 Beading, D2 Beading Socket beyond
Diameter and Neck beading
A B C
Min Max Min Max Min Max Min
75 75.3 76.2 84.5 85.5 20 5 35
110 110.4 111.3 120.3 121.3 26 6 32

Fixing and Jointing

Pipes shall be either fixed on face of wall or embedded in masonry as specified.


Plain pipes shall be secured to the walls at all joints with PVC pipe clips by means of 50 x 50x 50 mm
hard wood plugs, screwed with MS Screws of required length including cutting brick work and fixing in
cement mortar 1:4 (1 cement : 4 coarse sand). The clips shall be kept about 25mm clear off finished face
of wall, so as to facilitate cleaning of pipes.

Pipes shall be fixed perfectly vertical or to the lines as directed. The pipes shall be fitted to fittings with
seal ring conforming to IS : 5382 allowing 10mm gap for thermal expansion.

Installation in Wall/Concrete:

The walls/concrete slots should allow for a stress free installation. Pipes and fittings to be inserted into the
slots without a cement base, have to be applied first with a thin coat of PVC solvent cement followed by
sprinkling of dry sand (medium size) and then allowed to dry. The process gives a sound base for cement
fixation. This process is repeated while joining PVC material to CI/AC materials.

Fittings :

Fittings used shall be of the same make as that of the PVC pipes and shall have a minimum wall
thickness of 3.2mm. The fittings shall be supplied with proved socketted ends with square groves and
provided with Rubber Gasket conforming to IS : 5382. The plain ends of the fittings should be chamfered.
The fittings shall be joined with the help of Rubber lubricant.

Note : These pipes shall be used only in shaft or unexposed location to avoid damage to these pipes due
to willful act.

Method of Measurement And Payment

The measurement shall be recorded in running meter of pipe length laid along the centerline of axis of
pipeline including tees, enlarges, reducers and bends, correct up to 0.01 m length. No payment shall be
made for overlaps etc. The payment shall be made after completion of whole made item as mentioned in
price bid on Running Meter basis and 15% shall be withheld for satisfactory hydraulic testing.

Signature of Contractor 181


The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
as specified above.

The rate shall be for a unit of one Rmt of actual work done.

Item No. 100

Providing and fixing CONCELAED UPVC pipes, having thermal stability for hot and cold water
supply including all UPVC plain and brass threaded fittings including fixing the pipe with clamps
at 1m spacing. This includes jointing of pipes and fittings with one step UPVC solvent cement and
the cost of cutting chases and making good the same including testing of joints complete as per
direction of engineer in charge.
25mm dia pipes

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The item shall be carried out & paid as per specification -99 described as above. The diameter of pipe
shall be 25 mm.

Item No. 101

Providing and fixing CONCELAED UPVC pipes, having thermal stability for hot and cold water
supply including all UPVC plain and brass threaded fittings including fixing the pipe with clamps
at 1m spacing. This includes jointing of pipes and fittings with one step UPVC solvent cement and
the cost of cutting chases and making good the same including testing of joints complete as per
direction of engineer in charge.
15mm dia pipes

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The item shall be carried out & paid as per specification -99 described as above. The diameter of pipe
shall be 15 mm.

Item No. 102

Providing & fixing 50mm dia & 30cm length G.I. rainwater spout including making hole and fixing
in proper slope and required pattern fixed in cement mortar 1:1 (1 cement : 1 sand) etc. complete
as directed by Engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials : G.I.M.S. type of 50 mm. dia. shall conform to M-56.

2.0. Workmanship

2.1. The G.I. pipe of 30 cms. fixed as rain water pipe as directed. The pipe shall be fixed about 1/4 dia.
below the floor level so as to make approach of water easy. The inlet of pipe shall be rounded off for easy
entry of rain water pipe. The pipe shall be fixed in C.M. 1:1.

3.0. Mode of measurements & payment

3.1. The rate includes of all labour and materials required for satisfactory completion of this item.

3.2. The rate shall be for a unit of One number.

Signature of Contractor 182


Item No. 103

Providing & fixing P.V.C. " Nahni trap" of 75mm dia inlet and 75mm dia outlet nominal diameter of
self cleaning design with P.V.C. grating including fixing P.V.C reducer of 110 mm dia to 75 mm dia
and jointing with adhesive solvent cement including cost of cutting and making good the walls
and floors etc. complete as directed by engineer in charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Materials :

The Nahni trap and necessary fittings shall be of rigid PVC and of approved brand and quality having
required thickness uniform internal diameter without any defect having capacity of 4 Kg/Sq.cm. internal
pressure. the jointing materials for pipe i.e adhesive solvent cement shall be of approved quality and it
shall be such that by applying / using it 100 % water proof joints can be obtained.

Workmanship :

The Nahni trap shall be fitted in pipe line with help of white lead or required material, the joint shall be
leak proof and no water seepage shall be allowed.

Mode of measurement and payment :

The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
as specified above.

The rate shall be paid per one No. basis.

Item No. 104

Providing and fixing Flat back long pattern urinal of approved quality including urinal flush
valve 15 mm size control cock with 300 mm long connecting CP pipe and nuts and PVC
waste coupling and concealed waste pipe etc comp.
(A) Earthenware 635 x 395 x 420 mm

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials: The white earthenware flat back long pattern type urinal of size 635 mm. x 395 mm. x
420 mm. shall conform to M-64.

2.0. Workmanship

2.1. The urinals shall be fixed in position by using wooden plugs and screws and shall be at a height 65
cms. From the floor level to the top of the lip of urinal, unless otherwise directed including urinal flush valve
15 mm size control cock with 300 mm long connecting CP pipe and nuts and PVC waste
coupling and concealed waste pipe. The wooden plugs shall be of 50 mm. x 50 mm.at base tapering to 38
mm. x 38 mm. at top 50 mm. in length shall be fixed in wall in steel waste pipe which shall discharge in the
channel or floor a tap. The connection between the urinal and flush or waste pipe shall be made by means of
putty or white lead mixed with chopped hemp.

3.0. Mode of measurements and payment

3.1. The rate shall includes cost all labours, materials, tools and plants etc. required for satisfactory
completion of this item.

3.2. The rate shall be for a unit of One number.

Signature of Contractor 183


Item No. 105

Providing & fixing white color flats vitreous China "Wash basin" of size 550 mm X 400 mm with
single hole for pillar tap with C.I. or M.S. brackets (painted white ) including cutting holes and
making good the same, including 40 mm dia C.P. brass waste, 40 mm dia waste pipe, 15mm dia
flexible pipe and rubber plugs,15mm dia stop cock etc. complete as directed by Engineer

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. The white glazed earthenware wash basin shall be 550 mm. x 400mm. of 1st quality and make as
approved by the Engineer-in-charge. The wash basin shall-conform to M-59. The C.P. brass trap and
unions shall be of 32 mm. dia. and of best quality and make as approved by the Engineer-in-charge The
rubber plug for sink or wash hand, basin shall be best quality and make as approved by the Engineer-in-
charge.

2.0. Workmanship

2.1. The washbasin shall be fixed on the wall as and where directed. The wash basin shall be
supported on a pair of M.S. or C.I. brackets fixed in C.M. 1:3 (1 cement : 3 sand). The bracket shall
conform to I.S. : 775-1962. The wall plaster on the rear shall be cut to rest the top edge of the washbasin.
After fixing the basing, plaster shall be made good and surface finished to match the existing one.

2.2. The brackets shall be painted white with ready-mixed paint.

2.3. The C.I. brass trap and union shall be connected to 32 mm. dia. waste pipe which shall
be suitably bent towards the wall and which shall discharge into an open drain leading to a gully trap or
direct in to gully-trap on the ground floor and shall be connected to a waste pipe through a floor trap on
the upper floors. C.P. brass trap and union may not be provided where the surface drain or a floor
trap is placed directly under the basin and the waste is discharged in to vertically.

C.P. brass waste trap and union shall be connected to 40 mm dia waste pipe which shall be suitably
bent towards the wail which shall discharge into drain through a floor trap The C.P brass waste trap shall
be provided for wash basin or sink as the case may be. The rubber plug with plain shall be fixed in wash
basin or sink as directed.

2.4. The height of the front edge to the wash basin from the floor level shall be 80 cms.

2.5. The necessary inlet, outlet connections and fittings such as pillar cocks, CP dress waste trap
waste pipe, stop cock, chain wish rubber plug etc. shall be fixed.

2.6. The payment of fittings shall be made separately under separate items.

3.0. Mode of measurements & payment

3.1. The rate includes cost of all labour, materials, tool and plant etc. required for satisfactory
completion of this item as specified in workmanship.

3.2. The rate shall be for a unit of One number.

Item No. 106

Providing & fixing 15mm dia. pillar taps, capstan head screw down high screws, shanks & back
nuts.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Signature of Contractor 184


1.0. Materials : The capstan head pillar tap of specified dia. of C.R over brass shall be best
quality and shall conform to I.S. : 1975 - 1961. The pillar taps shall be tested quality.

2.0. Workmanship

2.1. The capstan head pillar tap of specified dia. shall be fixed as directed with required washers
of selected leather or rubber asbestos composition or of plastic as directed. The cock shall fixed with
pipe line white Zink end spun yarn, to make joint water tight. The work shall be carried out in best
workman like manner.

3.0. Mode of measurements and payment

3.1. The rate shall be for a unit of one number.

Item No. 107

Providing & fixing 600 mm X 450 mm beveled edge mirror of superior glass mounted on 6 mm
thick AC sheet or plywood sheet and fixed to wooden plugs with C.P.brass screws and washers,
including fixing C.P. brass bracket support and guard rail fixed to wooden plugs with C.P. brass
screws etc. complete as directed by engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. The 600 mm. x 450 mm. size mirror snail be of superior glass with edge rounded offer beveled as
specified. It shall be free from flaws specks, or bubbles and its thickness shall riot be less than 6 mm. The
glass for the mirror shall be uniformly silver plated at the back and shall be free from silvering defects
Silvering shall have a protective uniform covering of red load paint. The 6 mm thick ply wood shall conform
to M-37. The 6 mm. thick A.C. sheets shall conform to M-24.

2.0 Workmanship :

2.1. The mirror of 600 mm. x 450 mm. size mounted on A.C. Sheet or plywood 6 mm thick with C.P.
brass clips shall be fixed as directed, by fixing wooden plugs in wall and C.P brass screws and
washers. The work shall be carried out in best workman like manner.

3.0. Mode of measurements & payment

3.1. The rate includes cost of all labour and materials, tools and plant etc. required for satisfactory
completion of this item. The rate shall be for a .unit of One number.

Item No. 108

Providing and fixing 600 mm X 20 mm size C.P. brass towel rail complete with C.P. brass brackets
fixed to wooden plugs with C.P. brass screws etc. complete as directed by Engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

1.1. The C.P. brass towel rail shall be 600 x 20 mm. of best quality as approved by the Engineer-in-
charge The brackets shall be of C.P. brass. The rail shall conform to I.S. 1068-1958.

2.0. Workmanship

2.1. The brackets of the towel rail shall be fixed by means of C.P. brass screws to wooden firmly
embedded in the wall with C.M. 1:3 (1 cement : 3 coarse sand). The towel rail shall be fixed as and where
directed.

Signature of Contractor 185


3.0. Mode of measurements and payment

3.1. The rate includes cost of all labour and materials, tools and plant etc. required for satisfactory
completion of this item.

3.2. The rate shall be for a unit of One number.

Item No. 109

Providing and fixing Stainless steel A ISI 304 ( 18/8) kitchen sink ( NIRALI BRAND ) as per IS 13983
with CI brackets and stainless steel plug 40 mm including painting of fittings and brackets, cutting
and making good the walls wherever required Kitchen sink with drain board 510 x 1040 mm bowl
depth 225mm

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The stainless steel kitchen sink for domestic purpose shall be provided as per IS : 13883-1984 or latest
code. Sinks may be supplied with a bright or dull finish, as desired by the owner.

Types of sinks :

The sink shall be one of the following types :

Type A1 or A2 : Single bowl without drainer


Type B1 or B2 : Double bowl without drainer
Type C : Single bowl single drainer, right or left hand
Type D : Single bowl single drainer
Type E1, E2 or E3 : Double bowl single drainer, right or left hand
Type F : Double bowl double drainer

Note : Hand of sink refers to position of drainer when viewed from the front.

Dimensions and Tolerances


Thickness of Sheet / Strip

Nominal thickness of stainless steel sheet / strip used in the construction of sink shall be not less than
1.00 mm before forming. Thickness at any point of sink, after forming shall not be less than 0.75 mm.

Depth of Bowls

The depth of the sink bowl shall be 150 mm minimum, when measured from the top edge of the bowl to
the base of the sink.

Internal Dimensions of Bowls

The minimum internal dimensions, when measured on the bowl centre lines across the top of the bowl,
shall be 380 mm x 340 mm for rectangular bowls and 360 mm for round bowls.

Notes :

(1) There is no restriction on bowl shape provided the minimum dimensions given in this clause are
complied with.

(2) Internal width of smaller bowl shown in Fig. 1 for Type E2 and E3 may be reduced as per the
manufacturers design.

Sit on Sink

A sink which when installed fits on top of the lines up with a base unit of suitable dimensions, such that
the aprons of the sink form a continuation of the sides of the base unit.

Signature of Contractor 186


Inset Sink

A sink which is constructed to fit into an aperture in a work top so that when installed, it only projects
above the working surface by an amount equal to the edge formed thickness.

Bowl Locating Limits

The distance between the edge of the sink bowl and the end of the sink shall be 15 mm minimum for sit-
on type sinks and 30 mm minimum for inset type sinks. Depth of the collar provided for inset sinks shall
be 10 + 2 mm.

For sinks designed for use with a 600 mm wide worktop, the distance between the edge of the sink bowl
and the front of the sink shall be 50 mm minimum and in the case of sinks designed for use with 500 mm
wide worktop, the distance shall be 45 mm minimum.

Both single and double bowl sink shall be set a minimum of 10 mm from gridline.

Workmanship of Sink :

Sinks shall be constructed of the lowest practical numbers of sections compatible with the manufacturing
practice to ensure a smooth surface. The surface shall be free from any sharp edges. Sink bowl shall
have rounded corners to facilitate cleaning. Folded corners may be drawn or welded. All welded surfaces
shall be adequately cleaned off inside and outside the sink.

The edges of any holes in the sink shall not show evidence of undulation, chips, cracks or any other
defect which would impair its appearance or performance.

When examined by an unaided eye of an experienced observer, from a distance of 600 + 100 mm from
exposed surfaces, the sink shall be free from visible defects.

The visual examination shall be carried out with uniform illumination at the surface of the sink of 300 lux
and with the sink positioned so that it is between the light source and the observer.
Drainers shall be fluted or grooved and shall be inclined towards the sink bowl.

Waste Outlet

Sink bowls shall be deigned / constructed with a fall to the waste outlet. The waste outlet fitting shall be
recessed type.

Tap Holes

Sinks shall be provided, in one of the following conditions :

(a) Without tap holes;


(b) With two tap holes of 30 + 2 mm diameter with a distance of 180 + 2 mm between centres, or 300
+ 2 mm between centres for round bowled sinks only, for nominal size 1/2 outlet pillar or high level
combination taps;
(c) With single tap hole of 35 + 2 mm min. diameter for high outlet mixer tap.

The centres of tap holes shall be more than 60 mm from the nearest back edge of the bowl and not less
than 50 mm to the front face of the upstand.

Overflows

Sinks shall be provided in either of the following conditions :

(a) Without an overflow hole;


(b) With an overflow hole having a horizontal dimension not greater than 64 mm, and a vertical
2
height not less than 15 mm giving an area of not less than 640 mm , and located completely below the
spillover level of the sink.

Workmanship :

Signature of Contractor 187


The readymade Stainless steel Kitchen sink of approved make and design as per IS : 13983 shall be
fixed on C.I Brackets with screws in perfect line, level. The brackets shall be painted with a coat of primer
and two coats of oil paint. The work shall be carried out as directed by Engineer in charge.

Mode of measurement and payment :

The rate including cost of all materials, tools, plants and labour involved in satisfactory completion of work
at above specified levels.

The rate shall be for unit of number as per actual work done.

The work shall be carried out as per detailed drawings and as directed by EIC.

Measurement shall be in number of actual work done.

Item No. 110

Providing and fixing Toilet paper holder (A) C.P brass

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials : The toilet paper holder shall be of best quality and make, chromium plating shall be of
grade 'B' type conforming to I.S. 1068-2958.

2.0. Workmanship

2.1. The toilet paper holder shall be fixed in position be means of screws and wooden plugs embedded
in wall with cement 1:3 (1 cement : 3 coarse sand).

3.0. Mode of measurements and payment

3.1. The rate includes cost of all labour and material, tools and plant etc. required for satisfactory
completion of this item.

3.2. The rate shall be for a unit of One number.

Item No. 111

Providing and fixing PTMT soap dish holder having length of 138mm, breadth 102mm, height of
75mm with concealed fitting arrangements.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The PTMT soap dish holder having length of 138mm, breadth 102mm, height of 75mm shall be of
approved make, size & design & fixed concealed with necessary fitting arrangements .

Mode of measurement and payment :

The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
as specified above.

The rate shall be paid per one No. basis.

Item No. 112

Providing and fixing S.W. gully trap with C.I. grating brick masonary chamber and water tight C.I.
cover with frame of 300 mm x 300 mm size (Inside) with standard weight (I) Square mouth traps
(B) 150 mm x 100 mm size P of S type

Signature of Contractor 188


In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials : (t) Water shall conform to M-1. (2) Cement mortar of proportion 1:5 shall conform to
M-11. (3) Burnt brick shall conform to M-15. (4} The S.W. Galley trap of 150 mm. x 100 mm. size shall
confirm to .M-70.

2.0. Workmanship

2.1. Excavation for gulley trap shall be done true to dimensions and levels as indicated on plans or as
directed. The excavation work shall generally be done as per relevant specifications of item 4.0.0.of earth
work.

2.2. Fixing:

2.2.1. The gully trap shall be fixed over cement concrete 1:5:10 (I cement : 5 sand : 10 graded brick
bats aggregate 40 mm nominal size) foundation. 650 square and 100 mm. thick The depth of top of
concrete below the ground level shall be 675 mm. The jointing of gulley outlet to the branch drain shall
be done similar to jointing of S.W. pipe as described in item No. 24.1 (A).

2.3. Brick masonry chamber : After fixing and testing gulley and branch drain, a brick
masonry 300 x 330 mm. inside with bricks in CM 1:5 (1 cement : 5 sand) shall be built with a
100 mm. brick work round OH; gulley trap from the top of bed concrete up to ground level. The
space between the chamber walls and the trap shall be filled with cement concrete 1:5:10. The upper
portion of the chamber i.e. above the top level of the trap shall be plastered inside with cement mortar 1:3
(1 cement: 3 sand) finished with floating coat of neat cement. The corners and bottom of the chamber
shall be rounded of so as to slope towards the grating.

2.4. C.I. cover with frame 300 mm, x 300 mm. (inside) size shall then be fixed on the top of the brick
masonry with C.C. 1:2:4 ( 1 cement : 2 coarse sand : 4 graded aggregate 20 mm. nominal size) 40 mm.
thick and rendered smooth. The finished top of the cover shall be left about 40 mm. above the adjoining
ground level so as to exclude the surface water from entering the gulley trap.

3.0. Mode of measurements & payment

3.1. The rate includes cost of all labour, materials, tools and plant etc. required for satisfactory
completion of this item as described above.

3.2. The rate shall be for a unit of one number basis.

Item No. 113

Providing and fixing H.D.P.E ( SINTEX ) single wall construction one piece moulded cylindrical
vertical with closed top/lid PVC water storage tank of required capacity on any floor of approved
brand (sintax or equivalent) including providing and fixing 40mm dia. G.I.Pipe connection for Inlet,
outlet, overflow and wash out etc, complete as directed by Engineer In charge.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. /GWSSB,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material :

Polythylene used for manufacture of tanks and manhole lids may be high density (HDPE), low density
(LDPE) of linear low density (LLDPE) and shall confirm to IS 10146. Polyethylene shall be compounded
with carbon black so as to make the tank resistant to ultra violet rays from the sun. The percentage of
carbon black content in

Signature of Contractor 189


Polythylene shall be 2.5 + 0.5 percent and it shall be uniformly distributed. The materials used for the
manufacture of tank, manhole lid and fittings shall be such that they neither contaminate the water nor
impart any taste, colour, odour or toxity to water.

Manufacture and Finish :

The tanks shall be manufactured by rotational moulding process. Each tank and the manhole lid shall be
single piece having arrangement for fixing and locking the manhole lid with tanks. Excess material at the
mould parting line and near the top rim shall be neatly cut and finished. The internal and external surface
of the tanks shall be smooth, clean, and free from hidden internal defects like air bubble, pit and metalic
or other foreign material inclusion. Capacity of the tank, minimum weight of the empty tank ( without
manhole lid ) and the manufacture brand name shall be embossed on the top surface of the tank near
manhole.

Shape, Size and Capacity :

The tank shall be cylindrical vertical with closed top having a manhole. The diameter and height of the
tank of various capacities shall be as per manufacturer's specifications and a clearance of + 3 percent
shall be permitted on these dimensions. Capacity of the or upto the bottom of the inlet location which ever
is less. Capacity of the tank shall be specified. Extra capacity if any, shall be ignored.

Weight and Wall Thickness :

Minimum weight of the empty tank ( exclusive of manhole lid fittings ) and the minimum wall thickness of
top, bottom and sides shall be specified. Wall thickness shall be checked beyond 150 mm of the edge
where the direction the plane of tank surface changes.

Installation and fittings :

The flat base of the tank shall be fully supported over its whole bottom area on a durable rigid flat and
level platform sufficiently strong to stand without deflection the weight of the tank when fully filled with
water. Depending upon the capacity and location tanks may be suitably anchored as per the directions of
the Engineer in charge. For inlet, outlet and other connections fully threaded GI HDPE or PVC
connections with hexagonal checknuts and washers on either side of the tank wall shall be provided.
Holes for threaded connections shall be drilled and not punched. Pipes entering of leaving the tank shall
be provided with union and suitably supported on a firm base to avoid damage to the tank walls.

Manhole lid :

The lid shall rest evenly and fit over the rim of the manhole so as to prevent the ingress of any foreign
matter in to the tank. The lid shall be provided with suitable arrangement for looking it with the tank.

Rate :

The rate shall include the cost of tank, manhole lid, carriage and delivery at the place specified. Hoisting,
installation, fittings, platform and anchoring shall be payable separately.
The rate shall be paid per one Litre basis

Item No. 114

Providing and constructing BB masonry and cement concrete for SEPTIC TANK OF 3m x 0.9m x
1.5m depth internal dimension with excavation and depositing of the excavated stuff as and where
directed including providing laying brick masonry in CM 1:6 with using common burnt clay
conventional building bricks having crushing strength not less than 35kg/sqm for necessary
compartment for chambers and septic tank with necessary inlet and outlet with cement plaster
15mm thick on wall, IPS flooring bed concrete, RCC top slab, MH cover 600mm x 450mm of CI air
vent pipe with cowl vent and cement vatta of 10cm x 10cm in CM 1:1 etc complete as directed by
EIC.

Signature of Contractor 190


In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. , relevant
drawings and as per the instructions of Engineer in Charge. The work shall be carried out as per item
description and relevant IS specification.

Material :

Different materials used in the items shall confirm to as describe below:

Water : M-1 , Cement : M-3, Sand : M-6 , Cement mortar : M-11 , Brick aggregate : M-14, Brick : M-15 :
M-18, Tor steel : M-19, C.I. pipe : M-68. C.I. cover of 60cm x 45cm size and C.I. cowl vent of 75mm dia
shall be approved quality.

Workmanship :

Different items covered in the above work shall confirm to as specified in a detailed specification as
specified below. Excavation up to 1.5m depth in loose or soft soil: Item no. 1- Schedule-B-1, Excavation
from 1.5m to 3.0m depth in loose or soft soil: Item no. 2- Schedule-B-1, Brick masonary in C.M. 1:6 : Item
no. 54- Schedule-B-1, P.C.C. 1:4:8 : Item no. 6- Schedule-B-1, R.C.C. 1:2:4 slab : Item no. 7- Schedule-
B-1, Half brick masonary in C.M. 1:4 : Item no. 60- Schedule-B-1, Tor steel reinforcement : Item no. 8-
Schedule-B-1, 15mm th. Smooth plaster in C.M. 1:4 : Item no. 75- Schedule-B-1, 40mm th. I.P.S. (1:2:4)
flooring : Item no. 14.71 (A) (2.0 to 2.3 / P.88 / V.1), Cement vata in C.M. 1:1 Item no. 90- Schedule-B-1,
75mm Dia, C.I. pipe: Item no. 23.79 (B) (2.0 to 2.7 / P.145 / V.1), 60cm x 45cm size C.I. cover : Item no.
23.00.6 (2.0 to 2.1 / P.153 / V.1) and 75mm dia C.I. cowl: Spec. no. 18 / / V.2) (Read 75mm dia C.I. cowl
instead of 75mm PVC cowl).

Mode of measurement and payment :

The rate shall include excavation & all materials, tools, plants, formwork and labour involved in
satisfactory completion of work as prescribed as above.

The rate shall be paid per one number basis as per actual work done.

Measurement shall be in number of actual work done.

Item No. 115

Providing and constructing SOAK WELL OF 2.5M internal dia and 5.00 m depth internal clear
dimension including the cost of excavation, foundation for honey comb masonry of 3m height in
CM 1:6 casting RCC 1:2:4 top slab 12 thick with CI Manhole cover 60cm x 45cm size of 35 kg
weight and 75mm dia CI pipe 1.8m long with 75mm dia cowl vent and filling the wall 1m in depth
with dry bricks bats including providing vata in CM 1:3 curing including cost of reinforcement etc
complete as directed by EIC.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. , relevant
drawings and as per the instructions of Engineer in Charge. The work shall be carried out as per item
description and relevant IS specification.

Material :

Different materials used in the items shall confirm to as describe below:

Water : M-1, Cement : M-3, Sand : M-6, Cement mortar : M-11, Brick aggregate : M-14, Stone coarse
aggregate : M-12, Brick : M-15, Mild steel : M-18, Tor steel : M-19, C.I. pipe : M-68. C.I. cover of 60cm x
45cm size and C.I. cowl vent of 75mm dia shall be approved quality.

Workmanship :

Different items covered in the above work shall confirm to as specified in a detailed specification as
specified below. Excavation up to 1.5m depth in loose or soft soil: Item no. 1- Schedule-B-1, Excavation
from 1.5m to 3.0m depth in loose or soft soil: Item no. 2- Schedule-B-1, Excavation from 3.0m to 5.0m
depth in loose or soft soil: Item no. 2- Schedule-B-1, Brick masonary solid & honey comb : Item no. 54-
Schedule-B-1 but brick work with solid or honey comb type, R.C.C. 1:2:4 slab : Item no. 7- Schedule-B-1,

Signature of Contractor 191


Tor steel reinforcement : Item no. 8- Schedule-B-1, 75mm Dia, C.I. pipe: Item no. 23.79 (B) (2.0 to 2.7 /
P.145 / V.1), 60cm x 45cm size C.I. cover : Item no. 23.00.6 (2.0 to 2.1 / P.153 / V.1) and 75mm dia C.I.
cowl: Spec. no. 18 / V.2) (Read 75mm dia C.I. cowl instead of 75mm PVC cowl). Brick aggregate of
40mm nominal size shall be filled up to the pit upto 1.50 m depth / height as directed by Engineer in
charge.

Mode of measurement and payment :

The rate shall include excavation and all materials, tools, plants, formwork and labour involved in
satisfactory completion of work as prescribed as above.

The rate shall be paid per one number basis as per actual work done.

Measurement shall be in number of actual work done.

Item No. 116

Carrying out plinth treatment to post construction / existing structure by spraying chemical
solution for termite control treatment including labour and material consistent with I.S.I.
specification

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials : The chemicals used for the soil treatment shall be only one of the following with
concentration shown against each in aqueous emulsion.

Chemicals Concentration
1. Aldrin 0.50% (by weight)
2. Heptachlor 0.50% (by weight)
3. Chlordane 1.00% (by weight)

2.0. Workmanship

2.1. The chemicals barrier shall be complete and continuous under whole of the structure to be
protected.

2.2. The bottom and the sides of foundations up to a height of 30 cms. from the bottom of
excavation made for masonry foundation and for basement column pits shall be treated with the
chemical emulsion at the rate 5 liters/ sq. meter of the surface area. .

2.3. The chemical treatment shall be-carried out when the surfaces is quite dry. Chemical treatment
shall not be carried out when it is raining or when the soil wet with rain or sub soil water.

2.4. Once formed, treated soil berries shall be not disturbed. If by chance, treated soil
barriers are disturbed, immediate steps shall be taken to restore the continuiting and compactness of the
barrier system

2.5. The treatment against termite infection shall remain fully effective for a period not less than 10
years from date of issue of the final certificate to completion of work. If at any time during this period, any
defects in treatment are revealed or any evidence of infection in any part of the building or structure is
noticed, the contractor shall be rectify the concerned defects within 14 days on receipt of notice from
Engineer-in-charge. On contractor's failure to do so, the Engineer-in-charge may get the same
rectified through any other agency at contractor's risk and cost, and decision of Engineer-in-charge
as to the cost payable by contractor for the same shall be final and binding to the contractor.

2.6. A guarantee bond on appropriately stamped paper shall be given by the contractor to the
department in the manner and form prescribed below:

The above specifications shall be followed except that the top surface of the consolidated earth

Signature of Contractor 192


within the walls, shall be treated with the chemical emulsion at the rate of 5 liters/sq. metre of the surface
before the sand bed or sub-grade is laid. If the filled earth has been well rammed and the surface does
not allow the emulsion to seep through, holes up to 50 to 75 mm. deep at 150 mm. centers both ways
may be made with 12 mm. dia. M.S. rod on the surface to facilitate absorption of the emulsion.

FORM OF GUARANTEE BOND

I/We. ( Contractor) hereby


guarantee that work will remain unaffected and will not be any way damaged by termite or any other
germs of similar types, for a period for 10 years after completion of the work of anti-termite as per the
terms and conditions of the contract and or damage that might be caused on account of termite and or
other similar type of germs and hereby Guarantees to make good any loss of damages suffered by the
Government of Gujarat and further guarantee to redo effective work without claiming any extra
cost.

2.7. This guarantee shall remain in force for the period of 10 years from the completion of the work
under the contract and it shall remain binding to the contractor for period of 10 years.

2.8. The deposit at the rate of 50% of the cost of this item from the running and final bills shall be
recovered and retained for the first one year after completion of the work and 10% shall be retained for
the balance of guarantee period and shall be refunded only after the completion of the guarantee period.
3.0. Mode of measurements & payment

3.1. The length and breadth shall be measured correct to a cm. as per the dimensions of sanctioned
plans. No deduction shall be made nor extra paid for any opening for pipes etc. up to 0.1.sq. mt. The rate
shall include the cost of all labour, tools, plants and materials required for the operation involved for
satisfactory completion of this item.

3.2. The rate shall be for a unit of One sq. meter.

Item No. 117

Steel work welded in built up sections framed work including cutting hoisting fixing in position
and applying a priming coat of red lead paint and two coats of synthetic enemal paint up to floor
two level.
(A) In beams and joists,channels angles, pipes, tees, 'flats with connecting plates of angle cleats
as in main & cross beamnship & jack rafter, purlins 'connected to common rafters and like

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

1.0. Materials

The structured steel work shall conform to M-22. Red lead paint shall conform to I.S : 102-1962.

2.0. Workmanship

2.1. The steel sections as specified or required, shall be cut, square and to correct lengths, as per
drawings and design. The .cut ends exposed to view shall be finished smooth. No two pieces shall be
welded or otherwise jointed to make up the required length of member, except as indicated in the
drawing or as directed. All straightening and shaping to form shall be done by application of pressure
and not by hammering. Any bending or cutting shall be carried out in suitable manner as not to impair the
strength of the metal. All operations shall be done in cold state unless otherwise directed/permitted.

2.2. Steel welded in built up sections, frame work.

2.2.1. The steel structure as shown in the drawings or as per direction of the Engineer-in-charge shall
be laid out on a level platform to full scale and to full size in parts. A steel tape shall be used for
measurements to ensure maximum accuracy.

Signature of Contractor 193


2.2.2. Wooden templates 12 mm. to 19 mm. thick or metal sheet template shall be made to correspond
to each connecting gussets plate shall be accurately marked on them. The templates shall be laid on the
steel members and the steel members shall be marked for cutting. The base of steel column and
the position of Anchor bolts shall be carefully set out

2.2.3. All stiffeners shall be formed by pressure and where practicable the metal shall not to be cut and
welded in making these. In major work, or whore so specified, shop drawings giving complete details and
information for the fabrication of the component parts of the structure including location, type, size of
welding shall be prepared in advance of the actual fabrication and as distinctly marked or stenciled with
paint with the identification mark as given in the stop drawings.

Great accuracy shall be observed in fabrication of various member, so that these can be assembled
without being unduly packed, stained, or forced into position and when build up, shall be true and tree
from twists, brinks, buckles,
or open joints.

Before welding, individual members for fabrication the steel work intended to be welded together shall be
assambled or clamped properly and tightly so as to ensure close abutting or lapping of the surfaces of the
different members.

2.2.4. Welding shall generally be done by electric process. Gas welding shall be resorted to, using
oxyacetylene flame with specific prior approval. Gas welding shall not be permitted for structural steel
work.

2.2.5 The work shall be done as shown in the shop drawings which should clearly indicate various
details of the joints to he welded, shop and site welded as well as type of electrodes to be used, symbol
for welding on plans and shop drawings shall be according to I.S. 813-1961. As far as possible every
effort shall be made to limit the welding that must be done after improper welding that is likely to be done
due to heights and difficult positions on scaffoldings etc. The welding work shall conform to I.S. 816-1969.

2.2.6 Preparation of surfaces : Surfaces which are to be welled together shall be free from loose mill
scale, rust, paint, grease or other foreign matter. A coating of boiled linseed oil shall be permitted.

2.2.7 Assembly for welding : Before welding is commenced, the plates shall first be brought together
and firmly clamped or spot welded at specified distance. This temporary connection has to be strong
enough to hold the plates accurately in place without displacement.

2.2.8 Precautions : All operations connected with welding and cutting equipment shall conform
to safety requirement given in I.S. 818-1968.

The following paints shall be borne in mind during the process of welding:

(a) Are length voltage and amperage shall be suited to the thickness of material type of
groove and other circumstances of the work.

(b) The segments of welding shall be such that where possible the members which offer. the
greatest resistance to compression are welded first.

2.2.9 The defective welds which shall be considered harmful to the structural strength shall cut out and
rewarded.

2.2.10 Finished welds and adjacent parts shall be protected with clean boiled linseed oil and after all
stag has been removed. Welds and adjacent parts shall l*o painted after the same are approved.

2.2.11 All the members shall be thoroughly cleaned of rust-scales, dust etc. and given a priming coat of
red lead paint before fixing them in position. Testing of welding to be added in the specification I.N.
12.2.2.12-(i) to (viii)

3.0 Mode of measurements & payment

3.1. The steel work shall be measured in general as under:

Signature of Contractor 194


(a) All work shall be measured on the basis of finished dimensions as fixed at site and measured net
unless specified otherwise.

(b) The weight of steel sections, steel rods, and steel strips in finished work shall be calculated Hum
standard weight on the same basis on which steel is supplied to Contractor by department or those given
in relevant I S : if steel is arranged by the contractor.

(c) The weight of steel plates and strips shall be taken from relevant I.S. based on 7.35 kg./
sq. meter per every millimeter sheet thickness if steel is supplied to the contractor by department.

(d) Unless otherwise specified, weight of cleats, brackets, packing pieces, bolts, nuts, washer,
distance pieces, separators, diaphragm gusset (taking overall square dimensions) fish plates etc. shall
be added to the weight of respective items.

(e) For forged steel and steel castings, weight shall be calculated on the basis of 7850 kg./cum.

(f) Unless otherwise specified, no allowance shall be made for the weld metal in case of
welded steel structure.

(i) Dimensions other than cross sections and thickness of plates shall be measured to nearest
0.001m

(j) Mill tolerance shall be ignored when weight is determined by calculation.

3.2. The rate includes cost of all material, labour, erection, hoisting scaffolding, protective measure,
required for proper completion of the item of work. This shall also include conveyance and delivery
handling, loading, unloading and storing etc. required for completing the item described above including
necessary wastage involved.

3.3. The rate shall be for a unit of one quintal.

Item No. 118

Providing and fixing at all height false ceiling of 12.5 mm thick tapered edge gypsum board
conforming to IS : 2095 including providing and fixing of frame work made of special sections
power pressed from MS sheet and galvanized in accordance with zinc coating 600 as per IS : 277
and consisting of angle cleats of size 25 mm wide * 16 mm thick with flanges of 22 mm and 37 mm
at 1200 mm centre to centre one flange fixed to the ceiling with dash fastener 1.5 mm dia * 40 mm
long with 6 mm dia bolts to the angle hangers of 25*25*25 mm of required length, and other end of
angle hanger being fixed with nut and bolts to GI channels 45 mm * 15 mm * 0.9 mm running at the
rate of 1200 mm centre to centre to which the ceiling section 0.5 mm thick bottom wedge of 80 mm
with tapered flanges of 26 mm each having clips of 10.5 mm at 450 mm centre to centre with 25
mm long drive-all screws @ 230 mm interval including jointing and fixing to a flush finish of
tapered and square edges of the gypsum board with recommended filler, paper tapes, finisher and
two coats of primer suitable for gypsum board as per manufacturers specification and also
including the coat of making openings for light fittings, grills, diffusers, cutouts made with frame
of perimeter channels suitably fixed all complete as per drawing and specification and direction
of the engineer-in charge but excluding the cost of painting.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Material & workmanship :

Frame :

The frame work shall be made as described in the item above.

Gypsum Board

Signature of Contractor 195


Gypsum Board is formed by enclosing and bonding together a core gypsum plaster ( a calcium sulphate
mineral) with or without fibre between two sheets of highly durable paper. The gypsum boards shall be
non-resonent, dimensionally stable and possesses flame retardant qualities. The boards shall conform to
IS : 2095 and gypsum plaster shall conform to IS:2547. The surfaces of the board shall be true and free
from imperfection that would render the board unfit for use with or without decoration.

Types

Gypsum plaster boards are classified according to their use.

Gypsum Wall Board with Reduced Water Absorption Rate


These boards have additives in the core and / or the paper liners to reduce the water absorption rate.
They may be suitable for special applications in buildings where reduced absorption properties are
required to improve the performance of the board. Unless stated otherwise, decoration may be applied to
the face.

Gypsum Wall Board with Improved Core Cohesion at High Temperatures


These boards have mineral fibres and / or other additives in the gypsum core to improve core cohesion
at high temperatures. They have a face suitable for direct decoration.

Gypsum Plaster Base Board

These boards have a face suitable to receive gypsum plaster and may be perforated during primary
manufacture.

Gypsum Plaster Base Board with improved Core Cohesion at High Temperatures
These boards have mineral fibres and / or other additives in the gypsum core to improve core cohesion
at high temperatures. They have a face suitable to receive gypsum plaster and may be perforated during
primary manufacture.

Physical Requirements

Dimensions

The width, length and thickness of the boards shall be as given in Table 6. The lengths of the two
longitudinal of the boards shall not differ more than + 3 mm per metre length of the diagonal.

Tolerance

The tolerance on dimension shall be as given below:-

Type Tolerance in mm on

Width Length Thickness

Gypsum Wall Board 0 to 5 0 to 6 + 0.6

Gypsum Base Board


Non-perforated 0 to 8 0 to 6 + 0.6
Perforated 0 to 8 0 to 10 + 0.6

Transverse Strength

Breaking load for gypsum plaster boards, shall be in accordance with Table 5 given below:

TABLE 5 : Breaking Load of Gypsum Plaster Boards

Type of Board Thickness Breaking load, Min. Longitudinal


Transverse Direction
Direction
mm N N

Signature of Contractor 196


(1) (2) (3) (4)
Plaster Board 9.5 140 360
12.5 180 500
15.0 220 650
Base Board 9.5 123 180
12.5 165 235

TABLE 6 : Dimensions of Gypsum Plaster Boards

Type of Board Width in Length in Thickness


mm mm mm
(1) (2) (3) (4)

Wall Board 600, 900 1800 to 3600 9.5, 12.5


and 1200 in steps of and 15
100 mm
Base Board 400 and 900 1200, 1500 9.5 and
and 1800 12.5

Rabbit Wire Mesh :

Rabbit Wire mesh shall then be fixed to the underside of wooden strips and their junctions with the
battens with nails at pitch of 15 to 20 cm as ordered by the Engineer-in-Charge. The rabbit wire mesh
shall be straight, tight and perfectly true to planes and slopes and without any sagging and shall be
slightly below the underside of the laths to allow the plaster to encase the metal round.

Plaster Of Paris :

The plaster of Paris shall be of the calcium-sulphate semi-hydrate variety. Its fineness shall be such that
when sieved through a sieve of IS sieve designations 3.35 mm for ten minutes after drying the residue left
on it shall be not more than 1% by weight. It shall not be too quick setting. Initial setting them shall not be
less than 13 minutes. The average compressive strength of material determined by testing 5 cm cubes
after removal from moulds, after 24 hours and drying in an over at 40 degree C till weight of the cubes is
constant, shall not be less than 84 kg per square metre.

Applications :

The material will be mixed with water to a workable consistency. Plaster of Paris shall be applied to the
underside of the laths over the rabbit wire mesh in suitable sized panels and finished to a smooth surface
by steel trowels. The plaster shall be applied in such a manner that it fully fills the gaps between the laths
and the thickness over the laths is as specified in the description of the item. The joints shall be finished
flush to make the ceiling in one piece. The finished surface shall be smooth and true to plane, slopes or
curves as required.

Mode of measurement & payment :

Length and breadth of superficial area the finished work shall be measured correct to a cm. Area shall be
calculated in square metre correct to two places of decimal. No deduction will be made of openings of
area upto 40 square decimetre nor shall extra payment be made either for any extra material or labour
involved in forming such openings.

For openings exceeding 40 squares decimetre in area, deduction in measurements shall be made but
extra will be payable for any extra material or labour involved in making such openings.

Curved surfaces shall also be measured and paid as flat surfaces.


Any sunk or raised moulding in the plaster shall be included and not paid for separately.

The rate shall include the cost of all materials and labour involved in all the operation described above
including all scaffolding, staging etc. The frame work mentioned as above supporting the ceiling will be
included.

Signature of Contractor 197


The rate includes all raised or sunk moulding or for any patterned finishing of the surface.

The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above.

The rates shall be for unit of one Sq.mt. of finished work in plan

Item No. 119

BOREWELL
Drilling of bore hole in Alluvial Strata by Direct Rotary rig.
(i) 250 / 300 mm dia bore hole

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Materials & Workmanship :

Rotary Drilling :

The rotary drilling is used in soft unconsolidated alluvial soils. The pipe is fitted with a toothed steel bit at
its bottom. With the help of wrench, The drill pipe is rotated and water is pumped inside the pipe. By
rotating the drill pipe the soil is cut by toothed steel bit and the loosened materials is carried to the surface
by the water through the drill and casing pipe. As the drilling proceeds the casing pipe is also rotated,
which sinks in the hole made by drilling pipe. In this way the casing will always follow the drill bit very
closely and the water continuously lifts the cuttings of soil from the well. The method is known as Wash
Boring Method.' or 'Hydraulic Rotary Method'.

The drill bit is connected to drill stem or a hollow steel rod. Which is connected at the top of a square rod,
called kelley. The rotation of the drill is done by a rotating table closely fitted around the kelley. The drill
rod slides down as the drilling proceeds. In order that the bore hole does not collapse during making a
hole, the binder shall be applied on sides while drilling hole.

Mode of measurement and payment :

The rate shall include cost of materials, tools, plants, and labour involved in satisfactory completion of
work as specified above.

The rate shall be for unit of one Rmt of actual work done.

Item No. 120

Drilling of bore hole By DTH ring in rocky formation


(i) 250 / 300 mm dia bore hole
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
In this a pneumatic hammer (called down-the-hole hammer) is installed above the bit at the lower end of
2
the drill pipe, and is actuated by compressed air. A pressure of 7 to 18 kg/cm is required to operate the
hammer and 10 to 20 blows per second are imparted to the bit, which at the same time rotates along with
the tool string. The cuttings are lifted by the compressed air which issues through the bit, an annular air
velocity of 15 to 24 m/sec being required for efficient removal of cuttings. A pull-down pressure of 30 to
150 kg per cm diameter of the bit is required, the pressure being gradually reduced as the hole
progresses due to increase in the dead weight of the tool string. With deep holes, instead of providing
additional pull-down pressure, counterbalancing of the weight of the drill string may have to be resorted
to. Rotational speeds range from 15 to 50 rpm, the lower speeds being required for harder formations and
higher speeds being required for softer formations.

Drilling work shall be carried out at the site shown by the Department. The diameter of hole shall be 200
mm in over burden strata and 150 mm dia in rocky strata upto over all specified depth of 150Rmt.

Signature of Contractor 198


The drilling work shall be carried out in over burden strata upto maximum depth of 30.00 mts. The
remaining work shall be done in all type of rocky strata. If further drilling can not be done upto depth due
to encountering over burden strata beyond the specified limit the drilling will be stopped in consultation
with Engineer in charge and payment shall be made for actual drilling work carried out.

In further drilling can not be done due to encountering the sticky clay like black skey clay or shole the
drilling will be stopped and payment will be made for the work carried.
The discharge of the successful bore should be measured by V notch or any other means approved by
the Engineer in charge. The contractor should be sealed by Cap- plug of 175 mm dia. Till the deep well in
installed on the bore.
All the tools and plants, such as drilling machine, Air compressor and other suitable plants required for
drilling , gauging the tube well shall be provided by the cotractor qwn cost at the site of the work.
the contractor shall prepared the strata of the bore collected at different levels and such samples with the
necessary data and strata start shall be submitted to the department.

If further drilling can not be done due to encountering, more over burden strata, the decision of Engineer
in charge shall b e binding to the contractor as finalized by the Engineer in charge.

The contractor should preserve in record, the strata met during the drilling. Developing, pipes, lowered,
yield available etc. and same should be produced to the Engineer in charge.

In case of dispute for unforeseen or overlooked item, the decision of the Executive Engineer, ( R & B )
Deptt. Will be final and binding to the contractor.

The contractor shall maintain all items at the site and looked after by qualified responsible representative
full authority to work on behalf of the contractor.

The contractor shall clear the site before starting the work and also after completion of the work.
The bore shall be developed with the help of high - pressure compressor machine which is used for
drilling purpose, for sufficient time as directed by the engineer in charge of the work.

After developing is completed, the bore shall be tested for its field by means of a suitable compressor and
yield shall be gauged with V- notch.

In case of any item not recovered by the specification, stated herein of any unforeseen item coming up
such work shall be carried out by the contractor strictly according to the written instructions of the
Engineer in charge which will be binding to the contractor and shall be have to carryout such works.
During the drilling operation if the water bearing strata are found at a depth, lesser than the estimates
depth at which the Engineer in charge shall instruct, the contractor shall stop the work as per actual work
done.

The contractor shall have to arrange for diesel, and water and all consumable materials at his own cost
on the site of the work.

Mode of Measurement and Payment :

The rate shall be for a unit of one running meter of depth bore found.

Item No. 121

Providing and supplying ISI mark M.S. E.R.W. pipes with following diameter confirming to IS :
4270 - 1992 including all taxes, insurance, transportation, freight charges, octroi, inspection
charges, loading, unloading, conveyance to departmental stores, stacking etc. complete.
Medium Duty Plain Ended
a) 250 mm dia

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Materials & Workmanship :

Signature of Contractor 199


It essentially consists of a slotted mild steel wrought iron pipe, passing through the main water -bearing
stratum.

Generally all the gravel pack wells normally utilise slotted pipe screens. The slot size is also decided
somewhere near the D10 size of the designed gravel material. IS 8110-1976 provides details in respect of
such screens. The standard slot size commonly adopted in India are 1.6 mm and 3.2 mm wide, and 10
cm long. The minimum spacing between lots is 3 mm. The slots are so arranged as to obtain an even
distribution of flow over the entire periphery of the screen. They are distributed in groups of 3 of 4, and
arranged so that the slots of one group are not in line with those of the adjacent row, so as to maintain
adequate strength in the well pipe.
The slotted pipe is threaded at both ends. The bottom end of the slotted pipe is fitted with a blind pipe of
1.25 m length, with a cap called bail plug at the bottom. The bail plug has an eye fixed inside, which
facilitates the extraction of the tubewell assembly in case of failure.

Mode of measurement and payment :

The rate shall include cost of materials, tools, plants, and labour involved in satisfactory completion of
work as specified above.

The rate shall be for unit of one Rmt of actual work done.

Item No. 122

Providing and Fixing of ISI mark PVC pipes with 250mm diameter including all taxes,
insurance, transportation, freight charges, octroi, inspection charges, loading, unloading,
conveyance to departmental stores, stacking etc. complete.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

The item shall be carried out as per specification of PVC pipe line as described above.

Item No. 123

Providing and supplying following materials for borewell Clamps made from M.S. plate with 3
holes on either side with nuts & bots of standard make and suitable size.
(g) 900 mm X100 mm X 16 mm flat suitable to 250 mm dia. Pipe.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Materials & Workmanship :

The contractor shall provide

900 mm x 100 mm x 16 mm clamps suitable to 250 mm dia pipe made from M.S. plate with 3 holes on
either side with nuts and bolts of Std. Make and suitable size.

Mode of measurement and payment :

The rate shall include cost of materials, tools, plants, and labour involved in satisfactory completion of
work as specified above.
The rate shall be for unit of one no. consisting of a pair of two.

Item No. 124

Bore plug having 100 mm height made from M.S. plate with 3 holes at equal distance on
circumference for nut-bolts type, locking arrangement with nuts-bolts & lock nuts of standard
make etc. complete.

Signature of Contractor 200


[b] From 5 mm thick M.S. plate ( For Top also )
ii) Suitable for 250 mm dia pipe

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Materials & Workmanship :

The contractor shall provide

Bore plug made from 5 mm thick plate having 100 mm height with 3 holes at equal distance on
circumference for nut bolt type locking arrangement with nut-bolts and lock nuts of std. make complete,
suitable for 250 mm dia. Pipe.

Mode of measurement and payment :

a) The rate shall include cost of materials, tools, plants, and labour involved in satisfactory
completion of work as specified above.

b) The rate shall be for unit of one no.

Item No. 125

M.S. Bail plug having length 0.45 mtr. from medium class pipe as per I.S.S suitable for d) 250 mm
dia pipe

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Materials & Workmanship :

M.S. Bailplug having length 0.45mt. from medium class pipe as per I.S.S suitable for 200 mm dia pipe.
The bail plug shall be provided at the end of the blind pipe. The bail plug shall also have an eye fixed
inside which facilitates the extraction of tube well in case of failure.

Mode of measurement and payment :

a) The rate shall include cost of materials, tools, plants, and labour involved in satisfactory
completion of work as specified above.

b) The rate shall be for unit of one no.

Item No. 126

Lowering of E.R.W. pipes, pipes shall be lowered in such a manner as not to damage either the
pipes or mud wall of the bore. If pipes are dropped or mud wall damage, causing heaving of sand,
cost of bore shall be recovered from the contractor.
(i) 0 to 50 M

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Materials & Workmanship :

The pipes shall be lowered in such a manner as not to damage either the pipes or mud wall of the bore.
When the pipes are dropped if the mud wall damaged, causing heaving of sand, cost of bore shall be
recovered from the contractor.

Mode of measurement and payment :

Signature of Contractor 201


The rate shall include cost of materials, tools, plants, and labour involved in satisfactory completion of
work as specified above.

The rate shall be for an unit of RMT of actual work done.

Item No. 127

Cement grout seal The grout shall be 1:1. The largest size aggregate allowed is 10 mm pebbles.
The grout will have to be in placed in such a way that the cement sand and aggregate will not be
separated due to water. Any method of doing so will have to be approved by the architects/
Engineer.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Materials & Workmanship :

The contractor shall provide cement grout seal The grout shall be 1:1. The largest size aggregate allowed
is 10 mm pebbles. The grout will have to be in placed in such a way that the cement sand and aggregate
will not be separated due to water. Any method of doing so will be approved by the consultants.

Mode of measurement and payment :

The rate shall include cost of materials, tools, plants, and labour involved in satisfactory completion of
work as specified above.

The rate shall be on lump sum basis for completion of the entire item as described above.

Item No. 128

Bottom sealing of bore hole as per stander procedure.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Materials & Workmanship :

Casing pipes are closed at end by a well cap so that no water enters from bottom, which may bring mud
and sand with it. It is encouraged to get water inside the casing pipe through sides of borewell only.
Normally, the bottom of the casing pipe is rested on the rock.

Mode of measurement and payment :

The rate shall include cost of materials, tools, plants, and labour involved in satisfactory completion of
work as specified above.

The rate shall be on lump sum basis for completion of the entire item as described above.

Item No. 129

Gravel packing: Gravel packing shall be done slowly and sounding of gravel will have to be taken,
after putting in every
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Materials & Workmanship :

Gravel packing shall be done slowly and sounding of gravel will have to be taken, after putting in every
pipe.

Signature of Contractor 202


The slotted portion of the pipe is surrounded all around by mixture of gravel and bajri, known as
shrouding. The shrouding is filled in between the casing pipe and the slotted pipe, during withdrawing the
casing pipe. In the beginning the water is pumped at high rate, which withdraws fine sand and soil
particles with the water there by forming a cavity which is filled by shrouding. The high rate pumping is
continued till the required quantity of shrouding reaches at its proper place, and clear water starts coming.

Gravel are filled around casing pipe as additional precaution so that mud and sand dont enter into
perforated pipe along with water when pump is operated.

Mode of measurement and payment :

The rate shall include cost of materials, tools, plants, and labour involved in satisfactory completion of
work as specified above.

The rate shall be for one unit of cubic meter of work done.

Item No. 130

Lowering and removing of 100 mm dia dropline and 32 mm dia airline for development of each
water bearing zones come across upto full depth of deep tubewell of size 200 mm / 250 mm / 300
mm dia for tubewell having depth 151 mtr. and above through suitable air compressor. The job is
for complete period of development of tubewell. ( Without charges for air compressor.)

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Materials & Workmanship :

Development of Tube well :

Initially lot of slush and mud will enter in the casing pipe alongwith the water. They are removed by using
compressor till fresh water comes. This is called development of tubewell. It is only after fresh water
comes, pump (if submersible) and pipes are lowered in the casing pipe. After all mud goes out, only pure
water and rocks / gravel / sand remains around the well.

Mode of measurement and payment :

The rate shall include cost of materials, tools, plants, and labour involved in satisfactory completion of
work as specified above.

The rate shall be on lump sum basis for completion of the entire item as described above.

Item No. 131

Charges for suppying, hiring Air compressor including all associated necessary expenditure.
1) 400 CFM / 100 PSI compressor

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Materials & Workmanship :

The item provides for supping, hiring Air compressor including all associated necessary expenditure of
400 CFM/ 100 PSI capacity.

Mode of measurement and payment :

The rate shall include cost of materials, tools, plants, and labour involved in satisfactory completion of
work as specified above.

Signature of Contractor 203


The rate shall be per unit of hour basis for which the compressor plant will be hired and used for the work
as described above.

Item No. 132

Welding in all positions with required number runs, for M.S / E.R.W. pipes internally including
gauging wherever necessary, fixing appurtances and other accessories in connection with pipe
laying work as per specification Butt Joints : Plate thickness
i) 4 mm To 7 mm

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.

Materials & Workmanship :

The item provides for welding in all positions with required number runs, for M.S / E.S.R pipes internally
including gauging wherever necessary, fixing appurtenances and other accessories in connection with
pipe laying work as per specification. The plates 4 mm thick shall be provided with butt joints as per
direction of E.I.C.

Mode of measurement and payment :

The rate shall include cost of materials, tools, plants, and labour involved in satisfactory completion of
work as specified above.

The rate shall be for a unit of RMT for the welding done.

Item No. 133

FILTER BEDS

Excavation for foundation up to 1.5 m depth including sorting out and stacking of useful materials
and disposing of the excavated stuff up to 50 meter lead.
(A) Loose or soft soil

The item shall be carried out as per specification of item-1 of Detailed Specifications for Schedule-B-1

Item No. 134

Excavation for foundation for depth from 1.5 m to 3.0 m depth including sorting out and stacking
or useful materials and disposing of the excavated stuff upto 50 M lead.
(A) Loose or soft soil

The item shall be carried out as per specification of item-2 of Detailed Specifications for Schedule-B-1

Item No. 135

Filling in plinth with sand under floors including watering reamming, consolidating and dressing
etc. comp.

The item shall be carried out as per specification of item-4 of Detailed Specifications for Schedule-B-1

Item No. 136


Providing and laying cement concrete 1:3:6 (1 cement : 3 coarse : 6 Hand broken stone
aggregates 40 m.m. nominal size) and curring complete excluding cost of form work in : (A)
foundation and plinth.

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Signature of Contractor 204


1.0. Materials

1.1. Water shall conform to M-1. Cement shall conform to M-3 Sand shall conform to M-6. Stones
aggregate 40 mm. nominal size shall conform to M-12.

2.0. Workmanship

2.1. General

2.1.1. Before stating concrete the bed of foundation trenches shall be cleared of all loose
materials, leveled, watered and rammed as directed

2.2. Proportion of Mix:

2.2.1. The proportion of cement, sand and coarse aggregate shall be one part of cement. 3 parts of
sand and 6 parts of stone aggregates and shall be measured by volume.

2.3. Mixing:

2.3.1. The concrete shall be mixed in a mechanical mixer at the site of work. Hand mixing may however
be allowed for smaller quantity of work if approved by the Engineer-in-charge. When hand mixing is
permitted by the Engineer-in-charge in case "of break-down of machineries and in the interest of the
work, it shall be carried out on a water tight platform and care shall be taken to ensure that mixing is
continued until the mass is uniform in colour and consistency, However in such case 10% more
cement than otherwise period 1 1/2 to 2 minutes. The quantity of water shall be just sufficient to produce
a dense concrete of required workability for the purpose.

2.4. Transporting & Placing the Concrete:

2.4.1. The concrete shall be handed from the place, of mixing to the final position in not more than 15
minutes by the method as directed and shall be placed into its final-position, compacted and finished
within 30 minutes of mixing with water i.e. before the setting commences.

2.4.2. The concrete shall be laid in layers of 15 cms. to 20 cms.

2.5.1. The concrete shall be rammed with heavy iron rammers and rapidly to get the required
compaction and to allow ail the interstices to be filled with mortar.

2.6. Curing:

2.6.1. After the final set, the concrete-shall be kept continuously wet if required by pounding for a period
of not less then 7 days form the date of placement.

2.7. Mode of Measurement & Payment:

2.7.1. The concrete shall be measured for its length, breadth and depth, limiting dimensions to those
specified on plan or as directed.

2.7.2. The rate shall be for a unit of one cubic meter.

Item No. 137

Brick work using fly ash bricks having crushing strength not less than 70 kg./sq.cm. in foundation
and plinth in cement mortar 1: 6 (1 cement : 6 fine sand)
Plinth Masonry
(B ) Conventional

The item shall be carried out as per specification of item-33 of Detailed Specifications for Schedule-B-1

Signature of Contractor 205


Item No. 138

Providing laying controlled cement concrete M-250 work with curing complete including the cost
of form work and excluding the rate of reinforcement for reinforced concrete work in. Upto floor
two level

The item shall be carried out as per specification of item-11 of Detailed Specifications for Schedule-B-1

Item No. 139

Providing TMT FE - 415 bar reinforcement for R.C.C. work including bending binding and placing
in position complete. Up to Floor Two Level.

The item shall be carried out as per specification of item-8 of Detailed Specifications for Schedule-B-1

Item No. 140

Supplying & filling FINE sand in Filter Beds for preparation of filter bed upto average 5.0 mt depth
below surrounding average ground level including cost of sand, transportation for all leads,
loading unloading, spreading in layers as specified below. Loose thickness at all depths dressing
and levelling dewatering sub soil or rain water if any etc. complete. [ The uniformity coefficient of
sand
shell be 1.2 to 1.8 ] a. Fine sand of size 0.35 to 0.55 mm in a layer of 1000 mm thick

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The relevant specification for item no. 4 of Schedule-B-1 shall be followed however the size of the sand
particle shall be 0.35 to 0.55 mm and uniformity coefficient of the sand shall be 1.2 to 1.8 The sand filling
shall be carried out for the purpose of constructing of filter bed for rain water harvesting.

Mode of Measurement & Payment :

The rate shall for a unit of one cubic meter.

Item No. 141

Supplying & filling Gravel in Filter Beds for preparation of filter bed upto average 5.0 mt depth
below surrounding average ground level including cost of sand, transportation for all leads,
loading unloading, spreading in layers as specified below. Loose thickness at all depths dressing
and levelling dewatering sub soil or rain water if any etc. complete.
a. Gravel of size 3 to 6 mm in a layer of 150 mm thick

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The relevant specification for item no. 4 of Schedule-B-1 shall be followed except instead of sand filling
gravel shall be used for filling. however the size of the gravel shall be as described in the schedule for a
particular layer of specified thickness. The gravel filling shall be carried out for the purpose of
constructing a filter bed for rain water harvesting.

Mode of Measurement & Payment :

The rate shall for a unit of one cubic meter.

Item No. 142

Supplying & filling Gravel in Filter Beds for preparation of filter bed upto average 5.0 mt depth
below surrounding average ground level including cost of sand, transportation for all leads,
loading unloading, spreading in layers as specified below. Loose thickness at all depths dressing

Signature of Contractor 206


and levelling dewatering sub soil or rain water if any etc. complete.
b. Gravel of size 6 to 20 mm in
a layer of 200 mm thick

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The relevant specification for item no. 4 of Schedule-B-1 shall be followed except instead of sand filling
gravel shall be used for filling. however the size of the gravel shall be as described in the schedule for a
particular layer of specified thickness. The gravel filling shall be carried out for the purpose of
constructing a filter bed for rain water harvesting.

Mode of Measurement & Payment :

The rate shall for a unit of one cubic meter.

Item No. 143

Supplying & filling Gravel in Filter Beds for preparation of filter bed upto average 5.0 mt depth
below surrounding average ground level including cost of sand, transportation for all leads,
loading unloading, spreading in layers as specified below. Loose thickness at all depths dressing
and levelling dewatering sub soil or rain water if any etc. complete.
c. Gravel of size 20 to 40 mm in
a layer of 200 mm thick

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The relevant specification for item no. 4 of Schedule-B-1 shall be followed except instead of sand filling
gravel shall be used for filling. however the size of the gravel shall be as described in the schedule for a
particular layer of specified thickness. The gravel filling shall be carried out for the purpose of
constructing a filter bed for rain water harvesting.

Mode of Measurement & Payment :

The rate shall for a unit of one cubic meter.

Item No. 144

Supplying & filling Gravel in Filter Beds for preparation of filter bed upto average 5.0 mt depth
below surrounding average ground level including cost of sand, transportation for all leads,
loading unloading, spreading in layers as specified below. Loose thickness at all depths dressing
and levelling dewatering sub soil or rain water if any etc. complete.
d. Gravel of size 40 to 60 mm in
a layer of 250 mm thick

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The relevant specification for item no. 4 of Schedule-B-1 shall be followed except instead of sand filling
gravel shall be used for filling. however the size of the gravel shall be as described in the schedule for a
particular layer of specified thickness. The gravel filling shall be carried out for the purpose of
constructing a filter bed for rain water harvesting.

Mode of Measurement & Payment :

The rate shall for a unit of one cubic meter.

Signature of Contractor 207


Item No. 145

Supplying & filling BOULDERS around central water trough in a layer of 200 mm thick. in Filter
Bed .

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

The material shall confirm to M-16.1 . The boulders shall be laid along the central trough as shown in the
drawing for the purpose of constructing a filter bed for rain water harvesting.

Mode of Measurement & Payment :

The rate shall for a unit of one cubic meter.

Item No. 146

Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in
layers not exceeding 20 cm. in depth consolidating each deposited layer by ramming and
watering.

The item shall be carried out as per specification of item-3 of Detailed Specifications for Schedule-B-1

Item No. 147

Providing, lowering, laying & jointing in true line and level 250mm dia 4 Kg/cm2 working pressure
rigid PVC pipe for filter bed to bore well line fitted concealed i including all necessary fittings such
as bends, shoe bends etc. including testing of pipes & joints fixing the same with PVC clips at
2.00 Meters C/C & jointed with adhesive solvent cement including the cost of all materials, fixing
air and water tight testing the line etc. complete as directed.
250 mm dia

In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per
item description.

Material :

PVC pipes shall confirm to IS 3076/1968, PVC fitting required shall be of best and approved quality.

Workmanship :

Workmanship for 250 mm dia PVC pipe shall confirm to 23.8 (G), para No. 1.0 to 2.9.2 on page No.162.

The pipe shall be laid concealed in trenches in proper level/slope from filter bed to bore well with all
necessary fittings. The connections with pipe shall be made with approved adhesive solvent cement and
all joints shall be water tight, necessary testing shall be done,

Mode of measurement and payment :

The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
as specified above.

The rate shall be for a unit of one Rmt of actual work done.

Item No. 148

Point wiring for Light / Bell with 2-1.5 sq.mm & earthwire of 1.5 sq.mm (Green) both are of ISI
marked 1.1 KV grade FRLS PVC insulated multistrand copper wires, in following type of pipe to
be erected concealed in/ on surface on wall/ceiling complete with 6A Modular type switch / bell
push & accessories and earth continuity of following type, erected on PVC / Metallic box, single

Signature of Contractor 208


mounting base frame covered with textured/metallic front plate modules erected on / in wall /
ceiling as per pipe erected, with necessary Lamp holder/ceiling rose / H.D.Connector as directed.
(a) with medium class Rigid PVC pipe and accessories Cat. III

Item No. 149

Point wiring for FAN with 2-1.5 sq.mm & earthwire of 1.5 sq.mm (Green) both are of .ISI marked
1.1 KV Grade FRLS PVC insulated multistrand copper wires, in following type of pipe to be
erected concealed in / flushed on wall/ceiling complete with 6A Modular type switch and hum free
EME four or more step type electronic fan regulator with separately mounted and accessories
with earth continuity of following type erected on PVC / Metallic box, single mounting base frame
covered with textured/metallic front plate modules erected on / in wall / ceiling as per pipe erected.
with necessary ceiling rose / H.D.Connector as directed.
(a) with medium class Rigid PVC pipe and accessories. Cat-III

Item No. 150

Point wiring for Looped Plug with 6A Modular type switch & 5 pin socket erected on PVC / Metallic
box, single mounting base frame covered with textured / metallic front plate modules erected on /
in wall / ceiling with following type accessories. Cat-III
Item No. 151

Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with
necessary connection. As desired by Engineer In charge
(3) Two Pin/RJ-11 Telephone Socket
[A] For One Gang Cat.III

Item No. 152

Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with
necessary connection. As desired by Engineer In charge
(7) Blank Plate Single .Cat-III

Item No. 153

Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with
necessary connection. As desired by Engineer In charge
(8) Modem Jack for Computer Open RJ-45. Cat-III

Item No. 154

Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with
necessary connection. As desired by Engineer In charge
(9) 16 Amp. SP one way switch .Cat-III

Item No. 155

Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with
necessary connection. As desired by Engineer In charge
(10) 6/16Amp. Universal socket. Cat-III

Item No. 156

Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with
necessary connection. As desired by Engineer In charge
(22) 16/20/25 Amp. Modular Starter for Motor / A.C. Unit Complete. Cat-III

Signature of Contractor 209


Item No. 157

Providing and erecting ISI mark Medium class RIGID PVC PIPES of following size complete to be
erected on/in wall or ceiling erected with necessary PVC fittings & Junction boxes fixed with
adhesive solution & Clamps with following dia of pipes, in approved manner as directed
(a) 20 mm

Item No. 158

(A) Supplying and laying UPVC cable trunking system comprising unplasticised polyvinyl,
chloride rigid material with ignition free & flame proof confirming BS .All necessary accessories
and measuring of following sizes.
(2) 100 mm x 50 mm trunking

Item No. 159

(A) Supplying and laying UPVC cable trunking system comprising unplasticised polyvinyl,
chloride rigid material with ignition free & flame proof confirming BS .All necessary accessories
and measuring of following sizes.
( C) UPVC ELBOW
(2) For100 mm x 50 mm trunking

Item No. 160

Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected concealed in /flushed on wall/ceiling, with 1.5 sq. mm copper
conductor FRLS PVC insulated stranded wire of green colour for earth continuity of following size
(a) with medium class Rigid PVC pipe and accessories
(a) 2 wire 1.5 sq. mm

Item No. 161

Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected concealed in /flushed on wall/ceiling, with 1.5 sq. mm copper
conductor FRLS PVC insulated stranded wire of green colour for earth continuity of following size
(a) with medium class Rigid PVC pipe and accessories
(b) 2 wire 2.5 sq. mm

Item No. 162

Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected in / on wall / ceiling with 2.5 sq. mm copper conductor FRLS
PVC insulated stranded wire of green colour for earth continuity of following size
(a) with medium class Rigid PVC pipe and accessories
(a) 2 wire 4 sq. mm

Item No. 163

Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected in / on wall / ceiling with 2.5 sq. mm copper conductor FRLS
PVC insulated stranded wire of green colour for earth continuity of following size
(a) with medium class Rigid PVC pipe and accessories
(i) 4 wire 10 sq. mm

Item No. 164

Mains with ISI marked, 1.5KV grade electrolyte multi stranded, annealed copper conductor with
heat resistant PVC insulated conforms to IS 694, IEC - 227 erected in existing pipe of following
size (Specifically for control panel, relays, power switchgears, motor starters & control wiring)
with required size of copper lugs, nuts and bolts if required.
(h) One wire 25.00 sq. mm

Signature of Contractor 210


Item No. 165

Supplying & erecting Delton or approved make Telephone Cable electrolytic copper conductor PE
insulation twisted in two pairs, & wrapped with FRLS PVC tape & sheathed with FRLS PVC or
HFFR outer Jacket suitable for telephone wiring & confirming to C-DOT erected in existing pipe. of
following size of conductors & nos.of pairs. With necessary connections.
[A] Conductor Size 0.5 mm
(a) Unarmoured
2) Two Pairs

Item No. 166

Supplying & erecting approved make LAN cable of following size in existing pipe as per direction
[B] CAT - 5e

Item No. 167

Supplying & erecting M.S. Box having 16 Gauge painted with red oxide or Heavy duty PVC box
erected flushed on wall or concealed in wall with necessary plastering & finishing as directed of
following size.
(a) 100 mm x 100 mm x 75 mm(d)

Item No. 168

Providing & erecting Switch board for Computer or electric apparatus consisting of following
items in single board erected on PVC / Metal board with 3 mm thick PC (Polycarbonate) / Acrylic
sheet erected as directed
1 no. 6A/16A universal plug-switch combined.
4 nos. 6A Switch
4 nos. 6A 5 pin Plug
[B] For Modular Type Accessories
Cat. III

Item No. 169

Decorative call bell Ting-tong box type 250 volts complete erected

Item No. 170

Pro. & erecting Mirror light fitting with One No. of 9/11/13 CFL Non Retrofit CRCA powder coated
fitting with necessary ballast and accessories erected with necessary lead wire.Ca-III

Item No. 171


Providing and erecting approved make decorative recess / surface mounting type mirror optics
luminaire complete with non retrofit tubes, electronic ballast, high circuit P.F. & rust free fitting
components mounted in powder coated CRCA / Al. housing with holder clear / opal diffuser
complete erected with lead wire.
(c) With Two Nos. 18 watt PLCFL. Cat-III

Item No. 172

Providing and erecting approved make decorative recess / surface mounting type mirror optics
luminaire complete with non retrofit tubes, electronic ballast, high circuit P.F. & rust free fitting
components mounted in powder coated CRCA / Al. housing with holder clear / opal diffuser
complete erected with lead wire.
(e) With Two Nos. 36 watt PLCFL Cat-III

Item No. 173

Supplying and erecting approved make of tube fitting with One no T-5 tube 24/ 28 W with
Electronic ballast with each tube separately THD less than 10 & built in adaptors, GI / PVC housing

Signature of Contractor 211


& mirror optic reflector, suitable to work on 120V - 300V, A.C. supply with connector and adapter if
required. [Make of fitting & tube may be differ& fitting shall be providing with tube]. Cat-III

Item No. 174

Approved make Four pole moulded case circuit breaker having breaking capacity ICU of 25 KA. at
415 V, having normal current rating up to 25 A to 100A. with Fixed thermal & magnetic release
suitable to work on A.C. supply 50 c/s. with all internal connections & complete erected in existing
16 G.M.S. housing.
ICS=100% of ICU only Cat III

Item No. 175

Approved make Four pole moulded case circuit breaker having breaking capacity ICU of 35 KA. at
415 V. having normal current rating up to 125A. with Fixed thermal & magnetic release suitable to
work on A.C.supply 50 c/s. with all internal connections & complete erected in existing 16 G.M.S.
housing. ICS=100% of ICU only Cat III With out Housing

Item No. 176

Supplying and erecting triple pole & neutral 440V / 500V panel mounting Copper Busbars with four
equal Nos. of electrolyte bus having current density not more than 1.6 Amp. / sq.mm (Rated
current / cross section area) duly wrapped with colour insulating tape for phase sequence of
following current carrying capacity, erected with necessary bus bar supports /insulators, main
cable socket to each bar, erected in existing cubical panel with necessary connections.
(A) Suitable for 100 Amp. capacity

Item No. 177

Miniature circuit breaker single pole 6A to 32A suitable to operate on 240 V A.C. system and
having breaking capacity 10 KA to be erected in existing box. confirming to IS 8828/1996 with ISI
Mark .Cat-III

Item No. 178

Providing & erecting 240 V MCB double pole switch for motor & inductive load (C Curve) having
10 KA breaking capacity & confirms to IS : 8828 in existing box having following capacity
(A) 6 to 32 Amp. Cat III

Item No. 179

Providing & erecting 415 V MCB Four Pole for Motor & Inductive Load (C Curve) having 10KA
breaking capacity & confirms to IS :8828 in existing box having following capacity
(c)63 Amp. Cat III

Item No. 180

Providing and erecting Sheet Steel powder coated MCB distribution board - flush / surface
mounted fitted with busbar, neutral link, earth bar and DIN rail, confirming to IS 13032 and BS
5486-1986 without MCB to house appropriate nos. of MCBs.(The DBs should be used of same
company of MCB to be used)
(J) Three phase 4 way SS Double door for single phase outgoing horizontal box

Item No. 181

Supplying & erecting Sheet Steel powder coated Cable end termination Box to be mounted on
Top or Bottom of the MCB Distribution Box for housing/covering Extra wires & Cables, suitable
for following size of MCB DB Box.
(E) Three Phase 4 Way

Signature of Contractor 212


Item No. 182

Providing & erecting Medium Voltage Danger Notice Board sticker of standard size

Item No. 183

Providing and erecting required size Copper strip for earthing of H.T. OCB / ACB/ Transformer, LT
panel board, Motors etc. using copper clamp.

Item No. 184

Supplying & erecting earth pit of minimum bore dia.150mm size approved make Earthing
Electrode consisting Pipe-in-Pipe Technology as per IS 3043-1987 made of corrosion free
G.I.Pipes having Outer pipe dia of 50mm having 80-200 Micron galvanising, Inner pipe dia of 25
mm having 200-250 Micron galvanising, connection terminal dia of 12mm with constant ohmic
value surrounded by highly conductive compound with high charge dissipation suitable for
following type of applications.
(a) For Electrical Installation up to 440V in normal soil
Length of pipe - 1 Mtr
Back filling compound - 1 Nos Bag of 15 Kg.

Item No. 185

Providing & erecting weather proof, dust & vermin proof, floor mounted front operated indoor type
cubical panel board having IP-64 protection made from 14 SWG thick CRC M.S. sheet for outer
body & doors, 16 SWG thick CRC M.S.sheet for internal partitions with necessary supporting
angles, flats including cutting, bending, drilling, welding, riveting with internal partitions & cable
alley as per requirements & instruction of engineer-in-charge with erection of supplied switch
gears, BUSBARS, with suitable size of inter connecting PVC copper wire / copper-aluminium
strips, rubber grommets, rib, bakelite control fuses for measuring instruments, earth bus & earth
bolts, foundation flange - bolts-base Plates, sufficient nos. of hinged doors, handles with locking
arrangement and rubber gasket complete. The Panel shall be painted with epoxy powder coating.
(The rates excludes the cost of switchgears, bus bars, inter connecting mains & Copper
Aluminium strips, meters, Fuses etc. The dimension shall be measured excluding base beams)
The panel shall be supplied with following approved manufacturers with following size.
(B) locally fabricated panel board
(i) with 350 mm depth

Item No. 186

Providing and erecting XLPE(IS:7098)(I)-88 ISI armoured cable multistrand Aluminium conductor
for 1.1 KV. to be laid on wall with necessary clamps or in existing trench / pipe of following size
of cables
(C) 3 1/2 core 70 Sq. mm ( 35 Sq. mm 1/2 core)

Item No. 187

Providing and, fixing heavy duty flange type brass cable gland with rubber ring for PVC insulated
armoured cable complete with out going tails, insulating tape etc for following size of cables.
(C) 3 & 1/2 core 70 Sq. mm

Item No. 188

Solderless crimping type Copper lugs conforming to IS suitable for cable of following size evenly
crimped with high pressure tool & connected to switchgear terminals with brass/cadmium plated
nut bolts in an approved manner.
(F) 70 Sq.mm.

Item No. 189

Providing and erecting Approved make Ceiling fan with double ball bearing ISI mark with
condenser A.C. 23OV.50 c/s.1200 mm. sweep complete, canopy and 30 cms. down rod erected on

Signature of Contractor 213


existing hook or clamp with 24/0.2 , 3 core flexible wire with earthing. [Make shall be approved by
Engineer in charge]

Item No. 190

Supplying and erecting 19 / 20 mm. nominal bore Medium Class M.S. Pipe down rod erected duly
painted for fan complete with necessary 24/ O.20, 3 core flexible wire with earthing.

Item No. 191

Supplying & erecting fan hook box of 10 mm M.S. round bar bounded to the RCC bars up to
50mm length each side and pierced through a 16 Gauge M.S. box / Heavy Duty PVC box complete
erected concealed in Ceiling with necessary finishing.

Item No. 192

Providing 2.5mm.thick laminated acrylic sheet to cover the fan hook or Fan box.

Item No. 193

Supplying & erecting single phase approved make industrial exhaust fan suitable for medium duty
ring mounted low noise operation suitable for medium duty having following dia size and
maximum speed in RPM
[A] 305 mm dia 900 RPM Cat.II

Item No. 194

Providing and erecting 3 star and above rated approved make split air-conditioning unit
consisting of condensing unit with fan motor, hermetically sealed rotary compressor with
accessories etc. duly connected separately erected evaporating unit and blower motor with its
accessories by means of proper insulated copper tubing up to 5 RMT suitable for (Cost includes
M.S. Stand, Gas Charging & Internal Copper Wiring & Remote Control)
(B) for 2 ton capacity

Item No. 195

Supplying & Installing M.S. powder coated standard type stand mounting for outdoor unit of Split
A.C. up to 2TR Capacity, erected with necessary hardware materials as directed.

Item No. 196

Providing & erecting water cooler having storage capacity 150 Ltr. & cooling capacity 150 Ltr. per
hour @ an ambient temp of 450 C. The outlet temp. of the water should drop by 150C within a
hour, The water cooler should be comprising of hermetically sealed compressor, fan motor,
condensing unit, water tank surrounded by evaporating, coil, thermostats, relay etc. complete
with necessary inlet & outlet connection. The body of water cooler will be made from Stainless
Steel.

Item No. 197

Supplying & erecting 5 stage single reverse osmosis water purification system with M.S. powder
coated frame, prefilter housing with 'O' ring presediment filter GAC filter, carbon filter suitable
buster DC pump capacity 80 psi, mention with 40 Osg inline type post carbon filter auto low &
high pressure switches with following size of storage tank & LPH capacity & erected as directed
with one year comprehensive maintenance guarantee.
[C] 50 Ltr / Hr with 250 psi 2 nos booster pump

Item No. 198

Supplying and erecting approved make panel mounting type Digital Voltmeter having 3 digits LED
display, 0 to 750 AC Volts range erected on existing panel board with all connection, wiring etc
.with manufacturers calibration certificate.

Signature of Contractor 214


Item No. 199

Supplying and erecting approved make panel mounting type Digital Ammeter having 3 digits
LED display, external CT operated, calibrated for 0 to 1000 Amps suitable to operate on 500 Volt
AC , erected on existing panel board with all connection, wiring etc .with manufacturers
calibration certificate.

Item No. 200

Supplying and erecting Ammeter / Voltmeter selector switch for 3 phase AC Supply 500 V on
existing panel board with necessary connections.

Item No. 201

Supplying and erecting approved make set of indicator lamps of LED type lamp, lens cover,
Bakelite holder complete erected with necessary connections.

The Item Nos. 148 to 201 shall be carried out as per SPECIFICATIONS FOR
ELECTRICAL WORKS attached.

Signature of Contractor 215

You might also like