1 Relationship beyond Banking ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR Tender for Supply, Installation, Testing & Commissioning of Fire Fighting System at ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR PART – I GENERAL CONDITIONS & TECHNICAL SPECIFICATIONS Name of Tenderer _______________________________________________________ Address________________________________________________________________ ________________________________________________________________________ Last date of Submission : 28th August, 2015 (up to 4.00 p.m.) Validity of the tender : 3 months from the date of opening of the tender. 2 General Information Tender Date 07th Aug 2015 (Friday) Last date of submission of Tender 28th August 2015 (Friday) Pre-bid meeting date 14th August 2015 (Friday) Tender opening date 31st August 2015 (Monday) Earnest Money (EMD) amount Rs.1,00,000 /- (Rs. One lakh) Cost of tender form Rs.1,000 /- (Rs. One thousand) Estimated Cost of the project Rs. 54,13,000 /- (Rs. Fifty four lakh thirteen thousand) Open Category Contact person Mr. Pramod Kumar- +91 9922508916 Mr. Soumitra Dey- 0712-2544884 3 FORM OF TENDER Place: Date: To, THE ZONAL MANAGER BANK OF INDIA S V PATEL MARG, KINGSWAY NAGPUR Dear Sir, 1. Having examined the specifications, designs and schedule of quantities relating to the works specified in the memorandum hereinafter set out and having visited and examined the site of the works specified in the said memorandum and having acquired the requisite information relating thereto as affecting the tender, I/We hereby offer to execute the works specified in the said memorandum within the time specified in the said memorandum at the rates mentioned in the attached schedule of quantities and in accordance in all respects with the specification, designs and instructions in writing referred to in conditions of tender, the Articles of Agreement, Special Conditions, Schedule of Quantities and Conditions of Contract and with such materials as are provided for by, and in all other respects in accordance with such conditions so far as they may be applicable. MEMORANDUM (a) Description of Works : Supply, Installation, Testing & Commissioning of Fire hydrant & Sprinkler System in the ZONAL OFFICE BUILDING, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR. (b) Estimated Cost : Rs. 54,13,000/-(Rupees Fifty four Lakh thirteen thousand Only) (c) Earnest money : Rs.1,00,000/- (Rupees one lakh only) (d) Tender Cost : Rs. 1,000 /- (Rupees one thousand only) (e) Percentage, if any, to be deducted from bill : 5% Retention Money from each R.A. bill. (f) Time allowed for completion of the work from tenth day after the date of written order to commence the work : 6 months (g) Validity of the tender : 3 months from the date of opening of the tender 2. Should this tender be accepted, I/We hereby agree to abide by and fulfill the terms and provisions of the said Conditions of Contract annexed hereto so far as they may be applicable or in default thereof to forfeit and pay to the BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR the amount mentioned in the said conditions. 3. I/We have submitted a demand draft of a nationalized bank for a sum of Rs.1,00,000/towards earnest money, which amount is not to bear any interest. Should I/We fail to execute the contract when called upon to do so, I/We do hereby agree that this sum shall be forfeited by BANK OF INDIA, Nagpur. 4 4. The lists showing the particulars of large works carried out and the names of manufacturers of specialized items as required under clause 18 of the General Instructions to Contractors and Special Conditions are enclosed. 5. Our bankers are (i) (ii) Name of the partner of the firm Authorized to sign ) ) Or ) Name of person having Power of ) Attorney to sign the contract. ) (Certified true copy of the Power of ) Attorney should be attached) ) Signature of Contractor (Signatures and addresses of witnesses) (1) (2) Your’s faithfully, 5 ARTICLES OF AGREEMENT ARTICLES OF AGREEMENT made the _______ day of ________________ between the ZONAL OFFICE, BANK OF INDIA at S V PATEL MARG, KINGSWAY, NAGPUR (hereinafter called “the Employer”) on the one part and _________________________________________________________ (hereinafter called “the Contractor”) on the other part. WHEREAS the Employer is desirous of getting executed and completed the work of Supply, Installation, Testing & Commissioning of Fire Fighting System at ZONAL OFFICE, BANK OF INDIA BUILDING at S V PATEL MARG, KINGSWAY, NAGPUR and has caused drawings and specifications describing the works to be done to be prepared by employer. AND WHEREAS the said Specifications and the Schedule of Quantities have been signed by or on behalf of the parties hereto. AND WHEREAS the Contractor has agreed to execute upon and subject to the Conditions set forth herein and to the Conditions set forth in the Special Conditions and in the Schedule of Quantities and Conditions of Contract (all of which are collectively hereinafter referred to as “the said Conditions”) the works shown upon the said Drawings and/or described in the said Specification and included in the Schedule of Quantities at the respective rates therein set forth amounting to the sum as therein arrived at or such other sum as shall become payable there under (hereinafter referred to as ‘the said Contract Amount’). NOW IT IS HEREBY AGREED AS FOLLOWS: 1. In consideration of the said Contract Amount to be paid at the times and inthe manner set forth in the said conditions, the Contractor shall upon and subject to the said Conditions execute and complete the work shown upon the said Drawings and described in the said Specifications and the Schedule of Quantities. 2. The Employer shall pay the Contractor the said Contract Amount or such other sum as shall become payable, at the times and in the manner specified in the said Conditions. 3. The BANK OF INDIA, Nagpur will administer and directly arrange for supervision of works, certification of bills, making payments and implementation of various terms, conditions and stipulations of the contract regarding executions of work, quality of work, quality of materials, progress and completion of the project shall mean the Zonal Manager or any other person designated for the purpose by the BANK OF INDIA, Nagpur. 4. The said Conditions and Appendix thereto shall be read and construed as forming part of this Agreement, and the parties hereto shall respectively abide by, submit themselves to the said Conditions and perform the agreements on their part respectively in the said Conditions contained. 5. The plans, agreement and documents mentioned herein shall form the basis of this Contract. 6. This Contract is neither a fixed Lump sum Contract nor a Piece Work contract but is a Contract to carry out the work in respect of the entire work of Supply, Installation, Testing & Commissioning of Fire Fighting System at ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR to be paid for, according to actual measured quantities at the rates contained in the Schedule of Rates and Probable Quantities or as provided in the said Conditions. 7. The Contractor shall afford every reasonable facility for movement of vehicles in the premises, any other regular functions of the Employer and also works performed by other agencies engaged by the Bank. 8. The Employer reserves the right of altering the Drawings and nature of the work by adding to or omitting any items of work or having portions of the same carried out without prejudice to this Contract. 6 9. Time shall be considered as the essence of this Contract and the Contractor hereby agrees to commence the work soon after the site is handed over to him or from tenth day after the date of issue of formal work order as provided for in the said Conditions, whichever is later and to complete the entire work within 06(Six) months subject nevertheless to the provisions for extension of time. 10. All payments by the Employer under this contract will be made only at Nagpur. 11. All disputes arising out of or in any way connected with this agreement shall be deemed to have arisen at Nagpur and only Courts in Nagpur shall have jurisdiction to determine the same. 12. That the several parts of this Contract have been read by the Contractor and fully understood by the Contractor. The Contractor shall not be entitled for the payment for the quantities beyond the tendered quantities unless ordered for by specific written instructions from the Employer. IN WITNESS WHEREOF the employer and the Contractor have set their respective hands to these presents and two duplicates hereof on the day and year first hereinabove written. IN WITNESS WHEREOF the Employer has set its hands to these presents through its duly authorized official and the Contractor has caused its common seal to be affixed hereunto and the said two duplicates and caused these presents and the said two duplicates hereof to be executed on its behalf, the day and year first hereinabove written. SIGNATURE CLAUSE SIGNED AND DELIVERED by the BANK OF INDIA, Nagpur by the hand of Shri _______________________________ (Name and Designation) In the presence of (1) _____________________________ Address _________________________ ________________________________ ________________________________ (2) ________________________________ Address _________________________ ________________________________ ________________________________ Witnesses SIGNED AND DELIVERED by _____________________________ on behalf of all the partners. In the presence of (1) ___________________________ Address _______________________ ______________________________ ______________________________ (2) ___________________________ Address _______________________ ______________________________ ______________________________ Witnesses The COMMON SEAL of ___________ was hereunto affixed pursuant to the resolutions passed by its Board of If the party is a partnership firm or an individual should be signed byall or 7 Managers at the meeting held on __________________ In the presence of (1) (2) Managers who have signed these Presents in token thereof in the Presence of (1) If the Contractor signs under its common seal the signature clause should tally with the sealing clause in the Articles of association (2) SIGNED AND DELIVERED by Shri ____________________ and duly constituted attorney If the Contractor is signing by the hand of power of attorney, whether a company or individual 8 GENERAL INSTRUCTIONS TO CONTRACTORS & SPECIAL CONDITIONS 1. (a) Sealed Tenders separately for Part I (Technical Bid) and Part II (Financial Bid), both enclosed in separate envelop, should be addressed to ZONAL MANAGER, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR, and super-scribed “Tender for Supply, Installation, Testing & Commissioning of Fire Fighting System in ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR as the case may be and sent so as to reach this office not later than 4 p.m. on 28th August 2015. Tenderers should clearly indicate on each copy of Tender under their full signature whether it is the original or duplicate copy. DDs/ Pay Order towards EMD (Rs. 1,00,000 /-) and tender Cost (Rs. 1,000 /-) must be submitted along with Technical bid (Part –I) and it should not be in envelope containing Part-II (Financial bid).Tenders where EMD and Cost of tender are not submitted in Part-I (Technical bid) will be rejected straightway. (b) Pre Bid Meeting–14th Aug 2015 (11.00 A.M) 2. No Tender will be received after 4 p.m. on 28th August 2015 under any circumstances whatsoever. 3. (a) Part I (Technical Bid) of the tender containing the tenderer’s firm profile (as per the table of ELIGIBILITY CRITERIA), the Terms and Conditions (Rates and amount shall not appear anywhere in this part) and EMD shall be opened at 4.00 p.m. on 31st August 2015 at office of The Zonal Manager, ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR, Nagpur, or any other Officer designated for this purpose by him/her in the presence of Tenderers or their representatives, should they choose to be present. If the intending tenderer feels that any of the terms and conditions of the tender documents is/are not acceptable to them or they feel that additional terms and conditions are required to be incorporated, they may indicate these conditions or additional or amended conditions only in separate sealed cover (duplicate). All other terms and conditions on which there are no observations by the intending tenderers shall be construed as acceptable to the tenderer. Part-II of the Tender, containing only rates of items and amount stated in figures and words will be opened on a subsequent date to be intimated to all the successful tenderers. (b) Tenders shall remain open to acceptance by the Employer for a period of three months from the date of opening Part-I of the Tender which period may be extended by mutual agreement and the Tenderer shall not cancel or withdraw the Tender during this period. (c) The Tenderers must use only the forms issued by the ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR to fill in the rates. 4. (a) The Tender form must be filled in English and all entries must be made by hand and written in ink. If any of the documents is missing or unsigned, the tender may be considered invalid by the Employer at its discretion. (b) Rates should be quoted both in figures and words in columns specified. All erasures and alterations made while filling the tender must be attested by initials of the tenderer. Overwriting of figures is not permitted. Failure to comply with either of these conditions will render the tender void at the “ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR”s option. No advice of any change in rate or conditions after the opening of Part II of the tender will be entertained. (c) Each of the tender documents should be signed by the person or persons submitting the tender in token of his/their having acquainted himself/themselves with the General Conditions of Contract, Specifications and Special Conditions etc. as laid down. Any tender with any of the documents not signed will be rejected. (d) The Tender submitted on behalf of a firm shall be signed by all the partners of the firm or by a partner who has the necessary authority on behalf of the firm to enter into the proposed contract, otherwise the tender may be rejected by the Employer. 9 5. The ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR, does not bind itself to accept the lowest or any tender and reserve to itself to accept or reject any or all the tenders either in whole or in part, without assigning any reasons for doing so. 6. (a) Intending tenderers shall pay as earnest money a sum of Rs.1,00,000/- by a demand bank draft drawn on a nationalized Bank in favor of ZONAL MANAGER, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR, payable at Nagpur. Tender, (Part – I) which is not accompanied by such earnest money will not be considered. The amount of earnest money will be returned to the tenderer if his tender is not accepted but without any interest. (b) Under no circumstances, Earnest Money Deposit will be accepted in any other form than mentioned under 6(a) above. 7. The Earnest Money Deposit of Rs.1,00,000/- submitted by the successful tenderer shall be held by the ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR, as security for the execution and due fulfillment of the Contract until the completion of the work. No interest shall be paid on the said deposit. 8. On receipt of intimation from the Employer of the acceptance of his/their tender, the successful tenderer shall be bound to execute the agreement within fourteen days thereof. The successful tenderer shall sign an agreement in accordance with the draft agreement and the Schedule of Conditions but the written acceptance by the ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR, of a tender will constitute a binding contract between the ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR, and the person so tendering, whether such formal agreement is or is not subsequently executed. 9.(a) In addition to the Earnest Money Deposit, under clause 6(a) and as further security for the due fulfillment of the contract by the contractor, 5 % of the value of the work done shall be deducted by the employer from each payment to be made to the contractors towards Retention Money. This total amount will be termed as security deposit. On issuing certificate of virtual completion of the work by the consultant, EMD shall be released. The remaining retention money (S.D.) shall be released after successful completion of Defects Liability Period. (b) All compensation or other sums of money payable by the Contractor to the Employer under the terms of this Contract may be deducted from his earnest money and the security deposit if the amount so permits and the Contractor shall, unless such deposit becomes otherwise payable, within ten days after such deduction make good in cash the amount so deducted. 10. The Contractor shall not assign the Contract. He shall not sublet any portion of the Contract, except with the written consent of the Employer. In case of breach of these conditions, the Employer may serve a notice in writing on the contractor rescinding the Contract whereupon the security deposit shall stand forfeited to the Employer, without prejudice to his other remedies against the contractor. 11. The Contractor shall carry out all the work strictly in accordance with details and instructions of the Employer. If in the opinion of the Employer, changes have to be made in the design and they desire the Contractor to carry out the same, the Contractor shall carry out the same without any extra charge. The Employer’s decision in such cases shall be final and shall not be open to arbitration. 12. A schedule of Probable Quantities in respect of each work and specifications accompany these Special Conditions. The Schedule of Probable Quantities is liable to alteration, omissions, deductions or additions at the discretion of the Employer. Each tender should contain not only the rates but also the value of each item of work entered in a separate column and all the items should be totaled in order to show the aggregate value of the entire tender. 13. The tenderer must obtain for himself on his own responsibility and at his own expenses all the information which may be necessary for the purpose of making a tender and for entering into a contract and must examine the specifications and must inspect the site of the work and acquaint himself with all local conditions, means of access to the work, nature of the work and all matters pertaining thereto. 10 14. The rates quoted in the tender shall include all charges for clearing of site after completion of work, scaffolding, centering, boxing, staging, planking, timbering and pumping out water including bailing, fencing, hoarding, plant and equipment, watching and lighting, by night as well as day including Sundays and Holidays, temporary extension of plumbing and electric supply, protection of the public and safety of adjacent roads, streets, cellars, vaults, ovens, pavements, walls houses, building and all other erections, matters or things, and the Contractor shall take down, remove any or all such centering, scaffolding, staging, planking, timbering, strutting, shoring etc., as occasion shall require or when ordered so to do and fully reinstate and make good all matters and things disturbed during the execution of work and to the satisfaction of the employer. The rates quoted shall be deemed to be for the finished work to be measured at site. The rates shall also be firm and shall not be subject to exchange variations, labour conditions, transportation, fluctuations in railway freights or any conditions whatsoever. Tenderers must include in their rates, VAT, sales tax, excise duty, Service Tax, LBT and any other tax and duty or other levy levied by the Central Government or any State Government or local authority, if applicable. No claim in respect of transportation, sales tax, excise duty, VAT, LBT or other tax, duty or levy whether existing or may exist in future shall be entertained by the Employer. 15.The Contractor should note that unless otherwise stated, the tender is strictly on item rate basis and his attention is drawn to the fact that rates for each and every item should be correct, workable and self-supporting. The quantities in the Schedule of Quantities approximately indicate the total extent of work but may vary to any extent and may even be omitted thus altering the aggregate value of the Contract. No claim shall be entertained on this account. 16. Time allowed for carrying out the work as mentioned in the Memorandum shall be strictly observed by the Contractor and it shall be reckoned from the 10th day after written order to commence the work is issued. The work shall throughout the stipulated period of the Contract be proceeded with all due diligence and if the Contractor fails to complete the work within the specified period, he shall be liable to pay compensation to the Employer as defined in clauses 19 and 20 of the Conditions of Contract. The tenderer shall before commencing work prepare a detailed work program which shall be approved by the Employer. 17. The Contractor shall not be entitled to any compensation for any loss suffered by him on account of delays in commencing or executing of the work, whatever the cause of delays may be, including delays arising out of modifications to the work entrusted to him The Employer does not accept liability for any sum besides the tender amount, subject to such variations as are provided for herein. 18. The tenderer shall at the time of tendering indicate, in the format specified in Annexure I the names of manufacturers / brands of items, which he proposes to use in the work if his tender is accepted. Details of technical / commercial deviations, if any, may be furnished in the format given in Annexure II & III. In case there are no deviations proposed, a Nil statement may be furnished. 19. The Contractor shall strictly comply with the provision of safety code annexed hereto. 20. I.S. Code numbers wherever mentioned in the tender shall be in latest version of I.S. Codes as on the date of opening of tenders. 21. The security deposit of the successful tenderer will be forfeited if he fails to comply with any of the conditions of the Contract. 22. The successful tenderer shall submit a performance Bank Guarantee obtained from any of the nationalized bank in the format approved by the bank for an amount equivalent to 5% of the actual contract value at the time of the award of the contract. The bank guarantee will be initially valid for a period of one year such as defect liability period. 23. The Tenderer shall guarantee that the work shall confirm to the detailed specifications. 11 24. Before handing over of fire hydrant and sprinkler system, 6 copies of the Operation and Maintenance manual for major equipments shall be furnished to the Employer along with 6 sets of drawings of all the works done as executed by the Contractor. 25. The applicants/ tenderers have to submit in a sealed envelope/ cover i) Client’s certificate as per format at Annexure IV from their clients for whom they have carried out “eligible works” in terms of the eligibility (Pre qualification) criteria explained in the tender document. I/We hereby declare that I/We have read and understood the above instructions for the guidance of tenderers. Date: Signature of Tenderer: Address: 12 ELIGIBILITY CRITERIA The mandatory requirements for Technical Competency S.No. Eligibility Criteria 1 The bidder Company / Firm must have been in the business of carrying out supply, installation, testing and commissioning of Fire Fighting system for large office buildings, commercial premises, apartment buildings etc. for last 10 Years as of 01st Aug 2015 and presently having office/proper infrastructure set up at Nagpur. 2 The bidder should have executed at least three (03) similar works of costing minimum Rs. 30 (lakh) each out of which at least one work should have in Nagpur in last three years OR at least two (02) similar works of costing minimum Rs. 40 Lakh each out of which one work should have in Nagpur in last three years OR at least One (01) similar work of costing Rs. 50 Lakh in Nagpur and if this work is outside Nagpur then the cost should be at least 60 Lakh in last three years. 3 The Service provider must have an average annual turnover of over Rs. 100 lakh during the last three years. 4 The bidder should not have made loss in the last three years as of 31.03.2015 5 The bidder should have Credible Supervisory Infrastructure (as per S. No. 9 of SPECIAL INSTRUCTIONS given in the Tender Document). 6 Should have required Statutory Registration of Income Tax, Service Tax, Contract Labour Act (Regulation & Abolition) 1970 - if applicable, EPF, ESI etc. 7 The bidder should be free from any litigation, in the services provided, with the client and any bank/financial institution. The bidder should not have been blacklisted by any of the institutions as mentioned in point 2 above. 8 The bidder Company / Firm / its partner should be registered under Maharashtra Fire Service and having valid license. 9 The defect liabilities period will be one (01) years from the date of handover of the system to bank/owner. If Services/installation works is found unsatisfactory during the period of defect liabilities then there will be penalty/invoked @ 5% of the work order cost. Documents Required Order copies / any other proof indicating that the bidder is in the business since last ten (10) years. Relevant order copies and should submit certificate of satisfactory completion of work from the employers. (As per Annexure IV) Audited Balance Sheet for last three years. Audited Balance Sheet for last three years. Copies of relevant documents to prove the competency should be enclosed. Copies of these Documents to be attached. Declaration submitted. to this effect to be Copies of Registration Certificate to be attached. 13 TECHNICAL BID 1. Name of the applicant firm : 2. Address of the Registered Office : 3. Address of local office at Nagpur : 4. Type of organisation : (Proprietorship/Partnership/Pvt.Ltd.) 5. Name of the Proprietor/Partners/ Directors of Applicant with address with phone numbers : 6. Name of the Registering Authority with: Date and registration number 7. Whether registered for Service Tax Purpose. If yes, mention number and Date (copies of latest service tax Clearance certificate to be enclosed) : Yes/No 8. Whether an Income Tax assessee (copies of lates income tax clearance Certificate to be enclosed). : Yes 9. Agency’s Turnover for last 3 years (Proof to be submitted) : Year-I _______________ Year-II_______________ Year-III______________ 10. If you are registered in the panels of : Any other government/public sector/ Private banks, etc. Please furnish details 11. Whether you will resort to sub-contracting : Yes/No 12. License number, Validity and Class of Licensing agency: With Directorate of Maharashtra Fire Services 13. Details of Earnest money Rs. 1,00,000 /- DD NO. Date amount etc. : Yes/No (Demand Draft only of nationalized Bank, payable at Nagpur) 14. Details of Tender cost Rs. 1,000 /- DD NO. Date amount etc. (Demand Draft only of nationalized Bank, payable at Nagpur) 15. The vendor has to confirm on each invoice that : Yes/No : Agree/ Disagree i) Minimum wages as per statute is being paid to Workers engaged for the work. ii) Statutory deductions viz PF, ESIC, TDS etc. being remitted to concerned authorities iii) All applicable taxes i.e Service Tax and other taxes are remitted to Government account No payment shall be made in absence of proof of the above mentioned statutory compliances. 16. Details of similar work carried out with project cost and date of completion : 14 SAFETY CODE 1. There shall be maintained in a readily accessible place first aid appliances including adequate supply of sterilized dressings and cotton wool. 2. An injured person shall be taken to a public hospital without loss of time, in cases where the injury necessitates hospitalization. 3. Suitable and strong scaffolds should be provided for workmen for all works that cannot safely be done from ground. 4. No portable single ladder shall be over 8 meters in length. The width between the side rails shall not be less than 30cm. (clear) and the distance between two adjacent rungs shall not be more than 30 cm. When a ladder is used an extra mazdoor (labour) shall be engaged for holding the ladder. 5. The excavated material shall not be placed within 1.5 meters of the edge of the trench or half of the depth of trench whichever is more. All trenches and excavations shall be provided with necessary fencing and lighting. 6. Every opening in the floor of building or in a working platform shall be provided with suitable means to prevent the fall of persons or materials by providing suitable fencing or railing whose minimum height shall be one meter. 7. No floor, roof or other part of the structure shall be so overloaded with debris or materials as to render it unsafe. 8. Workers employed on mixing and handling materials such as asphalt, cement mortar, concrete and lime mortar shall be provided with protective footwear and rubber hand-gloves. 9. Those engaged in welding works shall be provided with welder’s protective eye-shields and gloves. 10.i) No paint containing lead or lead products shall be used except in the form of paste or readymade paints. (ii) Suitable facemasks should be supplied for use by the workers when the paint is applied in the form of spray or surface having lead paint is dry rubbed and scrapped. 11. Overalls shall be supplied by the Contractor to the painters and adequate facilities shall be provided to enable the working painters to wash during the periods of cessation of work. 12. Hoisting machines and tackle used in the works, including their attachments, anchorage and supports shall be in perfect condition. 13. The ropes used in hoisting or lowering material or as a means of suspension shall be of durable quality and adequate strength and free from defects. 15 THE CONDITIONS HEREINBEFORE REFERRED TO 1. The Contractor shall forthwith comply with and duly execute any work comprised in such Employer’s instructions, directions and explanations given to the Contractor or his representative upon the works by the Employer, shall, if involving a variation, be confirmed in writing by the Contractor within seven days, and if not dissented from in writing within a further seven days by the employer, such shall be deemed to be Employer’s Instructions within the scope of the Contract. 2.Variations to be approved by Employer The Contractor shall submit through the employer a statement of variations giving quantity and rates duly supported by analysis of rates, vouchers, etc. The rates on scrutiny and final acceptance by the Employer shall form a supplementary tender. The Employer shall not be liable for payment of such variations until these statements are sanctioned by it. 3. Schedule of Quantities and Agreement The Contract shall be executed in duplicate and the Employer and the Contractor shall be entitled to one executed copy each for his use. The Contractor on the signing hereof shall be furnished by the Employer one copy of each of the specification. 4. Contractor to provide everything necessary at his cost The Contractor shall provide at his cost everything necessary for the proper execution of the works according to the intent and schedule of Quantities and Specifications taken together whether the same may or may not be particularly shown or described therein provided the same can reasonably be inferred there from, and if the Contractor finds any discrepancy in the Schedule of Quantities and Specifications he shall immediately and in writing refer same to the Employer who shall decide which is to be followed. 5. Material and workmanship to conform to descriptions All materials and workmanship shall so far as procurable be of the respective kinds described in the Schedule of Quantities and/or Specifications and in accordance with the Employer’s instructions, and the Contractor shall upon the request of the Employer’s furnish him with all invoices, accounts, receipts and other vouchers to prove that the materials comply therewith. The Contractor shall at his own cost arrange for and/or carry out any test of any materials which the Employer’s may require. 6. Contractor's superintendence and representative on the works The Contractor shall give all necessary personal superintendence during the execution of the works, and as long thereafter as the Employer may consider necessary until the expiration of the “Defects Liability Period” stated in hereto. The Contractor shall also during the whole time when works are in progress, employ a competent representative who shall be constantly in attendance at the works while the men are at work. Any directions, explanations, instructions or notices given by the Employer to such representative shall be held to be given to the Contractor. 7. Project Manager (T)/Manager (T) The term “Project Manager (T)” shall mean the person appointed and paid by the Employer to inspect the works. The Contractor shall afford the Project Manager (T) every facility and assistance for inspecting the works and materials and for checking and measuring. The Project Manager (T), or any representative or the Employer shall have to give instructions to the Contractor or to his representative of non-approval of any work or materials and such work shall be suspended or the use of such materials shall be discontinued until the decision of the employer is obtained. The work will from time to time be examined by the Project Manager (T) or the Employer’s representative, but such examination shall not in any way exonerate the Contractor from the obligation to remedy any defects which may be found to exist at any stage of the works or after the same is completed. Subject to the limitation of this clause, the Contractor shall take instruction only from the Employer. 16 8. Assignment and Sub-letting The whole of the works included in the Contract shall be executed by the Contractor. And the Contractor shall not directly or indirectly transfer, assign or under-let the contract or any part share thereof or any interest therein without the prior written consent of the Employer, and no undertaking shall relieve the Contractor from the full and entire responsibility of the Contract or from active superintendence of the works during their progress. 9. Alterations/addition/omission etc. No alteration, omission or variation shall vitiate this contract but in case the employer thinks proper at any time during the progress of the works to make any alterations in, or additions to, or omissions from, the works or any alteration in the kind or quality of the materials to be used therein and shall give notice thereof in writing under his hand to the Contractor, the Contractor shall alter, add to, or omit from, as the case may be, in accordance with such notice, but the Contractor shall not do any work extra or make any alterations or additions or omissions from the works or any deviation from any of the provisions of the Contract, Stipulation, Specifications without the previous consent in writing of the Employer and the value of such extras, alterations, additions or omission shall in all cases to be determined by the Employer in accordance with the provisions of Clause 13 hereof, and the same shall be added to, or deducted from the Contract Amount, as the case may be, accordingly. 10. Schedule of Quantities The Schedule of Quantities, unless otherwise stated shall be deemed to have been prepared in accordance with the Standard Method of Measurement. Any error in description or in quantity or in omission of items from the Schedule of Quantities shall not vitiate this contract but shall be rectified and the value thereof as ascertained under clause 13 thereof, shall be added to, or deducted, from the Contract Amount (as the case may be) provided that no rectification or errors, if any shall be allowed in the Contractor’s Schedule of Rates. 11. Sufficiency of Schedule of Quantities The Contractor shall be deemed to have satisfied himself before tendering as to the correctness and sufficiency of his tender for the works and of the prices stated in the Schedule of Quantities and/or the Schedule of Rates and Prices which rates and prices shall cover all his obligations under the Contract, and all matters and things necessary for the proper completion of the work. 12. Measurement of works The employer may from time to time intimate to the Contractor that he requires the works to be measured and the Contractor shall forthwith attend or send a qualified agent to assist the Project Manager (T) in taking such measurements and calculations and to furnish all particulars or to give all assistance required by any of them. Should the Contractor not attend or neglect or omit to send such agent, then the measurement taken by the employer or a person approved by him shall be taken to be correct measurement of the works. The Contractor or his Agent may at the time of measurement take such notes and measurements as he may require. All authorized extra work, omissions and all variations made with the Employer’s knowledge, but subsequently sanctioned by him in writing shall be included in such measurements. 13. Prices for extras etc. ascertainment of The Contractor may, when authorized and shall, when directed in writing by the Employer, add or omit from or vary the works shown upon the drawings, or described in the Specification, or included in the Schedule of Quantities, but the Contractor shall make no addition, omission or variation without such authorization or direction. A verbal authority or direction by the employers shall if, confirmed by them in writing within seven days, be deemed to have been given in writing. 17 No claim for an extra shall be allowed unless it shall have been executed under provisions of clause 2 hereof or by the authority of the Employer. Any such extra is herein referred to as authorized extra and payment shall be made in accordance with the following provisions. (a) (i) The net rates or prices in the original tender shall determine the valuation of the extra work where such extra work is of similar character and executed under similar conditions as the work priced therein. (ii) Rates for all items, wherever possible should be derived out of the rates given in the Priced Schedule of Quantities (b) The net prices of the original tender shall determine the value of the items omitted, provided if omissions vary the conditions under which any remaining items of works are carried out, the prices for the same shall be valued under sub-clause (c) hereof. (c) Where the extra works are not of similar character and/or executed under similar conditions as aforesaid or where the omissions vary the conditions under which any remaining items of works are carried out or if the amount of any omissions or additions relative to the amount of the whole of the Contract works or to any part thereof shall be such that in the opinion of the employer, the net rate or price contained in the Priced Schedule of Quantities or tender or for any item of the works involves loss or expense beyond that reasonably contemplated by the Contractor or is by reason of such omission or addition rendered unreasonable or inapplicable, the Employer shall fix such other rate or price as in the circumstances he shall think reasonable and proper with the prior approval in writing of the Employer. (d) Where extra work cannot be properly measured or valued, the Contractor shall be allowed day work prices as the net rates stated in the tender or the Priced Schedule of Quantities or, if not so stated, then in accordance with the local day work rates and wages for the district provided that in either case, vouchers specifying the daily time (and if required by the Employer, the workmen’s names) and materials employed be delivered for verification to the Employer, or his representative at or before the end of the week following that in which the work has been executed. It is further clarified that for all such authorized extra items where rates cannot be derived from tender, the contractor shall submit rates supported by rate analysis worked on the "actual cost basis", plus 15% towards establishment charges, contractor's overhead and profit. Such items will not be eligible for escalation. The measurement and valuation in respect of the Contract shall be completed within within three months of the completion of the Contract works as defined in Clause 15 hereof. 14. Removal of improper work The Employer, shall, during the progress of the works, have power to order in writing from time to time the removal from the works within such reasonable time or times as may be specified in the order, of any materials which in the opinion of the Employer, are not in accordance with the Specifications or the instructions of the Employer, the substitution of proper materials, and the removal and proper re-execution of any work executed with materials, and the workmanship not in accordance with the Specifications or instructions, and the Contractor shall forthwith carry out such order at his own cost. In case of default on the part of the Contractor to carry out such order, the Employer shall have the power to employ and pay other persons to carry out the same, and all expenses consequent thereon, or incidental thereto, as certified by the Employer, shall be borne by the Contractor, or may be deducted by the Employer from any money due, or that may become due, to the Contractor. 15. Defects after virtual completion Any defect, shrinkage, settlement or other faults which may appear within the “Defects Liability Period” i.e twelve months after the virtual completion of the works, arising in the opinion of the Employer, from materials or workmanship not in accordance with the Contract, shall upon the directions in writing of the Employer, and within such reasonable time as shall be specified therein, be amended and made good by the Contractor, at his own cost and in case of default, the Employer may employ and pay other persons to amend and make good such defects shrinkage, settlements or other faults, and all damages, loss and expenses consequent thereon or incidental thereto shall be made good and borne by the Contractor and 18 such damage, loss and expenses shall be recoverable from him by the Employer or may be deducted by the Employer, from any money due or that may become due to the Contractor, or the Employer may in lieu of such amending and making good by the Contractor deduct from any moneys due to the Contractor a sum, to be determined by the Employer equivalent to the cost of amending such work and in the event of the amount retained under clause 23 (a) hereof being insufficient, recover the balance from the Contractor, together with any expenses, the Employer may have incurred in connection therewith. Should any defective work have been done or material supplied by Contractor employed on the works the Contractor shall be liable to make good and been subject to the provisions of this clause. The Contractor shall remain liable under the provisions of this clause notwithstanding the signing of any Certificate or the passing of any accounts by the Employer. 16. Certificate of virtual completion and Defects Liability Period. The works shall not be considered as completed until the Employer has certified in writing that the work has been virtually completed. The Defects Liability Period shall commence from the date of such Certificate. 17. Insurance in respect of damages to persons and property. The contractor shall be responsible for all injury or damage to persons, animals or things and for all structural and decorative damage to property which may arise from the operation or neglect of himself or of any nominated sub-contractor's employees, whether such injury or damage arise from carelessness, accident or any other case whatever in any way connected with the carrying out of the contract. This clause shall be held to include, inter-alia, any damage to buildings, whether immediately adjacent or otherwise, and any damage to roads, streets, footpaths, bridges or ways as well as all damage caused to the buildings and works forming the subject matter of this contract due to rain, wind, frost or other inclemency of weather. The contractor shall indemnify the Employer and hold him harmless in respect of all and any expenses arising from any such injury or damage to persons or property as aforesaid and also in respect of any claim made in respect of injury or damage, whether under any statute or otherwise and also in respect of any award or compensation or damages consequent upon such claims. The contractor shall, at his own expense, effect and maintain till issue of the virtual completion certificate under this contract, with an insurance company approved by the employer, an All Risks Policy for Insurance for the full amount of the contract including earthquake risk in the joint names of the Employer and the Contractor (the name of the former being placed first in the policy) against all risks as per the standard all risk policy for Contractors and deposit such policy or policies with the Employer before commencing the works. The contractor shall, reinstate all damages of every sort mentioned in this clause, so as to deliver up the whole of the contract works complete and perfect in every respect and so as to make good or otherwise satisfy all claims for damage to the property or third parties. The contractor shall indemnify the Employer against all claims which may be made against the Employer by any member of the public or other third party in respect of anything which may arise in respect of the works or in consequence thereof and shall at his own expenses arrange to effect and maintain, until the virtual completion of the contract with an approved insurance company, a policy of insurance in the joint names of the Employer and the Contractor against such risks and deposit such policy or policies with the Employer from time to time during the currency of this contract. The contractor shall also similarly indemnify the Employer against all claims which may be made upon the Employer whether under the workmen's compensation Act or any other statutes in force during the currency of this contract or at Common Law in respect of any employee of the contractor or any subcontractor and shall at his own expense effect and maintain, until the virtual completion of the contract, with an approved insurance company, a policy of insurance in the joint names of the Employer and the Contractor against such risk and deposit such policy or policies with the Employer from time to time during the currency of the contract. The minimum limit of the coverage under the third party insurance policy shall be Rs. Two lakh per person for any one accident or occurrence and Rs. Five lakh in respect of damage to property for any one accident or occurrence. The Contractor shall be responsible for anything which may be excluded from the insurance policies referred to above and also for all other damages to any property arising of and incidental to the negligent or defective carrying out of this contract. He shall also indemnify 19 the Employer in respect of any costs, charges or expenses arising out of claim or proceedings of damage arising there from. In default of the contractor insuring as provided above, the Employer may so insure and may deduct the premiums paid from any money due or which may become due to the contractor. The contractor shall also indemnify and keep indemnified the Employer against all and any costs, charges or expenses arising out of any claim or proceedings relating to the works and also in respect of any award of damage or compensation arising there from. Without prejudice to the other rights of the Employer against contractors in respect of such default, the Employer shall be entitled to deduct from any sums payable to the contractor the amount of any damages , compensation costs, charges and other expenses paid by the Employer and which are payable by the contractor under this clause. The contractor shall upon settlement by the insurer of any claim made against the insurer pursuant to a policy taken under this clause, proceed with due diligence to rebuild or repair the works destroyed or damaged. In this event the money received from the insurer in respect of such damage shall be paid to the contractor and the contractor shall not be entitled to any further payment in respect of the expenditure incurred for rebuilding or repairing of the materials or goods destroyed or damaged. The contractor, in case of rebuilding or reinstatement after damage shall be entitled to such extension of time for completion as the employer may deem fit but shall, however, not be entitled to reimbursement by the Employer of any shortfall or deficiency in the amount finally paid by the insurer in settlement of any claim arising as set out herein. Without prejudice to his liability under this clause, the contractor shall also cause all nominated sub-contractors to affect, for their respective portions of the works a similar policies of insurance in accordance with the provisions of this clause and shall produce or cause to produce to the Employer such policies. The contractor shall not permit a nominated subcontractor to commence work at the site unless said insurance policies are submitted. In the event of failure, of the sub-contractor to take out such policy or policies of insurance before commencing the works at the site, the contractor shall be responsible for any claim or damage attributable to the said sub-contractor. In addition to the above, the Contractor shall insure the work against loss due to fire, for the entire contract amount with an approved insurance company till the virtual completion of the work. 18. Date of commencement and completion The Contractor shall be allowed admittance to the site on the “Date of Commencement” stated hereto, or such later date as may be specified by the Employer and he shall thereupon and forthwith begin the works and shall regularly proceed with and complete the same (except such painting or other decorative work as the Employer may desire to delay) on or before the “Date of Completion” stated in, subject nevertheless to the provisions for extension of time hereinafter contained. 19. Damage for non-completion If the Contractor fails to complete the works by the date stated in tender or within any extended time under clause 20 hereof and the Employer certifies in writing that in his opinion the same ought reasonably to have been completed, the Contractor shall pay the Employer the sum named as “Liquidated Damages” for the period during which the said works shall so remain incomplete and the Employer may deduct such damages from any money due to the Contractor. 20. Delay and extension of time If in the opinion of the Employer, the works be delayed (a) by force majeure or (b) by reason of any exceptionally inclement weather or (c) by reason of proceedings taken or threatened by or dispute with adjoining or neighboring owners or public authorities arising otherwise, than through the Contractor’s own default or (d) by the works or delays of other Contractor or Tradesmen engaged or nominated by the Employer and not referred to in the Schedule of Quantities and/or Specification or (e) by reason or Employer’s instructions as per clause 01 hereof or (f) by reason of civil commotion, local combination of workmen or strike or lockout 20 affecting any of the building trade or (g) in consequence of the Contractor not having received in due time necessary instructions from the Employer for which he shall have specifically applied in writing or (h) from other causes which the Employer may certify as beyond the control of Contractor or (i) in the event, the value of the work exceed the value of the Priced Schedule of Quantities owing to variation, the Employer may make a fair and reasonable extension of time for completion of the Contract Works, in case of such strike or lock-out the Contractor shall as soon as possible give written notices thereof to the Employer but the Contractor shall nevertheless constantly use his endeavors to prevent delay and shall do all that may reasonably to be required to the satisfaction of the employer to proceed with work. 21. Failure by Contractor to comply with Employer’s Instructions If the Contractor after receipt of written notice from the Employer requiring compliance within ten days fails to comply with such further Employer’s instructions, the Employer may employ and pay other persons to execute any such work whatsoever that may be necessary to give effect thereto, and all costs incurred in connection therewith shall be recoverable from the Contractor by the Employer as a debt or may be deducted by him from any money due to the Contractor. 22. Termination of contract by the Employer If the Contractor being an individual or a firm commits any “act of insolvency” or shall be adjudged an Insolvent or being an Incorporated Company shall have an order for compulsory winding up made against it or pass an effective resolution for winding up voluntarily or subject to the supervision of the Court and the Official Assignee or the Liquidator, in such acts of insolvency or winding up, as the case may be, shall be unable within seven days after notice to him requiring him to do so to show to the reasonable satisfaction of the Employer that he is able to carry out and fulfill the Contract and to give security therefore, if so required by the Employer. Or if the Contractor (whether an individual, firm or incorporated Company) shall suffer execution or to other process of Court attaching property to be issued against the Contractor. Or shall suffer any payment under this Contract to be attached by or on behalf of any of the creditors of the Contractor. Or shall assign or sublet this Contract without the consent of the Employer in writing. Or shall charge or encumber this Contract or any payments due or which may become due to the Contractor hereunder. Or if the Employer shall certify in writing that the Contractor. (i) Has abandoned the Contract, or (ii) Has failed to commence the works, or has without any lawful excuse under these conditions suspended the progress of the works for fourteen days after receiving from the Employer, notice to proceed or (iii) Has failed to proceed with the works with such diligence and failed to make such progress as would enable the works to be completed within the time agreed upon, or (iv) Has failed to remove materials from the site or to pull down and replace work for seven days after receiving from the Employer written notice that the said materials or work were condemned and rejected by the Employer under these conditions, or (v) Has neglected or failed persistently to observe and perform all or any of the acts, matters or things by this Contract to be observed and performed by the Contractor for seven days after written notice shall have been given to the Contractor requiring the Contractor to observe or perform the same. Then and in any of the said cases the Employer may, notwithstanding any previous waiver, after giving seven days notice in writing to the Contractor, determine the Contract, but without thereby affecting the powers of the Employer or the obligations and liabilities of the Contract, the whole of which shall continue in force as fully as if the Contract has not been so determined, and as if the works subsequently executed had been executed by or on behalf of the Contractor and further, the Employer by his agents or servants may enter upon and take possession of the works and all plant, tools, scaffoldings, sheds, machinery, steam and other power utensils and materials lying upon the premises or the adjoining lands or roads, and use the same as his own property or may employ the same by means of his own servants and 21 workmen in carrying on and completing the works or by employing any other Contractor or other person or persons to complete the works, and the Contractor shall not in any way interrupt or do any act, matter or thing to prevent or hinder such other Contractor or other person or persons employed for completing and finishing or using the materials and plant for the works. When the works shall be completed or as soon thereafter as convenient the Employer shall give a notice in writing to the Contractor to remove his surplus materials and plant, and should the Contractor fail to do so within a period of fourteen days after receipt thereof by him, the Employer may sell the same by public auction, and give credit to the Contractor for the net amount realized. 23. Termination of contracts by contractor If the payment of the amount payable by the Employer under Certificate of the Employer shall be in arrears and unpaid for thirty days after notice in writing requiring payment of the amount as aforesaid shall have been given by the Contractor to the Employer, or if the Employer interferes with or obstructs the issues of any such Certificate, or if the Employer shall repudiate the Contractor, or if the works be stopped for three months under the order of the Employer or by any injunction or other order of any Court of Law, then and in any of the said cases the Contractor shall be at liberty to determine the Contract by notice in writing to the Employer, and he shall be entitled to recover from the Employer, payment for all works, executed and for any loss he may sustain upon any plant or materials supplied or purchased or prepared for the purpose of the Contract. In arriving at the amount of such payment the net rates contained in Contractor’s original Tender shall be followed or where the same may not apply, valuation shall be made in accordance with clause 13 hereof. 23 a. Certificate of payments The Contractor shall be paid by the Employer from time to time by installments under Interim Certificates to be issued by the Employer/ Consultant to the Contractor on account of the works executed when in the opinion of the Employer, works to the approximate value named as “Value of work for Interim Certificates” (or less at the reasonable discretion of the Employer) has been executed in accordance with this Contract, subject, however to a retention of the percentage of such value as “Retention percentage for Interim Certificates” until the total amount retained shall reach the sum named as “Total Retention Money” after which time the installments shall be up to the full value of the work subsequently so executed and fixed in the installation. And when the works have been virtually completed and the Employer shall have certified in writing that they have been completed, the Contractor shall be paid by the Employer in accordance with the Certificate to be issued by the Employer, the sum of money named as “Installment after virtual Completion” being a part of the said total retention money. And the Contractor shall be entitled to the payment of the final balance in accordance with the final certificate to be issued in writing by the Employer at the expiration of the period referred to as “the Defects Liability Period” in the tender hereto from the date of Virtual Completion or as soon as after the expiration of such period as the works have been finally completed and all defects made good according to the true intent and meaning hereof whichever shall last happen provided always that the issue by the Employer of any Certificate during the progress of the works or after their completion shall not relieve the Contractor from his liability under Clauses 1, 2 and 15 or relieve the Contractor of his liability in case of fraud, dishonesty, or fraudulent concealment relating to the works of materials or to any matter dealt with in the Certificate, and in case of all defects and insufficiencies in the works or materials which a reasonable examination would not have disclosed. No certificate of the Employer shall of itself be conclusive evidence that any works or materials to which it relates are in accordance with the Contract neither will the contractor have a claim for any amounts which the employer might have certified in any interim bill and paid by the Employer and which might subsequently be discovered as not payable and in this respect the Employer’s decision shall be final and binding. The Employer shall have power to withhold any Certificate if the works or any parts thereof are not being carried out to his satisfaction. The Employer may by any Certificate make any correction in any previous Certificate, which shall have been issued by him. 22 No Certificate of payment shall be issued by the Employer if the Contractor fails to insure the works and keep them insured till the issue of the Virtual Completion Certificate. Any amounts payable by the Employer to the Contractor in pursuance of any Certificate given by the Employer hereunder shall, if not paid within the “Period of honoring Certificates” carry interest at the rate as the “Rate of Interest for delayed payment” from the date upon which such sum ought to have been paid by the Employer until the payment. 24. Matter to be finally determined by Employer The decision, opinion, direction, Certificate determined by Employer shall be final and conclusive and binding on the parties hereto and shall be without appeal. Any other decision, opinion, direction, Certificate or valuation of the employer or any refusal of the Employer to give any of the same, shall be subject to the right of Arbitration and review under clause 25 hereof in the same way in all respects (including the provisions as to opening the reference) as if it were a decision of the Employer. 25. Settlement of disputes by Arbitration All disputes and differences of any kind whatever arising out of or in connection with the Contract or the carrying out of the works (whether during the progress of the works or after their completion and whether before or after the determination, abandonment or breach of the contract) shall be referred to and settled by the Employer who shall state his decision in writing. Such decision may be in the form of a final Certificate or otherwise. The decision of the Employer with respect to any of the excepted matters shall be final and without appeal as stated under clause 24 hereof. But if either the Employer or the Contractor be dissatisfied, question or dispute of any kind (except any of the excepted matters) or as to the withholding by the Employer of any Certificate to which the Contractor may claim to be entitled then and in any such case either party (the Employer or the Contractor) may within 28 days after receiving notice of such decision give a written notice to the other party through the Employer requiring the matters in dispute be arbitrated upon. Such written notice shall specify the matters, which are in dispute or difference, of which such written notice has been given. These matters shall be referred to the Arbitration and final decision of an arbitrator to be agreed upon and appointed by both the parties or, in case of disagreement as to the appointment of a single arbitrator, of two arbitrators, one to be appointed by each party, which arbitrators shall, before taking upon themselves the burden or reference, appoint an Umpire. The Arbitrator or Arbitrators, as the case may be, shall have power to open up, review and revise any Certificate, opinion, decision, requisition or notice, save in regard to the excepted matters referred to in the preceding Clause, and to determine all matters in dispute which shall be submitted to arbitration and of which notice shall have been given as aforesaid. The Arbitrator or Arbitrators, as the case may be, shall make his or their award within one year (or such further extended time as may be decided by him or them as the case may be with the consent of the parties) from the date of entering on the reference. In case, during the arbitration proceedings, the parties mutually settle, compromise or compound their dispute or difference, the reference to arbitration and the appointment of the Arbitrator or Arbitrators, as the case may be shall be deemed to have been revoked and arbitration proceedings shall stand withdrawn or terminated with effect from the date on which the parties file a joint memorandum of settlement thereof, with the Arbitrator or the Arbitrators as the case may be. Upon every or any such reference, the cost of and incidental to the reference and award respectively shall be in the discretion of the Arbitrator or Arbitrators, as the case may be, who may determine the amount thereof, or direct the same to be taxed as between attorney and client or as between party and shall direct by whom and to whom and in what matter the same shall be borne and paid. This submission shall be deemed to be a submission to arbitration within the meaning of the Indian Arbitration Act, (latest amendment) or any statutory modification thereon. The Award of the Arbitrator or Arbitrators, as the case may be, shall be final and binding on the parties. It is agreed that the Contractor shall not delay the carrying out of the works by reason of any such matter, question or dispute being referred to arbitration, but shall proceed with the works with all due diligence and shall, until the decision of the Arbitrator or Arbitrators, as the case may be, is given abide by the decision of the Employer and no Award of the Arbitrator or Arbitrators, as the case may be, shall relieve the Contractor of his obligations to adhere strictly to the Employer’s instructions with regard to the actual 23 carrying out of the works. The Employer and the Contractor hereby also agree that arbitration under this Clause shall be a condition precedent to any right of action under the Contract. 26. Right of Technical scrutiny of final bill The Employer shall have a right to case a technical examination of the works and the final bill of Contractor including all supporting vouchers, abstracts etc. to be made at the time of payment of the final bill. If as a result of this examination or otherwise any sum is found to have been overpaid or over-certified it shall be lawful for the Employer to recover the sum. 27. Employer entitled to recover compensation paid to workman If, for any reason, the Employer is obliged, by virtue of the provisions of the Workmen’s Compensation Act, 1923, or any statutory modification or reenactment thereof to pay compensation to a workman employed by the Contractor in execution of the works, the Employer shall be entitled to recover from the Contractor the amount of compensation so paid, and without prejudice to the rights of the employer under the Act. The Employer shall be at liberty to recover such amount or any part thereof by deducting it from the security deposit or from any sum due by the Employer to the Contractor under this Contract or otherwise. The Employer shall not be bound to contest any claim made against it under the said Act, except on the written request of the Contractor and upon his giving to the Employer full security to the satisfaction of the Employer for all costs for which the Employer might become liable in consequence of contesting such claim. 28. Abandonment of works If at any time after the acceptance of the tender, the Employer shall for any reasons whatsoever not require the whole or any part of the works to be carried out, the Employer shall give notice in writing to the Contractor who shall have no claim to any payment of compensation or otherwise whatsoever on account of any profit or advantage which he might have derived from the execution of the whole works. 29. Return of surplus materials Notwithstanding anything to the contrary contained in any or all the clauses of this Contract, where any material for the execution of the Contract is procured with the assistance of the Employer by purchases made under orders or permits or license or licenses issued by Government, the Contractor shall hold the said materials economically and solely for the purpose of the contract and not dispose of them without the prior written permission of the Employer and return them to the Employer, if required by the Employer, at the price to be determined by the Employer having due regard to the conditions of the materials, the price to be determined should not exceed the purchase price thereof inclusive of sales tax, octroi and other such levies paid by the Contractor in respect thereof. In the event of breach of the aforesaid condition, the Contractor shall, in addition to being liable to action for contravention of the terms of licenses or permit and/or criminal breach of trust, be liable to Employer for all money, advantages or profits resulting or which in the usual course would have resulted to him by reason of such breach. 30. Right of Employer to terminate contract in the event of death of contractor if individual Without prejudice to any of the rights or remedies under this Contract, if the Contractor being an individual dies, the Employer shall have the option of terminating the Contract without incurring any liability for such termination. Signature of the contractor with seal 24 APPENDIX HEREINBEFORE REFERRED TO 1. Defects Liability Period : Twelve months 2. Period of Final Measurement : Three months 3. Date of Commencement : 10th day from the date of issue of Work order. 4. Time allowed for Completion : 06 months from the date of commencement 5. Liquidated damages at the rate of : 0.25% of the estimated cost put to tender per week of delay subject to a maximum 10% of the accepted tender amount 6. Value of works for interim certificates : Rs. -------------------------- or as per site requirement 7. Retention Percentage : 5 % from each R.A.Bill 8. Total retention money (Earnest money deposit plus retention money) : Rs.1,00,000/- + 5 % Retention money deducted from all bills. 9. Installment after virtual completion: 10. Period for honoring certificates : One month Interest for delayed payment : Three percent per annum 11. EMD shall be released on virtual completion Of the work and remaining retention money (S.D.) shall be released after successful completion of Defects Liability Period. Signature of the tenderer with seal 25 SPECIAL INSTRUCTIONS 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. Along with the tender document, the contractor should confirm the list of approved make of materials specified in the Tender which they are going to use. On award of work, the contractor should make the shop drawings as per the site conditions and should be got approved from consultant / Client before commencing the works. The entire factory made equipments shall be purchased and delivered to the site only after getting material approval from the technical officials of consultant / Client. The entire work shall be completed within a period of four months. The contractor has to submit a bar chart for the proposed execution before starting the work. The client/Consultant shall introduce necessary correction to it after discussion with the contractor. The materials are in accordance with the specification for permanent works. The materials are properly stored and protected against loss or damage or deterioration, to the satisfaction of the client/consultant. The contractor keeps a record of requirements, orders, receipt and consumption of materials in proper form and produces to the consultant/client for inspection. Ownership of such materials shall be deemed to vest in the client. The contractor should submit the list of workers and staff which they are going to deploy for the work along with contact details of project leader. The list should be got approved from client/consultant before commencing work. A technically qualified and experienced mechanical engineer and a civil engineer to be posted at site. Mechanical engineer should be conversant with the modern practice of welding and modern fire fighting system and civil engineer should be conversant with the latest standard of construction technique. He should be capable and competent enough to take decisions as and when required at site. Welding should only be carried out by a professional and experienced people. Pipe sizes 50mm and below shall not be permitted to butt weld. Pipe sizes 50mm and below shall be socket welded with weld able socket fittings (drop forged) with rectifier welding machine. The contractor shall be instructed to strictly implement the welding process in line with the latest IS standards The contractor shall bear the cost of repair, changes replacement etc due to noncompliance with the standards, codes and this tender or due to disregard of the instructions given by the Engineer-in-charge Signature of the Contractor with seal 26 1. Scope These specifications are intended to cover the entire Supply, Installation, Testing and Commissioning of Fire Fighting Systems, in the first class workmanship like manner and include all the works and materials as per particular specifications. This work shall be carried out in accordance with the regulations of local codes, if any, and the following specifications and codes which may govern the requirements of materials and equipment supplied and Fire protection manual and rules for alarm installations of Tariff Advisory Committee of Fire Insurance Associations of India. The equipments and distribution of power supply should match to Employer’s existing power supply system i.e. distribution shall be 415/230 volts, 3/1 phase, 4/2 wires, 50 cycles. Any equipments /components operating other than the above supply shall be provided with necessary transformer. 2. a) Drawing /Specifications The drawings/ specifications and bill of quantities shall be considered as a part of this contract. However, any minor change, if found, essential to co-ordinate the installation of this work with other traders shall be made without any additional cost to the owners. The exact location, distance and levels, etc. will be governed by the space conditions. Generally works to be carried out as per BIS standard and applicable IS codes are listed below IS:884-1985 Specification for first Aid Hose Reel for Fire Fighting IS:901-1988 Specification for couplings, double male and double female instantaneous pattern, for firefighting purposes (revised) IS:902-1992 Specification for suction hose couplings for firefighting purposes (revised) IS:903-1993 Specification for fire hose delivery couplings, branch. pipe, nozzle and nozzle spanner (revised) IS:904-1983 Specification. for two-way and three-way suction collecting heads for fire fighting purposes (revised) IS:905-1980 Specification for delivery breaching, dividing and collecting, instantaneous pattern, for firefighting purposes (revised) IS:906-1988 Specification for branch with revolving head for firefighting purposes (revised) IS:907-1984 Specification for suction strainers, cylindrical and hose types for firefighting purposes (revised) IS:908-1975 Specification for fire hydrant, stand post type (revised) IS:909-1992 Specification for underground fire hydrant, sluice valve type (revised) IS:910-1980 Specification for combined key for hydrant, hydrant cover and valve IS:936-1966 Specification for underground fire hydrant, double-valve type (revised) IS:937 -1981 Specification for washers for water fittings for firefighting purposes (revised) IS: 1641-1988 Code of practice for fire safety of buildings (general): General principles and fire grading IS: 1642-1989 Code of practice for fire safety of buildings (general): Materials and details of construction IS: 1646-1997 Code of practice for fire safety of buildings (general): Electrical installation IS:2871-2012 Specification for branch pipe, universal, for firefighting purposes IS:3582-1984 Specification for basket strainers for firefighting purposes (cylindrical type) 27 IS:3844-1989 Code of practice for installation of internal fire hydrants in multi-storey buildings IS:5290-1993 Specification for landing valves IS 15105 : 2002 Design and installation of fixed automatic sprinkler fire extinguishing system – Code of practice IS 9972:2002 Specification for Automatic sprinkler heads for fire protection service b) Shop Drawings Contractor shall visit site and shall prepare and submit detailed shop drawings of all equipments control panels, piping and conduiting, cabinets and special pull boxes etc., to the Employer within 10 days of signing of the contract or days of start of particular work, whichever is earlier. c) Completion Drawings At the completion of the work and before issuing of certificate of 'Virtual Completion, the contractor shall submit to the Owner, layout drawings drawn at approved scale indicating the complete details as installed, in 6 sets of hard copies as well as the originals in soft copy. 3. Foreman/supervisor The contractor shall employ/depute a competent, licensed, qualified, full time electrical/mechanical/civil foreman/supervisor as applicable for the work of fire safety installations in accordance with the drawings / specifications. The foreman/supervisor shall be available at all times on the site to receive instructions from the Engineer/Consultant in the day to day activities throughout the duration of the contract. The foreman/supervisor shall correlate the progress of the work in conjunction with all the relevant requirement of the local authorities. The skilled workers employed for the work should have requisite qualifications and should possess competency certificate. 4. Clearance From local Authorities After completing the proposed works in this tender, it would be the whole responsibility of the contractor to get the entire system approved by Local Authorities. 5. Painting All piping, equipment, cabinets furnished under the specification shall be properly painted with one coat of anti-corrosive primer and two coats of 'FIRE RED' (SHADE NO. 536 of IS 51961) Synthetic enamel paint after installation. 6. Guarantee The contractor shall guarantee that all the materials and workmanship of the entire system are of the first class quality. All the equipment apparatus shall be guaranteed. Defective equipment /material /workmanship found short of the specified quality shall be rejected. 7. Defects and liability All the equipment/material and the system shall be guaranteed against defective material and workmanship for a period of 12 months from the date of commissioning and handing over to the Employer along with all relevant documentation i.e.Virtual completion of the work. The contractor shall repair/rectify or replace all the defective materials, components free of cost during the guarantee period. In addition, normal maintenance shall be carried out periodically during the defects liability period including replacement of spares, as required. 8. Instructions Manual/ Completion Drawing/Training Contractor shall furnish detailed instructions and operation manual in duplicate. The contractor shall train the owner’s personnel in the operation of maintenance of the system. 28 9. Testing The contractor shall arrange to test the entire system as per the procedures enumerated under particular specifications, after the erection is completed. If the results of the test are not found to be satisfactory by the Engineer-in charge, necessary rectification shall be done until the test results are found to be satisfactory. The installation shall be deemed to be completed only after the successful completion of the tests. 10. Maintenance Manual 10.1 On completion of the entire work and successful commissioning, Contractor shall handover four copies of maintenance manual of all equipment installed by him. 10.2 Maintenance manual shall include information relating to make, model no. year of manufacture and guarantee cards for all electrical and mechanical equipment with names of local suppliers or manufacturer's agents. 11. Measurements 11.1 Pumping sets, and switch board cubicle shall be measured by number and shall include all item necessary and required and given in the specifications. 11.2 Earthing and power/control cabling shall not be measured separately but included in switchgear cubicle and shall include all items necessary and required to complete the work as per specification and relevant Indian Standards to the satisfaction of Engineer-incharge/Consultant/Inspecting agency. 11.3 Pressure Switches and Pressure Gauges shall not be measured separately but included in respective pumping sets and shall include all items necessary and required to complete the work to the satisfaction of Engineer-in-charge/Consultant. 12. INSPECTION & TESTING The Consultants/Clients have the right to inspect the plants, equipments and materials at manufacturer's work or at site at any stage and reject the materials that are substandard or do not meet the requirements of the specification and codes. The contractor shall provide at his cost at site and elsewhere instruments and appliances for testing and equipments and installation at various stages of manufacturing/installation. These instruments shall be got tested and calibrated for their accuracy and performance from the approved institutions. The inspection and testing carried out by the Consultants/Clients/Third party does not relieve the contractor of their responsibility of carrying out routine inspection during each stage of procurement, manufacture and installation and also meeting the intents and requirements of the specification and statutory requirements. All equipments and the installation to be tested in the presence of the Consultants/Clients after carrying out necessary rectification, adjustments and balancing. Four sets of test readings should conform to the specification, equipment data, standards and codes. Signature of the contractor with seal 29 SPECIFICATIONS 1.0 Fire Protection Systems 1.1 General Requirements Materials shall be new and of the best available quality and shall be furnished, delivered, installed, connected and finished in every detail in conformity with the Specifications and to the satisfaction of the Engineer. Equipment shall be provided with all such accessories required to complete the item in working condition whether specifically mentioned in the Bill of Quantities and / or Specifications or shown on drawings including, but not limited to, electrically operated hydrant and sprinkler pumps, diesel engine driven pumps and jockey pumps; G I (heavy) class ‘C’ pipes and fittings, valves and the like; internal and external fire hydrants, including wet risers, valve chambers, fire brigade inlet connections, air cushion tanks with air release valves, mild steel hose boxes for internal and external fire hydrants and sprinkler systems including piping, flow switches, installation valve, sprinkler heads and the like to complete the installation. 1.2 Pumps 1.2.1 Fire and Jockey Pumps (Electric Driven) Pump sets shall be single or multi-stage horizontal, centrifugal, single or multi-outlet with cast iron bodies and bronze dynamically balanced impellers with approved type of mechanical seals. Connecting shafts shall be stainless with bronze sleeves and grease lubricated bearings mounted on common mild steel base frames. Pumps shall be connected to drives by means of spacer type love-joy couplings, individually balanced dynamically and statically. Coupling joints between prime movers and pumps shall be provided with sheet metal guard. Electrically driven pumps shall be provided with totally enclosed fan cooled induction motors with Class ‘E’ insulation. Motors shall be at least equivalent to the horse power required to drive pumps at 150% of the rated discharge and designed for continuous full load duty and design proven in similar service. Motors shall meet all the requirements and specifications of the Tariff Advisory Committee (“TAC”). Diesel engines shall be of approved make and TAC approved type having bare engine horse power ratings (after correction for attitude and ambient temperature) equivalent to the higher of the following two values: a) 20% in excess of the maximum brake horsepower required to drive pumps at duty points, or b) The brake horsepower required to drive pumps at 150% of the rated discharge. Engines shall be complete with cooling mechanisms, air-filtration, exhaust systems (insulated exhaust pipe will be paid separately), shut down mechanisms, fuel tanks, starting mechanisms, batteries, battery chargers, ancillary equipment, tools kits, spare parts and all other complete accessories strictly in accordance with TAC Rules. The following engine cooling systems are acceptable: a) Cooling by water from the discharge of fire pumps (taken off prior to the pump discharge value) direct into engine cylinder jackets via pressure reducing devise to limit the applied pressure to safe values as specified by the engine to limit the applied pressure to safe values as specified by the engine manufacturer. Outlet connections from system shall terminate at least 150mm above engine water outlet pipes and be directed into open tundishes so that discharge water is visible, and / or b) Heat exchangers, cooling water being supplied from the pump discharge (taken prior to the pump discharge valve) via a pressure reducing devices, to limit the 30 applied pressure to safe values as specified by the Engine Manufacturer. Water outlet connections from systems shall be so designed that discharged water can be readily observed. Fuel tanks shall be of welded steel construction mounted above engine fuel pumps to provide gravity feed. Tanks shall be sufficient to allow engines to run on full load for at least 02 hours. Fire pumps shall be provided with 450mm diameter x 2000mm high air vessels fabricated from 10mm mild steel sheet with dished ends and suitable supporting legs and tested to a pressure of 10,0kg/sq.cm. Vessels shall have 100mm diameter flanged connections to pumps, 25mm diameter socked for pressured switches. Fire pumps shall operate on drops of 1kg/sq.cm. pressured in the mains and pump operating sequences shall be arranged in such a manner as to start pumps automatically but with manually controlled push buttons only for stopping. 1.2.2 Accessories and Fittings The following accessories and fittings shall be installed on pumps and approved by the Engineer: a) Coupling guards for horizontal split casing pumps. b) Lubrication fittings and seal piping. c) Test and/or air vent cocks. d) Suction and discharge shut off valves (butterfly type) and discharge check valves. e) Pressure discharge gauges not less than 100mm diameter and of the appropriate rating with gauge valves. f) 25mm diameter galvanized iron gland drains. 1.2.3 Pump Installations Pumps shall be installed strictly in accordance with the manufacturer’s recommendations and mounted with isolation pads, foundation bolts and the like on machinery isolation cork or any other equal and approved vibration isolation fitting laid on concrete floating foundation. Pump sets shall be Factory aligned and before foundation bolts are grouted and couplings bolted, bed plate levels and alignment result shall be submitted to the Engineer for approval. 1.2.4 Testing of Pumps The Contractor shall submit performance curves of pumps to the Engineer for approval prior to delivery to Site and shall check capacity and total had requirements to match piping and equipment layouts. Upon completion of the entire installation, pumps shall be tested for discharged head, flow rate and BHP to the entire satisfaction of the Engineer for verification that Site test results correspond to the required and/or recommended performance. 1.2.5 Spare Parts The following minimum spare parts shall be supplied with the engine without any additional charge to owner as refereed free of cost. a) Fuel Filters, elements and seals b) Lubricating Oil Filters, Elements and Seals. c) Engine joints, Gaskets and Hoses d) Injector Nozzles e) Piston Rings for each Cylinder f) Exhaust and inlet valve : Two sets : Two sets : One set : Two : One set : One Pumps and motor/engine shall be mounted on a common base frames fabricated from M.S. Structural and placed on suitable concrete foundations with the help of Dunlop Cushy- 31 foot mountings (Anti-vibration pads) to avoid vibrations. The Anti-vibration pads shall be of heavy duty type. 1.3 Control Panels 1.3.1 Cubicle Panels Main switch board cubicle panels shall be floor mounted type, totally enclosed and dust and vermin proof fabricated from 16 SWG mild steels painted with one coat of anticorrosive paint and two coats of synthetic stove enamel paint of approved make and shade. Cubicles shall comprise the following: a) b) c) d) e) f) g) h) i) Incoming main MCCB unit of required capacity. One outgoing MCCB for each motor. Copper bus bars of suitable capacity. One fully automatic “STAR DELTA” starter suitable for motor HP with push Buttons and ON / OFF indicating light for each motor. One single phasing preventer for each motor. One 96 sq .mm panel type ampere meter for each motor complete with CTs. 150 sq .mm voltmeter on incoming main with rotary selector switch to read voltage between phase to neutral and phase and phase to phase. Three phase neon indicating lamps. Rotary switches for manual / auto operation for each fire motor. Color coded internal and inter-connecting wiring from incoming mains to bus bars, switch board panel and power / Control cables from switch board cubicles to motor, engines, batteries and the like. 1.3.2 Earthing Cubicle panels shall be equipped with two independent earthing stations at least 3m away from pump rooms. Each earth electrode shall consist of 600mm x 600mm x 3mm thick copper strip copper earth plates including accessories and masonry enclosures with cover plates and locking arrangements. Electrical apparatus, cable boxes and sheath / armor clamps shall be connected to main bars by means of 25mm x 25mm copper strip branch bars earth connections. Joints in main bars and between main bars and branch bars shall have lapping surface property tinned to prevent oxidation. Joints shall be riveted and sheathed. Main earthing strips shall consist of 25mm x 25mm copper strips in 40mm diameter galvanized iron pipes from earth electrodes. Earth plates shall be buried in 1.2m x 1.2m pits at a minimum depth of 3m below finished surface levels. Connections between main bars shall be made by means of 10mm stud fixed at 100mm centers. Pits shall be filled with coke breeze rock salt and loose soil with a 29mm diameter perforated galvanized iron pipe vertical on the periphery placed over the plates extending to ground level or watering. Brick masonry manholes 30cm x30cm x 30cm shall be constructed around pipes for inspection purposes. Bolted removable links connecting main bar portions outside pits leading to plates shall be accommodated in manholes for testing purposes. 1.3.3 Cabling Cables from switch board panels to the motors shall be 650/1100 V Grade PVC insulated and PVC sheathed armored aluminium conductor power cables conforming to IS 1553. Cables shall be suitable for installation on wall or floor surfaces with suitable clamps or running in cable trays to suit Site requirements. Terminations shall be made with brass compression glands suitable for relevant LIKv ”A” Grade PVC sheathed armored aluminium conductor cables. 32 1.4 Internal Fire Hydrant System 1.4.1 General Requirements Materials shall be the best quality conforming to the specifications and subject to the approval of the Engineer. Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat workman like manner, pipes fixed in such a manner as to provide easy accessibility for repair and maintenance but not cause obstruction in shafts, passages and the like. Pipes shall be securely fixed to walls and ceilings by approved systems as specified intervals. Valves and other appurtenances shall be so located that they are easily accessible for operation, repairs and maintenance. 1.4.2 Pipes and Fittings The Contractor shall prepare detailed working drawings, showing cross and longitudinal sections, details of fittings, locations of isolating and control valves, drain valves and pipe and structural supports based on the Tender Drawings. The Contractor shall submit the drawings to and have them approved by the Local Fire Authorities. Pipe work shall be carried out in a workmanlike manner, causing minimum disturbance to existing services, buildings, roads and structures. Pipe work shall be organized in consultation and co-ordination with other agencies work so that work in particular and identified areas shall be carried out without interruption. Pipes within buildings in exposed locations and shafts, including connections buried under floors, shall be black steel tubes conforming to IS 1239 (heavy class) with screwed flanged or welded joints as specified. Exposed pipes shall be given one primary coat of red oxide paint and two coats of synthetic enamel pain of approved colours. Fittings for mild steel pipes shall be approved malleable iron (forged fittings) for tapered screwed joints conforming to IS 1239 Part – II. Fittings not exceeding 50mm diameter shall be standard forged fittings. Pipe work shall be installed as follows: Pipe Size Material Up to 65mm G.I.'C' Class Heavy Class As per IS Code 100 mm to 150mm 200mm to 300mm 350mm to Over G.I.'C' Class Heavy Class As per IS Code G.I.'C' Class Heavy Class As per IS Code G.I.'C' Class Heavy Class As per IS Code Joints & Fittings Sealing Material Screwed Fittings Non-Hardening Unions Raised face Slip-on Flanges Welded Fittings Raised face Slip-on Flanges Welded Fittings Raised face Slip-on Flanges Welded Fittings Raised face Slip-on Flanges Lubricant 3mm, 3-ply Rubber insertion 3mm, 3-ply Rubber insertion 3mm, 3-ply Rubber insertion 3mm, 3-ply Rubber insertion 33 Pipes using screwed fittings shall be accurately cut to required sizes and threaded in accordance with IS 554 with burrs removed before installation. Pipe work shall be properly supported by or suspended from stand clamps, hangers or the like. The Contractor shall design the system including suitable brackets, saddles, anchors, clamps and hangers and shall be responsible for the structural integrity. Pipe supports shall be of steel, adjustable for height and primer coated with rust preventive paint and finished with two coats of stove enamel paint to approved colours. Where pipes and clamps are of dissimilar materials suitable gaskets shall be used. The spacing of pipe supports shall not exceed the following: Pipe Sizing 3 to 12mm 19 to 25mm 32 to 150mm 150mm and over Spacing between Supports 1.22 meters 1.83 meters 2.44 meters 3.05 meters Vertical risers shall be parallel to walls and column lines and shall be straight and plumb. Risers passing from floor to floor shall be supported at each floor by clamps or collars comprising steel structural supports attached to pipes with 15mm thick rubber pads or other equal and approved resilient material. Where pipes pass through roofs suitable flashings shall be provided to prevent water leakage. Risers shall have suitable clean outdoors at the lowest point and air vents at the highest point. Pipe sleeves 50mm larger than the diameter of pipes shall be provided wherever pipes pass through walls or slabs and annular spaces filled with fire proof materials such as putty fire seal or other equal and approved fire resistant material. Air valves shall be provided at high points in piping systems for venting. Valves shall be double float type with GM / CI bodies, vulcanite balls, rubber seating and the like. Discharge from air valves shall be piped through equal sized mild steel pipes to the nearest practicable drain or floor waste. Drains shall be provided at low points in piping systems and shall be 25mm diameter for mains not exceeding 300mm diameter and 38mm diameter for mains exceeding 300mm diameter. 1.4.3 Insulation 1.4.3.1Diesel Generator Exhaust Pipes Pipes not exceeding 150mm diameter shall be insulated with 50mm thick mineral wool insulating material, 140kg/u.m density, in rigid performed sections with a “K” valve not exceeding 0.036 W/MK at a mean temperature of 100°C. 1.4.3.2Pipe Work Pipe work shall be cleaned and wire-brushed, painted with two coats of approved antirust paint and insulated with 50mm thick mineral wool insulating material, 140kg/cu.m density, in rigid performed pipe sections with a “K” value not exceeding 0.036 W/MK at a mean temperature of 100°C. Insulation shall not be applied until pipes have been pressure tested to the entire satisfaction of the Engineer. Insulation shall be fixed with adhesive between all points (transverse and circumferential) and tied with 6mm wide PVC bands at the rate of 4 bands per meter. Insulation shall be provided with 24 gauge aluminium cladding fixed at joints, overlapping not less than 12mm with cadmium coated self-tapping screws. 34 1.4.4 Valves 1.4.4.1 Gate Valves Gate valves shall conform to IS 780 and have non-rising spindles and shall be suitable for 21Kg/sq.cm test pressure. Sluice valves exceeding 80mm diameter shall be cast iron double flanged solid wedge, outside screw, non-rising stem, yoke type bonnet and two piece gland construction. Valves shall be renewable screwed body seat rings and flanges with raised and serrated faces. 1.4.4.2 Butterfly Valves Isolation valves exceeding 50mm on equipment and water lines shall be water type butterfly valves designed to fit without gaskets, water tight seals being obtained by EPDM seat projection at faces compressed between flanges. Valves shall be provided with mild flanges and high tensile steel bolts and comply with the following specifications: a) b) Test Pressure Valve Component 1) Body 2) Disc 3) Stem 4) 5) 6) Seat Hand Lever (Mechanical Memory Stop) Bearings 7) 8) Primary Seal Temperature Body 24 Bar, Seat 16 Bar Material of Construction Cast Iron Gr. FG 260, IS210 Nylon or Epoxy powder coated high Duty iron, Gr. FG 260 Stainless steel or carbon steel IS 1570, Part-II EPDM Cast Iron PTFE or Nylon covered S.S. bush Bearings at stem and pivot Reinforced PTFE slide bearings 80°C (Max) 1.4.4.3 Auto Pressure Control valve The Auto pressure control valve shall be a single-seated, line pressure operated, diaphragm actuated, pilot controlled globe or angle valve. The valve shall seal by means of corrosion-resistant seat and resilient, rectangular seat disk. These and other parts shall be replaceable without removing the valve from the line. The stem of the main valve shall be guided top and bottom by integral bushings. Alignment of the body, bonnet and diaphragm assembly shall be by precision dowel pins. The diaphragm shall not be used as a seating surface, nor shall pistons be used as an operating means. The pilot system shall be furnished complete, installed on the main valve and include a Y-strainer. 1.4.4.4 Installation of Valves Valves shall be of the same size as the pipe work to which they are to be inserted and installed to allow for future removal for maintenance and service. Packing and gaskets shall not contain asbestos. Valves exceeding 150mm diameter shall be self locking, worm gear water-proof type protory lubricated. Valves exceeding 2.4metres in height above floor levels shall be provided with chain operators and chain cleats. 1.4.5 Pressure Gauges Pressure gauges shall have dials not less than 100mm diameter of appropriate range and be complete with shut off gauge valves duly calibrated before installation. 35 1.4.6 Internal Hydrants Landings and other locations shown on drawings shall be provided with single headed gunmetal valves with 63mm diameter outlets and 80mm inlets to IS 5290 with individual shut off valves and cast iron wheels. Instantaneous outlets for fire hydrants shall be approved standard pattern and suitable for fire brigade hoses. Internal fire hydrant stations shall be equipped with two 63mm diameter x 15m long rubberized fabric lined hose pipes with gunmetal male and female instantaneous type coupling machines wound with C.I. wire, fire hose reels, gunmetal branch pipes with nozzles and fireman’s axes. Each hose box shall be conspicuously painted with the letters “FIRE HOSE”. 1.4.7 Fire Hose Reels Standard fire hose reels conforming to IS 884 with 20mm diameter high pressure rubber hoses 36m long with 5mm bore gunmetal nozzles and control valves wall mounted on heavy duty mild steel circular hose reels with cast iron brackets. Hose reels shall be connected directly to pie risers by independent connections. 1.4.8 Orifice Flanges Pressure on hydrants shall be restricted to 3.5Kg/sq.m by the provision of orifice flanges fabricated from 6mm thick stainless steel plate. The design of orifice flanges shall be approved by the Engineer prior to installation. 1.4.9 Fire Hose Cabinets Hydrants shall be provided with hose cabinets fabricated from 16 gauge MS sheet with single or double glass front doors with locking arrangements and breakable glass key access arrangements, painted red with stove enameled paint, fixed to walls or self supported on floors. Cabinets shall have approved separate key chambers with breakable glass and shall bear the words “FIRE HOSE” in a prominent position. 1.4.10 Drain Valves Drain valves shall consist of 50mm diameter mild steel pipe to IS 1239 (heavy class) complete with 50mm diameter gunmetal full way valve for draining water in low pockets, extended to the nearest practicable drain point as directed by the Engineer. 1.4.11 Air Valves 25mm diameter, screwed inlet spring type single acting brass air valves shall be installed on all high points in systems or as shown on drawings on top of air cushion tanks. 1.4.12 Flow Meters Flow Meters shall be “Venturi Type” or other equal and approved flow meter on each pump test. Flow elements shall be “Venturi” tube fire glass reinforced polyester plastic body with stainless steel connections, flow indicators being well type mercury manometers suitable for closed valve pump pressures. 36 1.4.13 Testing Pipe work shall be tested to a hydrostatic test pressure of 15Kg/sq.cm or twice the design pressure whichever is greater for a period of not less than 24 hours. Leaks and defects in joints revealed during the testing shall be rectified and re-tested to the entire satisfaction of the Engineer. Systems may be tested in sections with the prior written permission of the Engineer and such sections securely capped. The Engineer shall be notified well in advance by the Contractor of his intention to test pipe work or any section thereof and all testing shall be witnessed by and to the entire satisfaction of the Engineer. The Contractor shall ensure that proper noiseless circulation of fluid is achieved through the concerned system. If proper circulation is not achieved due to air bound connections the Contractor shall rectify the defective connections at his own expense including the making good of floor, wall and ceiling finishes to the entire satisfaction of the Engineer. The Contractor shall provide all materials, tools, equipment, instruments, services and labour required to perform tests and shall ensure that the plant rooms and other areas are cleaned up and spill water removed. The Contractor shall conduct pressure tests for establishing head for external yard hydrants at ground level and for internal hydrants at landing and terrace levels. 1.4.14 Painting Exposed pipe work shall be painted with two coats of red oxide primer and three coats of synthetic enamel paint of approved shade after successful hydrostatic pressure testing of hydrant piping networks. 1.5 External Fire Hydrant System 1.5.1 Excavation Excavation for pipe lines shall be in open trenches to the levels and grades shown on drawings or as required at Site. Pipelines shall be buried to a minimum depth of 1metre or as directed by the Engineer. Wherever required trenches and / or adjoining structures shall be supported with adequate timber supports. At pipe joints trenches shall be widened where necessary. The minimum cover over mild steel pipes below ground in trenches shall be 1.0m. Cover shall be measured from the tops of pipes to finished surface levels. Beds of trenches in soft or made up earth shall be well watered and rammed before laying pipes and depressions shall be properly filled with earth and consolidated in 20cm layers. Where trench bottoms comprise extremely hard or rocky or loose story soils trenches shall be excavated at least 150mm below grades, rock, stone or other hard or soft substances removed and trenches brought back to required grades by filling with selected fine earth or sand and compacted so as to provide smooth bedding for the pipe. When excavation requires blasting operations the Contractor shall ensure that no pipes have been stacked in the vicinity and have already been covered before the start of blasting operations. Upon completion of trench excavation hollows shall be cut at required positions of sufficient depth to receive pipe sockets to ensure that pipe barrels rest throughout their entire length on solid ground and to give sufficient spaces for jointing undersides of pipe joints. Socket holes shall be refilled with sand and after jointing of pipes. 37 Tree roots within a distance of 500mm from sides of pipelines shall be removed or killed with approved chemicals. Excavated materials shall be placed away at a distance of 1m or half the depth of trenches, whichever is the greater, from the edges of the trenches. Material excavated shall be separated and stacked so that in refilling it shall be re-laid and completed in the same order to the satisfaction of the Engineer. Back-filling to trenches where ever required shall be commenced immediately after joints have been tested and approved by the Engineer. Spaces around pipes shall be cleared of all debris and back-filling done with earth on the sides and tops of pipes in layers not exceeding 150mm deep. Each layer shall be watered, rammed and well consolidated. Clods and lumps of earth exceeding 8cm in any direction shall be broken or removed before excavated earth is used for filling. 1.5.2 Trench Trenches shall be constructed as per design, drawings and specification provided for laying underground pipes. 1.5.3 Anchor Blocks Suitable cement concrete anchor blocks of ample dimensions shall be installed at all bends, tee connections, junctions and other places required and necessary for overcoming pressure thrusts in pipes. Anchor blocks shall be of cement 1:2:4 mix (1 cement: 2 coarse sand: 4 stone aggregate 20mm nominal gauge). 1.5.4. External Hydrants External Hydrants (Yard Hydrants) shall conform to IS 5290 (Type ‘A’). Hydrants shall be equipped with hose boxes to accommodate two 63mm diameter CP hoses each 15m long conforming to IS 8423 complete with instantaneous ISI marked gunmetal male and female couplings and one 63mm diameter ISI marked gunmetal short branch pipe with nozzle complete with wall anchors, chain attached moveable caps and polish brass trims. 1.5.5 Fire Brigade Connections External hydrants shall be equipped with gunmetal fire brigade collecting heads with four 63mm diameter instantaneous type inlets with built in check valves and one 50mm diameter flanged outlet connection. Collecting heads shall be connected to underground fire water tanks and fire water main headers for use by the local Fire Brigade. 1.5.6 Valve Chambers Valve chambers shall be constructed in brick masonry chamber in cement mortar 1:5 (1 cement: 5 coarse sand) on 150mm thick cement concrete foundations 1:5:10 mix (1 cement: 5 fine sand: 10 graded stone aggregate 40mm nominal size) with 15mm thick cement render inside and outside finished with a floating coat of neat cement and topped with a cast iron surface box approved by the local Fire Brigade. 1.5.7 Pipe Protection Pipes above ground and in exposed locations shall be painted with one coat of red oxide primer and two coats of synthetic enamel paint of approved shade after successful completion of hydrostatic pressure testing of piping networks. Pipes buried in soil shall be treated by applying one coat of PYPKOTE primer and covered with 4mm thick PYPKOTE anti-corrosive tape after successful completion of hydrostatic pressure testing of piping networks. 1.5.8 Pipe work shall be tested to a hydrostatic test pressure of 15Kg/sq.cm or twice 38 the design pressures whichever is greater for a period of not less than 24 hours. Leaks and defects in joints revealed during the testing shall be rectified and re-tested to the entire satisfaction of the Engineer. Systems may be tested in sections with the prior written permission of the Engineer and such sections securely capped. The Engineer shall be notified well in advance by the Contractor of his intention to test pipe work or any section thereof and all testing shall be witnessed by and to the entire satisfaction of the Engineer. The Contractor shall ensure that proper noiseless circulation of fluid is achieved through the concerned system. If proper circulation is not achieved due to air bound connections the Contractor shall rectify the defective connections at his own expense including the making good of floor, wall and ceiling finishes to the entire satisfaction of the Engineer. The Contractor shall provide all materials, tools, equipment, instruments, services and labour required to perform tests and shall ensure that the plant rooms and other areas are cleaned up and spill water removed. The Contractor shall conduct pressure tests for establishing head for external yard hydrants at ground level. 1.6 Sprinkler Systems (Internal Only) 1.6.1 Sprinkler Heads Sprinkler heads shall be brass quartz bulb, pendant type with a temperature rating of 68°C. Sprinkler heads shall be installed. The primary function of Control Panels shall be to respond automatically to the operation of one or more detectors to sound fire alarms and indicate areas (zones) where devices are activated. The operation of one or more sprinklers shall result in simultaneous alarms by the following: a) External alarm hooters at floor of actuation. b) Visible indication on Control Panels. c) Audible alarms on Control Panels (common to all zones) The secondary function of Control Panels shall be to indicate faults within systems. Immediate fault warnings shall be given by audible and visual signal on Control Panels. Fault warnings shall be given in case of the following: a) Failure or disconnection of normal power supply. b) Short-circuit or disconnection of leads to trigger devices unless the fault conditions reproduce the effects of the operation of a triggered device. c) Removal of any triggered device of the plug-in type or disconnection from its transmitter or power supply. d) Short-circuit or disconnection of any of the leads to alarm sounders external to control and indicating equipment. In addition to the above, visual warnings shall be given on Control Panels for failure or disconnection of standby power supply and rupture or disconnection of any fuse on the operation of any protective devices that would prevent a fire alarm being given. Soundness of battery charging equipment shall be indicated by charging meters and LEDs. Systems shall be equipped with one indicator for fire and one for fault on Control Panels corresponding to each zone. Each zone shall have two bulbs for fire/fault indication, each indicator being clearly labeled with the zone number and inscribed with the “Code Name”, i.e. words “FIRE” or “FAULT” or “SILENCE”. Separate indicators must be provided for system standby. Control Panels shall take 230V AC power from the normal supply and the entire fire alarm and detection system shall be suitable for operation on 23V DCA. Standby power supply shall be immediately available in the event of failure of normal supply and shall automatically be connected to maintain equipment in condition such that fire 39 alarms originating from the operation of sprinklers in separate zones can be subsequently given. Standby power supply shall be capable of maintaining the system in normal operation for a period of not less than 48 hours after the failure of normal mains supply after which sufficient capacity must remain to provide full load operation for at least 30 minutes. Full load is defined as simultaneously, operation of a sprinkler in at least 25% of zones and the operation of the fault indicator. The operation of trigger devices in further zones shall not result in cancellation of fire alarms in operation at such time. Actuation of any zone / detector / fault shall be indicated automatically on Control Panels (Audio / Visual) clearly indicating the relevant zones and visual indication shall continue to remain “ON” until the fault is removed and / or remedied. 1.7 COMMISSIONING OF FIRE FIGHTING SYSTEMS 1.7.1 General Requirements Upon award of the work, the Contractor shall submit a detailed proposal stipulating the methods of testing and performance gorging of equipment to be supplied and installed. The Contractor shall provide all tools, equipment, metering and testing devices required for the purpose of testing, pre-commissioning and commissioning. The Contractor shall be responsible for causing thread tests to be carried out between Fire Department Hoses and service connections. Work under this section shall be executed entirely at the Contractor’s costs and the rates quoted shall be deemed to include all work in this section. 1.7.2 Pre-commissioning Immediately upon completion of the installation of pipe work, pumps, valves, connections, electrical wiring, motor control panels, water level controlling devices and the like the Contractor shall proceed as follows to the entire satisfaction of the Engineer. 1.7.3. Testing to be carried out for MCCs shall be as follows: i) Insulation resistance test with 500 volt megger, before and after high voltage test, on all power and control wiring. ii) High voltage at 3000 volts AC for one minute on all power and control wiring. iii) Low voltage continuity test (6 volts) on power wiring of each feeder, between bus bars and outgoing terminals with switches and contactors in closed position. iv) Low voltage continuity tests (6 volts) on all control wiring. v) Operation test for all feeders with only control supply made “ON” to ensure corrections of control wiring, operation of the various equipment used, such as push buttons, protective devices, indicating lamps and relays, etc. All contactors shall be checked for the earth bus provided in the MCC. vi) Operation of all instruments and meters provided on the MCC. 1.7.4 Fire Protection System i) ii) Check all hydrant valves and close if any valve is open. Check that all suction and delivery connections are properly made. Test run and check rotation of each motor and correct the same if required. 40 1.7.5 Pipe Work i) ii) 1.8 Check all clamps, supports and hangers provided for the pipes. Fill pipes with water and apply hydrostatic pressure to the system as given in the relevant section of the specifications. If any leakage is found rectify the same and retest. Commissioning and Testing 1.8.1 Fire Hydrant System i) ii) iii) iv) v) vi) vii) Pressurize fire hydrant system by running main fire pumps and after attaining the required pressure shut off pumps. Open by-pass valves and allow pressure to drop in the system. Check that jockey pumps cut in and cut out at pre-set pressures. If necessary, adjust pressure switches for jockey pumps. Close by-pass valves. Open hydrant valves and allow water to flow into fire water tanks in order to avoid wastage of water. Main fire pumps must cut in at the present pressure and not cut out automatically on reaching normal line pressure. Main fire pumps shall stop only by manual push button operation but jockey pumps shall cut out as soon as main pumps start. Switch off main fire pumps and test check diesel engine driven pumps in the same manner as electrically driven pumps. When fire pumps have been checked for satisfactory working on automatic controls, open fire hydrant valves simultaneously and allow hose pipes to discharge water into fire tanks to avoid wastage. Electrically driven pumps shall run continuously for 8 hours so that performance can be checked. Diesel engine driven pumps shall also be checked in the same manner stipulated here above by running continuously for 8 hours. Check landing valves, male and female couplings and branch pipes for compatibility. Fittings found incompatible and not fitting properly shall be replaced. Landing valves shall also be checked by opening and closing under pressure. 1.8.2 Sprinkler System i) ii) iii) Start sprinkler pumps and develop the correct pressure in sprinkler pipes. Open test valves to check automatic starting of pumps. If necessary, make adjustments in switch pressure settings. Sprinkler fire alarms shall also operate when test valves are open. After satisfactory operation of pumps the Contractor shall set up a mock fire and test the entire system to the satisfaction of the Engineer. 1.8.3 Handling Over i) ii) iii) iv) All commissioning and testing shall be done by the Contractor to the complete satisfaction of the Engineer and the work handed over to the Employer. The Contractor shall also hand over to the Employer all maintenance and operation manuals. The Contractor shall arrange the inspection by the Local Fire Authority of the system. The Contractor shall arrange to have the System Completion and Satisfactory Working Certificate from the Local Fire Authority. Fire fighting training in operation of the systems to be given by the Contractor to the personnel / security guards nominated by the Client. 41 Specification 80 mm Model E3 Alarm Valve Wet pipe sprinkler alarm valve shall be a straight flow design [3” (80 mm)] check type valve with grooved seat design. Alarm valve shall be listed for installation in the vertical or horizontal position. Alarm valve construction shall be of cast iron with bronze seat. Alarm valve trim to be galvanized, the valve shall be variable pressure open drain, including external bypass and retard chamber, to prevent false water flow alarms. Alarm valve trim shall include a non-silence able alarm connection for the water flow pressure switch. Pressure relief valve shall be having a rated pressure of 12.1 bar. Alarm valve shall have a rated working pressure of 12.1 bar and shall be factory hydrostatic tested at 24.2 bar. The friction loss for the alarm valve shall not exceed 6.6 m for 80 mm valve. List of Approved Makes Wet Riser / Yard Hydrant / Sprinkler System 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29. 30. Fire Pump Electrical Motors Diesel Engine Kirloskar / Mather and Platt Kirloskar / Siemens / NGEF / Crompton Ashok Leyland / Kirloskar / Cummins Main Control Panel Custom Built having main Components of L&T / EE / Siemens GI Pipes TATA / Jindal / Zenith Malleable Iron Fittings Crescent / ‘R’ Brand Sluice Valve (CI) Kirloskar / IVC / L&T / Danfoss Non Return Valves (CI) Kirloskar / IVC / L&T / Danfoss Landing Valves (CI) Minimax / Newaage / Firex Fire Brigade Inlets Minimax / Newage / Firex F.A. Hose Reel (Drum and Bracket) Minimax / Newage / Firex Rubber Hose for above Dunlop GM Gate / Globe / Check valves Leader Flax Canvas Hose Indian Rayon / Newage CP Hose Indian Rayon / Newage RRL Hose Indian Rayon / Newage Hose couplings branch pipe and Minimax / Newage / Indian Rayon Nozzles (G.M) Pressure switches Danfoss / Infoss Pressure gauge H. Guru / Fiebig Quartz bulb sprinkler head Mather and Platt / Ascoa Spray safe Grinnell / GEM / Viking / HD Alarm valve and hydraulic alarm Mather and Platt / AscoaSpraysafe motor with GONG Grinnell / GEM / Viking / HD PVC insulated and PVC sheathed CC I/ Finolex / Polycab conductor armored power cable of 1.1KV grade Flow Switch Potter / System Sensor Butterfly Valves L &T Audco Moulded case circuit breaker FP Merlin Gerin/Crompton/ Siemens Moulded case circuit breaker TP L&T / LEGREND Contractors / Starters L& T / Siemens / Schneide / GE MCB, DBs MDS/ LEGRAND Switch fuse units L&T / Siemens Welding rods ADVANI Make (ISI QUALITY)/PHILIPS NOTE: CONTRACTORS HAVE TO FURNISH TECHNICAL SPECIFICATION OF ALL MATERIAL TO BE SUPPLIED/USED IN THE FIRE FIGHTING SYSTEMS 42 Proposed List of Make of Materials to be used Wet Riser / Yard Hydrant / Sprinkler System Annexure I S.NO. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 ITEM Fire Pump Electrical Motors Diesel Engine Main Control Panel GI Pipes Malleable Iron Fittings Sluice Valve (CI) Non Return Valves (CI) Landing Valves (CI) Fire Brigade Inlets F.A. Hose Reel (Drum and Bracket) Rubber Hose GM Gate / Globe / Check valves Flax Canvas Hose CP Hose RRL Hose Hose couplings branch pipe and nozzles Pressure switches Pressure gauge Quartz bulb sprinkler head Alarm valve and hydraulic alarm motor with GONG PVC insulated and PVC sheathed conductor armored power cable of 1.1KV grade Flow Switch Butterfly Valves Moulded case circuit breaker FP Moulded case circuit breaker TP Contractors / Starters MCB, DBs Switch fuse units Welding rods MAKE 43 Annexure II Schedule of Technical Deviations We confirm that all technical terms and conditions of the Employer except for deviations listed below are acceptable to us. Sr. No. 1 Section No. Clause No. Deviation proposed 2 3 4 Seal of the company Signature Name Designation Date 44 Annexure III Schedule of Commercial Deviations We confirm that all commercial terms and conditions of the Employer except for deviations listed below are acceptable to us. Sr. No. 1 Section No. Clause No. Deviation proposed 2 3 4 Seal of the company Signature Name Designation Date 45 Annexure –IV CLIENT’S CERTIFICATE REGARDING PERFORMANCE OF CONTRACTOR Name & address of the Client -------------------------------------------------------------------Details of works executed by Shri/ M/s -------------------------------------------------------1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. Name of work with brief particulars Agreement No. and date Agreement amount Date of commencement of work Stipulated date of completion Actual date of completion Details of compensation levied for delay (indicate amount) if any Gross amount of the work completed and paid Name and address of the authority under whom works executed Whether the contractor employed qualified Engineer/Overseer during the execution of work? i) quality of work (indicate grading) ii) Amount of work paid on reduced rates, if any i) Did the contractor go for arbitration? ii) if yes, total amount of claim iii)Total amount awarded Comments on the capabilities of the contractor. a) Technical proficiency b) Financial soundness c) Mobilization of adequate T & P d) Mobilization of manpower e) General behavior Outstanding /very good / good / satisfactory / poor Outstanding /very good / good / satisfactory / poor Outstanding /very good / good / satisfactory / poor Outstanding /very good / good / satisfactory / poor Outstanding /very good / good / satisfactory / poor Outstanding /very good / good / satisfactory / poor Note : All columns should be filled in properly. “Counter signed” Office seal *Officer of the rank of Superintending Engineer or equivalent 0 ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR, Tender for Supply, Installation, Testing & Commissioning of Fire Fighting System at S V PATEL MARG, KINGSWAY, NAGPUR PART – II PRICE BID Name of Tenderer _______________________________________________________ Address________________________________________________________________ ________________________________________________________________________ Last date of Submission: 28th August 2015 (up to 4.00 p.m.) Validity of the tender: 3 months from the date of opening of the tender 1 B.O.Q. OF WET RISER & HYDRANT) SYSTEM FOR ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR. S.No. 1 2 DESCRIPTION OF ITEM Providing, cutting, welding, fitting and fixing in position as per design with all fittings, fixtures and accessories and testing and commissioning of 150 mm dia. G.I. C-class pipe of approved make& specification (Equivalent to Tata/Zindal) above ground as per design and layout. Piping work also includes provision of steel brackets, hardware for fixing in walls/slabs and concrete blocks on floors at spacing of 2.5 mt., making holes in wall/slab, reinforcement cutting if required, painting with scarlet red enamel paint over two coat of Zink chromate primer including scaffolding etc. complete as per design and specification. QTY. 17.50 UNIT Providing, cutting, welding, fitting and fixing in position as per design with all fittings, fixtures and accessories and testing and commissioning of 150 mm dia. G.I. C-class pipe of approved make& specification underground as per layout. Piping work also includes making trenches, preparing trench as per details for laying pipes and providing steel spacer/support in the trench at spacing of 2.5 mt., making holes in wall, reinforcement cutting if required, painting with anticorrosive rubber modified bituminous primer, two coats of hot enamel paint and 4 mm thick pypkote etc. complete. 200.36 RMT RMT RATE AMOUNT 2 3 4 Providing, cutting, welding, fitting and fixing in position as per design with all fittings, fixtures and accessories and testing and commissioning of 100 mm dia. G.I. C-class pipe of approved make & specification partially above ground and underground for yard hydrant as required as per design and layout. Piping work also includes, above ground pipe painted with scarlet red enamel paint over two coat of Zink chromate primer and underground pipe painted with anticorrosive rubber modified bituminous primer, two coats of hot enamel paint and 4 mm thick pypkote including scaffolding etc. complete. Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of gunmetal 75 mm inlet fire hydrant valve (IS:52901983) oblique type, 63 mm female instantaneous outlet single headed having blank cap & chain, cast iron wheel etc. complete of approved make and specification. 30.94 RMT 12 NOS. 5 Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of stand post hydrant double headed (IS:5290-1983) oblique type, 63 mm female instantaneous outlet double headed having blank cap & chain, cast iron wheel etc. complete approved make and specification. 4 NOS. 6 Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of RRL hose 63 mm in 15 mts. length with gun metal male and female instantaneous hose coupling duly bound with copper wire of approved make and specification. 32 NOS. 7 Providing and fixing in position as per design with all fittings, fixtures and accessories MS hose box made out of 16 SWG MS sheet to accommodate two lengths of 15mts. hoses & branch pipe, having glass front door with locking arrangement (900x600x250) duly painted in prescribed colour of approved make and specification. The thickness of the glass should be 4mm. The glass should be painted with the words ‘’FIRE’’. 16 NOS. 8 Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of gunmetal short branch pipe 63 mm male instantaneous inlet and fitted with hex - detachable nozzle 16 mm size heavy duty, bearing ISI mark of approved make and specification. 20 NOS. 3 9 Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of First Aid hose reel, wall mounting / swinging type having 20 mm dia. with 6.35mm brass nozzle fitted at one end in 30 mts. length and 20 mm dia. gunmetal ball valve with connection from riser with G.I. pipe etc. complete as per IS specification. 12 NOS. 10 Providing and installing in position Fire service inlet (four way) with 63 mm male instantaneous inlet as per IS specification. 1 NOS. 11 Providing and installing in position MS box for Fire service inlet (four ways) as per detail specification. 1 NOS. 12 Providing and installing in position Non-return Valve of 150 mm dia. with all accessories as per IS specification. 3 NOS. 13 Providing and installing in position Non-return Valve of 100 mm dia. with all accessories as per IS specification. Providing and installing in position Gate / Sluice Valve of 150 mm dia. with all accessories as per IS specification. 1 NOS. 10 NOS. 14 15 Providing and installing in position Gate / Sluice Valve of 100 mm dia. with all accessories as per IS specification. 2 NOS. 16 Providing and installing Air Vessel tank 150 dia. x 1500 mm ht. made from MS black ERW pipe confirming to IS: 1239 having 5.4 mm th. dish at both ends with 150mm dia. pipe fitted with 65 mm dia. sluice valve and 25 mm air release valve of gun metal confirming to IS: 903, having rubber ball with 25 mm BSP thread male inlet along with 50 mm dia. pipe of required length (not more than 1500 mm in length.) with all accessories etc. complete as directed. 1 NOS. 17 Providing and installing in position Pressure gauge as per IS specification. 3 NOS. 18 Pressure switch for all pumps (7 kg/sq. cm,) as per IS specification with fittings and fixtures etc. complete. 3 NOS. 19 Providing and installing in position Air release valve of 50 mm dia. with all accessories as per IS specification. 3 NOS. 20 Supply, installation, testing and commissioning of Auto Pressure Control Valve of approved make and specification, fitted with 100 mm g.i. pipes of same specification with all fittings, fixtures etc. complete. 1 NOS. 4 21 Providing and installing in position Electric Fire pump set capacity 2280 lpm & 7 kg/cm2 Pressure Head, TAC approved as per design with all fittings, fixtures and accessories and testing of motor driven pump set (motor, pump, base frame, coupling, foundation, foundation bolt, starter with necessary cable, electrical panel etc. complete.) of approved make and specification to meet the system requirements. SPECIFICATIONPUMP 01. LIQUID 02. TEMPERATURE 03. SPECIFIC GRAVITY 04. DISCHARGE 05. HEAD (MTRS) 06. PUMP TYPE 07. SUC X DEL. SIZE(mm) 08. SPEED : 2900 RPM 09.BKW/ AT DUTY POIN 10.RECOM.ENGINE/MOTOR 11.SHAFT SEALING PRIME MOVER 12. ENGINE/MOTOR RATING 13.RPM 14.ENCLOSURE ACCESSORIES 15. BASE PLATE 16.COUPLING 17.COUPLING GUARD 18. FOUNDATION BOLTS : WATER : AMBIENT :1 : 2280LPM : 70Mtr : END SUCTION : 100X80MM : 34.82KW : 45KW/60HP : GLAND PACKING : 45KW/60HP : 3000 : TEFC SQ. CAGE : : : : M.S. C.I. M.S. STEEL NOTE: 1. Material of construction of pump shall be SPL with bronze impeller. 2. Pump set complete consist of Pump, prime-mover Motor, Base plate, coupling, couplingguard and foundation bolts. 1 NOS. 5 22 Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of jockey pump set capacity 230 lpm& 7 kg/cm2 Pressure Head (motor, pump, base frame coupling, foundation, foundation bolt, etc complete) of approved make and specification to meet the system requirements. SPECIFICATION PUMP 01. LIQUID 02. TEMPERATURE 03. SPECIFIC GRAVITY 04. DISCHARGE 05. HEAD (MTRS) 06. PUMP TYPE 07. SUC X DEL. SIZE(mm) 08. SPEED : 2900 RPM 09. BKW/ AT DUTY POIN 10. RECOM.ENGINE/MOTOR 11. SHAFT SEALING PRIME MOVER 12. ENGINE/MOTOR RATING 13. RPM 14. ENCLOSURE ACCESSORIES 15. BASE PLATE 16. COUPLING 17. COUPLING GUARD 18. FOUNDATION BOLTS : WATER : AMBIENT :1 : 230LPM : 70Mtr : END SUCTION : 50X25MM : 7.52KW : 9.3KW/12.5HP : GLAND PACK : 9.3KW/12.5HP : 3000 : TEFC SQ. CAGE : : : : M.S. C.I. M.S STEEL NOTE: 1.Material of construction of pump shall be SPL with bronze impeller. 2. Pump set complete consists of Pump, prime-mover Motor, Base plate, coupling, couplingguard and foundation bolts. 1 NOS. 6 23 Providing and installing in position Diesel Engine set capacity 2280 lpm& 7 kg/cm2 Pressure Head as per design with all fittings, fixtures and accessories and testing of engine driven pump set ( engine, pump, base frame, coupling, complete suction/delivery assembly, foundation, foundation bolt etc.) including auto mains failure panel with heavy duty best quality matching 180 Amp. 12 V, AMD charger having specifications as Thirstier bridged based CCCV Battery charger input230 V A.C. and output 10 V to 14.5V DC and 9 to 20 Amp. DC battery backup & charger, diesel tank filled with 500 lts. HSD with all fittings and fixtures etc. complete of approved make and specification. The diesel pump shall have the facility of repeat start in auto mode etc. 1 NOS. SPECIFICATION PUMP 01. LIQUID : WATER 02. TEMPERATURE : AMBIENT 03. SPECIFIC GRAVITY :1 04. DISCHARGE : 2280LPM 05. HEAD (MTRS) : 70Mtr 06. PUMP TYPE : END SUCTION 07. SUC X DEL. SIZE(mm) : 120X100MM 08. SPEED : 1800 RPM 09. BKW/ AT DUTY POIN : 39.57KW 10. RECOM.ENGINE/MOTOR : 60BHP 11. SHAFT SEALING : GLAND PACK PRIME MOVER 12. ENGINE/MOTOR RATING : 60BHP 13. RPM : 1800 14. ENGINE COOLING : WATERCOOLED 15. NO OF CYLINDER : 4 ACCESSORIES 16. BASE PLATE : M.S. 17. COUPLING : HOLESET 18. FOUNDATION BOLTS : STEEL NOTE: 1. Material of construction of pump shall be SPL with bronze impeller. 2. Pump set complete consist of Pump, prime-mover Motor, Base plate, coupling, coupling guard and foundation bolts. 24 Providing and installing Fire pumps control (Auto Mains Failure) common panel, as per the requirements of all fire pumps and jockey pump with all fittings and fixtures, consists following items. ITEMS IN INCOMING POWER SUPPLY PANEL 1. MCCB with magnetic/thermal release having 1 NOS. 7 2. 3. 4. 5. ratings of 400 Amps, 3 Phase, 50 hz., 415 Volts A/C Volt Meter of 96 mm2 with selector switch having range from 0 to 500 Volts. Ammeter of 96 mm2 with selector switch CT of range 400/5 Amps. With suppress scale 100. RYB indication lamps Bus bar having current rating of 600 Amps 3, 1/2 copper conductor size 50x5 mm for Main and 25x5 mm for neutral insulated conductors with Red, Yellow, Blue & Black indication, for branch Bus bar 25x5 mm copper conductor. ITEMS IN OUTGOING POWER SUPPLY PANEL 1. 2 MCCB having ratings of 250 Amps, 3 Phase, 50 hz., 415 Volts A/C F for two Fire Pump Motors with all protection. 2. MCCB having ratings of 63 Amps, for Jockey Pump Motor with all protection. 3. Technically recommended 2 nos. Star / Delta Starter for 60 HP pumps (Main Fire Pumps), panel mounted fully automatic operated, air contactors of suitable rating. 4. Technically recommended Star / Delta Starter for 15 HP pump (Jockey Pump), panel mounted, fully automatic operated, air contactors of suitable rating. 5. 2 nos. Ammeter of 96 mm2 with selector switch and suitable ratio, CT of range from 0 to 300 Amps. for 120 HP motor. 6. Ammeter of 96 mm2 with selector switch, CT of range from 0 to 300 Amps. with suitable suppress scale ratio for 20 HP motor. 7. ON/OFF indicators 8. Control panel with logic operation of Jockey Pump and Main Pumps with all necessary ON/NC contactors. 9. PVC insulated and sheathed alluminium conductor armored cable of 3 core x 185 sq. mm, working on 1.1 kv grade 3 Ph. 50 hz. From main panel to main motor. 10. PVC insulated and sheathed alluminium conductor armored cable of 3 core x 10 sq. mm, working on 1.1 kv grade 3 Ph. 50 hz. From main panel to jockey pump. 11. PVC insulated and sheathed alluminium conductor armored cable of 3 core x 10 sq. mm, working on 1.1 kv grade 3 Ph. 50 hz. From main panel to terrace pump. 12. Control cable for controlling diesel pump set. 8 25 There shall be two independent earthing stations at least three meters away from the pump room. Each earth electrode shall consists of copper earth plate 600mm x 600mm x 3mm thick including accessories and masonry enclosure with cover plate having locking arrangement. All electrical apparatus, cable boxes and sheath/armor clamps shall be connected to the main bar by means of branch earth connection of 25mm x 5mm copper strip. All joints in the main bar and between main bar and branch bars shall have the lapping surface properly tinned to prevent oxidation. The joints shall be riveted and sheathed. The main earthing strip shall be of 25mm x 5mm copper in 40mm dia. G.I. pipe from earth electrode as required. Earth plates shall be buried in a pit 1.2 x 1.2 M at minimum depth of 3 meters below ground. The connections between main bars shall be made by means of three 10mm brass studs ends. Salt sand and coal layers shall be provided as per the requirement etc. complete as desired and as directed by the consultant. 2 NOS. 26 Providing and installing Air Vessel tank 150 dia. x 1500 mm ht. made from MS black ERW pipe confirming to IS: 1239 having 5.4 mm th. dish at both ends with 150mm dia. pipe fitted with 65 mm dia. sluice valve and 25 mm air release valve of gun metal confirming to IS: 903, having rubber ball with 25 mm BSP thread male inlet along with 50 mm dia. pipe of required length (not more than 1500 mm in length.) with all accessories etc. complete as directed. 1 NOS. 27 Y-Type line strainers fabricated out of brass perforated sheet of 14 SWG (2 mm thick) duly brazing with flange. (Ajanta, Nisha or Equivalent) i) 100 mm dia.(for Jokey Pump) 1 ii) 150 mm dia. (for diesel & electric pumps) 2 NOS. NOS. TOTAL SAY 9 B.O.Q. OF SPRINKLER SYSTEM FOR ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR. S.No. 1 DESCRIPTION OF ITEM Providing, cutting, welding, fitting and fixing in position as per design with all fittings, fixtures and accessories and testing and commissioning of 150 mm dia. G.I. C-class pipe of approved make & specification (Equivalent to Tata/Zindal) above ground as per design and layout. Piping work also includes provision of steel brackets, hardware for fixing in walls/slabs and concrete blocks on floors at spacing of 2.5 mt., making holes in wall/slab, reinforcement cutting if required, painting with scarlet red enamel paint over two coat of Zink chromate primer including scaffolding etc. complete as per design and specification. QTY. UNIT 11.83 RMT Providing, cutting, welding, fitting and fixing in position as per design with all fittings, fixtures and accessories and testing and commissioning of 150 mm dia. G.I. C-class pipe of approved make & specification underground as per layout. Piping work also includes making trenches, preparing trench as per details for laying pipes and providing steel spacer/support in the trench at spacing of 2.5 mt., making holes in wall, reinforcement cutting if required, painting with anticorrosive rubber modified bituminous primer, two coats of hot enamel paint and 4 mm thick pypkote etc. complete. Providing, cutting, welding, fitting and fixing in position as per design with all fittings, fixtures and accessories and testing of G.I. Pipe, type-c class of approved make and specification of 40 mm diameter. 49.40 RMT 13.06 RMT 4 Providing, cutting, welding, fitting and fixing in position as per design with all fittings, fixtures and accessories and testing of G.I. Pipe, type-c class of approved make and specification of 32 mm diameter. 13.18 RMT 5 Providing, cutting, welding, fitting and fixing in position as per design with all fittings, fixtures and accessories and testing of G.I. Pipe, type-c class of approved make and specification of 25 mm diameter. 15.07 RMT 2 3 RATE AMOUNT 10 Providing, cutting, welding, fitting and fixing in position as per design with all fittings, fixtures and accessories and testing of G.I. Pipe, type-c class of approved make and specification of 20 mm diameter. Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of sprinkler head with quartz bulb 68 deg. rated having 15 mm orifice & 80 +/- 5% K factor of approved make and specification. 20.68 RMT 14 NOS. 8 Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of control valve 100 mm dia. of approved make and specification. 1 NOS. 9 Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of water flow switch for each zone of approved make and specification. 2 NOS. 10 Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of pressure gauge of 0 to 300 PSI minimum of approved make and specification. Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of Wet Alarm Valve with water motor gong of 150 mm NB. of approved make and specification. 2 NOS. 1 NOS. 12 Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of flow switch (to be fitted in 40 mm pipe) of approved make and specification. 2 NOS. 13 Providing and fixing in position as per design with all fittings, fixtures and accessories and testing of Sprinkler Control valve (to be fitted in 40 mm pipe) of approved make and specification. 1 NOS. 14 Providing and installing in position Non-return Valve of 150 mm dia. with all accessories as per IS specification. Providing and installing in position Gate / Sluice Valve of 150 mm dia. with all accessories as per IS specification. Providing and installing in position Gate / Sluice Valve of 50 mm dia. (drain valve) with all accessories as per IS specification. Providing and installing in position Pressure gauge as per IS specification. 1 NOS. 2 NOS. 1 NOS. 2 NOS. Providing and installing pressure switch of 15 mm dia. (0-14.5 kg/sq. cm,) with isolating valve, pipe and all accessories as per IS specification with all fittings and fixtures etc. complete. 1 NOS. 6 7 11 15 16 17 18 11 19 Providing and installing in position Electric Fire pump set capacity 2280 lpm & 7 kg/cm2 Pressure Head, as per design with all fittings, fixtures and accessories and testing of motor driven pump set ( motor, pump, base frame, coupling, foundation, foundation bolt, starter with necessary cable, electrical panel etc. complete.) of approved make and specification to meet the system requirements. SPECIFICATIONPUMP 01. LIQUID 02. TEMPERATURE 03. SPECIFIC GRAVITY 04. DISCHARGE 05. HEAD (MTRS) 06. PUMP TYPE 07. SUC X DEL. SIZE(mm) 08. SPEED : 2900 RPM 09.BKW/ AT DUTY POIN 10.RECOM.ENGINE/MOTOR 11.SHAFT SEALING PRIME MOVER 12. ENGINE/MOTOR RATING 13.RPM 14.ENCLOSURE ACCESSORIES 15. BASE PLATE 16.COUPLING 17.COUPLING GUARD 18. FOUNDATION BOLTS 19.SEALING 20 1 NOS. 1 1 NOS. NOS. : WATER : AMBIENT :1 : 2280LPM : 70Mtr : END SUCTION : 100X80MM : 34.82KW : 45KW/60HP : GLAND PACKING : 45KW/60HP : 3000 : TEFC SQ. CAGE : M.S. : C.I. : M.S. : STEEL : GLAND PACKING NOTE: 1. Material of construction of pump shall be SPL with bronze impeller. 2. Pump set complete consist of Pump, prime-mover Motor, Base plate, coupling, coupling guard and foundation bolts. Providing and fixing Y-Type line strainers fabricated out of brass perforated sheet of 14 SWG (2 mm thick) duly brazing with flange. (Ajanta, Nisha or Equivalent) i) 150 mm dia. (for electric pump) 21 Providing and installing Sprinkler detection and Alarm panel (Addressable type) as per the requirements of sprinkler system for all floors (basement + ground + mezzanine +5 floors having two flow switch on each floor and one motor gong valve) with all fittings, and fixtures and battery backup. 22 Providing and installing in position cable 2 X 1.5 sq. mm. cu conductors, armored, ISI marked of approved make and specification. 78.25 RMT. TOTAL SAY 12 B.O.Q. OF UG WATER TNAK AND PUMP ROOM FOR ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR. Item No 1.0 1.1 Description Qty. Unit 363.78 cum 85.96 cum 12.92 cum 3.1.1 Foundations, footings, bases of columns, etc. for mass 11.27 sqm 3.1.2 Walls (any thickness) including attached pilasters, 383.68 sqm 3.1.3 Suspended floors, roofs, landings, balconies and 125.38 sqm 5560.00 Kg. EARTH WORK Earth work in excavation by mechanical means (Hydraulic excavator) / manual means over areas (exceeding 30cm in depth. 1.5m in width as well as 10 sqm on plan) including disposal of excavated earth, lead up to 50m and lift up to 1.5m,disposed earth to be leveled and neatly dressed. 1.1.1 All kinds of soil 1.2 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, lead up to 50 m and lift up to 1.5 m. 2.0 2.1 CONCRETE WORK Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level : 2.1.1 1:1:2 (1 Cement : 1 coarse sand : 2 graded stone aggregate 20 mm nominal size) 3.0 3.1 REINFORCED CEMENT CONCRETE WROK Centering and shuttering including strutting, propping etc. and removal of form for : concrete buttresses, plinth and string courses etc. access platform 3.2 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete up to plinth level 3.2.1 Thermo-Mechanically Treated bars Rate Amount 13 3.4 Providing and laying in position machine batched and machine mixed design mix M-30 grade cement concrete for reinforced cement concrete work, using cement content as per approved design mix, including pumping of concrete to site of laying but excluding the cost of centering, shuttering, finishing and reinforcement, including admixtures in recommended proportions as per IS: 9103 to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer-in-charge. Note:Cement content considered in this item is @ 340 kg/ cum. 3.4.1 All work up to plinth level Supplying and Fixing of manhole cover 1000x1000 4 mm with frame (low duty) wt. not less than 70 kg. as directed by the Engineer-in-charge. 93.80 2.00 cum NO. 5 Providing internal cement plaster 12mm thick in a single coat in cement mortar 1:5 without neeru finish to concrete or brick surface in all positions including scaffolding and curing complete. Providing groove at joint of B.B. Masonry and concrete members complete. Spec.No.:Bd.L.2/Page No.368 C.S.R. Item No.4 P.No.47 BDL-2 6 Providing sand faced plaster for external portion in cement mortar using Kharsalia. Kasaba or similar type of sand, in all positions including base coat of 15mm thick in C.M. 1:4 using water proofing compound at 1kg per cement bag, curing the same for not less than 3 days and keeping the surface of the base coat rough to receive the sand faced treatment 6 to 8 mm thick in C.M. 1:4 finishing the surface by taking out grains, making grooves and curing for fourteen days scaffolding etc. complete. C.S.R. Item No. 11 Page No. 49 54.590 SMT. 7 Providing and fixing steel Ventilator of various sizes as per detailed drawings without hot dip Zinc coating without/ with ventilator including fabrication, glazing with non-acetinic/plain/obscured glass panes of approved type and quality, all fixtures and fastenings without teak wood boxing, and architraves and finishing with one coat of primer complete. (Sample to be got approved from Ex. Engineer before use) C.S.R. Item No. 29 Page No. 111 Providing and applying washable oil bound distemper of approved colour and shade to old and new surface in two coats including scaffolding, preparing the surface (excluding the primer coat) etc. complete. Spec. No. Bd. P. 5/Page No. 413 C.S.R. Item No. 11 Page No. 86 2.700 Sq. M. 8 188.650 Sq.M. 218.740 Sq.M. 14 9 Providing and applying three coats of water proof cement paint of approved manufacturer and approved colour to the plastered surface including scaffolding if necessary, cleaning and preparing the surface, watering for two days etc. complete. C.S.R. Item No. 23 Page No. 81 54.590 Sq.M. 10 Providing and laying cement concrete flooring 40mm thick with 1:2:4 cement concrete laid to proper level and slope in alternate bays. Including compacting PVC/Glass/Aluminum strips at joints marking lines to give appearance of tiles of 30cm *30cm or other size laid diagonally/square etc. finishing smooth (With extra cement) in any colour as directed and curing complete. C.S.R. Item No.8 Page No.66 Providing and laying hand cut polished kola stone flooring 25 mm to 30 mm thick plain pattern on a bed of cm. i:6 including cement float , filling joints with neat cement slurry, curing, rubbing, polishing and cleaning etc. complete. Spec. No. Bd. M 3/page No. 380 C.S.R. Item No.6, Page No.58 42.350 Sq.M. Providing and fixing rolling shutters fabricated from 1/20 gauge steel laths with slide guides, bottom rail, brackets, door suspension shaft, housing box at the top including mechanical gear operation arrangement and one coat of red lead primer etc, complete. C.S.R. Item No. 41, Page No. 88 Providing and fixing four florescent tube lights, switch board with one plug point, four switches with concealed m.s. conduit wiring etc. complete with all ISI fittings and fixtures of approved make and specification. 4.518 Sq.M. 11 12 13 93.454 Sq.M. LUM-SUM TOTAL SAY 15 SUMMARY OF FIRE FIGHTING SYSTEMS FOR ZONAL OFFICE, BANK OF INDIA, S V PATEL MARG, KINGSWAY, NAGPUR. S. NO. 1 2 3 ITEM OF WORK QTY. UNIT RATE WET RISER & HYDRANT) SYSTEM SPRINKLER SYSTEM U.G. WATER TANK & PUMP ROOM GRAND TOTAL SAY Contractor’s signature with seal AMOUNT
© Copyright 2026 Paperzz