tender document for “construction of various office buildings

advertisement
TENDER NOTICE NO. : DGVCL/Civil/Kadodara-Navsari/2013-14/46
TENDER DOCUMENT
FOR
“CONSTRUCTION OF VARIOUS OFFICE BUILDINGS,
STORES, GODOWNS, INTERIOR WORKS,
INFRASTRUCTURE WORKS INCL. RENOVATION &
REPAIRING OF EXISTING OFFICE & STORE BUILDINGS
AT KADODARA & NAVSARI. ”
TECHNICAL BID – PART - II
ADDL.CHIEF ENGINEER (P)
DAKSHIN GUJARAT VIJ COMPANY LIMITED
CORPORATE OFFICE, NEAR KAPODARA CHAR RASTA,
NANA VARACHHA ROAD, SURAT – 395 006
Signature of Contractor
218
Dakshin Gujarat Vij Company Limited.,
Corporate Office,
Near Kapodra Char Rasta, Nana Varachha
Road, SURAT : 395 006
Ph .0261-2804241 FAX.0261-2572636
Corporate Office, Surat
ISO 9001-2000
Certified
email: dgvcl@gebmail.com Web :www.dgvcl.com
NAME OF WORK :CONSTRUCTION OF VARIOUS OFFICE BUILDINGS, STORES,
GODOWNS, INTERIOR WORKS, INFRASTRUCTURE WORKS INCL. RENOVATION &
REPAIRING OF EXISTING OFFICE & STORE BUILDINGS AT KADODARA & NAVSARI.
INDEX
Sr.No.
Description
Page No.
TECHNICAL BID
1
Tender Notice
4-5
2
General Instructions to Tenderer
6-12
3
Special note for post-qualification.
13-14
4
Forms for Post qualification
15-29
5
Checklist for submission of bid
30-31
6
Scope of work
32-34
7
Special Conditions of the work
35-42
8
Labour laws
43-45
9
Tender & Contract for works
46-65
10
General Conditions of Contract
66-77
11
Formats
78-86
12
Technical
Works
13
List of Mandatory Test
415-422
14
List of Approved Makes – Civil-Plumbing-Electrical
423-460
15
Quality Assurance Plan
461-463
16
Drawing
464-476
Signature of Contractor
Specifications for Civil Works / Electrical
87-414
219
Sr.No.
Description
Page No.
PRICE BID
477
17
Schedule A
481
18
Kadodara
Schedule B-1-Division Office
487
19
Schedule B-2-Repairing and Renovation of Existing
Office
534
20
Schedule B-3-ATP Office
548
21
Schedule B-4-Store Room
559
22
Schedule B-5-Interior Works
575
23
Schedule B-6-Road Works
592
24
Schedule B-7-Compound Wall
594
25
Schedule B-8-Landscaping Works
598
26
Navsari
Schedule B-9-Renovation & Repairing of Existing
Office Building
601
27
Schedule B-10-Renovation & Repairing of Existing
Store Building
648
28
Schedule B-11-Furniture & Partitions
667
29
Schedule B-12-Retaining Wall
688
30
Schedule B-13-Land scapping
690
31
Schedule B-14-Roads & Parking
694
32
Schedule B-15-A.T.P. Machine room
696
33
Schedule B-16-Earth filling & Development work
707
34
Grand Summary of Schedule-B-1 to Schedule-B-16
708
TOTAL PAGES
710
DETAILED SPECIFICATIONS FOR SCHEDULE –B-2
(REPAIRING AND RENOVATION OF EXISTING OFFICE BUILDING- KADODARA)
Signature of Contractor
220
Item No. 1
Demolishing Brick work and stone masonry incl. plastered walls including stacking of serviceable
material
and
disposal
of
unserviceable
material
with
all
lead
and
lift.
(ii) In cement mortar
GENERAL NOTES : ( FOR ITEM NO. 1 TO 8 )
1.00
TERMINOLOGY
1.1
a)
Dismantling :
The team “Dismantling” implies carefully separating the parts without damages and
removing. This may consist of dismantling one or more parts of the building as
specified or shown on the drawings.
b)
Demolition :
The term :Demolition” implies breaking up. This shall consist of demolishing whole
or part of work including all relevant items as specified for shown on the drawings.
1.2 General :
a)
Precautions :
b)
i)
All materials obtained from dismantling or demolition shall be the property of
the owner unless otherwise specified and shall be kept in safe custody until
they are headed over to the Engineer-in-Charge.
ii)
The demolition shall always be well planned before hand and shall generally
be done in reverse order of the one in which the structure was constructed.
The operations shall be got approved form the Engineer-in-Charge before
starting the work.
Due care shall be taken to maintain the safety measures prescribed in
IS : 4130
iii)
Necessary propping, shoring and or under pinning shall be provided to
ensure the safety of the adjoining work or property before dismantling and
demolishing is taken up and the work shall be carried out in such a way that
no damage is caused to the adjoining work or property. Wherever specified,
temporary enclosures or partitions shall also be provided, as directed by the
Engineer-in-Charge.
iv)
Necessary precautions shall be taken to keep down the dust nuisance to the
minimum.
v)
Dismantling shall be done in a systematic manner. All materials which are
likely to be damaged by dropping from a height or by demolishing roofs,
masonry etc. shall be carefully removed first. The dismantled articles shall
be removed manually or otherwise, lowered to the ground (and not thrown)
and then properly stacked as directed by the Engineer-in-Charge.
vi)
Where existing fixing is done by nails, screws, bolts, rivets, etc. dismantling
shall be done by taking out the fixing with proper tools and not by tearing or
ripping off.
vii)
Any serviceable material, obtained during dismantling or demolition, shall be
separated out and stacked properly as directed by the Engineer-in-Charge
within a lead of 50 metres. All unserviceable materials rubbish etc. shall be
disposed off as directed by the Engineer-in-Charge.
viii)
The contractor shall maintain /disconnect existing services, whether
temporary or permanent, where required by the Engineer-in-Charge.
Measurements :
Signature of Contractor
221
c)
i)
All works shall be measured net in the decimal system, as fixed in its place,
subject to the following limits, unless otherwise stated hereinafter.
 Dimensions shall be measured correct to be cm.
 Areas shall be worked out in sqm. Correct to two places of decimal.
 Cubical contents shall be worked out to the nearest 0.01 cum.
ii)
Parts of work required to be dismantled and those required to be
demolished shall be measured separately.
iii)
Measurements of all works except hidden work shall be taken before
demolition or dismantling and no allowance for increase in bulk shall be
allowed.
iv)
Specifications for deduction for voids, openings etc. shall be on the same
basis as that adopted for new construction of the work.
v)
Work executed in the following conditions shall be measured separately.

Work in or under water and /or liquid mud.

Work in or under foul position.
Rates :
The rate shall include the cost of all labour involved and tools used in demolishing
and dismantling including scaffolding. The rate shall also include the charges for
separating out and stacking the serviceable material properly and disposing off
unserviceable material within a distance of 50 metres unless otherwise specified in
the item.
The rate shall also include for temporary shoring for the safety of portions not
required to be pulled down or of adjoining properly, and providing temporary,
enclosures or partitions, where considered necessary.
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specifications above.
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on cum basis.
Item No. 2
Dismantling old Plaster or skirting, raking out joints and cleaning the surface for plaster including
disposal of rubbish to the dumping ground within 50 meters lead.
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specifications for item-1.
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on sqm basis.
Item No. 3
Dismantling Tiled or Stone floor laid in mortar including stacking of serviceable materials and
disposal of unserviceable materials with all lead and lift.
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specifications for item-1.
Signature of Contractor
222
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on sqm basis.
Item No. 4
Demolition
and
disposal
of
(ii) Unreinforced cement concrete
unserviceable
materials
with
all
lead
and
lifts.
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specifications for item-1.
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on cum basis.
Item No. 5
Demolition including stacking of serviceable materials and disposal of unserviceable materials with
all lead and lift.'
1.) R.C.C work
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specifications for item-1.
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on cum basis.
Item No. 6
Dismantling Doors, Windows, Ventilators etc. (wood or steel) shutters including chowkhats,
architreaves, holdfasts, and other attachment etc. complete and stacking them within all lead and lift.
(1) Not exceeding 3 sq. meters in area
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specifications for item-1.
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on No basis.
Item No. 7
Dismantling C.I. Pipes, G.S.W. Pipes and A.C., PVC rain water pipes with fittings and clamps
including stacking the materials with all lead & lift ( For any Dia. of pipes )
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specifications for item-1.
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on Rmt basis.
Item No. 8
Signature of Contractor
223
Dismantling Sanitary fittings like Wash basin, W.C. Pan, Indian and European type, flushing tank etc.
including stacking the materials with all lead & lift.
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specifications for item-1.
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on No basis.
Item No. 9
Providing and laying cement concrete 1:3:6 (1 cement : 3 coarse sand : 6 hand broken stone
aggregate 40 mm nominal size) and curing complete excluding cost of form work in :
(A) Foundation and Plinth.
The item shall be carried out as per specification of item-136 of Detailed Specifications for Schedule-B-1
Item No. 10
Providing and laying cement concrete 1 : 2 : 4 ( 1 cement : 2 coarse sand : 4 graded stone
aggregates 20 m.m. nominal size) and curing complete excluding cost of form work & reinforcement
for reinforced cement concrete in :
(A) Foundation and Plinth.
The item shall be carried out as per specification of item-7 of Detailed Specifications for Schedule-B-1
Item No. 11
Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. above plinth
level upto floor two level in cement mortar 1: 6 (1 cement : 6 fine sand)
Ground Floor
(B) Conventional
The item shall be carried out as per specification of item-34 of Detailed Specifications for Schedule-B-1
Item No. 12
Half brick masonary in FLY ASH bricks having crushing strength not lessthan 70 kg./sq.cm. in
cement morar 1:4 (1 Cement: 4 coarse sand) above plinth upto floor two level
Ground Floor
(B) Conventional
The item shall be carried out as per specification of item-37 of Detailed Specifications for Schedule-B-1
Item No. 13
Providing and fixing FRP FRAME size 100 x 50 mm and 28mm thick FRP Depress pannel shutter
having extra reinforcement on sides and edges and in gel coat finish. The core of the shutter is to be
filled up with injection fire retardent grade polyurethance foam done in situ alonwith embedded
wooden places for stiffening and also for taking hinges and fixture. The whole FRP frame and shutter
is to be water proof, weather proof, termite proof and resistance to mild acid/ Alkali. Rates are to be
inclusive of S.S. hinges with necessary screws and alluminium fixtures and fastening. Product
should have 3 years performance guarantee and company have ISO 9001-2000 CERTIFICATE.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. , relevant
drawings and as per the instructions of Engineer in Charge. The work shall be carried out as per item
description and relevant IS specification.
Mode of measurement :
Signature of Contractor
224
The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work as
specified above.
The rate shall be paid per one sqm basis.
Item No. 14
Providing and fixing 35 mm thick Decorative type flush door shutters, solid core construction with
teakwood frame of size 125mm X 75mm & frame of first class hard-wood with cross band and face
veneer or ply-wood face panels,1.5 mm thick laminate on both sides including Stainless steel
fixtures and fastening and SS handle including primer coat of approved quality and two coats of oil
painting etc complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
FRAME :
1.0.
Materials
Wood in frames shall be approved quality teak wood onfirming to M-29.
2.0.
Workmanship
2.1.
fixing.
The item covers the requirement of frames for doors, windows, clerestory windows, their supply and
2.2.
Frames:
2.2.1. All members of frames shall be exactly at right angles. The right angle shall be checked from inside
surfaces of the-frames of the respective members.
2.2.2. All members of frames shall be straight without any warp of bow and shall have smooth surfaces
well planed on the three sides exposed at right angles to each other. The surfaces touching the wall may not
be planed unless it is required in order to straighten up the member or to obtain the overall sizes within the
tolerances as specified.
2.2.3. Frame shall have dovetail joins. When clerestory windows in included, it shall be provided
by having full length one piece post for door or windows and clerestory window extending the frame
on top at the head to the required extent. Horns shall not be provided in the head of the frame. When no
sills are provided, the vertical posts of the frame in the ground floor shall be embedded in the sill masonry for
10 cm. on upper floors, the vertical posts shall be fixed in the floor or masonry by forming notches 10 mm.
deep. Slight adjustment of spacing as necessary shall be done to have the hold fasts in the joints of
masonry; course. The frame shall be erected in position and held plumb with strong support form north sides
and built in masonry as it is being built. The transom shall be through tenoned into the mortises of the jamb
pot to the full width of the jamb post and the thickness of the tenon shall be not less than
15 mm.
2.3.
Tolerance:
Unless specially mentioned otherwise tolerance of + 1.5. mm shall be allowed for each wrought face.
2.4.
The tenons shall be closely fitting into the mortises and suitably pinned with wood dowels not less
than 10 mm. dia. meter. The depth of rebates for housing the shutter shall be as shown in the detailed
drawing or as directed.
2.5.
The concrete surface of tenon and mortise shall be treated before putting together with an
adhesive of approved make.
2.6.
Minimum number of three hold-fasts shall be fixed on each side of door and windows frames,
one at the center point and the other two at 30 mm. from the top and bottom of the frames. In case of
windows and ventilators frames. The size c. each hold-fast shall be 300 x 25 x 6 mm. and of mild-steel with
split end. The hold fasts shall be fixed with screws to frames.
Signature of Contractor
225
2.7.
Mild steel hold fasts shall be protected with a coating of coal asphalt tar. The surface of frame
abutting the masonry or concrete faces shall be properly treated by applying a coat of approved coating.
SHUTTERS :
Material :
Flush door shall confirm to M-30 on page-16, paints shall confirm to M-44 on page -21 of Specification book.
Flush door shutters shall have a solid core and may be of the decorative or non-decorative (Paintable type
as per IS 2202 (Part I). Nominal thickness of shutters may be 25, 30, 35 or 40mm. Thickness and type of
shutters shall be as specified.
Width and height of the shutters shall be as shown in drawings or as indicated by the Engineer-in-Charge. All
four edges of the shutters shall be square. The shutter shall be free from twist or warp in its plane. The
moisture content in timbers used in the manufacture of flush door shutters shall be not more than 12 per cent
when tested according to IS 1708.
Core :
The core of the flush door shutters shall be a block board having wooden strips held in a frame constructed
of stiles and rails. Each stile and rail shall be a single piece without any joint. The width of the stiles and rails
including lipping, where provided shall not be less than 45 mm and not more than 75 mm. the width of each
wooden strip shall not exceed 30 mm. stiles, rails and wooden strips forming the core of a shutter shall be of
equal and uniform thickness. Wooden strips shall be parallel to the stiles.
End joints of the pieces of wooden strips of small lengths shall be staggered. In a shutter, stiles and rails
shall be of one species of timber. Wooden strips shall also be of one species only but it may or may not be of
the same species as that of the stiles and rails. Any species of timber may be used for core of flush door.
However, any non-coniferous (Hard wood) timber shall be used for stiles, rails and lipping.
Face Panel :
The face panel shall be formed by gluing, by the hot-press process on both faces of the core, either plywood
or cross-bands and face veneers. The thickness of the cross bands as such or in the plywood shall be
between 1.0 mm and 3.0 mm. The thickness of the face veneers as such or in the plywood shall be between
0.5 mm and 1.5 mm for commercial veneers and between 0.4 mm and 1.0 mm for decorative veneers,
provided that the combined thickness of both is not less than 2.2 mm. the direction of the veneers adjacent
to the core shall be at right angles to the direction of the wooden strips. Finished faces shall be sanded to
smooth even texture. Commercial face veneers shall conform to marine grade plywood and decorative face
veneers shall conform to type I decorative plywood in IS 1328.
Lipping :
Lipping, where specified, shall be provided internally on all edges of the shutters. Lipping shall be done with
battens of first class hardwood or as specified of depth not less than 25 mm. for double leaved shutters,
depth of the lipping at meeting or stiles shall be not less than 35 mm. joints shall not be permitted in the
lipping.
Rebating :
In the case of double leaves shutters the meeting of stiles shall be rebated by 8 mm to 10 mm. the rebating
shall be either splayed or square type as shown in drawing where lipping is provided. The depth of lipping at
the meeting of stiles shall not be less than 30 mm.
Opening for Glazing :
When required by the purchaser opening for glazing shall be provided and unless otherwise specified the
opening for glazing shall be 250 mm in height and 150 mm or 200 mm in width unless directed otherwise.
The bottom of the opening shall be at a height of 1.4 m from the bottom of the shutter. Opening for glazing
shall be lipped internally with wooden batten of width not less than 25 mm. opening for glazing shall be
provided where specified or shown in the drawing.
Venetian Opening :
Signature of Contractor
226
Where specified the height of the Venetian opening shall be 350 mm from the bottom of the shutter. The
width of the opening shall be as directed but shall provide for a clear space of 75 mm between the edge of
the door and venetian opening but in no case the opening shall extend beyond the stiles of the shutter. The
top edge of the opening shall be lipped internally with wooden battens of width not less than 25 mm.
Venetian opening shall be provided where specified or shown in the drawing.
Tolerance :
Tolerance on width and height shall be + 3 mm and tolerance on nominal thickness shall be + 1.2 mm. the
thickness of the door shutter shall be uniform throughout with a permissible variation of not more than 0.8
mm when measured at any two points.
Adhesive :
Adhesive used for bonding various components of flush door shutters namely, core, core frame, lipping,
cross – bands, face veneers, plywood etc. and for bonding plywood shall conform to BWP type, phenol
formaldehyde synthetic resin adhesive conforming to IS 848.
Tests :
Samples of flush door shutters shall be subjected to the following tests :
End Immersion Test
Knife Test
Glue Adhesion Test
One end of each sample shutter shall be tested for End Immersion Test. Two specimens of 150 x 150 mm
size shall be cut from the two corners at the other end of each sample shutter for carrying out Glue Adhesion
Test. Knife Test shall be done on the remaining portion of each sample shutter.
Sample Size :
Shutters of decorative and non-decorative type from each manufacturer, irrespective of their thickness shall
be grouped separately and each group shall constitute a lot. The number of shutters (Sample size) to be
selected at random from each lot for testing shall be as specified in Table. If the total number of shutters of
each type in a work (and not the lot) is less than twenty five testing may be done at the discretion of the
Engineer-in-Charge and in such cases extra payment shall be made for the sample shutter provided the
sample does not fall in any of the test specified as above.
For knife test, glue adhesive test, slamming test, the end immersion test, the number of shutters shall be as
per Col. 4 of below Table.
Sample Size and Criteria for Conformity
Lot Size
Sample Size
Upto 26 to 50
51 – 100
101 – 150
151 – 300
301 – 500
501 and above
8
13
20
32
50
80
Permissible
defective
0
1
1
1
2
2
no.
of
Sub. Sample size
1
2
2
3
4
5
Criteria for Conformity :
All the sample shutters when tested shall satisfy the requirements of the tests laid down in Appendix F of
Chapter 9 of CPWD specifications. The lot shall be declared as conforming to the requirements when
numbers of defective samples does not exceed the permissible number given in col. 3 of above table. If the
number of sample shutters found unsatisfactory for a test is one, twice the number of samples initially tested
shall be selected and tested for the test. All sample shutters so tested shall satisfy the requirement of the
test. If the number of samples found unsatisfactory for a test is two or more, the entire lot shall be considered
unsatisfactory.
Signature of Contractor
227
Fixing :
For side hung shutters of height upto 1.2m, each leaf shall be hung on two hinges at quarter points and for
shutter of height more than 1.2 m, each leaf shall be hung on three hinges one at the centre and the other
two at 200 mm from the top and bottom of the shutters. Top hung and bottom hung shutters shall be hung on
two hinges fixed at quarter points of top rail or bottom rail. Centre hung shutter shall be suspended on a
suitable pivot in the centre of the frame. Size and type of hinges and pivots shall be as specified. Flap of
hinges shall be neatly counter sunk into the recesses cut to the exact dimensions of flap. Screws for fixing
the hinges shall be screwed in with screw driver and not hammered in. Unless otherwise specified, shutters
of height more than 1.2 mm shall be hung on butt hinges of size 100 mm and for all other shutters of lesser
height butt hinges of size 75 mm shall be used. For shutter of more than 40 mm thickness butt hinges of size
125 x 90 x 4 mm shall be used. Continuous (piano) hinges shall be used for fixing cup-board shutters where
specified. The shutters shall be provided with Stainless steel fixtures and fastening and SS handle unless
otherwise specified including painting with priming coat of approved quality primer and two coats of oil
painting of approved make & shade etc complete as per drawing.
+
PAINTING
1.0.
Materials
1.1.
The ready mixed paint, brushing, wood primer pink shall conform to I.S. 3536-1966
2.0.
Workmanship
2.1.
Preparation of Surfaces :
2.2.1. All wood work shall be dry and free from any foreign matter incidental to building operations. Nails
shall be punched well below the surface to provide a film key for stopping. Moldings shall be carefully
smoothened with abrasive paper and projecting fibers shall be removed. Flat portions shall be smoothened
off with abrasive paper used across the grain prior to painting prior to painting and with the grain prior to
staining or if the wood is to be left in its natural colour, wood work which is to be stained may be smoothened
by scraping instead of by glass papering if so required.
2.2.2. Any knots, resinous, streaks or bluefish sap wood that are not large enough to justify cutting out
shall be treated with two coats of pure shellac knotting applied thinly and extended about 25 mm. beyond the
actual area requiring treatment.
2.2.
Application of primer :
2.2.1. After the preparation of the surface, the priming coat shall be applied immediately. The brushing
operations are to be adjusted to the spreading capacity advised by the manufacturer of the particular primer.
The paint shall be applied evenly and smoothly by means of crossing and laying off. The crossing and laying
off consists of covering the area over with paint, brushing alternately in opposite directions, two or three
times and then finally brushing lightly in a direction at right angles to the same. In this process, no brush
marks shall be left after the laying off is finished. The full process of crossing and laying off wall constitute
one coat.
2.2.2. During painting, every time, after the priming coat has been worked out of the brush bristles or after
the brush has been unloaded, the bristles of the brush shall be opened up by striking the brush against
portion of the unpainted surface with the end of the bristles, held at right angles to the surface, so
that bristles thereafter will collect the correct amount of paint when dipped again in to a paint container The
prima/y coat shall be allowed to dry completely before painting is started.
2.2.3. No hair marks from the brush or clogging at pain puddles in the corner of panels angles of moulding
etc.shall be left on the work
2.2.4. The container when not in use shall be kept close and free from air so that paint does not thickness
and also shall be kept guarded from dust.
+
1.0.
Materials
1.1.
Synthetic enamel paint shall conform to I.S. 1932-1964.
Signature of Contractor
228
2.0.
Workmanship
2.1.
General : The materials required for work of painting work shall be obtained directly from
approved manufactures or approved dealer and brought to the site in maker's drums; kegs. etc. with seal
unbroken.
2.1.2. All materials not in actual use shall be kept properly protected, lids of containers shall be kept closed
and surface of paint in open or partially open containers covered with a thin layer of turpentine to prevent
formation of skin. The materials which have become state or flat due to improper and long storage shall not
be used. The paint shall be stirred thoroughly in its container before pouring into small containers. While
applying also, the paint shall be continuously stirred in smaller container. No left over paint shall be put back
into stock tins. When not in use the containers shall be kept properly closed.
2.1.3. If for any reasons, things is necessary, the brand of thinner recommended by the manufacturer
shall be used.
2.1.4. The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt and grease
shall be thoroughly removed before painting is started. No painting on exterior or other exposed part o the
work shall be carried out in wet, damp or otherwise unfavorable weather and all the surfaces shall
be thoroughly dry before painting work is started.
2.2.
Application of paint:
2.2.1. Brushing operations are to be adjusted to the spreading capacity advised by the manufacture of
particular paint. The paint shall be applied evenly and smoothly by means of crossing and laying off. The
crossing and laying off consists of covering the area over with paint, brushing the surface hard for the first
time over and then brushing alternately in opposite directions two or three times and then finally brushing
lightly in a direction at right angles to the same. In this process, no brush marks shall be left after the -laying
off is finished. The full process of crossing and laying off will constitute one coat.
2.2.2. Each coat shall be allowed to dry completely and lightly rubbed with very fine grade of sand-paper
and loose particles brushed off before next coat is applied. Each coat shall vary slightly in shade
and shall be got approved from Engineer-in-charge before next coat is started.
2.2.3. Each coat the last shall be lightly rubbed down with sand paper of fine pumice stone and cleaned of
dust before the next coat is applied. No hair marks from the brush of clogging of paint puddles in the corners
of panels, angles of moldings etc. shall be left on the work.
2.2.4.
Approved best quality brushes shall be used.
The synthetic enamel paint shall be used for painting on new wood/wood based surfaces. In painting doors
and windows, the putty, round the glass panes also be painted but care shall be taken to see that no paint,
stain etc. are left on the glass. Top of shutters and surfaces in similar hidden locations shall not be left out in
painting.
Measurements :
Length and width of the shutters shall be measured to the nearest cm in closed position covering the rebates
of the frames but excluding the gap between the shutter and the frame. Overlap of two shutters shall not be
measured.
All work shall be measured net as fixed and area calculated in square metres to nearest two places of
decimal. No deduction shall be made for providing venetian opening and opening for glazing.
Rate :
The rate includes the cost of material and labour involved in all the operations described above. Extra rate
shall be payable for providing rebates in double leaved shutters. Glazing when provided shall be measured
and paid for separately as, for paneling of each type or for glazed panel length and width of opening for
panels inserts or glazed panels shall be measured correct to a cm before fixing the beading and the area
shall be calculated to the nearest 0.01 sq.m. The portions of panel inserts or glazed panel inside the grooves
or rebates shall not be measured for payment.
Signature of Contractor
229
The teakwood frame of size 125mm X 75mm shall be provided.
Item No. 15
Providing and fixing anodised aluminium work for WINDOWS AND VENTILATORS with Anodised
aluminium ( anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic
coating of grade AC 15 ) heavy duty extruded built up standard tubular sections/appropriate Z
sections and other sections of approved make conforming to IS: 733 and IS : 1285, fixed with rawl
plugs and screws or with fixing clips, or with expansion hold fasts including necessary filling up of
gaps at junctions, at top, bottom and sides with required PVC/neoprene felt or sealent so as to make
all joints waterproof etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle, auminium snap beading for glazing /
panelling, stainless steel screws as per architectural drawings and the directions of Engineer-incharge and incl. providing and fixing glazing in aluminium WINDOW AND VENTILATOR shutters etc.
with EDPM gasket etc. complete as per the architectural drawings and the directions of engineer-incharge with 6.0 mm thick plain float glass panel of approved shade and approved make and fixed to
the frames and frames fixed to the walls. The framed ends shall have required brushings for proper
sealing.
The Window shall be Two Track with sliding shutters and the frame section of size 101.6 x 44.45 x
2.01 of weighing 1.605 Kg./Rmt., window frame with bottom member of size 61.85 x 31.75 x 1.5
weighing 0.909 Kg./Rmt. top and sides member of size 61.85 x 31.75 x 1.5 weighting 0.784 Kg./Rmt.
With shutter frame of top member of size 40 x 18 x 1.55 weighing 0.547 kg / Rmt and bottom member
of size 52 x 18 x 1.56 weighing 0.651 kg / Rmt, interlock member of size 40 x 18 x 1.45 weighing .607
kg / Rmt ,and handle member of size 40 x 18 x 1.55 weighing 0.547 kg / Rmt of extruded alluminium
colour anodized section and frames with necessary aluminium handles and locking arrangement etc.
complete including necessary cutting and making good etc. complete.
The item shall be carried out as per specification of item-41 of Detailed Specifications for Schedule-B-1,
The window shall be two track with sliding shutter.
Item No. 16
Providing and fixing Aluminum ventilation of section with frame of 38.10 mm x 25.4 mm x 1.44 mm
having glazing patta of size 50 mm x 3 mm with 5 mm thick plain glass fixing with glazing clips
including rubber gasket etc , complete
The item shall be carried out as per specification of item-43 of Detailed Specifications for Schedule-B-1,
Item No. 17
Providing and fixing M.S. grills/railings of required pattern to wooden frames/or Marble Frame of
window/balcony etc. with M.s. flats at required spacing and frames all-round, square or round bars
fixed with round headed bolts and nuts or by screws, including oil painting with one coat of primer of
approved quality and brand & two coats of synthetic enamel oil paint etc. complete as per detail
drawing and as directed by Engineer in charge.
(B) Plain grill
The item shall be carried out as per specification of item-44 of Detailed Specifications for Schedule-B-1,
Item No. 18
Providing 15 mm. thick cement plaster in single coat on fair side of Brick/concrete walls for interior
plastering upto floor two level and finished even and smooth in :
[ii] Cement mortar 1:4 [1 cement: 4 sand)
Ground Floor
The item shall be carried out as per specification of item-48 of Detailed Specifications for Schedule-B-1,
Item No. 19
Signature of Contractor
230
Extra for Finishing with a floating coat of neat cement slurry
Upto Floor Two level.
Ground Floor
The item shall be carried out as per specification of item-49 of Detailed Specifications for Schedule-B-1,
Item No. 20
Providing & applying 10 mm thick cement plaster in single coat on fair side of Ceiling surface/
Sloping Roof etc. for Ground Floor upto floor two levels finished even and smooth in C.M. 1:4 (1
cement : 4 Sand ) including necessary curing, scaffolding, in true line and level etc. complete as
directed by Engineer in Charge.
Ground Floor
The item shall be carried out as per specification of item-50 of Detailed Specifications for Schedule-B-1,
Item No. 21
Providing & applying 20mm thick sand faced cement plaster on walls upto 10m height from ground
level consisting of 12mm thick backing coat of C.M. 1:3 (1 cement : 1 sand ) and 8mm thick finishing
coat of C.M. 1:1 (1 cement : 1 sand) including curing, necessary scaffolding in true line & level etc.
comp. as directed by Engineer in charge
The item shall be carried out as per specification of item-57 of Detailed Specifications for Schedule-B-1,
Item No. 22
Providing and fixing 150 mm wide, approved quality chicken wire mesh at junction of brick work and
RCC work or two dissimilar surfaces, at all heights fixed by nails, rowal plugs or tag by cement
mortar 1:3 before applying the plaster, including curing, scaffolding all complete as directed.
The item shall be carried out as per specification of item-59 of Detailed Specifications for Schedule-B-1,
Item No. 23
Wall painting ( Two Coats ) with plastic emulsion paint of approved brand and manufacture on wall
surfaces to give and even shade including thoroughly brushing the surface free from mortar
dropings and other foreign matter and sand papered smooth with one coat of primer and two coats
of wall putty of approved brand at all floor and heights.
The item shall be carried out as per specification of item-63 of Detailed Specifications for Schedule-B-1,
Two coat shall be applied instead of three coats.
Item No. 24
Wall painting ( Two Coats ) with plastic emulsion paint of approved brand and manufacture on
ceilings and sloping roofs surfaces to give and even shade including thoroughly brushing the
surface free from mortar dropings and other foreign matter and sand papered smooth with one coat
of primer and two coats of wall putty of approved brand at all floor and heights.
The item shall be carried out as per specification of item-64 of Detailed Specifications for Schedule-B-1,
Two coat shall be applied instead of three coats.
Item No. 25
Finishing walls with Acrylic smooth exterior paint of required shade :- New work ( Two or more coat
applied @ 1.67 lit / 10 sqm over and including base coat of water proofing cement paint applied @ 2.2
Kg / 10 sqm )
The item shall be carried out as per specification of item-65 of Detailed Specifications for Schedule-B-1,
Item No. 26
Signature of Contractor
231
Applying priming coat over Old Steel and other metal surface after over and including preparing the
surface by throughly cleaning oil, grease dirt and other foreign matter and scoured with brushes fine
steel wool, scrapers and sand paper with ready mixed priming paint brushing red lead.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. , relevant
drawings and as per the instructions of Engineer in Charge. The work shall be carried out as per item
description and relevant IS specification.
1.0. Materials
1.1. The ready mixed primer, brushing red shall conform to I.S. 102-1962.
1.2. The thinner (linseed oil) shall conform to I.S. 75-1973. If for any reason, thinning is necessary m case of
ready mix paint the brand of thinner recommended by manufacture shall be used.
2.0. Workmanship
2.1. Preparation of surfaces : The old surfaces to be painted shall be cleaned of all rust, scale, dirt and other
foreign matter sticking to it with wire brushes, steel wool, scrapers, sand paper etc. This surface shall then be
wiped finally with mineral turpentine which shall also remove grease and perspiration of hand marks. The surface
shall then be allowed to dry.
2.2. Application of primer :
2.2.1. After the preparation of the surface, the priming coat shall be applied immediately. The brushing operations
are to be adjusted to the spreading capacity advised by the manufacturer of the particular primer. The paint shall
be applied evenly and smoothly by means of crossing and laying off. The crossing and laying off consists of
covering the area over with paint, brushing alternately in opposite directions, two or three times and then finally
brushing lightly in a direction at right angles to the same. In this process, no brush marks shall be left after the
laying off is finished. The full process of crossing and laying off wall constitute one coat.
2.2.2. During painting, every time, after the priming coat has been worked out of the brush bristles or after the
brush has been unloaded, the bristles of the brush shall be opened up by striking the brush against portion of the
unpainted surface with the end of the bristles, held at right angles to the surface, so that bristles thereafter will
collect the correct amount of paint when dipped again in to a paint container. The prima/y coat shall be allowed to
dry completely before painting is started.
2.2.3. No hair marks from the brush or clogging at pain puddles in the corner of panels angles of molding etc.
shall be left on the work
2.2.4. Special care shall be taken while painting over bolts, nuts, rivets, overlaps etc.
2.2.5. The container when not in use shall be kept close and free from air so that paint does not thickness and
also shall be kept guarded from dust.
3.0. Mode of measurements & payment
3.1. The old steel and other metal surface shall be measured under this item.
3.2. All the work shall be measured net in the decimal system, as executed subject to the following limits unless
otherwise stated hereinafter.
(a) Dimensions shall be measured to the nearest 0.01 meter.
(b) Areas shall be worked out to the nearest 0.01 sq. meter.
3.3. No deductions shall be made for openings not exceeding 0.5 sq. mt. each and no addition shall be made
for painting to beddings, moldings, edges, jambs, soffits, sills etc. of such opening.
3.4. In case of fabricated structural steel and iron work, priming coat of paint shall be included with
frabation. In case of trusses if measured in sq. m. compound girders, stanchions, lattices, grader and similar work,
actual area shall be measured in sq. m. and no extra shall be paid for painting on bolts heads, nuts, washers etc.
No addition shall be made to 1 he weight calculated for the purpose of measurements of steel and iron works for
paint applied on shop or at site.
3.5. The different surfaces shall be grouped into one general item, areas of uneven surfaces being converted
into equivalent plain areas in accordance with the table given as per Annexure-ll for payment.
Signature of Contractor
232
3.6. The rate shall be for a unit of One sq, meter.
Item No. 27
Painting one coat (excluding priming coat) on previously painted steel and other metal surface with
synthetic enamel paint brushing to give an even shade including cleaning the surface of all dirt, dust
and other foreign matter.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. , relevant
drawings and as per the instructions of Engineer in Charge. The work shall be carried out as per item
description and relevant IS specification.
1.0. Materials
Synthetic enamel paint shall conform to I.S. 1932-1964.
2.0. Workmanship
2.1. General : The materials required for work of painting work shall be obtained directly from approved
manufactures or approved dealer and brought to the site in maker's drums; kegs. etc. with seal unbroken.
2.1.2. All materials not in actual use shall be kept properly protected, lids of containers shall be kept closed and
surface of paint in open or partially open containers covered with a thin layer of turpentine to prevent formation of
skin. The materials which have become state or flat due to improper and long storage shall not be used. The paint
shall be stirred thoroughly in its container before pouring into small containers. While applying also, the paint shall
be continuously stirred in smaller container. No left over paint shall be put back into stock tins. When not in use the
containers shall be kept properly closed.
2.1.3. If for any reasons, things is necessary, the brand of thinner recommended by the manufacturer shall be
used.
2.1.4. The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt and grease shall be
thoroughly removed before painting is started. No painting on exterior or other exposed part o the work shall be
carried out in wet, damp or otherwise unfavorable weather and all the surfaces shall be thoroughly dry before
painting work is started.
2.2. Application of paint:
2.2.1. Brushing operations are to be adjusted to the spreading capacity advised by the manufacture of particular
paint. The paint shall be applied evenly and smoothly by means of crossing and laying off. The crossing and laying
off consists of covering the area over with paint, brushing the surface hard for the first time over and then brushing
alternately in opposite directions two or three times and then finally brushing lightly in a direction at right angles to
the same. In this process, no brush marks shall be left after the -laying off is finished. The full process of crossing
and laying off will constitute one coat.
2.2.2. Each coat shall be allowed to dry completely and lightly rubbed with very fine grade of sand-paper and
loose particles brushed off before next coat is applied. Each coat shall vary slightly in shade and shall be got
approved from Engineer-in-charge before next coat is started.
2.2.3. Each coat the last shall be lightly rubbed down with sand paper of fine pumice stone and cleaned of dust
before the next coat is applied. No hair marks from the brush of clogging of paint puddles in the corners of panels,
angles of moldings etc. shall be left on the work.
2.2.4. Special care shall be taken while painting over bolts, nuts, rivets, overlaps etc. Approved best quality
brushes shall be used.
3.0. Mode of measurements & payment
3.1. The new steel and other metal surface shall be measured under this item.
3.2. All the work shall be measured net in the decimal system, as executed subject to the following limits unless
otherwise stated hereinafter.
(a) Dimensions shall be measured to the nearest 0.01 meter.
(b) Areas shall be worked out to the nearest 0.01 sq. meter.
Signature of Contractor
233
3.3. No deductions shall be made for openings not exceeding 0.5 sq. mt. each and no addition shall be made
for painting to beddings, moldings, edges, jambs, soffits, sills etc. of such opening.
3.4. In case of fabricated structural steel and iron work, priming coat of paint shall be included with
frabation. In case of trusses if measured in sq. m. compound girders, stanchions, lattices, grader and similar work,
actual area shall be measured in sq. m. and no extra shall be paid for painting on bolts heads, nuts, washers etc.
No addition shall be made to 1 he weight calculated for the purpose of measurements of steel and iron works for
paint applied on shop or at site.
3.5. The different surfaces shall be grouped into one general item, areas of uneven surfaces being converted
into equivalent plain areas in accordance with the table given as per Annexure-ll for payment.
3.6. The rate shall be for a unit of One sq, meter.
The painting shall be carried out on previously painted steel and other metal surfaces using synthetic enamel paint
in one coat.
Item No. 28
Applying priming coat over Old wood and wood based surface after and including preparing the
surface by throughly cleaning oil, grease, dirt and other foreign matter sand papering and knotting.
(B) Ready Mixed paint, brushing wood primer pink.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. , relevant
drawings and as per the instructions of Engineer in Charge. The work shall be carried out as per item
description and relevant IS specification.
1.0. Materials
1.1. The ready mixed paint, brushing, wood primer pink shall conform to I.S. 3536-1966
2.0. Workmanship
2.1. Preparation of Surfaces :
2.2.1. All wood work shall be dry and free from any foreign matter incidental to building operations. Nails shall
be punched well below the surface to provide a film key for stopping. Moldings shall be carefully smoothened with
abrasive paper and projecting fibers shall be removed. Flat portions shall be smoothened off with abrasive paper
used across the grain prior to painting prior to painting and with the grain prior to staining or if the wood is to be left
in its natural colour, wood work which is to be stained may be smoothened by scraping instead of by glass
papering if so required.
2.2.2. Any knots, resinous, streaks or bluefish sap wood that are not large enough to justify cutting out shall be
treated with two coats of pure shellac knotting applied thinly and extended about 25 mm. beyond the actual area
requiring treatment.
2.2. Application of primer :
2.2.1. After the preparation of the surface, the priming coat shall be applied immediately. The brushing operations
are to be adjusted to the spreading capacity advised by the manufacturer of the particular primer. The paint shall
be applied evenly and smoothly by means of crossing and laying off. The crossing and laying off consists of
covering the area over with paint, brushing alternately in opposite directions, two or three times and then finally
brushing lightly in a direction at right angles to the same. In this process, no brush marks shall be left after the
laying off is finished. The full process of crossing and laying off wall constitute one coat.
2.2.2. During painting, every time, after the priming coat has been worked out of the brush bristles or after the
brush has been unloaded, the bristles of the brush shall be opened up by striking the brush against portion of the
unpainted surface with the end of the bristles, held at right angles to the surface, so that bristles thereafter will
collect the correct amount of paint when dipped again in to a paint container The prima/y coat shall be allowed to
dry completely before painting is started.
2.2.3. No hair marks from the brush or clogging at pain puddles in the corner of panels angles of molding etc.
shall be left on the work
2.2.4. Special care shall be taken while painting over bolts, nuts, rivets, overlaps etc.
Signature of Contractor
234
2.2.5. The container when not in use shall be kept close and free from air so that paint does not thickness and
also shall be kept guarded from dust.
3.0. Mode of measurements & payment
3.1. The new / old wood surface shall be measured under this item.
3.2. All the work shall be measured net in the decimal system, as executed subject to the following limits unless
otherwise stated hereinafter.
(a) Dimensions shall be measured to the nearest 0.01 meter.
(b) Areas shall be worked out to the nearest 0.01 sq. meter.
3.3. No deductions shall be made for openings not exceeding 0.5 sq. mt. each and no addition shall be made
for painting to beddings, moldings, edges, jambs, soffits, sills etc. of such opening.
3.4. The rate shall be for a unit of One sq. meter.
Item No. 29
Painting one coat ( excluding priming coat ) on previously painting wood and wood based surface
with enemel paint to give an even shade including cleaning of all dirt, dust and other foreign matter.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. , relevant
drawings and as per the instructions of Engineer in Charge. The work shall be carried out as per item
description and relevant IS specification.
1.0. Materials and Workmanship
1.0. Materials
1.1. The enamel paint shall conform to I.S. 133-1975.
2.0. Workmanship
2.1. General : The materials required for work of painting work shall be obtained directly from approved
manufactures or approved dealer and brought to the site in maker's drums; kegs. etc. with seal unbroken.
2.1.2. All materials not in actual use shall be kept properly protected, lids of containers shall be kept closed and
surface of paint in open or partially open containers covered with a thin layer of turpentine to prevent formation of
skin. The materials which have become state or flat due to improper and long storage shall not be used. The paint
shall be stirred thoroughly in its container before pouring into small containers. While applying also, the paint shall
be continuously stirred in smaller container. No left over paint shall be put back into stock tins. When not in use the
containers shall be kept properly closed.
2.1.3. If for any reasons, things is necessary, the brand of thinner recommended by the manufacturer shall be
used.
2.1.4. The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt and grease shall be
thoroughly removed before painting is started. No painting on exterior or other exposed part o the work shall be
carried out in wet, damp or otherwise unfavorable weather and all the surfaces shall be thoroughly dry before
painting work is started.
2.2. Application of paint:
2.2.1. Brushing operations are to be adjusted to the spreading capacity advised by the manufacture of particular
paint. The paint shall be applied evenly and smoothly by means of crossing and laying off. The crossing and laying
off consists of covering the area over with paint, brushing the surface hard for the first time over and then brushing
alternately in opposite directions two or three times and then finally brushing lightly in a direction at right angles to
the same. In this process, no brush marks shall be left after the -laying off is finished. The full process of crossing
and laying off will constitute one coat.
2.2.2. Each coat shall be allowed to dry completely and lightly rubbed with very fine grade of sand-paper and
loose particles brushed off before next coat is applied. Each coat shall vary slightly in shade and shall be got
approved from Engineer-in-charge before next coat is started.
2.2.3. Each coat the last shall be lightly rubbed down with sand paper of fine pumice stone and cleaned of dust
Signature of Contractor
235
before the next coat is applied. No hair marks from the brush of clogging of paint puddles in the corners of panels,
angles of moldings etc. shall be left on the work.
2.2.4. Special care shall be taken while painting over bolts, nuts, rivets, overlaps etc. Approved best quality
brushes shall be used.
Above specifications shall be followed except that the painting work shall be carried out on previously painted
wood and wood based surfaces with enamel paint to give even shade in one coat.
3.0. Mode of measurements & payment
3.1. The new / old wood surface shall be measured under this item.
3.2. All the work shall be measured net in the decimal system, as executed subject to the following limits unless
otherwise stated hereinafter.
(a) Dimensions shall be measured to the nearest 0.01 meter.
(b) Areas shall be worked out to the nearest 0.01 sq. meter.
3.3. No deductions shall be made for openings not exceeding 0.5 sq. mt. each and no addition shall be made
for painting to beddings, moldings, edges, jambs, soffits, sills etc. of such opening.
3.4. The rate shall be for a unit of One sq. meter.
Item No. 30
Providing and laying polished Kotah Stone Slab flooring over 20mm ( average )thick base of cement
mortar 1 : 6 ( 1 cement : 6 Coarse sand ) or L.M 1:1.5 laid over and jointed with grey cement slurry
including rubbing and polishing etc. complete.
25mm Thick
1.0.
Materials
1.1.
Water shall conform to M-1. Lime mortar shall conform to M-10. Cement mortar shall conform
to M-11 Polished kota stone shall conform to M-49,
2.0.
Workmanship
2.1.
Each slab shall be cut to the required size and shape and fine chisel dressed at all the edges. The
sides trust dressed shall have a full contract if a straight edge is laid along. The sides shall be table rubbed
with coarse sand before paving. All angles and edges of the slabs shall be true square and free from
chippings and giving a plane surface. The thickness shall be 25 mm. (Average) as specified in the item but
not less than 20 mm. at any place of the slab.
2.2.
Bedding for the Kota stone slabs shall be of cement mortar 1:6 (1 cement : 6 coarse
sand) or L.M. 1:1.5 of average thickness 20 mm given in the description of the item. Sub
grade shall be cleaned, wetted and mopped Mortar of the specified mix and thickness shall
then be spread on an area sufficient to receive one kota stone slab. The slab shall be
washed clean before laying. It shall be laid on top, pressed, tapped gently to bring it in level
with the other Slabs.It shall then be lifted & laid aside.
Top surface of the mortar shall then be corrected by adding fresh mortar at hollow position and tapped with
wooden mallet till it is properly padded in level with and close to the adjoining slab. The joint shall be as fine
as possible. The slabs fixed in the floor adjoining the walls shall enter not less than 10 mm. under the
plaster, skirting or dedo. The junction between the wan and floor shall be finished neatly. The finished
surface shall be true to levels and slopes as directed
2.3.
The floor shall be kept wet for a minimum period of 7 days so that bedding and joints set properly
2.4.
Polishing shall be normally commenced after 14 days of laying the stone slab. First polishing shah
be done with carborundum stones of 120 grade grit fitted in the heavy machine and then second polishing
shall be done with carborundum stone of 220 to 350 grade grit fitted in heavy machine. Water shall
be properly used during polishing. The stone shall then be washed clean with water When directed by the
Engineer-in-charge, wax polish of approved quality shall be applied on the surface with the help of soft cloth
over a clean and dry surface. Then the polishing machine fitted with bobs shall be run over it.
Signature of Contractor
236
2.5.
cost.
The holes required for Nahni traps, pipes and any other fittings shall be made, without any extra
3.0.
Measurement & payment
3.1.
The rate shall include the cost of all materials and labour involved in ail the operations described
above. The kota stone flooring shall be measured in square meters correct to two places decimal, length and
breadth shall be measured correct to a centimeter and between the finished face of skirting dedo plaster and
no deduction shall be made nor extra paid for any opening in floor of areas up to 0 1 sq
3.2.
The rate shall be for a unit of one sq. meter
Item No. 31
Providing and laying polished Kotah Stone Slab 25mm thick in risers od Steps, dedo and pillars laid
on 10mm thick cement mortar 1 : 3 ( 1 cement : 3 Coarse sand ) and jointed with grey cement slurry
including rubbing and polishing etc. complete.
1.0.
Materials
Water shall conform to M-1. Cement mortar shall conform to M-11. Kota stone slab 25 mm thick shall conform to M49.
2.0.
Workmanship
2.1.
The relevant specifications of item No.30 shall be followed except that the kota stout-fixed for risers of
steps, dedo or skirting in C.M. 1:3 and the polishing shall be done manually instead of machine polishing.
3.0.
Mode of measurements and payment
3.1.
The risers of steps, skirting or dedo shall be measured in sq. meter Length shall be measured along
the finished faces of risers, skirting or dedo. Height shall be measured from finished level of treads of floor to
top. Lining of pillars shall be measured under this item.
3.2.
The rate shall be for a unit of one sq. meter.
Item No. 32
Providing and laying 600 mm x 600 mm Anti skid / Glossy Vitrified full body 10 mm thick tiles of
approved make & quality and color incl. re cutting square edges for joint free pattern in flooring,
treads of steps landing etc. over 20mm ( average ) base of Cement Mortar 1:6 on new surface jointed
with color cement slurry including finish with flush pointing in white cement and cleaning the
surface etc complete.
The item shall be carried out as per specification of item-70 of Detailed Specifications for Schedule-B-1,
Item No. 33
Providing and laying 600 mm x 600 mm Anti skid / Glossy Vitrified full body 6 to 8 mm thick tiles of
approved make & quality and color incl. re cutting square edges for joint free pattern in dado,
skirting, riser of steps on 10 mm thick cement plaster jointed with color cement slurry including
finish with flush pointing in white cement and cleaning the surface etc complete.
The item shall be carried out as per specification of item-71 of Detailed Specifications for Schedule-B-1,
Item No. 34
Providing and laying broken China Mosaic flooring for terrace using 12mm to 20mm broken pieces of
glazed tiles to be laid over cement mortar 1 : 3 to plain or slop and to be tempered to bring mortar
crème out upto surface using with cement including rounding of junctions and extenling them up to
15cm along the wall cleaning with water oxalic acide etc, complete as directed.
The item shall be carried out as per specification of item-78 of Detailed Specifications for Schedule-B-1,
Signature of Contractor
237
Item No. 35
Providing, laying and jointing to level and slope 75 mm dia rigid ISI make of approved make PVC
pipes of working pressure 6 Kg./sq.cm for "horizontal drainage" line in floors incl. necessary fittings
such as bends, tees, clamps, rubber packing ring etc. testing of pipe line, jointing with adhesive
solvent cement including cost of jointing materials and all other necessary fixtures. fitted air and
water tight testing the line etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-82 of Detailed Specifications for Schedule-B-1,
Item No. 36
Providing, laying and jointing to level and slope 110 mm dia rigid ISI make of approved make PVC
pipes of working pressure 6 Kg./sq.cm for "horizontal drainage" line in floors incl. necessary fittings
such as bends, tees, clamps, rubber packing ring etc. testing of pipe line, jointing with adhesive
solvent cement including cost of jointing materials and all other necessary fixtures. fitted air and
water tight testing the line etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-83 of Detailed Specifications for Schedule-B-1,
Item No. 37
Providing, laying & jointing to level and slope 75 mm dia ISI PVC pipes of working pressure 6 KG per
Sq.cm for "vertical drainage" line including all necessary fittings such as bends, 'Y' door bend, tees,
one way joints, two way joints, rubber packing ring fixing the same concealed in the wall, in true line
and level with help of PVC clamps at every two meter including jointing with adhesive solvent
cement including the cost of all types of fixing materials and all other necessary fixtures, including
fixing air and water tight testing the line etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-84 of Detailed Specifications for Schedule-B-1,
Item No. 38
Providing, laying & jointing to level and slope 110 mm dia ISI PVC pipes of working pressure 6 KG
per Sq.cm for "vertical drainage" line including all necessary fittings such as bends, 'Y' door bend,
tees, one way joints, two way joints, rubber packing ring fixing the same concealed in the wall, in
true line and level with help of PVC clamps at every two meter including jointing with adhesive
solvent cement including the cost of all types of fixing materials and all other necessary fixtures,
including fixing air and water tight testing the line etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-85 of Detailed Specifications for Schedule-B-1,
Item No. 39
Providing, lowering, laying and jointing in true line and level 110 mm dia 6 kg / sq.cm. working
pressure rigid ISI Supreme / Finolex PVC pipe for "Rainwater" pipeline fitted concealed in walls
including all necessary fittings such as bends, shoe bends etc including testing of pipes and joints
fixing the same with PVC clips at two meters c/c and jointed with adhesive solvent cement including
the cost of all material, fixing air and water tight, testing the line etc. complete as directed by
Engineer in charge.
The item shall be carried out as per specification of item-86 of Detailed Specifications for Schedule-B-1,
Item No. 40
Construction of brick masonry chamber inside dimension as below & required depth for drainage
pipeline, with required inlet and outlet for under ground C.I. inspection chamber and with 230 mm
thick brick wall having crushing strength not less than 35 Kg. /sq.cm. in C.M.1:5 (1cement : 5 sand)
C.I. Cover with frame(Light duty 455 mm X 610 mm internal dimension, total weight of cover with
frame not less than 38 Kg. ( weight of cover 23 Kg and weight of frame 15 Kg),R.C.C. top slab with
1:2:4 ( 1 cement : 2 coarse sand : graded stone aggregate 20mm nominal size B.T. Kapchi)
foundation concrete 1:5:10) (1 cement : 5 sand :10graded stone aggregate 40 mm nominal size)
inside plaster 15mm thick in cement mortar 1:3 (1cement : 3 sand ) finished smooth with floating
Signature of Contractor
238
coat of neat cement slurry on walls and bed concrete curing etc. in true line and level/slope etc.
complete as directed by Engineer In charge.
Inside dimension 600 mm x 850 mm and 450 deep or more for pipe line with one or two inlets.
The item shall be carried out as per specification of item-87 of Detailed Specifications for Schedule-B-1,
Item No. 41
Providing and fixing earthenware vitreous china clay Light in colour 'CERA' or equivalent make
Indian type Orissa pan W.C. of 580mm x 450mm size including fixing with C I 100mm dia pipe
connection upto outface of wall including fixing in proper position bed concrete with C.M. 1:3 ( 1
cement : 3 sand ) in true line and level and slope with integrated foot rest and „P‟ or „S‟ trap including
the flush connection including testing, cleaning, curing etc complete as directed by Engineer in
charge.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Material :
The specification of orissa type white glazed water closet of first quality shall confirm to M-61 on page No.
25, water shall confirm to M-1 on page 9 cement shall confirm to M-56 on Page No. 25 of book Vol. land the
PVC pipes & fittings shall confirm to P.W.D. had book relevant IS specification & manufacturer‟s specification
of approved quality fixed to outside face to wall.
Workmanship :
The pan shall be sunk into the floor and embedded in a cushion of average 15cm cement concrete 1:4:8
(1cement :4 fine sand :8 graded stone aggregate or brick aggregate 40mm nominal size) or as specified. the
concrete shall be left 115mm below the top level of the pan so as to allow for flooring and its bed concrete
the floor should be suitable sloped so that the waste water is drained into the pan, P or S trap shall be fixed
with pan and P.V.C pipe with solution shall confirm to manufacturers standard & specification. The pan shall
be provided with a 100mm dia „P‟ or „S‟ trap as specified in the item with an approximately 50mm seal. The
joint between the pan and the trap shall be made leak proof with solution & keeping rubber ring 35mm dia.
G.I. pipe of medium grade shall be fixed for flushing cistern under the bed from flush cock to the W.C. pan.
The W.C. pan shall be cleaned neatly with the dilute acid before handing over the same.
All materials like W.C. Orissa Pan, P or S trap 100mm dia, P.V.C. pipe 25mm dia. G.I. pipes etc. shall be as
approved specification in general and after the closet as completed fitted, it shall be tested as per
requirement and it shall be taken as completed when all the tests are satisfied.
The rate provided for complete job including all materials and G.I. pipe embedded in flooring between flush
and pan and labour as mentioned above.
The payment shall be made per number basis.
Item No. 42
Providing and fixing chromium plated brass half turn 25 mm dia. Flush Cock of approved quality
including fixing in pipe line etc. complete as directed by Engineer Incharge.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
1.0.
Materials : Chromium plated brass half turn flush cock shall conform to M-67.
2.0.
Workmanship
The hall turn flush cock of specified diameter shall be fixed as directed. The flush cock shall be fixed in G.I. pipe
line with necessary fittings. The joints shall be made leak proof by using spun yarn and white Zink. The fixing work
shall be carried out as per relevant specifications of item No. 23.2(4) of specification for Building work booklet.
3.0.
Mode of measurements and payment
Signature of Contractor
239
3.1.
The rate includes cost of all materials and lobour required for satisfactory completion of this item
including fittings.
3.2.
The rate shall be for a unit of One number.
Item No. 43
Providing and fixing 15mm dia. brass polished bright screw down Bib taps in pipeline of approved
quality etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-93 of Detailed Specifications for Schedule-B-1,
Item No. 44
Providing and fixing 40mm dia. gun metal check or non return full way wheel valve in pipeline of
approved quality etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-95 of Detailed Specifications for Schedule-B-1,
Item No. 45
Providing and fixing 25mm dia. gun metal check or non return full way wheel valve in pipeline of
approved quality etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-96 of Detailed Specifications for Schedule-B-1,
Item No. 46
Providing & fixing 75 mm dia. PVC " Cowl Vent" of ISI make of working pressure 4 Kg/sq.cm. with
adhesive solvent cement etc. in true line and level etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-97 of Detailed Specifications for Schedule-B-1,
Item No. 47
Providing & fixing 110 mm dia. PVC " Cowl Vent" of ISI make of working pressure 4 Kg/sq.cm. with
adhesive solvent cement etc. in true line and level etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-98 of Detailed Specifications for Schedule-B-1,
Item No. 48
Providing and fixing UPVC pipes, having thermal stability for hot and cold water supply including all
UPVC plain and brass threaded fittings including fixing the pipe with clamps at 1m spacing. This
includes jointing of pipes and fittings with one step UPVC solvent cement and the cost of cutting
chases and making good the same including testing of joints complete as per direction of engineer
in charge.
40mm dia pipes
The item shall be carried out as per specification of item-99 of Detailed Specifications for Schedule-B-1,
Item No. 49
Providing and fixing CONCELAED UPVC pipes, having thermal stability for hot and cold water supply
including all UPVC plain and brass threaded fittings including fixing the pipe with clamps at 1m
spacing. This includes jointing of pipes and fittings with one step UPVC solvent cement and the cost
of cutting chases and making good the same including testing of joints complete as per direction of
engineer in charge.
25mm dia pipes
The item shall be carried out as per specification of item-100 of Detailed Specifications for Schedule-B-1,
Item No. 50
Signature of Contractor
240
Providing and fixing CONCELAED UPVC pipes, having thermal stability for hot and cold water supply
including all UPVC plain and brass threaded fittings including fixing the pipe with clamps at 1m
spacing. This includes jointing of pipes and fittings with one step UPVC solvent cement and the cost
of cutting chases and making good the same including testing of joints complete as per direction of
engineer in charge.
15mm dia pipes
The item shall be carried out as per specification of item-101 of Detailed Specifications for Schedule-B-1,
Item No. 51
Providing & fixing P.V.C. " Nahni trap" of 75mm dia inlet and 75mm dia outlet nominal diameter of
self cleaning design with P.V.C. grating including fixing P.V.C reducer of 110 mm dia to 75 mm dia
and jointing with adhesive solvent cement including cost of cutting and making good the walls and
floors etc. complete as directed by engineer in charge.
The item shall be carried out as per specification of item-103 of Detailed Specifications for Schedule-B-1,
Item No. 52
Providing and fixing Flat back long pattern Urinal of approved quality including urinal flush
valve 15 mm size control cock with 300 mm long connecting CP pipe and nuts and PVC
waste coupling and concealed waste pipe etc comp.
(A) Earthenware 635 x 395 x 420 mm
The item shall be carried out as per specification of item-104 of Detailed Specifications for Schedule-B-1,
Item No. 53
Providing & fixing Light color flats vitreous China "Wash basin" of size 550 mm X 400 mm with single
hole for pillar tap with C.I. or M.S. brackets (painted white ) including cutting holes and making good
the same, including 40 mm dia C.P. brass waste, 40 mm dia waste pipe, 15mm dia flexible pipe and
rubber plugs,15mm dia stop cock etc. complete as directed by Engineer
The item shall be carried out as per specification of item-105 of Detailed Specifications for Schedule-B-1,
Item No. 54
Providing & fixing 600 mm X 450 mm beveled edge Mirror of superior glass mounted on 6 mm thick
AC sheet or plywood sheet and fixed to wooden plugs with C.P.brass screws and washers, including
fixing C.P. brass bracket support and guard rail fixed to wooden plugs with C.P. brass screws etc.
complete as directed by engineer In charge.
The item shall be carried out as per specification of item-107 of Detailed Specifications for Schedule-B-1,
Item No. 55
Providing and fixing 600 mm X 20 mm size C.P. brass Towel Rail complete with C.P. brass brackets
fixed to wooden plugs with C.P. brass screws etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-108 of Detailed Specifications for Schedule-B-1,
Item No. 56
Providing and fixing PTMT soap dish holder having length of 138mm, breadth 102mm, height of
75mm with concealed fitting arrangements.
The item shall be carried out as per specification of item-111 of Detailed Specifications for Schedule-B-1,
Item No. 57
Signature of Contractor
241
Providing and fixing S.W. gully trap with C.I. grating brick masonary chamber and water tight C.I.
cover with frame of 300 mm x 300 mm size (Inside) with standard weight (I) Square mouth traps (C)
150 mm x 100 mm size P of S type
The item shall be carried out as per specification of item-112 of Detailed Specifications for Schedule-B-1,
DETAILED SPECIFICATIONS FOR SCHEDULE –B-3
(ATP OFFICE - KADODARA)
Item No. 1
Excavation for foundation in trenches in dense and hard soil, sand, soft murrum up to 1.50 Mt. depth
including strutting, shoring wherever necessary and throwing away the extra stuff with in the lead of
50 Mt. radius and its dressing etc. complete as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
1.0
GENERAL
1.1
The excavation for trenches will generally, refers to open excavation for trenches in
wet / dry conditions for pipe laying work.
2.0
CLEARING OF SITES:
2.1
The site on which the pipelines are to be laid and shown on plan and the area
required for setting out and other operations shall be cleared and all obstruction loose
stones and materials, rubbish of all kinds, stumps, brushwood as trees shall be removed as
directed the roots shall be entirely grubbed up.
2.2
The products of the clearing to restocked in such a place and in such a manner, as
directed by the engineer in charge.
2.3
In jungle clearings, all trees not specially marked for preservation, bamboo‟s jungle
wood and brushwood shall be cut down their roots grubbed up. All wood and materials from
the clearing shall be the property of the Owner shall be arranged as directed by the Owner‟s
Engineer or his authorized agent; the material pronounced as useful by the Engineer will be
conveyed and properly stacked as directed within the specified limit. Unless materials will be
burnt or otherwise disposed off as directed.
2.4
All holes or hollows whether originally existing or produced by digging up roots, shall
be carefully filled up with earth, well earth, well rammed leveled off, as may be directed.
3.0
SETTING OUT:
Signature of Contractor
242
The center lines of all pipe trenches etc. shall be given by the Engineer-in-charge and it will
be the responsibility of the contractor to install substantial reference marks, bench marks,
etc. and maintain then as long as required true to line, level curve and slopes. The
contractor shall assure full responsibility for alignment, and dimension of trench.
The labor materials etc. required for setting out and establishing bench marks and other
reference marks shall be arranged by the contractor at his own cost.
4
EXCAVATION
4.1
The excavation incl. Bailing out of water for the pipe trenches shall also incl.
Removal of all materials of whatever nature and whether wet or dry condition necessary for
laying of pipelines exactly in accordance with alignment, levels grades and curves shown on
the plans or as directed by the Engineer-in-charge. Trenches shall be excavated to the exact
width and depth according to the size of pipe and the sides shall be left vertical as for as
possible or according to the angle of repose various soils. Unless there is a specific extra
provision in the contract for shoring and strutting or for cutting side slopes the contractor
shall at his own cost do the necessary shoring and strutting or cutting of slopes to a safe of a
repose or both approved by the Engineer-in-charge. The contractor shall notify the Engineer
before starting excavation to enable him to take cross sectional levels for purpose of
measurements before the ground is disturbed. The bottom of the trenches shall be leveled
both longitudinally and transversely or slopped as directed by the Engineer. The contractor
shall at his own cost to remove such portions of boulders or rocks, as are rectified to make
the bottom of the trench level. No filling shall be allowed to bring the trench to level. If by
contractor‟s mistake excavation is made deeper than shown on the plans and if ordered by
the Engineer the extra depth shall have to be made with selected excavated stuff only with
watering, remedying etc. as directed, by the Engineer and at the cost of the contractor.
Other hard excavation shall be cleared of all sorts and loose materials and cut to firm
surface, either level, stepped as directed by the Engineer. The Engineer may order such
charges in the dimensions and alignment of pipe trench as may be deemed necessary to
secure satisfactory cover over pipeline. The contractor shall, at his own expense, make
provision for bailing out of draining water and the trenches shall be kept free of water, during
laying work.
After each excavation is completed, the contractor shall notify the Engineer to that effect and
no lying of pipeline will be allowed to lie until Engineer has approved the depth and
dimensions of trenches level and measurements.
5.0
SHORING AND STRUTTING:
5.1
Shoring & strutting if required will be paid extra.
During excavation if water connections, sewage connections, telephone lines khalkuva
(soak pits) etc. are damaged by the contractor, the same shall have to be restored by the
contractor without any extra payment.
6.0
PROTECTION
6.1
The trenches shall be strongly fenced and red light signal shall be kept at night and
arrangement of watchman to prevent accidents should be done, sufficient care protective
measure shall be taken to see that the excavation shall not affect or damage the adjoining
structure. The contractor shall be entirely responsible for any injury to life and damage to the
properties etc.
Necessary protection work such as guide ropes, crossing places,
barricades, caution boards etc. shall be provided by the contractor.
7.0
CLASSIFICATION OF STRATAS
7.1
The decision regarding classification of strata shall rest with the Consultant/EIC and
his decision shall be final and binding to the contractor.
7.2
All the materials encountered in the excavation shall be classified as under;
7.3
All sorts of soil, sand, gravel and other similar sort and loose materials.
These
will include all materials of any earthy or sandy nature which can easily plugged or small
Signature of Contractor
243
single and gravel which can be easily recovered. The removal of small boulders not
exceeding 0.03 cum. Or liters about one cft. Occurring in such strata will be included in the
rate of this item.
7.4
SOFT MURRUM
This shall include materials which can be easily removed with the shovel after loosening with
a pick.
7.5
HARD MURRUM
This shall include all kinds of disintegrated rock or shall or inundated clay free from boulders
larger than 0.03 cum or 30 liters (about one cft.) and which can be removed with pick and
shoveled, though not without some difficulty and which do not requires blasting.
7.6
HARD MURRUM AND BOULDERS
This shall includes all kinds of disintegrated rock or shall or inundated clay interspersed with
boulders less than half a cubic meter which do not normally require, blasting and can be
removed with pick, bar, edges and hammer, excavation in macadam road will be considered
as excavation in hard murrum.
7.7
SOFT ROCK
This shall include all materials which is rock or hard conglomerate, all decomposed and
weathered rock highly fissured rock, old masonry and also soft rock boulders bigger than ½
cubic meter and other varieties of rock which require blasting and which can be removed
with pick, crow bars, wedges, and hammer with some difficulty.
7.8
HARD ROCK (BLASTED)
This shall include all rocks occurring in masses which could be removed by blasting and
where in the opinion of the Engineer, blasting is necessary
7.9
HARD ROCK (CHISELLED)
This shall include all rock securing in masses or boulders bigger than half cubic meter size
each which can best be removed by blasting but which wing to the proximity of structures,
possibility of shattering the rock below or for any other reason should be cut by means of
cold chisels or wedges or line drilling.
7.10
BHAT ROCK (PORBANDAR TYPE)
This shall include all rock securing in masses or boulders bigger than half cubic meter size
each which can best be removed by blasting but which wing to the proximity of structures,
possibility of shattering the rock below or for any other reason should be cut by means of
cold chisels or wedges or line drilling.
7.11
The classification of various, starts met with during excavation will be decided by the
Consultant/EIC, Rock referred to above would include Basalt, Trap, granite, Quartzite,
gneiss laterite and other types.
The use of explosives in excavation will not be considered as a reason for other
classification than the above unless clearly necessary in the opinion of Consultant/EIC.
8
DISPOSAL OF EXCAVATED STUFF
8.1
No excavated stuff from trench are to be placed even temporarily nearer than 1.5
meter or greater distance up to 90 meter or as prescribed by the Engineer from the outer
edge of trench. All excavated material will be the property of the Owner. The rate of
excavated includes sorting out of useful materials and stacking then separately as directed
within specified lead. The excavated stuff suitable and useful for refilling or for other use
shall be stacked at convenient places. The materials not useful in any wet shall be disposal
off as directed by the Engineer from the outer edge of trench.
Signature of Contractor
244
8.2
9.0
The site should be cleared off on completion of work.
ADDITIONAL REQUIREMENTS
9.1
At the joints of pipes, the trench shall be excavated to an additional depth of 15 cm.
And width of 30 cm. And length of 15 cm. Beyond the edge of collar on both the sides or as
directed. The rate include for such extra excavation made at the joints. The trenches shall
be excavated perfectly in straight line. The bottom of the trench shall be kept as per invert
level or as directed. To maintain the proper slop the usual method of site rails and boning
rods shall be adopted. The contractor shall have to provide and fix and maintain sight rails
and boning rod without any extra cost.
If the contractor fails or makes delay to give hydraulic test of the pipe line laid in any of the
section, without any genuine reason, he shall be responsible to get any part of the length
trenches refill in such case i.e. before tasting for safety of pedestrian and/or vehicular traffic
as found necessary by the engineer-in-charge without any extra cost. If found necessary any
directed by the Engineer-in-charge. The contractor shall have to excavate the refilled
trenches, during hydraulic test without any extra cost.
At all road crossings, trenches shall be excavated only for half width of the road and pipe
shall be laid. The other half shall be excavated only after back filling over the laid pipeline is
done so as to make it suitable for the traffic. The contractor shall provide direction when the
pipe line is to be laid along the road as required and shall maintain the diversion or any part
of it, without any extra cost. At all road crossings, the pipe shall be laid below the crest of
read.
9.2
The contractor shall break the road surface by excavation chiseling to the exact
width and length as shown on the drawing or as directed by the Engineer-in-charge.
The excavated stuff shall be deposited in uniform layers to avoid mixing with other kind of
materials at non-objectionable place or as directed by the Engineer-in-charge.
10.0
MEASURMENT AND PAYMENT
10.1
The payment of various class of excavation shall be made at the unit rate per cubic
meter for the quantity actually excavated and accepted by the Engineer limited to
dimensions shown in the sanctioned plans or as directed by the Engineer. Excavation in
excess of the sanctioned dimensions shall not be measured not paid for and if ordered by
the Engineer the contractor shall have to fill up the excess depth with excavated stuff with
watering ramming etc. (Completed as specified) for trench without any extra payment to the
contractor.
10.2
Dimension shall be corrected near to two places of decimals of a meter and individual
quantity shall of decimals of a meter and individual quantity shall be calculated to two places
of decimals of a cubic meter.
10.3
The rate for the item of excavation shall include unless and otherwise mentioned.
(a)
Clearing of site
(b)
Setting out work including all materials and labor.
(c)
Providing and subsequently removing, shoring and strutting ort outing
slopes etc.
(d)
Excavation and removal and staking of all excavated stuff as directed.
(e)
Necessary protection including labour materials equipment etc. To ensure
safety and protection against risk or accident.
(f)
Providing facilities for inspection and damage to property if caused during
progress of work.
(g)
Compensation for injury to life and damage to property if caused during
progress of work.
Signature of Contractor
245
(h)
Restoring of water supply connections, sewer connections, telephone lines,
khalkuva soapiest etc. if damaged by contractor without extra payment.
(i)
Dewatering of excavated pit trench during the progress of work.
(j)
Clearing the site on completion of works directed by the Engineer.
The rate shall be paid per cu.m basis
The payment shall be made as per relevant strata and depth specified in schedule of the
Tender.
Item No. 2
Providing & laying C.C.(1:4:8) for foundation & plinth with gravel or picked up metal or hand broken
stone of size 40 mm nominal as coarse aggregate including mixing, watering, ramming,
consolidating excluding cost of form work etc., complete as directed by E.I.C.
The item shall be carried out as per specification of item-6 of Detailed Specifications for Schedule-B-1,
Item No. 3
Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. in foundation
and plinth in cement mortar 1: 6 (1 cement : 6 fine sand)
The item shall be carried out as per specification of item-33 of Detailed Specifications for Schedule-B-1,
Item No. 4
Half brick masonary in FLY ASH bricks having crushing strength not less than 70 kg./sq.cm. in
cement mortar 1:4 (1 Cement: 4 coarse sand) above plinth upto floor two level
The item shall be carried out as per specification of item-34 of Detailed Specifications for Schedule-B-1,
Item No. 5
Filling in trenches with excavated earth ( in trenches plinth, side of foundation under floors
including watering ramming and consolidating etc complete.
The item shall be carried out as per specification of item-3 of Detailed Specifications for Schedule-B-1,
Item No. 6
Providing & laying ordinary cement concrete M 150 /C.C.(1:2:4) and finishing smooth with curing
complete including the cost of form work but excluding the cost of reinforcement for reinforced
concrete work in items reqd. , etc., complete as per drawing & specification, and as directed by E.I.C.
The item shall be carried out as per specification of item-7 of Detailed Specifications for Schedule-B-1,
+
Providing formwork of ordinary timber planking so as to give a rough finish including centering , shuttering ,
strutting and propping etc. height of propping and centering below supporting floor to ceiling not exceeding
4m and removal of the same for cast in situ reinforced concrete and plain concrete work
1.0.
Materials
1.1.
The shuttering to be provided shall be of ordinary timber plank and shall conform to M-26.
1.2.
The dimensions of scantlings and battens shall conform to the design. The strength of the wood
shall not be less than that assumed in the design.
2.0.
Workmanship
Signature of Contractor
246
2.1.
The form work shall conform to the shape lines and dimensions as shown on the plans and be
constructed as to remain sufficiently rigid during the placing and compacting of the concrete. Adequate
arrangements shall be made by the contractor toe safe-guard against any settlement of the form-work
during the course of concreting and after concreting. The form work of shuttering, centering, scaffolding,
bracing etc. shall be as per design.
2.2.
Clearing and Treatment of forms:
2.2.1. All rubbish, particularly chipping shaving and saw dust shall be removed from the interior of
the form before the concrete work is placed and the-form in contact with concrete shall be cleaned
and thoroughly wetted or treated. The surface shall be then coated with soap solution applied
before concreting is done. Soap solution for the purpose shaft prepared by dissolving yellow
soap in water to get consistency of paint. Alternatively a coat of raw linseed oil shall be applied
after thoroughly cleaning the surface. Care shall be taken that the coating does not get on construction
joint surface and reinforced bars.
2.3.
Stripping time:
2.3.1. In normal circumstances and where ordinary cement is used forms may be struck after expire of
following periods.
(a)
(b)
(c)
(i)
(ii)
(d)
(i)
(ii)
Sides of walls columns and vertical faces of beams………………………………………24 to 48 hours.
Beam soffits, (props, left under)………………………………………………………………… 7 days.
Removal of props slabs:
Slabs spanning up to 4.5. m…………………………………………………………………………7 days.
Spanning over 4.5 m ………………………………………………………………………………..14 days.
Removal of props t beams and Arches:
Spanning up to 6 m…………………………………………………………………………………..14 days.
Spanning over 6 m…………………………………………………………………… …………….21 days.
2.4.
Procedure when removing the form work:
2.4.1. All form work shall be removed without such shock or vibrations as would damage the reinforced
concrete surface. Before the soffits form work and struts are removed, the soffits and the concrete surface
shall be exposed where necessary in order to ascertain that the concrete has sufficiently hardened
2.5.
Centering:
2.5.1. The centering to be provided shall be got approved. It shall be sufficiently strong to ensure absolute
safety of the form work and concrete work before, during and after pouring concrete. Watch should be kept
to see that behavior or centering and form work is satisfactory during concreting. Erection should also he
such that it would allow removal of forms in proper sequence without damaging either the concrete or the
forms to be removed.
2.5.2. The props of centering shall be provided on firm foundation or base of sufficient strength to carry the
loads without any settlement.
2.5.3. The centering and form work shall, be inspected and approved by the Engineer-in-charge before
concreting.
But this will not relieve the contractor of his responsibility for strength,-adequacy and safety of form
work and centering. If there is a failure of form work or centering, contractor shall be responsible for the
damages to property.
2.6.
Scaffolding:
2.6.1. All scaffolding, hoisting arrangements and ladders etc., required for the facilitating of
conceding shall be provided and removed on completion of work by contractor at his own expense. The
scaffolding, hoisting arrangements and ladders etc. shall be strong enough to with sand all live, dead and
impact loads expected to act and shall be subject to the approval of the Engineer-in-charge. However
contractor shall be solely responsible for the safety of the scaffolding, hoisting arrangement, ladders,
work and workman etc. 2.6.2. The scaffolding, hoisting arrangements and ladder shall allow easy
approach to the work spot and afford easy inspection.
Signature of Contractor
247
2.6.3. The rate is applicable to all condition of working and height up to 4 mts. The rate shall include the
cost of materials and labour for various operations involved such as:
(a)
Splayed edges, notching, allowance for overlaps and passing at angles, battens centering,
shuttering propping, bolting, wedging easing, striking and removal.
(b)
Filleting to form stop chamfered edges or splayed external angles not exceeding 20 mm: width to
beams, columns and the like.
(c)
Temporary openings in the forms for pouring concrete, if required removing rubbish etc.
(d)
Dressing with oil to prevent adhesion of concrete with shuttering and.
(e)
Raking or circular cutting.
2.7.
Re-Use:
2.7.1. Before re-use, all from shall be inspected by Engineer-in-charge and their suitability ascertained.
The forms shall be scarred, cleaned and joints are gone over, repaired where required. Inside
surface shall be retreated to prevent adhesion of concrete.
Mode of measurement & payment
The consolidated cubical contents of concrete work as specified in item shall be measured. No deduction
shall be made for
(a) Ends of dissimilar materials such as joints, beams, posts, girders, falters, purling trusses, corbels and
steps etc,up to 500 Sq, Cm. in section.
The rate includes cost of all materials labour, tools and plant required for mixing, placing in position,
vibrating and compacting, finishing, as directed, curing and all other incidental expenses for producing
centre of specified strength.
The controlled concrete R.C.C. work as specified in item shall be measured under this item. The rate
includes cost of concrete & form work. The rate shall be for a unit of one cubic meter.
Item No. 7
Providing and laying Thermo Mechanically Treated (TMT FE - 415) bar steel reinforcement for RCC
work including cutting, bending, hooking and binding and placing in position the reinforcement with
approved quality of binging wire etc., completed as per design. upto floor two level.
The item shall be carried out as per specification of item-8 of Detailed Specifications for Schedule-B-1,
Item No. 8
Providing fitting & fixing fully glazed/ partly glazed double leaf anodised aluminium entrance door
using extruded section fabricated by standard manufactures with framing 10.15cm x4.45cm
rectangular section & door shutter made from 10.15 cm x 4.45cm aluminium bottom section top &
vertical section 15x4.45cm size using 5.5mm thick "Triveni" or HB4 plain glass with glazing deep
rubber gasket with locking arrangement (Godrej type) with all fixtures & fastenings of anodised
section with aluminium bedding floor spring mounted door closer with all labours & materials etc.
Complete as per drawing and as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The item shall be carried out as per specification of item-41 of Detailed Specifications for Schedule-B-1
Item No. 9
Providing and fixing three track aluminium anodised sliding windows/ ventilators having standard
section using extruded section fabricated by standard. Manufacturers with 15/20 Microns silver
Signature of Contractor
248
colour anodising as per drawing windows shall be of 4 mm thick. Triveni 'HB4' plain glass glazing
rubber gasket and necessary hardware, handles cum locking arrangement etc. Complete Unit shall
be fabricated from alluminium section conforming to HE9WB designated to IS-1285/1980 for its
chemical and mechanical properties. Anodised shall be conforming to IS-1868/1968. All joints shall
be mechanically joint having secured with specially design M.S. Zink plated heat arrangement. No
welding process shall be allowed in the unit.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The item shall be carried out as per specification of item-41 of Detailed Specifications for Schedule-B-1
All shutters shall be glazed sliding shutters.
Item No. 10
Providing fitting & fixing partly glazed anodised aluminium partition using extruded section
fabricated by standard manufactures with framing 7.15cm x4.45cm rectangular section & door
shutter /panel of partition made from 6.0 cm x 3.75cm aluminium bottom section top & vertical
section 6.00x3.75cm size using 5.5mm thick "Triveni" or HB4 plain glass with glazing deep rubber
gasket & hard laminated sheet 3 mm thick panel with door arrangement & locking arrangement
(Godrej type) with all fixtures & fastenings of anodised section with aluminium frame mounted
door closer with all labours & materials etc. Complete as per drawing and as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The item shall be for partly glazed anodised aluminium partition.
The item shall be carried out as per specification of item-41 of Detailed Specifications for Schedule-B-1
Item No. 11
Providing fitting & fixing 65mm x 65mm square opening of aluminium grill with clamping with
existing frame including necessary anodizing as per approved pattern and shape etc. Complete as
per drawing and as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-41 of Detailed Specifications for Schedule-B-1. But
the item shall be for 65mm x 65mm square opening of aluminium grill with clamping with existing frame
including necessary anodizing as per approved pattern and shape etc. complete.
Item No. 12
Providing & fixing Vitrified tiles white / coloured (first quality) in flooring tiles and skirting reqd.
thickness of size 605 x 605 x 8 mm of Asian, City, Kajaria, Nitco or Standard make as per
requirement and as directed by EIC, in flooring , tread of steps and landing laid on 12mm thick
cement mortar bedding (1:6) & finished with , filling the joints with white / colour cement neatly
finishing the joints curing etc. completed as directed by E.I.C.(Basic rate of tiles shall be Rs.45.00per
sft excluding tax and carting.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The item shall be carried out as per specification of item-70 of Detailed Specifications for Schedule-B-1
Item No. 13
Signature of Contractor
249
Providing & laying Black Granite for entrance steps water counter etc flooring 20 mm. thick dressed
on all sides of approved quality of reqd size in riser of steps floor & dado and pillar laid on 20 mm
thick C.M. in (1:3) mortar bedding & setting the stone in cement slurry filling the joints with cement,
curing, rubbing & machine polishing etc., complete as directed.
The item shall be carried out as per specification of item-66 & 67 of Detailed Specifications for Schedule-B-1
Item No. 14
Labour charges for making moulding edge full round to Black Granite incl. tools tackles etc for
entrance steps water counter etc filling the joints with cement, curing, rubbing & machine polishing
etc., complete as directed. For dhar polishing only Rs.50 per Rmt paid as reduced rate if reqd. as per
site condition.
The item shall be carried out as per specification of item-68 of Detailed Specifications for Schedule-B-1
Item No. 15
Providing & fixing to wall ceiling and floor approved best quality of 6.0 kg/ cm2 working pressure
polyethylene pipe(PVC).Water pipe of following outside dia low density pipe with special flange
including making good the wall ceiling and floor etc. giving water tight test etc., completed - 50 mm
dia pipe
The item shall be carried out as per specification of item-84 of Detailed Specifications for Schedule-B-1. The
dia. of pipe shall be 50mm.
Item No. 16
Providing and applying apex or its equivalent painting 2 coats with approved brand to give an
even shade & required shape even shade after thoroughly brushing the surface to remove all dirts
,dust, mortar drops and other foreign matter, scaffolding touching , smoothening the surfaces etc.,
completed as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. The work shall be carried out as per
item description.
Material :
The paint shall be (Textured exterior paint/Acrylic smooth exterior paint/ premium acrylic smooth exterior
paint) of approved brand and manufacture. The paint shall be water-based 100% acrylic, exterior wall finish
with high performance, long-lasting exterior paint specially formulated to withstand extreme tropical
conditions of high rainfall, humidity and heat. It shall offer excellent protection against alkali and UV
degradation too.
This paint shall be brought to the site of work by the contractor in its original containers in sealed condition.
The material shall be brought in at a time in adequate quantities to suffice for the whole work or at least a
fortnight‟s work. The materials shall be kept in the joint custody of the contractor and the Engineer-inCharge. The empty containers shall not be removed from the site of work till the relevant item of work has
been completed and permission obtained from the Engineer-in-Charge.
Preparation of Surface :
For new work, the surface shall be thoroughly cleaned off all mortar dropping, dirt dust, algae, fungus or
moth, grease and other foreign matter of brushing and washing, pitting in plaster shall make good, surface
imperfections such as cracks, holes etc., should be repaired using white cement. The prepared surface shall
have received the approval of the Engineer-in-Charge after inspection before painting is commenced.
Application :
Base coat of water proofing cement paint.
The solution shall be applied on the clean and wetted surface with brushes or spraying machine. The
solution shall be kept well stirred during the period of application. It shall be applied on the surface which is
Signature of Contractor
250
on the shady side of the building so that the direct heat of the sun on the surface is avoided. The method of
application of cement paint shall be as per manufacturer‟s specification. The completed surface shall be
watered after the day‟s work.
The second coat shall be applied after the first coat has been set for at least 24 hours. Before application of
the second or subsequent coats, the surface of the previous coat shall not be wetted.
For new work, the surface shall be treated with three or more coats of water proof cement paint as found
necessary to get a uniform shade.
For old work, the treatment shall be with one or more coats as found necessary to get a uniform shade.
Organo Silane, eco-friendly, water soluble water proofing agent :
It shall have UV & Thermal stability (20+years)
It shall be capable of protecting against Mildew, Fungus, Efflorescence, Leaching, Staining, Premature
ageing, Scaling, Spalling, Corrosion of reinforced steel & Salt burst etc.
The Nano sized particles should penetrate deeply into the substrate and provide repellency into cementitious
pores (5-200 mm).
It shall have following properties :
Size (nm)
Waterproofing Mechanism
4-6 nm
Water repellency by nano level
hydrophobation
Diluent
Water
Simulated 10 yrs. Stability test using
Alberta Dot.1B
Loses only 2% protection
UV stability
Stable
Breathability
Breathable
Depth of Penetration (mm)
Upto 5 mm
Fungus / Mildew protection
Excellent
Corrosion
Long term protection
Micro-cracks
Long term protection
Durability
20+ years
Technical Specifications:
Colour : Pale Yellow
Form : Liquid
0
Density : (25 C) : 1.07
0
Flash Point : >100 C
Solubility : Soluble in water
Compliance : IS 12027-1987, IS 12054-1987, IS 3067-1987, IS 13182-1991
TEST
DESCRIPTION
SPECIFICATION
ASTM C 1195
ASTM C 1403
Absorption of architectural cast stone
Rate of absorption of masonary mortar
Minimum 85% protection
Minimum 85% reduction
Signature of Contractor
251
ASTM E 514
ASTM C 67
RILEM
TEST
METHOD 11.4
ASTM C 1653
ASTM G 154
ASTM G 672
Water penetration & leakage through masonry
Sampling & testing of brick & structural clay tile
Rate of water movement through porous material like
masonry
Vapour transmission through clear organic film
Accelerated weathering standard practice for
operating enclosed carbon arc light apparatus for
exposure on nonmetallic material
Scaling resistance of concrete surface exposed to
deicing chemicals
Minimum 85% reduction
Minimum 85% reduction
Maximum 0.2 ml drop in 20
minutes
98% efficient
Minimal 95% effective after
exposure Less than 5%
reduction in efficiency
Zero rating after 60 days
Application Instructions :





Dilute with water. Avoid hard water > 1000 ppm. Mixture must be water clear.
Dilution : Horizontal surfaces 1:10; Vertical surfaces 1:20. Use diluted within 48 hours. Do not store.
Do not stop its application halfway.
Apply using low pressure spray equipment (e.g. Agro spray pump), brush or paint roller.
Always clean application equipment before and after usage.
Before pouring into smaller containers for use, the paint shall be stirred thoroughly in its containers, when
applying also the paint shall be continuously stirred in the smaller containers so that its consistency is kept
uniform. Dilution ration of paint with potable water can be altered taking into consideration the nature of
surface climate and as per recommended dilution given by manufacturer. In all cases, the manufacturer‟s
instructions and directions of the Engineer-in-Charge shall be followed meticulously.
The lids of paint drums shall be kept tightly closed when not in use as by exposure to atmosphere the paint
may thicken and also be kept safe from dust.
Paint shall be applied with a brush on the cleaned and smooth surface. Horizontal strokes shall be given,
First and vertical strokes shall be applied immediately afterwards. This entire operation will constitute one
coat. The surface shall be finished as uniformly as possible leaving no brush marks.
The specifications in respect of scaffolding, protective measures, measurements and rate shall include all
material and labour involved in all the operations described above. The rate shall be for a unit of one sq.
meter.
Item No. 17
Painting two coat (excluding priming coat) over new steel & other metal surface with enamel paint
brushing interior to give an even shade and including preparing the surface by thoroughly cleaning
, oil, grease, dirt and other foreign matter with scrapers, sand paper scaffolding etc., complete as
directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. The work shall be carried out as per
item description.
1.0.
Materials
Enamel paint shall conform to M-44.
2.0.
Workmanship
2.1.
General : The materials required for work of painting work shall be obtained directly from
approved manufactures or approved dealer and brought to the site in maker's drums; kegs. etc. with seal
unbroken.
2.1.2. All materials not in actual use shall be kept properly protected, lids of containers shall be kept closed
and surface of paint in open or partially open containers covered with a thin layer of turpentine to prevent
formation of skin. The materials which have become state or flat due to improper and long storage shall not
be used. The paint shall be stirred thoroughly in its container before pouring into small containers. While
applying also, the paint shall be continuously stirred in smaller container. No left over paint shall be put back
into stock tins. When not in use the containers shall be kept properly closed.
Signature of Contractor
252
2.1.3. If for any reasons, things is necessary, the brand of thinner recommended by the manufacturer
shall be used.
2.1.4. The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt and grease
shall be thoroughly removed before painting is started. No painting on exterior or other exposed part o the
work shall be carried out in wet, damp or otherwise unfavorable weather and all the surfaces shall
be thoroughly dry before painting work is started.
2.2.
Application of paint:
2.2.1. Brushing operations are to be adjusted to the spreading capacity advised by the manufacture of
particular paint. The paint shall be applied evenly and smoothly by means of crossing and laying off. The
crossing and laying off consists of covering the area over with paint, brushing the surface hard for the first
time over and then brushing alternately in opposite directions two or three times and then finally brushing
lightly in a direction at right angles to the same. In this process, no brush marks shall be left after the -laying
off is finished. The full process of crossing and laying off will constitute one coat.
2.2.2. Each coat shall be allowed to dry completely and lightly rubbed with very fine grade of sand-paper
and loose particles brushed off before next coat is applied. Each coat shall vary slightly in shade
and shall be got approved from Engineer-in-charge before next coat is started.
2.2.3. Each coat the last shall be lightly rubbed down with sand paper of fine pumice stone and cleaned of
dust before the next coat is applied. No hair marks from the brush of clogging of paint puddles in the corners
of panels, angles of moldings etc. shall be left on the work.
2.2.4. Special care shall be taken while painting over bolts, nuts, rivets, overlaps etc. Approved
best quality brushes shall be used.
3.0.
Mode of measurements and payment
3.1.
The relevant specifications of item No. 19.12 shall be followed for mode of measurements and
payment.
The rate is excluding priming coat.
3.4.
The rate shall be for a unit of One sq. meter.
Item No. 18
Providing& placing 60 mm thick Red/Yellow colour paver precast concrete blocks M-35 grade of
approved shape & size in line & level including filling in bed 50mm average thick layer of river sand
below the concrete blocks in slope. Filling the joints of the concrete blocks with screened sand
curing etc. complete, including all materials, labour, tools & tackles for the completion of the work as
directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Materials and Workmanship :
The Paver blocks of approved make only shall be used.
The paver block shall be manufactured on the latest Hi-tech plant. Paver block shall be of approved shape,
size and Red/Yellow in colour or combination of them to attain desired aesthetics and environment. Paver
block should be highly durable and should not require cement for fixing (laying) and should be easy for laying
and should be reusable. The compressive Strength of paver blocks shall be 350 kg/cm2 and above.
The surface of the paver blocks shall be slightly rough textured and the edges shall be tapered so as to give
good skid resisting properties.
The minimum thickness of the paver block shall be 60 mm .
Signature of Contractor
253
Installation :
Installation of paving blocks shall be so simple that it can be removed and relaid at a later date if repair is
necessary or to accommodate service lines without the usual ugly scar as is now common with concrete or
asphalt monolithic surfacing.
Preparing Base :
Special care shall be taken in preparing the base to assure a permanent installation. The depth of the base
will be determined by the load factor and the condition of soil.
Base :
The base should be a sharp sand or stone dust.
The base of sand shall be total 25 mm thick and shall be well compacted with a vibrating type compactor.
This should consist of a good Grade Sand This should then be covered with 25 mm of sharp sand or stone
dust screeded level but not compacted.
Levelling the Base :
This is an important step in installation to achieve a good level job when finished. Make sure the base is
levelled properly. Generally the most popular method of levelling is with a screed which is usually a long 2” x
6” board. It is very important that the board is straight, not warped or twisted. Although for larger commercial
jobs screeding bars or pipes may be used. A frame is required to maintain the base. The levelling of this
frame will indicate the level of the area.
Placing Paving Stones :
Stones should be placed in the desired pattern close together. The spaces between stones should not
exceed ¼ “ (3 mm). The spacing should be consistent. This will help maintain a uniform pattern. When laying
each row the installer should stand on the previously laid stones. Cutting of stones where necessary can be
done with a splitter chisel or masonry saw as required.
Completing the Job :
The pavers should then be tamped down and leveled with a vibrating plate compactor. This will bring them to
their true grade as well as level the stones. Sand will be forced into spaces to make stones firm and free of
movement. Finish the job by sweeping dry fine sand into the joints. The edges /ends of the pavement shall
be finished with 1:2:4 concrete. The rate shall be inclusive of concrete.
Mode of Measurement and Payment :
The rate includes all materials, labour, tools, plants in satisfactory completion of work as specified above.
The rate shall be for unit of one sq.mt. for actual work done.
Item No. 19
Providing & fixing 3 mm thick FRP sheet of approved colour with all labour and material required to
complete the work as directed by EIC Necessary fabrication section made from hollow tube section
of approved size and spacing etc complete with oil paint to fabricated material Note:-(Mesurement
shall be made for top area of fiber sheet roof without overlapping area. contractor has to brought all
materials, labour, tools and tackles etc at his own cost. Electric supply for welding etc will be
provided free of cost at one point.)
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one sq. meter.
Signature of Contractor
254
Item No. 20
Providing and fixing Rolling steel shutters of approved make made of 80 mm wide M.s. Lath inter
lock together through their entire length and jointed together at the end lock mounted on specially
designed pipe shaft with bracket plates , guide channels and outside locking with push pull
operation excluding the cost of hood cover and spring and
as directed by EIC.
(Partially grill type shutters having width below 3.5.mts.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Rolling Shutters :
Rolling shutters shall conform to IS : 6248. These shall include necessary locking arrangement and handles
etc. These shall be suitable for fixing in the position as specified i.e., outside or inside on or below lintel or
between jambs of the opening. The door shall be either push and pull type or operated with mechanical
device supplied by the firm. Shutters upto 10 sq.m. shall be of push and pull type and shutters with an area
of over 10 sq.m. shall generally be provided with reduction gear operated by mechanical device with chain or
handle, if bearings are specified for each of operation, these shall be paid for separately.
Shutter : The shutter shall be built up of inter-locking section formed from cold rolled steel strips. The
thickness of the sheets from which the lath sections have been rolled shall be not less than 0.90 mm for the
shutters upto 3.5 m width and not less than 1.20 mm for shutters above 3.5 m width. Shutters above 9
metres in width should be divided in 2 parts with provision of one middle fixed or movable guide channel or
supported from the back side to resist wind pressure. The lath section shall be rolled so as to have
interlocking curls at both edges and a deep corrugation at the centre with a bridge depth of not less than 12
mm to provide sufficient curtain of stiffness for resisting manual pressure and normal wind pressure. Each
lath section shall be continuous single piece without any welded joint. When interlocked, the lath sections
shall have a distance of 75 mm rolling centres. Each alternate lath section be fitted with malleable cast iron
or mild steel clips securely riveted at either ends, thus locking the lath section at both ends and preventing
lateral movement of the individual lath sections. The clips shall be so designed as to fit the contour of the lath
sections.
Spring : The spring shall be of coiled type. The spring shall be manufactured from high tensile spring steel
wire or strips of adequate strength conforming to IS : 4454-Part I.
Roller and Brackets : The suspension shaft of the roller shall be made of steel pipe conforming to heavy
duty as per IS : 1161. For shutter upto 6 metre width and height not exceeding 5 metre, steel pipes of 50 mm
nominal bore shall be used. The shaft shall be supported on mild steel brackets of size 375 x 375 x 3.15 mm
for shutters upto a clear height of 3.5 metre. The size of mild steel brackets shall be 500 x 500 x 10 mm for
shutters of clear height above 3.5 m and upto 6.5 m. The suspension shaft clamped to the brackets shall be
fitted with rotatable cast iron pulleys to which the shutter is attached. The pulleys and pipe shaft shall be
connected by means of pretensioned helical springs to counter balance the weight of the shutter and to keep
the shutter in equilibrium in any partly open position.
When the width of the opening is greater than 3.5 mtr., the cast iron pulleys shall be interconnected with a
cage formed out of mild steel flats of at least 32 x 6 mm and mild steel dummy rings made of similar flats to
distribute the torque uniformly. Self aligning two tow ball bearing with special cast iron casings shall be
provided at the extreme pulley and caging rings shall have a minimum spacing of 15 mm and at least 4
number flats running throughout length of roller shall be provided.
In case of shutters of large opening with mechanical device for opening the shutter the roller shall be fitted
with a purion wheel at one end which in contact with a worm fitted to the bracket plate, caging and pulley
with two ball bearing shall be provided.
Guide Channel : The width of guide channel shall be 25 mm the minimum depth of guide channels shall be
as follows :
Clear width of shutters
Upto 3.5 m
3.5m upto 8 m
Signature of Contractor
Depth of guide channel
65 mm
75 mm
255
8m and above
100 mm
The gap between the two legs of the guide channels shall be sufficient to allow the free movement of the
shutter and at the same time close enough to prevent ratting of the shutter due to wind.
Each guide channel shall be provided with a minimum of three fixing cleats or supports for attachment to be
walls or column by means of bolts or screws. The spacing of cleats shall not exceed 0.75 m. Alternatively,
the guide channels may also be provided with suitable dowels, hooks or pins for embedding in the walls.
The guide channels shall be attached to the jambs, plums and true either in the overlapping fashion or
embedded in grooves, depending on the method of fixing.
Cover : Top cover shall be of mild steel sheets not less than 0.90 mm thick and stiffened with angle or flat
stiffeners at top and bottom edges to retain shape.
Lock plates with sliding bolts, handles and anchoring rods shall be as per IS : 6248.
Fixing :
The arrangement for fixing in different situations in the opening shall be as per IS : 6248.
Brackets shall be fixed on the lintel or under the lintel as specified with rawl, plugs and screws bolts etc. The
shaft alongwith the spring shall then be fixed on the brackets.
The lath portion (shutter) shall be laid on ground and the side guide channels shall be bound with ropes etc.
The shutter shall then be placed in position and top fixed with pipe shaft with bolts and nuts. The side guide
channels and cover frames shall then be fixed to the walls through the plate welded to the guides. These
plates and brackets shall be fixed by means of steel screws bolts, and rawl plugs concealed in plaster to
make their location invisible. Fixing shall be done accurately in a workmen like manner that the operation of
the shutter is easy and smooth.
Measurements :
Clear width and clear height of the opening for rolling shutter shall be measured correct to a mm. The clear
distance between the two jambs of the opening shall be clear width and the clear distance between the sill
and the soffit (bottom of lintel) of the opening shall be the clear height.
The area shall be calculated in square metres correct to two places of decimal.
Rate :
The rate shall include the cost of materials and labour involved in all the operations described above
including cost of top cover except spring, ball bearing and mechanical device of chain and crank operation,
which shall be paid for separately.
Item No. 21
Providing and fixing 27.5 cm long wire spring grade no.2 of approved make for rolling shutter etc as
directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The spring shall be of coiled type. The spring shall be manufactured from high tensile spring steel wire or
strips of adequate strength conforming to IS : 4454-Part I.
Rate :
The rate shall include the cost of materials and labour involved in all the operations described above. The
item shall be paid per No. basis.
Item No. 22
Signature of Contractor
256
Providing and fixing alluminium composite panel Sun Bond/Alex or Equivalent for interior facade
such as wall and ceiling and projection by providing alluminium hollow section of approved quality
and make having section size 38x25x1.2 mm thick at max. spacing of 600 mm both direction with
necessary fittings same in line and levels and fixing the frame work with anchor fastners. The
alluminium composite panel 3.0 mm thick to be fixed on the frame work having thickness of 1.5 mm
as per details provided in drawing or as directed by EIC The in between groove between two pannels
shall be filled with colour Epoxy as directed by EIC , Necessary cut out for electric switch board etc
may be as per instruction without any extra cost. etc as directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one sq. meter.
Item No. 23
Providing and fixing alluminium composite panel Sun Bond/Alex or Equivalent for interior facade
such as wall and ceiling and projection by providing alluminium hollow section of approved quality
and make having section size 38x25x1.2 mm thick at max. spacing of 600 mm both direction with
necessary fittings same in line and levels and fixing the frame work with anchor fasteners. The
alluminium composite panel 4.0 mm thick to be fixed on the frame work having thickness of 1.5 mm
as per details provided in drawing or as directed by EIC The in between groove between two pannels
shall be filled with colour Epoxy as directed by EIC , Necessary cut out for electric switch board etc
may be as per instruction without any extra cost. etc as directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one sq. meter.
Item No. 24
Providing and fixing letter for ATP Machine cabin made from 3 mm thick acrylic sheet max. up to 0.25
met height in English of approved colour including fixing with ACP sheet with all tools tackles of
approved brand etc, as directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one No.
Item No. 25
Providing and fixing Signage for ATP Machine cabin made from 3 mm thick acrylic sheet max. up to
0.30 met height in Gujarati of approved colour including fixing with ACP sheet with all tools tackles
of approved brand etc, as directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one No.
Item No. 26
Signature of Contractor
257
Providing and fixing DGVCL Logo made from 3 mm thick acrylic sheet max. up to 0.65 met height of
approved colour including fixing with ACP sheet with all tools tackles of approved brand etc, as
directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one No.
Item No. 27
Providing fabrication work of M.S. section such as hollow square tubes , channels , pipes MS steel
of various dia. plate section including cutting , welding, nut bolting as per design at site excluding oil
painting but with one coat of red oxide with all tools tackles of approved brand etc as directed by
EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-117 of Detailed Specifications for Schedule-B-1
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one Kg.
Item No. 28
Providing fabrication work of M.S. section such as hollow square tubes , channels , pipes MS steel
of various dia. plate section including cutting , welding, nut bolting as per design at site excluding oil
painting but with one coat of red oxide with all tools tackles of approved brand etc as directed by
EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-117 of Detailed Specifications for Schedule-B-1
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one Rmt.
Item No. 29
Providing 20 mm. thick cement plaster in single coat in C.M. (1:3) on fair side brick/concrete wall for
interior plastering of floor two level including finishing the surfaces with smooth., necessary drip
moulding, scaffolding, curing as directed by E.I.C.
The item shall be carried out as per specification of item-57 of Detailed Specifications for Schedule-B-1
The 20 mm. thick cement plaster in single coat in C.M. (1:3) on fair side of brick/concrete wall for interior
plastering upto floor two level including making drip moulding & cost of scaffolding, curing etc. complete.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one sqmt.
Item No. 30
Providing and laying GI Gutter as per detail from 24 gauge sheet including necessary supports as
per drawing including necessary out let for collection of water including, scaffolding, as directed by
E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Signature of Contractor
258
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one Rmt.
Item No. 31
Labour charges for disposed of debris with use of tractor trolley and disposing the same with all
tools and tackles within 5.0 km lead etc , complete as directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one Trip of vehicle.
Item No. 32
Demolition & disposal of un reinforced cement concrete work & Stacking of serviceable materials
and disposal of un serviceable materials within all lead and lift , dressing etc. complete as directed
by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The item shall be carried out as specification of item-1 of Detailed Specifications for Schedule-B-2
Item No. 33
Demolition & disposal of reinforced cement concrete work by using mechanical concrete cutter
needle, cutting reinforced bars & Stacking of serviceable materials and disposal of un serviceable
materials within all lead and lift , dressing etc. complete as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The item shall be carried out as specification of item-1 of Detailed Specifications for Schedule-B-2
Item No. 34
Demolition of brick work and UCR masonary work in C.M. including scaffolding and throwing /
Stacking of serviceable materials and disposal of un serviceable materials within all lead and lift ,
dressing etc. complete as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The item shall be carried out as specification of item-1 of Detailed Specifications for Schedule-B-2
Item No. 35
Providing, Supplying, Fabricating & Fixing 50X50X6mm. M.S. Angle for vertical support 3.35Mt. long
including providing & 50X6mm. M.S. Flat/pieces, 150mm. long welded at top & bottom of support
with 18mm. dia. slotted holes in flats, cutting & bending angle at 45 degree as required at top with
3 nos. of 6mm.dia. holes for fixing barbed wire at top as per drawing & as directed by E.I.C. Providing
& applying one coat of red oxide and 2 coats of oil painting of approved shade & make & grouting
the same in pillar in line & level etc., complete. (THE ITEM RATE INCLUDES COST OF SUPPLY OF
MATERIALS,FABRICATION & ERECTION AT SITE.)
Signature of Contractor
259
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one No.
Item No. 36
Providing, supplying, fabricating & erecting chain link fencing panel of size 1750 X 200Omm. made
from 75X75mm & 10 Gauge G.I. Chain links &50X50X6mm. angle including fixing the chain link
in angle frame by means of 40X3mm. M.S. Flat welded to angle frame drilling to holes in angle frame
& flat & fixing the same with angle post in line level & plumb by means of 10mm. dia. bolts frame &
flat & nuts, 3 coats of oil painting to angle iron etc., completed as per drawing & as directed by
E.I.C. (ALL THESE MATERIALS LIKE M.S. FLAT, CHAINLINK FENCING, M.S. ANGLES, BOLTS,
NUTS, WILL HAVE TO BE SUPPLIED BY THE CONTRACTOR.)
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one No.
Item No. 37
P&F casing capping patty type point wiring with 1 sq.mm copper wiring make 1 sq.mm. (U-lex
polycab, secco, fibre cab) or equivalent brand ISI made single PVC copper wire in PVC heavy duty
25mm2 dia tube for lighting & fan with soft proof accessories consisting of modular white flash
switch with tube light fan plug etc. should be mounted on TW wooden board or PVC box suitable
size with white colour with silver brass crew or metal screw and completed with board must be
flushed type the continuous copper earth wire of 1mm2 size PVC wiring rule should be with materials
and labour completed. All materials must be ISI mark only) etc. completed as per instruction of
Engineer In charge.
Item No. 38
P&F 5 Amp. 3 pin wall plug provided in each switch board. Modular all materials must be ISI marked
Straco Mally Anchor. Rider, Eller or equivalent brand etc. completed as per instruction of Engineer
in-charge.
Item No. 39
P&F 15 amp. switch board for Computer wiring 1.5 sq.mm PVC Copper wire heavy duty fibre cab,
Udore poly cab, JVC or equivalent brand ISI make etc. comp. as per inst. Of Engr. In charge
Item No. 40
P&F wall mounted bracket fan 400x450mm three black new USHA, Crompton, Orient or equivalent
brand ISI make etc. comp. as per inst. of engr. In charge.
Item No. 41
P&F Decorative round fitting P.O.P. reflector type ISI make etc. comp. as per inst. Of engr. In charge
Item No. 42
P&F 23W CFL tube fitting in decorative fitting ISI make etc. comp. as per inst. Of engr. In charge
Item No. 43
Pipe type earthing with “B” class G.I. pipe having size 150 cms. long and 25mm diameter with
coupling & B/Ns. It is to be buried in specially prepared earthing pit using salt, charcoal, coke
complete with necessary G.I. 10SWG earth wire as per instruction of EIC.
Signature of Contractor
260
The Item Nos. 37 to 43 shall be carried out as per SPECIFICATIONS FOR ELECTRICAL
WORKS attached in the tender.
Item No. 44
P&F POP spreading on floor complete for keeping the floor clean without stains etc comp. as per
inst. Of engr. In charge.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one Job.
Item No. 45
Providing fitting & fixing Door closure /floor spring in entrance door of ATP cabinwen make or
equivalent as approved by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The type & approved make of Door closure /floor spring shall be decided by the EIC.
Universal Hydraulic Door Closer (Exposed Type):
These shall be made of cast iron/ aluminium alloy/zinc alloy and of shape and pattern as approved by the
Engineer-in-Charge.
These shall generally conform to IS specification for door closer (Hydraulically regulated) IS 3564.
The door closers may be polished or painted and finished with lacquer to desired colour. Aluminium alloy
door closer shall be anodized and the anodic coating shall not be less than grade AC 15 of IS 1868. All
dents, burrs and sharp edges shall be removed from various components and they shall be pickled,
scrubbed and rinsed to remove grease, rust, scale or any other foreign elements. After pickling, all the M.S.
parts shall be given phosphating treatment in accordance with IS : 3618.
The nominal size of door closer in relation to the weight and the width of the door size to which it is intended
to be fitted shall be given in Table.
Type and Designation of Door Closers
Designation
of closers
Mass of
the door
(kg)
Width of
door (mm)
the
Remarks
1.
Upto 35
Upto 700
For light doors such as double leaved and toilet doors
2.
36 to 60
701 to 850
Interior doors, such as of bed rooms, kitchen and store
3.
61 to 80
851 to 1000
Main doors in a building, such as entrance doors
Performance Requirements :
After being fitted in its position when the door is opened through 900, the same should swing back to angle
of 200 + 50 with nominal speed but thereafter, the speed should get automatically retarded and in case of
doors with latches, it should be so regulated that in its final position the door smoothly negotiates with the
latch.
Mode of Measurement and Payment :
The work shall be carried out as per detailed drawings and as directed by Engineer in charge and as per
manufactures‟ specification.
Signature of Contractor
261
Measurements shall be in No.
The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
etc.
The rate shall be for unit of One No. as per actual work done.
The type & approved make of Door closure /floor spring shall be decided by the EIC.
DETAILED SPECIFICATIONS FOR SCHEDULE –B-4
(STORE ROOM - KADODARA)
Item No. 1
Excavation for foundation up to 1.5 m depth including sorting out and stacking of useful materials
and disposing of the excavated stuff up to 50 meter lead. (A) Loose or soft soil
The item shall be carried out as per specification of item-1 of Detailed Specifications for Schedule-B-1,
Item No. 2
Excavation for foundation for depth from 1.5 m to 3.0 m depth including sorting out and stacking or
useful materials and disposing of the excavated stuff upto 50 M lead. (A) Loose or soft soil
The item shall be carried out as per specification of item-2 of Detailed Specifications for Schedule-B-1,
Item No. 3
Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in
layers not exceeding 20 cm. in depth consolidating each deposited layer by ramming and watering.
Signature of Contractor
262
The item shall be carried out as per specification of item-3 of Detailed Specifications for Schedule-B-1,
Item No. 4
Filling in plinth with sand under floors including watering ramming, consolidating and dressing etc.
comp.
The item shall be carried out as per specification of item-4 of Detailed Specifications for Schedule-B-1,
Item No. 5
Filling in foundation and plinth with murrum or selected soil in layers of 20 cm. thickness including
watering ramming and consolidating etc. completed.
The item shall be carried out as per specification of item-5 of Detailed Specifications for Schedule-B-1,
Item No. 6
Providing and laying cement concrete 1:4:8 (1 cement : 4 coarse sand : 8 hand broken stone
aggregate 40 mm nominal size) and curing complete excluding cost of form work in :
(A) Foundation and Plinth.
The item shall be carried out as per specification of item-6 of Detailed Specifications for Schedule-B-1,
Item No. 7
Providing and laying cement concrete 1 : 2 : 4 ( 1 cement : 2 coarse sand : 4 graded stone
aggregates 20 m.m. nominal size) and curing complete excluding cost of form work & reinforcement
for reinforced cement concrete in :
(A) Foundation and Plinth.
The item shall be carried out as per specification of item-7 of Detailed Specifications for Schedule-B-1,
Item No. 8
Providing TMT FE - 415 bar reinforcement for R.C.C. work including bending binding and placing in
position complete up to floor two level.
Ground Floor
The item shall be carried out as per specification of item-8 of Detailed Specifications for Schedule-B-1,
Item No. 9
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( A ) Foundations footings Base of columns and mass
The item shall be carried out as per specification of item-11 of Detailed Specifications for Schedule-B-1,
Item No. 10
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( C ) Ground Beams and Plinth Beams
The item shall be carried out as per specification of item-13 of Detailed Specifications for Schedule-B-1,
Item No. 11
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Signature of Contractor
263
Upto floor two level
Ground Floor
( C-1 ) Beams, Girders and cantilever
The item shall be carried out as per specification of item-14 of Detailed Specifications for Schedule-B-1,
Item No. 12
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
(D ) Columns, pillars posts and struts square, rectangular, polygonal in plan upto plinth level
The item shall be carried out as per specification of item-15 of Detailed Specifications for Schedule-B-1,
Item No. 13
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
(D-1 ) Columns, pillars posts and struts square, rectangular, polygonal in plan
The item shall be carried out as per specification of item-16 of Detailed Specifications for Schedule-B-1,
Item No. 14
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( F ) Lintels
The item shall be carried out as per specification of item-17 of Detailed Specifications for Schedule-B-1,
Item No. 15
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( G ) Chhajja
The item shall be carried out as per specification of item-18 of Detailed Specifications for Schedule-B-1,
Item No. 16
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( I ) Coping
The item shall be carried out as per specification of item-20 of Detailed Specifications for Schedule-B-1,
Item No. 17
Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. in foundation
and plinth in cement mortar 1: 6 (1 cement : 6 fine sand)
Plinth Masonry
(B) Conventional
Signature of Contractor
264
The item shall be carried out as per specification of item-33 of Detailed Specifications for Schedule-B-1,
Item No. 18
Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. above plinth
level upto floor two level in cement mortar 1: 6 (1 cement : 6 fine sand)
Ground Floor
(B) Conventional
The item shall be carried out as per specification of item-34 of Detailed Specifications for Schedule-B-1,
Item No. 19
Half brick masonary in FLY ASH bricks having crushing strength not less than 70 kg./sq.cm. in
cement morar 1:4 (1 Cement: 4 coarse sand) above plinth upto floor two level
Ground Floor
(B) Conventional
The item shall be carried out as per specification of item-37 of Detailed Specifications for Schedule-B-1,
Item No. 20
Providing and fixing 35 mm thick Decorative type flush door shutters, solid core construction with
teakwood frame of size 125mm X 62.5mm & frame of first class hard-wood with cross band and face
veneer or ply-wood face panels,1.5 mm thick laminate on both sides including Stainless steel
fixtures and fastening and SS handle including primer coat of approved quality and two coats of oil
painting etc complete.
The item shall be carried out as per specification of item-39 of Detailed Specifications for Schedule-B-1,
Item No. 21
Providing and fixing 35 mm thick Decorative type flush door shutters, solid core construction with
frame of first class hard-wood with cross band and face veneer or ply-wood face panels,1.5 mm thick
laminate on both sides including Stainless steel fixtures and fastening and SS handle including
primer coat of approved quality and two coats of oil painting etc complete.
The item shall be carried out as per specification of item-40 of Detailed Specifications for Schedule-B-1,
Item No. 22
Providing and fixing anodised aluminium work for WINDOWS AND VENTILATORS with Anodised
aluminium ( anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic
coating of grade AC 15 ) heavy duty extruded built up standard tubular sections/appropriate Z
sections and other sections of approved make conforming to IS: 733 and IS : 1285, fixed with rawl
plugs and screws or with fixing clips, or with expansion hold fasts including necessary filling up of
gaps at junctions, at top, bottom and sides with required PVC/neoprene felt or sealant so as to make
all joints waterproof etc. Aluminium sections shall be smooth, rust free, straight, mitred and jointed
mechanically wherever required including cleat angle, auminium snap beading for glazing /
panelling, stainless steel screws as per architectural drawings and the directions of Engineer-incharge and incl. providing and fixing glazing in aluminium WINDOW AND VENTILATOR shutters etc.
with EDPM gasket etc. complete as per the architectural drawings and the directions of engineer-incharge with 6.0 mm thick plain float glass panel of approved shade and approved make and fixed to
the frames and frames fixed to the walls. The framed ends shall have required brushings for proper
sealing. Providing and fixing window having extruded aluminium colour anodized section frame
main outer size 63.5 x 38.10 x 1.95mm ( of Jindal section no. 4605 @ wt 1.094 kg/rmt ) horizontal two
track member size 61.85 mm x 31.75 mm x 1.20 mm ( Jindal Section No. 8687 @ wt of 0.695 kg/rmt ),
vertical member of size 61.85 mm x 31.75 mm x 1.3 mm ( of Jindal Section no 8758 @ wt of 0.659
kg/rmt ) with sliding shutters of horizontal member size 40 mm x 18 mm x 1.29 mm ( of Jindal section
No. 8949 @ wt of 0.456 kg / rmt ), vertical member of size 40 mm x 18 mm x 1.29 mm ( of Jindal
Section No. 8947 @ wt of 0.456 kg / rmt / section 8948 @ wt 0.457 kg / rmt ) with 5 mm thick
Signature of Contractor
265
transparent bronze colour tinted float glass with powder coated aluminium fittings and fixtures and
transparent silicon sealant glass fixing to frame as per details etc complete for window.
The item shall be carried out as per specification of item-41 of Detailed Specifications for Schedule-B-1. The
window shall be two track with sliding shutter.
Item No. 23
Providing and fixing standard extruded Aluminum section with frame of 63 mm x 38.10mm x 1.20
mm ( of Jindal Section No 2434 @ wt of 0.643 kg/rmt ) with colour anodized aluminium frame for
ventilation with 5 mm thick frosted glass as details etc complete for ventilation.
The item shall be carried out as per specification of item-43 of Detailed Specifications for Schedule-B-1.
Item No. 24
Providing and fixing M.S. grills/railings of required pattern to wooden frames/or Marble Frame of
window/balcony etc. with M.s. flats at required spacing and frames all-round, square or round bars
fixed with round headed bolts and nuts or by screws, including oil painting with one coat of primer of
approved quality and brand & two coats of synthetic enamel oil paint etc. complete as per detail
drawing and as directed by Engineer in charge.
(B) Plain grill
The item shall be carried out as per specification of item-44 of Detailed Specifications for Schedule-B-1.
Item No. 25
Providing and fixing rolling shutters of approved make made of 80 mm wide M.S. Laths inter-locked
together through their entire length and jointed together at the ends by end locks mounted on
specially designed pipe shaft with bracket plates, guide channels and arrangements for inside and
outside locking with push-pull operation including the cost of Hood cover and spring etc. complete.
(A) Shutters having width below 3.5 M including oil painting with one coat of primer of approved
quality and brand & two coats of synthetic enamel oil paint etc. complete as per detail drawing and
as directed by Engineer in charge.
The item shall be carried out as per specification of item-20 of Detailed Specifications for Schedule-B-3.
Item No. 26
Providing 15 mm. thick cement plaster in single coat on fair side of Brick/concrete walls for interior
plastering upto floor two level and finished even and smooth in :
[ii] Cement mortar 1:4 [1 cement: 4 sand)
Ground Floor
The item shall be carried out as per specification of item-48 of Detailed Specifications for Schedule-B-1.
Item No. 27
Extra for Finishing with a floating coat of neat cement slurry
Upto Floor Two level.
Ground Floor
The item shall be carried out as per specification of item-49 of Detailed Specifications for Schedule-B-1.
Item No. 28
Providing & applying 10 mm thick cement plaster in single coat on fair side of Ceiling surface/
Sloping Roof etc. for Ground Floor upto floor two levels finished even and smooth in C.M. 1:4 (1
cement : 4 Sand ) including necessary curing, scaffolding, in true line and level etc. complete as
directed by Engineer in Charge.
Ground Floor
The item shall be carried out as per specification of item-50 of Detailed Specifications for Schedule-B-1.
Signature of Contractor
266
Item No. 29
Providing & applying 20mm thick sand faced cement plaster on walls upto 10m height from ground
level consisting of 12mm thick backing coat of C.M. 1:3 (1 cement : 1 sand ) and 8mm thick finishing
coat of C.M. 1:1 (1 cement : 1 sand) including curing, necessary scaffolding in true line & level etc.
comp. as directed by Engineer in charge
The item shall be carried out as per specification of item-57 of Detailed Specifications for Schedule-B-1.
Item No. 30
Providing and fixing 150 mm wide, approved quality chicken wire mesh at junction of brick work and
RCC work or two dissimilar surfaces, at all heights fixed by nails, rowal plugs or tag by cement
mortar 1:3 before applying the plaster, including curing, scaffolding all complete as directed.
The item shall be carried out as per specification of item-59 of Detailed Specifications for Schedule-B-1.
Item No. 31
Providing throating or plaster drip and moulding to RCC Chhajja
The item shall be carried out as per specification of item-60 of Detailed Specifications for Schedule-B-1.
Item No. 32
Providing cement vata ( 10 cm x 10 cm size ) quarter round in cement mortar 1:1 including neat
cement finishing, watering etc. complete
The item shall be carried out as per specification of item-61 of Detailed Specifications for Schedule-B-1.
Item No. 33
Forming groove of uniform size from 12x12mm and upto 25x15mm in the top layer of washed stone
grit plastered surface as per approved pattern, including providing and fixing aluminum channels of
appropriate size and thickness (not less than 2 mm), nailed to the under layer with rust proof screws
and nails and finishing the groove complete as per specifications and direction of the Engineer-inCharge.
The item shall be carried out as per specification of item-62 of Detailed Specifications for Schedule-B-1.
Item No. 34
White washing with lime on wall surfaces ( three Coats ) to give an even shade including thoroughly
brooming the surface to remove all dirt, dust, mortar drops and other foreign matter.
1.1. Materials
1.1. The clear Cole shall be made from glue and boiling water by mixing 1 Kg. mixture shall be suitably
tinted where required for use under coloured distemper it directed. Glue shall conform to I.S. 352-1959
(Specifications for animal give)
1.2. Lime used shall be Freshly burnt class 'C' Lime (fat lime) and white in colour conforming to I S. 712-1973.
Water shall conform to M-1. Best quality of gum shall be used in (he preparations of white wash. Ultramarine blue
or Indigo : This shall conform to I.S. 55-1970 for points, and shall be used for preparation of white was, Pigments.
Mineral colours, not affected by lime shall be used in preparing colour wash.
2.0. Workmanship
2.1. Preparation of white wash solution Surface already white or colour. The fat lime shall be slaked as site and
shall be mixed and stirred with about five liters of water for 1 kg. of unslaked lime to made a trim cream This shall
be allowed to stand for d period of 24 hours and then shall be screened through a clean coarse cloth, 4 Kg. of gum
dissolves in hot water shall be added to each cubic meter of lime cream Small quantity of ultramarine blue (Up to 3
gins, per kg. of lime) shall also-be added to the last two coats of white wash solution and the whole solution shall
be stirred thoroughly before use.
Signature of Contractor
267
2.2. Preparation of surface:
2.2.1. The surface shall be thoroughly cleaned of all dust, dirt, mortar cropping and other foreign matter before
white wash is to be applied.
2.2.2. The surface spoiled by smoke soot shall be scrapped with steel wire brushes or steel scrapers 01 shall be
rubbed with over-burnt surkhi or brick bats. The surface shall be then broomed to remove all dust dirt and shall he
washed with clean water.
2.2.3. Oil or grease spots shall be removed by suitable chemical and smooth surface shall be rubber with wire
Crushes.
2.2.4. All unsound portion of the surface plaster shall be removed to full depth of plaster in rectangular patches
and plastered again after raking the masonry joints properly. Such portion shall he wetted and allowed to dry. They
shall then be given one coat of white wash
2.2.5. All unnecessary nails shall be removed the holes, cracks, patches etc. shall be made good with material
similar in composition to the surface to be prepared
2.3. Scaffolding :
Wherever scaffolding is necessary it shall be erected in such a way that as far as possible on part of scaffolding
shall rest against the surface to be white or colour washed A properly secured strong and well tied suspended
platform (Zoola) may be used for white washing. Where ladders are used pieces of old gunny bags shall be tied at
top and bottom to prevent scratches to the floors and walls. For white washing of ceilings, proper stage scaffolding
shall be erected where necessary.
2.4. Application of white wash :
2.4.1. On the surface so prepared the white wash shall be applied with 'Moon' brush. The first stroke of the brush
shall be from top downwards, another from bottom upwards over the first stroke and similarly one stoke from the
right another from the left, over the first stroke brush before it dries. This will form one coat each coat shall be
allowed to dry before and uniform finish free from brush marks and it should not come of easily when rubbed with
finger
2.4.2. Splashing and dropping if any on the doors and windows, ventilators etc shall be removed and the surface
cleaned.
2.4.3. Priming and Alkali resistant treatments, scraping of surface washing etc. surface spoiled by smoke soot
removed of oil and grease spots, treatment for infection with efflorescence moulds moos, fungi, algae and lichen
and patch repairs to plaster wherever done shall not be paid extra.
3.0. Mode of measurement & payment
3.1. All the work shall be measured in the decimal system as under:
(a) Dimensions shall be measured to the nearest 0.01 m.
(b) Area in individual item shall be worked out to the nearest 0.01 sq.m.
All the work shall be measured in sq. mt. Deductions for jambs, soffits, sills etc. for openings not exceeding 0.5 sq.
mt. each in area, for ends of joists, posts, beams, girders, steps etc. not exceeding 0.5 sq mt. each in area and for
openings exceeding 0.5 sq. mt. and not exceeding 3.0. sq. mt. each in area, deductions and additions shall be
made as under.
3.2. No deductions shall be made for ends of joists, beams, posts, etc. and openings not exceeding 0.5 sq mt.
each. No addition shall be made for reveals, jambs, soffits, sills etc. of these openings not for finish around ends of
joints, beams, posts etc.
3.3. No deductions for openings exceeding 0.5 sq.mt. but not exceeding 3 sq. mt. each shall be made as
follows and no addition will be made for reveals, jambs, soffits etc. of these openings :
(a) When both the faces of walls are provided with finish, deduction shall be made for one face only.
(b) When each face of wall is provided with different finish, deduction shall be made for that side of frame for
door, windows, etc. on which width of reveals is less than that of the other side. Where width of reveals on both
faces of wall are equal, deduction of .50% of area of opening on each face shall be made from total area of finish.
(c) When only one face of wall is treated and the other face is not treated, full deduction shall be made if the
Signature of Contractor
268
width of reveal on the treated side is less than that on the untreated side, but if the width of the reveal is equal or
more than on the untreated side neither deductions nor additions to be made for reveals, jambs, soffits, sills etc.
3..4 In case of area of openings exceeding 3 sq. mt. each, deductions shall be made for openings but jambs,
soffits, sills shall be measured.
3.5. No deductions shall be made for attachment such as casing, conducts, pipe, electric wiring and the like.
3.6. Corrugated surfaces shall be measured flat as fixed and not girth. The quantities so measured shall be
increased by the following percentage and the resultant shall be included with the general areas:
(a) Corrugated steel sheets……………………………………… 14%
(b) Corrugated A.C. sheets………………………………………. 20%
(c) Semi corrugated A.C. Sheets……………………………….. 10%
(d) Nainital pattern roof (Plain sheeting sheets)……………….. 10%
(e) Naintial pattern roof (with corrugated sheets)……………… 25%
3.7. Cornices and other wall features, when they are not picked out in a different finish/colour shall be girthed
and included in the general area.
3.8. The rate shall include the cost of ail materials, labour, scaffolding, protective measures etc. involved in all
the operations described above.
3.9. The rate shall be for a unit of One sq. meter.
Item No. 35
Finishing walls with Acrylic smooth exterior paint of required shade :- New work ( Two or more coat
applied @ 1.67 lit / 10 sqm over and including base coat of water proofing cement paint applied @ 2.2
Kg / 10 sqm )
The item shall be carried out as per specification of item-65 of Detailed Specifications for Schedule-B-1.
Item No. 36
Providing & laying Polished Kotah Stone flooring over 20 mm th. Base of cement mortar 1:5 (1
Cement : 5 Coarse Sand) or L.M. 1:1:5 including Pointing with cement mortar 1:2 (1 Cement : 2 Stone
dust) etc. complete. a) 25 mm thick
The item shall be carried out as per specification of item-30 of Detailed Specifications for Schedule-B-2.
Item No. 37
Providing and laying Polished Kota stone slab 25 mm. thick in risers of steps, dado, pillars & Kitchen
Platform laid on 10 mm. thick cement mortar 1:3 (1 cement : 3 coarse sand) and jointed with grey
cement slurry including rubbing and polishing etc. complete. a) 25 mm thick
The item shall be carried out as per specification of item-31 of Detailed Specifications for Schedule-B-2.
Item No. 38
Providing and fixing in Door, window sills and jambs Dark Green marble of approved shade and size
laid over a bed of C:M 1:6 including cement floating, curing, rubbing, polishing, cleaning, normal
moulding on each side etc. complete and joints with white cement.
The item shall be carried out as per specification of item-74 of Detailed Specifications for Schedule-B-1.
Item No. 39
Providing, lowering, laying and jointing in true line and level 110 mm dia 6 kg / sq.cm. working
pressure rigid ISI Supreme / Finolex PVC pipe for "Rainwater" pipeline fitted concealed in walls
including all necessary fittings such as bends, shoe bends etc including testing of pipes and joints
fixing the same with PVC clips at two meters c/c and jointed with adhesive solvent cement including
Signature of Contractor
269
the cost of all material, fixing air and water tight, testing the line etc. complete as directed by
Engineer in charge.
The item shall be carried out as per specification of item-86 of Detailed Specifications for Schedule-B-1.
Item No. 40
Construction of brick masonry chamber inside dimension as below & required depth for drainage
pipeline, with required inlet and outlet for underground C.I. inspection chamber and with 230 mm
thick brick wall having crushing strength not less than 35 Kg. /sq.cm. in C.M.1:5 (1cement : 5 sand)
C.I. Cover with frame(Light duty 455 mm X 610 mm internal dimension, total weight of cover with
frame not less than 38 Kg. ( weight of cover 23 Kg and weight of frame 15 Kg),R.C.C. top slab with
1:2:4 ( 1 cement : 2 coarse sand : graded stone aggregate 20mm nominal size B.T. Kapchi)
foundation concrete 1:5:10) (1 cement : 5 sand :10graded stone aggregate 40 mm nominal size)
inside plaster 15mm thick in cement mortar 1:3 (1cement : 3 sand ) finished smooth with floating
coat of neat cement slurry on walls and bed concrete curing etc. in true line and level/slope etc.
complete as directed by Engineer In charge.
Inside dimension 600 mm x 850 mm and 450 deep or more for pipe line with one or two inlets.
The item shall be carried out as per specification of item-87 of Detailed Specifications for Schedule-B-1.
Item No. 41
Extra over above items for every additional depth of 0.1m or part there of beyound 450 mm depth for
brick masonry chamber
For 600 mm x 850 mm size
The item shall be carried out as per specification of item-88 of Detailed Specifications for Schedule-B-1.
Item No. 42
Carrying out plinth treatment to post construction / existing structure by spraying chemical solution
for termite control treatment including labour and material consistent with I.S.I. specification
The item shall be carried out as per specification of item-116 of Detailed Specifications for Schedule-B-1.
Item No. 43
Steel work welded in built up sections framed work including cutting hoisting fixing in position and
applying a priming coat of red lead paint and two coats of synthetic enamel paint up to floor two
level.
( B ) In trusses and Trussed purlins upto 25 m span and 15m overall height
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
1.0.
Materials
The structured steel work shall conform to M-22. Red lead paint shall conform to I.S : 102-1962.
2.0.
Workmanship
2.1.
The steel sections as specified or required, shall be cut, square and to correct lengths, as per
drawings and design. The .cut ends exposed to view shall be finished smooth. No two pieces shall be
welded or otherwise jointed to make up the required length of member, except as indicated in the
drawing or as directed. All straightening and shaping to form shall be done by application of pressure and
not by hammering. Any bending or cutting shall be carried out in suitable manner as not to impair the
strength of the metal. All operations shall be done in cold state unless otherwise directed/permitted.
2.2.
Steel welded in built up sections, frame work.
Signature of Contractor
270
2.2.1. The steel structure as shown in the drawings or as per direction of the Engineer-in-charge shall be
laid out on a level platform to full scale and to full size in parts. A steel tape shall be used for
measurements to ensure maximum accuracy.
2.2.2. Wooden templates 12 mm. to 19 mm. thick or metal sheet template shall be made to correspond to
each connecting gussets plate shall be accurately marked on them. The templates shall be laid on the
steel members and the steel members shall be marked for cutting. The base of steel column and
the position of Anchor bolts shall be carefully set out
2.2.3. All stiffeners shall be formed by pressure and where practicable the metal shall not to be cut and
welded in making these. In major work, or whore so specified, shop drawings giving complete details and
information for the fabrication of the component parts of the structure including location, type, size of welding
shall be prepared in advance of the actual fabrication and as distinctly marked or stenciled with paint with the
identification mark as given in the stop drawings.
Great accuracy shall be observed in fabrication of various member, so that these can be assembled without
being unduly packed, stained, or forced into position and when build up, shall be true and tree from twists,
brinks, buckles, or open joints.
Before welding, individual members for fabrication the steel work intended to be welded together shall be
assembled or clamped properly and tightly so as to ensure close abutting or lapping of the surfaces of the
different members.
2.2.4. Welding shall generally be done by electric process. Gas welding shall be resorted to, using
oxyacetylene flame with specific prior approval. Gas welding shall not be permitted for structural steel work.
2.2.5 The work shall be done as shown in the shop drawings which should clearly indicate various details
of the joints to he welded, shop and site welded as well as type of electrodes to be used, symbol for welding
on plans and shop drawings shall be according to I.S. 813-1961. As far as possible every effort shall be
made to limit the welding that must be done after improper welding that is likely to be done due to heights
and difficult positions on scaffoldings etc. The welding work shall conform to I.S. 816-1969.
2.2.6 Preparation of surfaces : Surfaces which are to be welled together shall be free from loose mill
scale, rust, paint, grease or other foreign matter. A coating of boiled linseed oil shall be permitted.
2.2.7 Assembly for welding : Before welding is commenced, the plates shall first be brought together and
firmly clamped or spot welded at specified distance. This temporary connection has to be strong enough to
hold the plates
accurately in place without displacement.
2.2.8 Precautions : All operations connected with welding and cutting equipment shall conform to
safety requirement given in I.S. 818-1968.
The following paints shall be borne in mind during the process of welding:
(a)
Are length voltage and amperage shall be suited to the thickness of material type of groove
and other circumstances of the work.
(b)
The segments of welding shall be such that where possible the members which offer. the
greatest resistance to compression are welded first.
2.2.9 The defective welds which shall be considered harmful to the structural strength shall cut out and
rewarded.
2.2.10 Finished welds and adjacent parts shall be protected with clean boiled linseed oil and after all stag
has been removed. Welds and adjacent parts shall l*o painted after the same are approved.
2.2.11 All the members shall be thoroughly cleaned of rust-scales, dust etc. and given a priming coat of red
lead paint before fixing them in position. Testing of welding to be added in the specification I.N. 12.2.2.12-(i)
to (viii)
3.0
Mode of measurements & payment
3.1.
The steel work shall be measured in general as under:
Signature of Contractor
271
(a)
All work shall be measured on the basis of finished dimensions as fixed at site and measured net
unless
specified otherwise.
(b)
The weight of steel sections, steel rods, and steel strips in finished work shall be calculated Hum
standard weight on the same basis on which steel is supplied to Contractor by department or those given in
relevant I S : if steel is arranged by the contractor.
(c)
The weight of steel plates and strips shall be taken from relevant I.S. based on 7.35 kg./ sq.
meter per every millimeter sheet thickness if steel is supplied to the contractor by department.
(d)
Unless otherwise specified, weight of cleats, brackets, packing pieces, bolts, nuts, washer, distance
pieces, separators, diaphragm gusset (taking overall square dimensions) fish plates etc. shall be added to
the weight of respective items.
(e)
For forged steel and steel castings, weight shall be calculated on the basis of 7850 kg./cum.
(f)
Unless otherwise specified, no allowance shall be made for the weld metal in case of
welded steel structure.
(i)
(j)
Dimensions other than cross sections and thickness of plates shall be measured to nearest 0.001m
Mill tolerance shall be ignored when weight is determined by calculation.
3.2.
The rate includes cost of all material, labour, erection, hoisting scaffolding, protective measure,
required for proper completion of the item of work. This shall also include conveyance and delivery handling,
loading, unloading and storing etc. required for completing the item described above including necessary
wastage involved.
3.3.
The rate shall be for a unit of one quintal.
Item No. 44
Providing & fixing 0.55 mm thick Precoated galvalume sheets of trapezoidal profile approved make,
colour and size mechanically moulded in required shape & size fixed to roof with necessary fixtures
and fastenings like hot dipped galvanized self driving and self tapping screws, clips, neoprene and
EPDM gasket , nuts, bolts, washers, popup rivets, stitch screws, sealant including overlaps and side
laps and accessories like corner piece apron, eaves, valley gutter, hoppers, sheet floor connector
etc. cutting, wastage with all material, labour, tools and plants, scaffolding etc. complete at all
heights. The penetration & laps in sheets shall be sealed by using proper sealants. The sheet shall
have 1015 mm effective cover width and nominal 25 mm deep ribs with subtle square fluting in the
five pan at nominal 200 mm c/c. The end rib shall be designed for anti capillary action to avoid any
seepage. The sheets shall be to the extent possible single sheet from ridge to eaves resulting in zero
laps. The sheet shall be manufactured out of nominal 0.45mm Base Metal Thickness (BMT), ( 0.5 mm
total coated thickness) Hi-Tensile steel with min. 550 Mpa yield strength, metallic hot dip coated with
Aluminium Zinc alloy ( 55 % Aluminium, 45% Zinc ) as per AS 1397-Zincalume AZ150 (Min. 150
gms/sqmt total on both sides) with Super polyester Colorbond XRW quality paint coat as per AS/NZS
2728 CLASS 3.
[NOTE : The measurement of area shall be that of actual net area of sheet fixed incl. overhang ]
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Galvalume Sheet roofing :
Galvalume sheet shall be 0.55 mm thick (total coated thickness), 550 MPa minimum, yield strength. It shall
be coated with hot dip alloy of 55% Aluminium 43.5% Zinc 1.5% Silicon and finished with resin coat on both
surfaces @ 150 gm/sqm of coating (total both surfaces) having overall width and laid width as specified and
shall be fixed using hot dip galvanized, self drilling and self tapping screws neoprene and EPDM washers,
Penetrations and laps in sheet shall be sealed by using proper sealant profile. HDPE fillers shall be provided
wherever required to close voids between sheets, sheet & fasteners etc.
Signature of Contractor
272
Fixing system shall be as per manufacturers‟ instructions and shall be safe against effects of wind velocity.
Galvalume Sheet Wall Cladding :
Galvalume sheet for wall cladding shall be same as for roof and shall be fixed with 8mm and 30mm deep
trapezoidal profile sheeting fixed with self trapping fasteners.
Roofing Accessories :
Roofing accessories i.e. corner piece apron, eaves/valley gutters, hoppers, ridges, sheet floor connectors
etc. shall be of galvalume sheet and of size shape as specified.
Roof Covering
Roof will be covered fully with 0.55 mm COLOURED Galvalume Sheets
Sheeting Accessories
The roof shall be provided with sheeting accessories like standard fasteners, filler strip, rope seal and
flashings including Eave Gutter and Down Spouts till ground level as per Mfg‟s specifications and standards.
Standard Accessories and Building Additions

Anchor Bolts
:
As required by Design
 Rod Bracings
:
Rod bracing shall be provided on the roof
for specified number of bays as required by design.
C.
STANDARD SUPPLIED MATERIAL :
The following material shall also be supplied with.
1.
CLOSURE STRIPS :
Closure matching the profile of the panel shall be supplied along the eave and rake.
2.
SEALING TAPE :
All laps of roof panels shall be sealed with a continuous ribbon of tape sealer.
3.
ROD BRACING :
Diagonal rod bracing shall be supplied in the roof to brace the building against wind loads, Rods bracing
is essential for the stability of the building.
4.
CONNECTION BOLTS :
High Strength Bolts shall be furnished at all primary connections, Machine bolts shall be furnished
at all secondary connections.
5.
SHEETING FASTENERS :
Self tapping sheet metal screws with metal and neoprene washers shall be furnished to fasten the
sheeting to secondary members. All screws shall have hex heads, be colour coated to match roof
and wall panels, and shall be zinc plated steel.
E.
ROOF SHEETING :
Roof panels shall be 0.55 mm coloured galvalume sheeting. Each panel shall provide one
meter coverage and can be shipped in any length upto 10 m.
The exterior face is pre-painted with 1 mill thick factory applied polyester paint for white
panels and siliconized polyester paint. Color of exterior face shall be as per approval. Colour
Signature of Contractor
273
of interior face shall be white.
F.
SHEETING FASTNERS :
Standard fasteners shall be self tapping sheet metal screws with metal and neoprene
washers. All screws shall have hexagonal heads, be coated to match roof and wall
sheeting and made of zinc plated steel.
G.
SEALER :
This is to be applied at all side laps and end laps of roof panels and around self flashing
windows. Sealer shall be 6 mm wide x 5 mm thick, asbestos fibre filled, pressure sensitive
Butyl
Tape : The sealer shall be non asphaltic, non shrinking, non drying and non toxic and shall
O
have superior adhesion to metals, plastics and painted surfaces at temperatures from –51
O C.
C to + 104
I.
CLOSURES :
Solid or closed cell E.T.P [Ethylene Polypropylene Terpolymer] closures matching the profile
of the panel shall be installed along the eaves, rake and other locations specified on Mfg‟s
Drawings.
J.
RIDGE CAPS :
A formal panel matching the material colour, slope and profile of adjoining rib roof panels.
K.
FLASHING AND TRIM :
Flashing and/or trim shall be furnished at the rake, corners, eaves, framed openings and
wherever necessary to provide weather tightness and finished appearance. Colour for rake
and eave flashings and colour of wall for corner flashings shall be as per approval.
Materials shall be 0.55 mm thick conforming to the physical specifications of adopted
country code.
WORKMANSHIP
Roofing Generally :
Particular care shall be taken in providing good workmanship in the construction of roofs, specially the
vulnerable points mentioned below to ensure that the finished roof is water-tight without any leakage, under
all weather conditions.
(a)
(b)
(c)
(d)
(e)
(f)
Filling of side joints of flat terrace tiles, bricks, stone slabs etc. with mortar.
Joints between roof and parapets, chimney stacks etc.
Rain water outlets
Waterproofing treatment
Drillings of holes in corrugated and semi-corrugated sheets
Avoiding cracks in fragile articles such as asbestos cement sheets, tiles etc., due to careless
handling and fixing.
(g) Sealing joints of gutters, hip and ridge coverings etc.
Sloping roofs shall be secured with suitable wind tiles where indicated. These shall be fixed with the same
hook bolt which secure the sheets to the purlin. To allow for expansion and contraction, holes in wind ties
shall as slotted, if so directed.
The slope of the finished top of flat roofs shall be as specified or indicated in the drawings.
Pre coated sheets Sheeting
Spacing of Purlins :
Signature of Contractor
274
The spacing of purlins shall be as indicated but shall not exceed the following :
Thickness of steel sheet
1.00 mm
0.80 mm
0.63 mm
0.55 mm
Maximum spacing of purlins C/C
2.00 m
1.80 m
1.60 m
1.50 m
Laps :
The sheets shall be laid with minimum end lap of 150 mm and side lap of two corrugation as indicated or as
specified by mfg. The side and end laps may be increased to avoid cutting of sheets, if the GE agrees
thereto. Te above minimum end lap of 150 mm shall apply to slopes of 1 vertical to 2 horizontal and sleeper
slopes. For flatter slopes the minimum permissible end laps shall be 200 mm.
Laying and Fixing of Sheets :
The sheets shall be laid on the purlins or other structural members as indicated, to a true plane. With the
lines of corrugations truly parallel or normal to the area to be covered, unless otherwise required as in
special shaped roofs.
Sheet shall be fixed to the purlins or other structural members with self tapping sheet metal screws.
Where slopes of roofs are less than 1:2 ½ (1 vertical to 2-1/2 horizontal) or where indicated sheets shall be
joined together at the side laps by galvanized iron bolts and nuts 25x6 mm size, each bolt with a bitumen
and a GI limpet washer or a GI limpet washer filled with white lead. The spacing of these seam bolts shall
not exceed 20 cm.
Sheeting on steel bearers, where indicated, shall be riveted together with 6mm dia galvanized wrought iron
rivets and galvanized plain round washers (two or each rivet), at intervals not exceeding 20 cm for the side
laps and on every corrugation (staggered) fort the end laps. The sheets may be riveted in sets of 9 to 12 on
the ground and then hoisted in position. Care shall be taken in riveting that the sheet is well supported
underneath and no indentation is made on the upper surface. Rivets shall be tightened and drawn closely
and the heads spread evenly and equally.
All holes for bolts, rivets, drive screws etc., shall be made in the crown of corrugations and shall be drilled
(and not punched). The holes in the washers shall be of the exact diameter of the hook bolt or the seam bolt.
The nuts shall be tightened from above to give a leak proof roof.
Ridges and Hips:
Ridges and hips shall be covered with ridge and hip fixtures with a minimum 150 mm lap on either side
cover the roofing sheets, and shall be properly bent to shape and fixed. The end laps of the ridges and hips
and between ridges and hips shall also be not less than 150 mm.
Valley and flashings :
Valley and flashings of plain sheeting shall be of width and thickness as specified and bent to shape and
fixed. They shall lap with the corrugated sheets not less than 150 mm width on either side. The end laps of
valleys and flashing shall also be not less than 150 mm and painted with red lead.
Valley sheets shall be fixed to the roof members below, with the same 8 mm dia GI hook bolts and nuts and
bitumen and GI limpet washers which fix the sheets to those roof members. At least one of the fixing bolts
shall pass through the end laps of the valley pieces, on either side. If this is not possible extra hook bolts
shall be provided. The edges of valleys and flashing shall be straight from end to end. The surfaces shall be
true and without bulges and depressions.
Flashing shall be well and properly tucked into joints of brickwork of masonry, secured with hardwood
wedges and the joints finished neatly to match the adjoining work.
Gutters :
Gutters shall be laid with a minimum fall of 1 in 150, which should be increased where possible. The gutters
shall be true to line and slope. Gutters shall be laid with the requisite accessories such as drop ends stop
Signature of Contractor
275
ends, nozzle angles and union clips as directed. The size of the outlet of drop ends and nozzles shall, be the
same as the size of rainwater pipes into which they discharge.
Joins in the gutters shall be made watertight.
Unless otherwise indicated, gutters shall be supported with a brackets close to the socket and another in the
centre of the gutter. Plain ended gutter shall be supported with bracket on either side of each joint. For
gutters of large size, one extra supporting bracket in the centre of the gutter shall be fixed.
Brackets shall be fabricated from mild steel flats of the size as indicated. Where the brackets are fixed to the
side of rafters they shall be fixed with 40x3 mm flats bent to shape and fixed rigidly to the sides of rafters with
3 nos. 10 mm dia bolts, nuts and washers. The bracket shall overlap the rafter not less than 30 cm and
connecting bolts shall be 115 mm centres.
Where the brackets are to be fixed to the purlins, these shall consist of 50x3 mm MS flats bent to shape with
one end turned at a right angle and fixed to the purlins face with a 10 mm dia bolt, nut and washer. The
perpendicular over-hang portion of 50x3 mm bracket shall be stiffened by another 50x3 flat bent to right
angle shape with its longer leg connected to the bracket with 2 numbers 6 mm dia MS bolt, nuts and
washers and its shorter legs fixed to the face of purlins with one number 10 mm dia bolt, nut and washer.
The over-hang of the vertical portion of the flat iron bracket from the face of the purlins shall not exceed 225
mm.
The requisite slope in the gutters shall be given in the line of bracket. The brackets shall be placed at not
more than 90 cm centres for AC gutters and 75 cm for sheet metal gutters.
Jointing and Fixing of Steel Gutters :
Use of stays :
Unless otherwise indicated, steel sheet gutters upto 1.25 mm thick shall be stiffened with stays at spacing
not exceeding 40 cm. Stays of tubular pattern shall be soldered in position in the gutter.
Jointing :
Al joints shall be lapped and soldered for at least 40 mm, in the direction of low; the jointing faces shall be
primed with solder to ensure running of the jointing metal. Soldering of the resulting joint through the full girth
of the gutter and to the full extent in the lap shall be ensured. Jointing may be done by press folding (welting)
of the jointing faces.
Fixing :
Gutters upto 100 mm size shall be fixed by screws inserted through alternate stays and those above 100 mm
size shall be fixed by screws inserted through every stay. The screws shall not be less than 2.6 mm dia and
not shorter than the nominal thickness of the gutter plus 25 mm. screws shall not be hammered into place.
Fixing of gutters by this method shall not be done when facial board is less than 25 mm in thickness.
Item No. 45
Providing and fixing 0.55 mm thick Precoated galvalume profiled one piece ridge panel of approved
make, colour & size.( Considering 1000mm wide )
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The work shall be carried out as per specification described above.
Measurements :
The ridge shall be measured for its gross superficial area. The length and breadth shall be measured correct
to a cm. The thickness shall not be less than that specified.
Rate :
Signature of Contractor
276
The rate shall be inclusive of materials and labour involved in all the operations described above.
The payment shall be made on sqm basis.
Item No. 46
Point wiring for Light / Bell with
2-1.5 sq.mm & earthwire of 1.5 sq.mm (Green) both are of ISI
marked 1.1 KV grade FRLS PVC insulated multistrand copper wires, in following type of pipe to be
erected concealed in/ on surface on wall/ceiling complete with 6A Modular type switch / bell push &
accessories and earth continuity of following type, erected on PVC / Metallic box, single mounting
base frame covered with textured/metallic front plate modules erected on / in wall / ceiling as per
pipe erected, with necessary Lamp holder/ceiling rose / H.D.Connector as directed.
(a) with medium class Rigid PVC pipe and accessories Cat. III
Item No. 47
Point wiring for FAN with 2-1.5 sq.mm & earthwire of 1.5 sq.mm (Green) both are of .ISI marked 1.1
KV Grade FRLS PVC insulated multistrand copper wires, in following type of pipe to be erected
concealed in / flushed on wall/ceiling complete with 6A Modular type switch and hum free EME four
or more step type electronic fan regulator with separately mounted and accessories with earth
continuity of following type erected on PVC / Metallic box, single mounting base frame covered with
textured/metallic front plate modules erected on / in wall / ceiling as per pipe erected. with necessary
ceiling rose / H.D.Connector as directed.
(a) with medium class Rigid PVC pipe and accessories.Cat-III
Item No. 48
Point wiring for Looped Plug with 6A Modular type switch & 5 pin socket erected on PVC / Metallic
box, single mounting base frame covered with textured / metallic front plate modules erected on / in
wall / ceiling with following type accessories.Cat-III
Item No. 49
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge
(7) Blank Plate Single .Cat-III
Item No. 50
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge
(9) 16 Amp. SP one way switch .Cat-III
Item No. 51
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge
(10) 6/16Amp. Universal socket. Cat-III
Item No. 52
Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected concealed in /flushed on wall/ceiling, with 1.5 sq. mm copper
conductor FRLS PVC insulated stranded wire of green colour for earth continuity of following size
(a) with medium class Rigid PVC pipe and accessories
(a) 2 wire 1.5 sq. mm
Item No. 53
Signature of Contractor
277
Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected concealed in /flushed on wall/ceiling, with 1.5 sq. mm copper
conductor FRLS PVC insulated stranded wire of green colour for earth continuity of following size
(a) with medium class Rigid PVC pipe and accessories
(b) 2 wire 2.5 sq. mm
Item No. 54
Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected in / on wall / ceiling with 2.5 sq. mm copper conductor FRLS PVC
insulated stranded wire of green colour for earth continuity of following size
(a) with medium class Rigid PVC pipe and accessories
(i) 4 wire 10 sq. mm
Item No. 55
Supplying and erecting approved make of tube fitting with One no T-5 tube 24/ 28 W with Electronic
ballast with each tube separately THD less than 10 & built in adaptors, GI / PVC housing & mirror
optic reflector, suitable to work on 120V - 300V, A.C. supply with connector and adapter if required.
[Make of fitting & tube may be differ& fitting shall be providing with tube]. Cat-III
Item No. 56
Approved make Four pole moulded case circuit breaker having breaking capacity ICU of 25 KA. at
415 V,having normal current rating up to 25 A to 100A. with Fixed thermal & magnetic release
suitable to work on A.C. supply 50 c/s. with all internal connections & complete erected in existing 16
G.M.S. housing.
ICS=100% of ICU only
Cat III
Item No. 57
Miniature circuit breaker single pole 6A to 32A suitable to operate on 240 V A.C. system and having
breaking capacity 10 KA to be erected in existing box. confirming to IS 8828/1996 with ISI Mark .CatIII
Item No. 58
Providing & erecting 415 V MCB Four Pole for Motor & Inductive Load (C Curve) having 10KA
breaking capacity & confirms to IS :8828 in existing box having following capacity
(c)63 Amp. Cat III
Item No. 59
Providing and erecting Sheet Steel powder coated MCB distribution board - flush / surface mounted
fitted with busbar, neutral link, earth bar and DIN rail, confirming to IS 13032 and BS 5486-1986
without MCB to house appropriate nos. of MCBs.(The DBs should be used of same company of MCB
to be used)
(J) Three phase 4 way SS Double door for single phase outgoing horizontal box
Item No. 60
Providing and erecting required size Copper strip for earthing of H.T. OCB / ACB/ Transformer, LT
panel board, Motors etc. using copper clamp.
Item No. 61
Supplying & erecting earth pit of minimum bore dia.150mm size approved make Earthing Electrode
consisting Pipe-in-Pipe Technology as per IS 3043-1987 made of corrosion free G.I.Pipes having
Outer pipe dia of 50mm having 80-200 Micron galvanising, Inner pipe dia of 25 mm having 200-250
Micron galvanising, connection terminal dia of 12mm with constant ohmic value surrounded by
Signature of Contractor
278
highly conductive compound with high charge dissipation suitable for following type of applications.
(a) For Electrical Installation up to 440V in normal soil
Length of pipe - 1 Mtr
Back filling compound - 1 Nos Bag of 15 Kg.
Item No. 62
Providing and erecting Approved make Ceiling fan with double ball bearing ISI mark with condenser
A.C. 23OV.50 c/s.1200 mm. sweep complete, canopy and 30 cms. down rod erected on existing hook
or clamp with 24/0.2 , 3 core flexible wire with earthing. [Make shall be approved by Engineer in
charge]
Item No. 63
Supplying and erecting 19 / 20 mm. nominal bore Medium Class M.S. Pipe down rod erected duly
painted for fan complete with necessary 24/ O.20, 3 core flexible wire with earthing.
Item No. 64
Providing Fan clamp of 30 x 5 mm flat of required length & 10 mm M.S. Bolt & Nuts erected with
necessary hook of 10 mm M.S. Round Bar.
Item No. 65
Supplying & erecting single phase approved make industrial exhaust fan suitable for medium duty
ring mounted low noise operation suitable for medium duty having following dia size and maximum
speed in RPM
[A] 305 mm dia 900 RPM Cat.II
The Item Nos. 46 to 65 shall be carried out as per SPECIFICATIONS FOR ELECTRICAL
WORKS attached in the tender.
Signature of Contractor
279
DETAILED SPECIFICATIONS FOR SCHEDULE –B-5
(INTERIOR WORKS - KADODARA)
Item No. 1
Table - 1800 x 900 x 760 mm ( T1 )
The scope includes supply and erection /installation of the item on site. Tables are made of 25 mm.
thick partial board. The top surface is finished with high pressure laminate of 1 mm. thickness. To
avoid warpage boards are provided with balancing laminate of 0.6 mm. thickness., The edges of top
surface are finished with 1 mm. edge banding. The quality of edge banding material is ABS with
primer with single colour. The band is stuck to the surface at 200 centigrade under high pressure for
better adhesion., Mobile Drawer Unit : The box body except the back of the Mobile Drawer Unit is
made of 18mm. thick particle board. The surface is finished with 1 mm. thick high pressure laminate.
The back is made of 8mm. prelaminated particle board which slides inside the box body. All the
boards have balancing laminate of 1 mm. thickness., The edges of box body is finished with 1 mm.
edge banding. The quality of edge banding material is PVC with primer with single colour. The band
is stuck to the surface at 200 degree centigrade under high pressure for better adhesion., The box
body is assembled with the help of 8 Nos. of wooden dowels with suppressions of 40 X 8 mm. and
with the help of mini-fix. No screws are visible outside on the box body., The inside drawer body is
made of 12mm. prelaminated partical board fitted on bottom mounted self-closing , soft roller slides
of 400mm. The bottom of drawers are made of 8mm. prelaminated partical board which slides inside
the body., The Drawer Units are fitted with unpickable front locking mechanism, made of rim locks.
The design of the locking mechanism is such that only one drawer at time can be opened for safety.
The keys are supplied in duplicate., The MDUs are fitted with „ C „ handles of 8 X 75 mm., The MDUs
are fitted with 4 Nos. of twin castors out of which the front 2 Nos. have locking mechanism. KEY
BOARD TRAY : Keyboard tray is made of 18 mm thickness Prelam Partical board and Durable
telescopic channel both sides. The Colour and Finish Of Tray will be Matching To Table Finish.,
Keyboard is available with or without mousepad. Where required.Sizes are :710 X 250 X 85
(With mousepad), 530 x 250 x 85 ( With Out Mouse pad ) CPU TROLLY : CPU stand is made out
of C.R.C.A. 12mm thick Gauge with pretreatment and 45-micron powder coat in any colour.
CPU stands are provided with four supreme quality of castor in which two casters are with
brake and other two casters are without brake. Inner wall of CPU stand and bottom plate is
covered up with polyurethene 6 mm thick sheet to protect the CPU box from damage., All
steel components are painting. The process consists of degreasting , derusting, phosphating &
drying to attain proper phosphate coat & crystalling surface. The phosphate products are
powder coated., Modesty Panel : CRCA steel per. panels in powder coated finish with 50-60 DFT
with scratch resistance of 2.5 H, for details and assembly work refer drawings, laminate to be
approved by client / consultants. The rate includes cost of all labour, material and with necessary
tools, tackles, adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall
have matt melamine polish and internal surfaces shall be finished with French polish. for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No. 2
Table - 1350 x 600 x 760 mm ( T4 )
The scope includes supply and erection /installation of the item on site. Tables are made of 25 mm.
thick partial board. The top surface is finished with high pressure laminate of 1 mm. thickness. To
avoid warpage boards are provided with balancing laminate of 0.6 mm. thickness., The edges of top
surface are finished with 1 mm. PVC / Laminate edge banding. , Mobile Drawer Unit : The box body
except the back of the Mobile Drawer Unit is made of 18mm. thick particle board. The surface is
finished with 1 mm. thick high pressure laminate. The back is made of 8mm. prelaminated particle
board which slides inside the box body. All the boards have balancing laminate of 1 mm. thickness.,
The edges of box body is finished with 1 mm PVC / Laminate edge banding. The quality of edge
banding material is PVC with primer with single colour. , The box body is assembled with the help of
8 Nos. of wooden dowels with suppressions of 40 X 8 mm. and with the help of mini-fix. No screws
are visible outside on the box body., The inside drawer body is made of 12mm. prelaminated partical
board fitted on bottom mounted self-closing , soft roller slides of 400mm. The bottom of drawers are
Signature of Contractor
280
made of 8mm. prelaminated partical board which slides inside the body., The Drawer Units are fitted
with unpickable front locking mechanism, made of rim locks. The design of the locking mechanism
is such that only one drawer at time can be opened for safety. The keys are supplied in duplicate.,
The MDUs are fitted with „ C „ handles of 8 X 75 mm., The MDUs are fitted with 4 Nos. of twin castors
out of which the front 2 Nos. have locking mechanism. KEY BOARD TRAY : Keyboard tray is
made of 18 mm thickness Prelam Partical board and Durable telescopic channel both sides. The
Colour and Finish Of Tray will be Matching To Table Finish., Keyboard is available with or without
mousepad. Where required. Sizes are :710 X 250 X 85 (With mousepad), 530 x 250 x 85 ( With Out
Mouse pad ) CPU TROLLY : CPU stand is made out of C.R.C.A. 12mm thick Gauge with
pretreatment and 45-micron powder coat in approved colour. CPU stands are provided with
four supreme quality of castor in which two casters are with brake and other two casters
are without brake. Inner wall of CPU stand and bottom plate is covered up with polyurethene
6 mm thick sheet to protect the CPU box from damage. All steel components are painting.
The process consists of degreasting , derusting, phosphating & drying to attain proper
phosphate coat & crystalling surface. The phosphate products are powder coated., Modesty
Panel : 18 mm thk. Prelam partical board ,Partition : The partition frame work comprises of 25 X 50
mm MDF Section with vertical and horizontal sections with necessary gaps for cable management at
regular intervals, The penal are of 8 mm MDF stuck on both side of grid work with outer side with .8
mm high pressure laminate, The partition are fixed with tong and grove arrangement , The framework
can be with panels made of fabric, inboard panel, laminated panels or glass panels, The fabric panels
are made of 8mm. plain partical board/ MDF laded with desired fabric / laminate, The inboard panels
are made of 12mm. soft board with, clubbed with desired fabric,
The Laminate panels are made of 8mm. plain partical board/MDF pressed with high pressure
laminate of 1 mm, Wherever necessary the cutouts are provided for mounting the switches, The rates
of this item includes cost of 1200 mm ht. partitions ( shared / non-shared basis ) as per layout. No
additional cost shall be payable for any changes in the layout, softboard , laminate, glass panels 2
raceways in all 1200 mm high partition, for details and assembly work refer drawings, laminate to be
approved by client / consultants. The rate includes cost of all labour, material and with necessary
tools, tackles, adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall
have matt melamine polish and internal surfaces shall be finished with French polish. for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No. 3
Side Table - 600 x 600 x 450 mm ( T5 )
The scope includes supply and erection /installation of the item on site. 50 x 50 mm thk. teak wood
legs and frame, 8 mm thk. clear glass top, for details and assembly work refer drawings, The rate
includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An
external beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal
surfaces shall be finished with French polish.for satisfactory completion of this item. The rate also
includes for all necessary items required to complete the job as per design /drawing and client /
consultant's instructions.
Item No.4
Centre Table - 750 x 450 x 450 mm ( T6 )
The scope includes supply and erection /installation of the item on site. 50 x 50 mm thk. teak wood
legs and frame, 8 mm thk. clear glass top, for details and assembly work refer drawings, The rate
includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An
external beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal
surfaces shall be finished with French polish. for satisfactory completion of this item. The rate also
includes for all necessary items required to complete the job as per design /drawing and client /
consultant's instructions.
Item No. 5
Revolving Chair - Manager - Medium Back ( CH2 )
The scope includes supply and erection /installation of the item on site. Medium back, with High
Resilience foam, mechanisum with 50 sync with 4 position, 14" ht. adjustable arms with silver / black
finish, alluminium base,for details and assembly work refer drawings, fabric / finish to be approved
by client / consultants. The rate includes cost of all labour, material and with necessary tools,
Signature of Contractor
281
tackles, adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall have
matt melamine polish and internal surfaces shall be finished with French polish. for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No. 6
Revolving Chair - Standard - Low Back ( CH4 )
The scope includes supply and erection /installation of the item on site. Low back, with PU foam,
mechanism with 40 sync with 1 position, 14" ht. adjustable arms with black finish, alluminium base
,for details and assembly work refer drawings, fabric / finish to be approved by client / consultants.
The rate includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc.
An external beading / visible teak wood / veneer surfaces shall have matt melamine polish and
internal surfaces shall be finished with French polish. for satisfactory completion of this item. The
rate also includes for all necessary items required to complete the job as per design /drawing and
client / consultant's instructions.
Item No. 7
Revolving Chair - Visitor - Low Back ( CH 5 )
The scope includes supply and erection /installation of the item on site. Low back, with PU foam,
fixed arms with black finish, alluminium base, for details and assembly work refer drawings, fabric /
finish to be approved by client / consultants. The rate includes cost of all labour, material and with
necessary tools, tackles, adhesive, screws etc. An external beading / visible teak wood / veneer
surfaces shall have matt melamine polish and internal surfaces shall be finished with French polish.
for satisfactory completion of this item. The rate also includes for all necessary items required to
complete the job as per design /drawing and client / consultant's instructions.
Item No. 8
Waiting Chair ( CH7 )
The scope includes supply and erection /installation of the item on site. Low seating, perf. sheet
metal seat and back with black / silver powder coating finish, for details and assembly work refer
drawings, fabric / finish to be approved by client / consultants. The rate includes cost of all labour,
material and with necessary tools, tackles, adhesive, screws etc. An external beading / visible teak
wood / veneer surfaces shall have matt melamine polish and internal surfaces shall be finished with
French polish for satisfactory completion of this item. The rate also includes for all necessary items
required to complete the job as per design /drawing and client / consultant's instructions.
Item No. 9
Sofa - 2 Seater - 1380 x 740 x 785 mm ( SF2 )
The scope includes supply and erection /installation of the item on site. fully upholstered sofa, Solid
tropical wood frame, fabric upholstery, polyfiber fill at arms provides additional cushioning, legs with
S.S. legs, for details and assembly work refer drawings, laminate to be approved by client /
consultants. The rate includes cost of all labour, material and with necessary tools, tackles,
adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall have matt
melamine polish and internal surfaces shall be finished with French polish. for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No. 10
Credenza - 1050 x 450 x 760 mm ( C1 )
The scope includes supply and erection /installation of the item on site., The box body except the
back of the credenza is made of 18mm. thick partical board. The top is finished with 1 mm. thick
high pressure laminate. The back is made of 8mm. prelaminated partical board which slides inside
the box body. All the boards have balancing laminate of 1 mm. thickness. ,The edges of box body is
finished with 1 mm. edge banding. The quality of edge banding material ABS or PVC primer with
single colour. The band is stuck to the surface at 200 degree centigrade under high pressure for
better adhesion., The box body is assembled with the help of 8 Nos. of wooden dowels with
surressions of 40 X 8 mm. and with the help of mini-fix . No screws are visible outside on the box
body., The credenza is provided with adjustable shelf. The pitch of adjustment is 32mm. The shelves
Signature of Contractor
282
are fitted with stiffeners made of CRCA steel of 16 G duly powder coated ., The shutters are fitted
with sliding channels made of alluminium with roller bearing on top and bottom for sliding., The
credenzas are fitted with unpickable push lock. The keys are supplied in duplicate., The shutters are
fitted with „ C „ handles of 8 X 75 mm., The credenzas are fitted with 4 Nos. of level adjusters. The
range of level adjustment is 15 mm., for details and assembly work refer drawings, laminate to be
approved by client / consultants. The rate includes cost of all labour, material and with necessary
tools, tackles, adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall
have matt melamine polish and internal surfaces shall be finished with French polish. for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No. 11
Credenza - 750 x 450 x 760 mm ( C4 )
The scope includes supply and erection /installation of the item on site., The box body except the
back of the credenza is made of 18mm. thick partical board. The top is finished with 1 mm. thick
high pressure laminate. The back is made of 8mm. prelaminated partical board which slides inside
the box body. All the boards have balancing laminate of 1 mm. thickness. ,The edges of box body is
finished with 1 mm. edge banding. The quality of edge banding material ABS or PVC primer with
single colour. The band is stuck to the surface at 200 degree centigrade under high pressure for
better adhesion., The box body is assembled with the help of 8 Nos. of wooden dowels with
suppressions of 40 X 8 mm. and with the the help of mini-fix . No screws are visible outside on the
box body., The credenza is provided with adjustable shelf. The pitch of adjustment is 32mm. The
shelfs are fitted with stiffeners made of CRCA steel of 16 G duly powder coated ., The shutters are
fitted with sliding channels made of alluminium with roller bearing on top and bottom for sliding.,
The credenzas are fitted with unpickable push lock. The keys are supplied in duplicate., The shutters
are fitted with „ C „ handles of 8 X 75 mm., The credenzas are fitted with 4 Nos. of level adjusters. The
range of level adjustment is 15 mm., for details and assembly work refer drawings, laminate to be
approved by client / consultants. The rate includes cost of all labour, material and with necessary
tools, tackles, adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall
have matt melamine polish and internal surfaces shall be finished with French polish. for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No. 12
Storage - 1500 x 450 x 760 mm ( S2 )
The scope includes supply and erection /installation of the item on site., 4 shutters , The box body
except the back of the Storage is made of 18mm. thick partical board. The surface is finished with 1
mm. thick high pressure laminate. The back is made of 8mm. prelaminated particle board which
slides inside the box body. All the boards have balancing laminate of 0.6mm. thickness., The edges
of box body is finished with 1 mm. edge banding. The quality of edge banding materials is ABS or
PVC with single colour. The band is stuck to the surface at 160 degree centigrade under high
pressure for better adhesion., The box body is assembled with the help of 8 Nos. of wooden dowels
with suppressions of 40 X 8 mm. and with the help of mini-fix. No screws are visible outside on the
box body., The storage is supported with adjustable shelves. The pitch of adjustment is 32mm. The
shelves are fitted with stiffeners ( on request ) made of CRCA steel of 16 G duly power coated. The
thickness of powder coating is 50 microns., Alternatively the storages are provided with concealed
clip on hinges with the opening of 98 degree., The shutters are fitted with „ C „ handles of 8 X 160
mm., The storage is fitted with multipurpose lock. The keys are supplied in duplicate., The storages
are provided with 4 Nos. of level adjusters. The range of level adjustment is 15 mm.
,for details and assembly work refer drawings, laminate to be approved by client / consultants. The
rate includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An
external beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal
surfaces shall be finished with French polish. for satisfactory completion of this item. The rate also
includes for all necessary items required to complete the job as per design /drawing and client /
consultant's instructions.
Item No. 13
Signature of Contractor
283
Storage - 1740 x 600 x 1900 mm ( S5 )
The scope includes supply and erection /installation of the item on site., 2 shutters , The box body
except the back of the Storage is made of 18mm. thick partical board. The surface is finished with 1
mm. thick high pressure laminate. The back is made of 8mm. prelaminated particle board which
slides inside the box body. All the boards have balancing laminate of 0.6mm. thickness., The edges
of box body is finished with 1 mm. edge banding. The quality of edge banding materials is ABS or
PVC with single colour. The band is stuck to the surface at 160 degree centigrade under high
pressure for better adhesion., The box body is assembled with the help of 8 Nos. of wooden dowels
with suppressions of 40 X 8 mm. and with the help of mini-fix. No screws are visible outside on the
box body., The storage is supported with adjustable shelves. The pitch of adjustment is 32mm. The
shelves are fitted with stiffeners ( on request ) made of CRCA steel of 16 G duly power coated. The
thickness of powder coating is 50 microns., Alternatively the storages are provided with concealed
clip on hinges with the opening of 98 degree., The shutters are fitted with „ C „ handles of 8 X 160
mm., The storage is fitted with multipurpose lock. The keys are supplied in duplicate., The storages
are provided with 4 Nos. of level adjusters. The range of level adjustment is 15 mm.
,for details and assembly work refer drawings, laminate to be approved by client / consultants. The
rate includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An
external beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal
surfaces shall be finished with French polish. for satisfactory completion of this item. The rate also
includes for all necessary items required to complete the job as per design /drawing and client /
consultant's instructions.
Item No. 14
Compactor
Providing, supplying and installing Mechanical type Compactor / Mobile storage system as per detail
drawing & specifications and as per following description.
2 Bay - with 2 single face & 1 double face module of size 1980 mm (H) x 1830 (W) x 457 mm (D) with
each module consisting of 4 shelves, powder coated with approved colour/shade consisting of
base frame, guide rails, super structure, shelves, vertical panels, central partitions, drive mechanism,
central locking system, anti toppling mechanism, anti rust treatment of raw material, individual
locking mechanism, high quality powder coating as per international standard of safety &
ergonomics. Cabinet bodies shall have sliding door.
The rate includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc.
The rate also includes for all necessary items required to complete the job as per design /drawing
and client / consultant's instructions.
Mechanical type Compactor / Mobile storage system as per detail drawing & specifications and as per
following description.
2 Bay - with 2 single face & 1 double face module of size 1980 mm (H) x 1830 (W) x 457 mm (D) with each
module consisting of 4 shelves, powder coated with approved colour/shade consisting of base frame, guide
rails, super structure, shelves, vertical panels, central partitions, drive mechanism, central locking system,
anti toppling mechanism, anti rust treatment of raw material, individual locking mechanism, high quality
powder coating as per international standard of safety & ergonomics. Cabinet bodies shall have sliding door.
Raw Material – All the components are to be manufactured from superior quality cold rolled (CR) coils or
sheets of steel. Conforming to IS-513 specifications “ D” grade quality with minimum yield stress of 2100
Kg. per sq.cm. The same to be procured from original steel manufacturers like SAIL / tisco, etc. to ensure
more strength and longevity as compared to rerolled / reused steel with a lower yield stress.,
Base Frame - Base frame shall be fabricated in channels type from 3mm thick ms sheet size of channels 25
mm x 100mm x 45mm.,
Guide Rails - The guide rails shall be made out of 30 mm bright bar placed on 3mm thick strip with “L” Angle
size of 20 mm x 40 mm x 3 mm thick on both side, to hold the rail in place. The rail can either be fixed on the
floor or can be embedded in the floor .The guide rail shall be embedded into the floor by breaking / cutting
the existing floor and making pair of parallel slots of 90 mm wide and 30 mm deep. The floor shall be cut for
the entire length of the rail to be fixed. The rail shall be placed in the trench and would be fastened by filling
the remaining area of the trench with cement mixture. Necessary checks shall be done to ensure proper
fixing and levelling of the rails. The bright bar shall be 6mm to 8mm above floor level.,
Super Structure - Super structure of the mobile storage system shall be knocking down type.
Signature of Contractor
284
Each component of the compactor system namely shelf, front panel, rear panel, end panel, top panel, back
partition etc. shall be an integral part of the system. They shall be designed such that when installed there
shall not be any gap between them. Each such unit / cupboard shall have arrangements for slots in all four
corners to enable fixing of shelves with help of clamp and screws, clamps, fasteners etc. depending upon the
designs. It shall be ensured that the shelves are adjustable easily without disturbing the overall structure i.e.
the intermediate shelves / loading levels should be adjustable to accommodate varied lead heights in future.,
Front Panel – The front panel shall be made up of 1 mm thick sheet with necessary bends along the sides
to ensure proper fixing of the shelf. Special care shall be taken to ensure that the thickness of the material
where the panels are to be fixed should minimum 2mm. The front panel should have provision for fitting of
the top panel and fitting of the trolley at the bottom without leaving any gap at the top or bottom so as to stop
the structure from deforming. The front panel shall have provisions for fixing of drive wheel assembly along
with the chain cover (if required).,
Real Panel – The rear panel on the extreme side of the system also shall be identical to the front panel but
shall not have provisions for fixing of drive wheel assembly along with chain cover.,
End Panel – End panel shall essentially be box type and would ensure that no gap is there between the top
shelf and the panel. The end panel shall be fitted from inside and no bolt should be visible from outside. The
end panels may be provided in combination of various heights to clad the total heights of the end units.,
Central Panel – The central partition shall be common to two side units but they shall have independent
sections / slots for fitting of panels.,
Top Panel –The top panel shall be such designed that there no gap between two trolleys when compressed
and closed together i.e. there shall be no gap on the top of the block.,
Back Partition – Back partition shall be strips of 75 mm width provided in double faced block between back
to back unit so as to ensure closure of the unit from all three sides and to avoid material falling back.,
Shelves – The shelves shall be 6 bend with thickness of 1 mm thick CRCA sheet and shall have a load
carrying capacity of 60 kgs,
Drive Cover Panel – The drive cover panel shall be made out of prime quality steel and should be box type
so as to cover the complete drive mechanism. The same shall be fabricated out of 1.25 mm thick CRCA
sheet and shall be powder coated,
Drive Mechanism - Drive Mechanism shall be provided externally supported on to the trolley independently.
The super structure shall be independent of the drive system and the trolley. The drive mechanism shall be
supported on anti-friction bearings, the drive sprocket shall be placed in between the two anti-friction
bearings so as to ensure proper alignment is maintained in the long run and for a smooth and effortless
movement. The entire drive mechanism shall be covered with drive cover panel. The drive mechanism shall
be outside the storage unit so as to avoid wastage of space.
Each trolley should have 4 nos. of cast iron wheels of size 130x35 mm .Each wheel should be provided with
a pair of self aligned heavy duty pedestal type bearings., Drive mechanism shall comprise of sprocket chain
type arrangement. Chain used shall be 12.5 mm traction chain of "Diamond" or "Rollon" make.
The drive wheel should be of 25 mm round pipe 16 SWG for light weight and firm grip type., The drive
mechanism shall only be provided on the external front side of the compactor system i.e. effective strong
area inside the compactor shall not be distributed. The entire drive mechanism shall be concealed all sides
from the safety point of the view.,
Door – The end unit shall be provided with doors, which are lockable.,
Central Locking -System shall be provided with centralised locking arrangement on the last unit when all
the units are brought together, central lock when operated gets locked with the floor and does not allow
access to the units.,
Indexing Arrangement - Two nos. of acrylic indexes (250x150x2.5 mm thk.) shall be provided on each front
panel of the compactor unit for each identification and retrieval.,
Anti Rust Treatment - All the items shall be supplied duly painted shoving enamel paint in the
manufacturers work shop. Paint marks during the transportations should touch up at site to match the
surface. Before carrying out painting pre-treatment to steel surface shall be carried out such as degreasing,
pickling and phosphate coating.
Signature of Contractor
285
Finish - After applying anti rust treatment the final finish shall be provided with stowing enamel paint (Oven
baked) of approved for better outlook., for details and assembly work refer drawings, powder coating colour
to be approved by client / consultants.
The rate includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. The
rate also includes for all necessary items required to complete the job as per design /drawing and client /
consultant's instructions.
Item No. 15
Notice Board with Glass shutter- 1800 x 900 mm
The scope includes supply and erection /installation of the item on site. 12 mm softboard on 06 mm
BWR plywood with cotton cloth / cloth approved by client / consultants, 8 mm thk. clear glass to be
fixed with 50 x 50 mm thk. teak wood frame, lock with 2 duplicate keys, 75 mm long " c " type S.S.
304 grd. handle ,for details and assembly work refer drawings, laminate to be approved by client /
consultants. The rate includes cost of all labour, material and with necessary tools, tackles,
adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall have matt
melamine polish and internal surfaces shall be finished with French polish. for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No. 16
Soft Board - 1800 x 900 mm
The scope includes supply and erection /installation of the item on site. 12 mm softboard on 06 mm
BWR plywood with cotton cloth / cloth approved by client / consultants ,for details and assembly
work refer drawings, laminate to be approved by client / consultants. The rate includes cost of all
labour, material and with necessary tools, tackles, adhesive, screws etc. An external beading /
visible teak wood / veneer surfaces shall have matt melamine polish and internal surfaces shall be
finished with French polish. for satisfactory completion of this item. The rate also includes for all
necessary items required to complete the job as per design /drawing and client / consultant's
instructions.
Item No. 17
White Board - 1800 x 900 mm
The scope includes supply and erection /installation of the item on site. 1.5 mm thk. marker grade
laminate on 12 mm thk. BWR plywood, 50 x 50 mm thk. teak wood frame, for details and assembly
work refer drawings, laminate to be approved by client / consultants. The rate includes cost of all
labour, material and with necessary tools, tackles, adhesive, screws etc. An external beading /
visible teak wood / veneer surfaces shall have matt melamine polish and internal surfaces shall be
finished with French polish. for satisfactory completion of this item. The rate also includes for all
necessary items required to complete the job as per design /drawing and client / consultant's
instructions.
Item No. 18
Wooden Partition ( Full and Half Height )
The scope includes supply and erection /installation of the item on site. The partition frame work
comprises of 25 X 50 mm MDF Section with vertical and horizontal sections with necessary gaps for
cable management at regular intervals, The penal are of 8 mm MDF stuck on both side of grid work
with outer side with .8 mm high pressure laminate, The partition are fixed with tong and grove
arrangement , The framework can be with panels made of fabric, inboard panel, laminated panels or
glass panels, The fabric panels are made of 8mm. plain partical board/ MDF laded with desired fabric
/ laminate, The inboard panels are made of 12mm. soft board with, clubbed with desired fabric, The
Laminate panels are made of 8mm. plain partical board/MDF pressed with high pressure laminate of
1 mm, Wherever necessary the cutouts are provided for mounting the switches, for details and
assembly work refer drawings, laminate to be approved by client / consultants. The rate includes
cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An external
beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal surfaces
shall be finished with French polish. for satisfactory completion of this item. The rate also includes
Signature of Contractor
286
for all necessary items required to complete the job as per design /drawing and client / consultant's
instructions.
Item No. 19
Vertical Blinds
The scope includes supply and erection /installation of the item on site.The HEAD CHANNEL shall
measure 30mm wide and 27.6mm deep with a nominal wall thickness of 1.2mm to 1.4mm extruded
from patented 6063-T5 alloy finished in clear anodisation to a thickness of 20 microns. The SPLINE
SHAFT shall be a tri-lobular patented aluminium extrusion of 6063-T5 alloy. The SLAT TRAVELLERS
assembly shall be moulded in a imported high engineering grade plastic & shall incorporate a gear
clutch designed to prevent damage to the assembly. Slat hooks shall be removable to allow
replacement where required without dismantling the tracking system. The SLAT SPACER LINKS
shall be moulded from imported high engineering grade plastic and shall couple the slat travelers
together in a predetermined spaced relationship and to allow equal overiap (minimum 12mm)
between slats across the width of the shade.The TILT CONTROL shall be by means of imported
braided nylon cord with 3.25mm diameter engineering grade plastic, balls moulded co-axially to it on
4.4mm c-t-c distance, by pulling on the ball chain connected to a pulley. The SLAT CARRIERS shall
be of moulded nylon and shall be suitable for snap insertion into the hook of the traveler assembly.
The BOTTOM LINKAGE CHAIN shall couple adjacent slats at the base to minimize differential
movement of slats. The CHANNEL MOUNTING BRACKETS shall be press formed angle brackets and
provided with holes for fixing screws and nut attachment of the channel mounting clips. Finish shall
be clear passivated Zinc plate. The TRAVERSING CORD shall be 2.0mm diameter and constructed
with a braided polyester jacket over a polyester core. The cord shall be held in tension by a cord
weight. The FABRIC SLATS shall be slit in 100 mm widths & provided with bottom pockets for
housing bottom weights which are coupled together by means of endless bead chains pivotally
attached by clasps to each side of each weight. The clasp shall be capable of self-release from the
bottom weight when the chain is subjected to accidental loads. Slat overlaps shall never be less than
12mm minimum. The BOTTOM WEIGHTS shall be moulded from high quality plastic and shall weigh
not less than 32 gms. each, to ensure constant tensioned straightness of the fabric slats. for details
and assembly work refer drawings, laminate to be approved by client / consultants. The rate includes
cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An external
beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal surfaces
shall be finished with French polish.for satisfactory completion of this item. The rate also includes
for all necessary items required to complete the job as per design /drawing and client / consultant's
instructions.
Item No. 20
Dustbin - M.S. ( M.S. black powder coated , perf. Metal sheet with 3 mm dia. Hole )
The Item Nos. 1 to 20 shall be carried out & paid as per specification described in
respective item description in schedule and as per instructions of E.I.C / Consultant.
DETAILED SPECIFICATIONS FOR SCHEDULE –B-6
(ROAD WORKS – KADODARA)
Item No. 1
Box cutting the road surface to proper slope and camber for making a base for the road work
including removing the excavated stuff and depositing on the road side slope as directed upto 50 mt
lead.
Signature of Contractor
287
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
1. Specification No. 1(32 and 553 of P.W.D. Hand book volume II and the following additional specifications
shall be applicable here.
2. Cutting shall be done in proper grade & camber as per measurements given. Care must be taken the tall
slopes are evenly and truly dressed. Cutting shall be done to the exact depth required and shall be as per
formation level in proper grade and the camber. If extra depth of cutting is done due to negligence of
contractor the same shall be refilled with approved quality of materials duly consolidated to the satisfaction of
the Engineer-in-charge (without extra cost) Box cutting for soling and metalling in required width the depth
shall be done.
3. The stuff received from the cutting shall be utilized for lilting cuts and correcting side slopes of bank with
all lead and lift as directed. Useful stuff shall be carefully stacked separately as directed.
4. The measurement shall be taken as per cross section measurement of the cutting based on length,
breadth, depth measured with tape at every 25 meters interval.
5. The payment shall be made on Cmt. basis.
Item No. 2
Consolidation of surface dressing in one coat with power roller including cost of fuel, hire charges of
roller etc. complete .
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The consolidation incl. watering & rolling of earthwork of O.M.C. as per laboratory requirement shall be
carried out by the contractor him self by 8 to 12 tonne power of earthwork the operation of laying the successive layer of earthwork shall have to be suitably synchronized with theconsolidation work. if the said as
de-livered to the road bed is to wet. it shall be dried by exposure to the sun till the moisture antent is
acceptable for compaction. Also when density measurements reveal any soft areas in embankment the
Engineer-in-charge shall direct that this area shall be compacted further. In spite of that specified compaction
is not achieved, the materials in soft area shall be removed as directed- replaced the approved materials.
Type of Work
Laboratory dry density when tested
as per Is.2720 (Pt VII)
Embankment upto 3 metre height
Not less then 1.44 gm/cc
Embankments exceeding 3 metre height of
embankments or any height subject to long
periods of inundation.
Not less then 1.52 gm/cc
Top 0.5 meter of embankment below the sub
Not less then 1.65 gm/cc
grade level and shoulders (where earth
shoulders are specified)
Field density shall be a percentage of laboratory density as recommended by the Gujarat Engineering
Research institutes.
The rate shall be paid per square meter basis as specified in item of the tender.
Item No. 3
Filling in plinth with sand under floors including watering, ramming, consolidating and dressing etc
complete.
The item shall be carried out as per specification of item-4 of Detailed Specifications for Schedule-B-1,
Signature of Contractor
288
Item No. 4
Supplying & stacking 40 to 63 mm size hand broken stone aggregates on site of work as
specification & filling the measure boxes of standard size etc. complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
1. The stone metal shall be obtained from quarries approved by the Executive Engineer prior to
collections. The metal shall be of approved quality with all leads and lift. The metal shall be
obtained from hard tough, sound durable, stone of close texture as is locally available and
reasonably free from decay and weathering. Pieces of the stone shall be angular and roughly
cubical in shape and round, elongated or flaky materials shall be allowed. The size of metal shall
be 40 mm to 63 mm and shall be hand broken. All unsound weathered or disintegrated stone
obtained from the upper surface layer of the quarry or other layers of boulders shall be rejected.
2. The samples of metal collected from approved quarries shall be got tested at Government
recognized laboratory as may be directed to the contractor at his own cost. The test result shall
conform to the standard requirements laid down for metal to be used for W.B.M. work.
3. The physical requirement for standard size metal shall conform to the test results indicated in the
Table below :
Type of Const.
Base
Test
Test Method
(a) Los Angeles
IS 2386 Part IV
Abrasion value
Aggregate
Impact IS 2386 Part IV
value
(b) Flakiness Index
IS 5640
IS 2386 Part-I
Requirement
50% (Maximum)
40% (Maximum)
15% (Maximum)
Frequency of test shall be as per Ministry of Surface Transport specifications.
4. The grading requirements of the metal to be used for W.B.M. shall be as under :Sr. No
Size range
Sieve Designation
1
1.
2
3
40 mm to 63 75 mm
mm
63 mm
50 mm
40 mm
25 mm
Percentage by weight passing
through the sieve
4
100-100
90-100
60-80
0-15
0-5
5. Wherever any doubt exists as to whether the above requirements are satisfied, in whole or
any part of the collection, metal shall be got screened by the contractor at his own cost, if so
ordered by Engineer-in-charge.
6. Stacking shall be filling in the standard steel boxes of 2 m x 1.5 m x 0.5 m size which shall be
supplied by the Department if available on rent. Otherwise contractor shall make his own
arrangements. No deduction for voids shall be made from the gross measurements. Where
Signature of Contractor
289
any doubt exists as to whether the quantity of stacks of metal in any hectometer is not
confirming with the cubical content of the standard pharas (2m x 1.5m x 0.5m) shall be got
corrected by the contractor if so ordered by the Engineer-in-charge for which no extra
payment shall be claimed by the contractor. If the quantity of metal in any stack in a particular
Hectometer shall be paid on the basis of the quantity so found. Regular stacks shall be done
by the contractor on a fairly level ground. Stacking of the metal shall be done in a manner as
directed by the Engineer-in-charge. Collection of metal shall be completed in two hectometer
wise as per the final requirement and measurement shall be recorded two hectometer-wise.
Until the quantity of metal as per final requirement is not collected in any two consecutive HM
and std. boxes are not filled in completely in two hectometers, measurements shall not be
recorded and payments shall not be done.
7. For road work complete staking of metal as per requirement shall be carried out in 2 km
length before spreading. The metal stacks shall be measured and recorded and got cross
checked by other Deputy Executive Engineer as per rules before spreading. The collection
shall always, commence at one end of the km and be carried continuously towards the other
end unless the Engineer-in-charge shall direct otherwise.
8. The payment shall be on cubic meter basis without deduction for voids. The contractor shall
maintain all stacks in regular and proper size till the whole materials shall not measured and
finally accepted by the Department. The spreading of materials shall not be allowed till the
materials are fully stacked and completed kilometer wise.
The size of metal for W.B.M. shall be 40mm. to 63mm. wherein tolerance limit for oversize shall be 10
percent and that for lower size should be upto 15 percent and below 25 mm it shall be upto 5 percent.
10. Standard for acceptance at reduced rate and rejection shall be as under :(a) Retained on 63 mm. square mesh sieve:
Not more than 30%
(b) Retained on 75 mm. square mesh sieve :
Nothing will be retained & 100% metal shall be pass through the sieve. For the oversize metal,
payment at reduced under :
(A) 90% of accepted tender rates for the metal retained between 10% and 20% square mesh sieve of 63
mm. gauge.
(B) 75% of accepted tender rates for the metal retained more than 20% and upto 30% on square mesh
sieve of 63 gauge.
If more than 30% of metal is retained on specified sieve, (i.e. 63 mm. square sieve) the stack shall be
rejected. Also if any stone aggregate retained on 75 mm. sieve the stack shall be rejected.
The quality for which reduced rate will be applicable is the quantity retained on the above mentioned
square mesh sieve and not the whole quantity. For example in a stack of 1.5 cum. Metal if 18% is
retained on square mesh sieve of the prescribed size (i.e. 63mm) the reduced rate of 90% will be
applicable to 0.27 cu.m. only and the balance quantity size shall be paid for the accepted rates for
standard size metal.
Before any secured advance for metal is paid to the contractor, the metal shall have to be tested for its quality
in the laboratory. Contractor’s request for such secured advance will be considered only after test results of
metals are received and results are satisfactory.
The rate includes cost of collection, conveyance to the site with all lead and lift and filling the boxes including
all labour, tools, equipment and other incidental expenses. The rates quoted are inclusive of all such tools,
duties, fees, royalties, taxes etc.
Signature of Contractor
290
The item shall be paid as per tender schedule.
Item No. 5
Supplying & stacking 25 to 40 mm size M/C cut stone aggregates on site of work as specification &
filling the measure boxes of standard size etc. complete.
The item shall be carried out as per specification of item-4 of Detailed Specifications for Schedule-B-6,
The size of M/C cut stone aggregates shall be 25 to 40 mm.
Item No. 6
Supplying & stacking blindage yellow earth on site of work as per specification & filling the measure
boxes of standard size etc. complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
1. Material for the purpose shall be of approved quality. Any material which is found inferior shall be
rejected and the contractor shall remove such rejected material from the site at his own cost. The
material shall be collected from quarries approved by the Engineer. The material shall be granular and
gritty.
2. The material shall be got approved by the Engineer prior to collection on site. It shall be free from all
rubbish, dust and any organic materials as well as clods of black cotton soils. Materials shall not be
allowed to be collected from within the road boundary. Material to be used as crust and for side
shoulders shall be as per C.B.R. report and that to be used bindage in W.B.M. road construction shall
have P.I. value of less than 6 as determined in accordance with IS 2720 (Part – v). The material to be
used should be got tested prior to its use in road construction. Testing charges shall be borne by the
contractor.
3. River or nala or seasand required for the work shall be clear, sound, properly, graded, free from
organic materials, silt ,clay etc. and shall be got approved by the Engineer - in – charge The sand
shall be obtained and brought from the source approved by the Engineer- in- charge. The sand shall
be well graded.
4. Stacking shall be done by filling in the standard steel boxes of 2 m * 1.5 m * 0.5 m size which shall be
supplied by the Department if available on rent. Otherwise contractor shall make his own
arrangement. No deduction for voids shall be made from the grade measurements. Where any doubt
exists as to whether the quantity of stacks of murrum in an hectometre is not confirming with the cubic
content of the standard pharas (2 * 1.5 * 0.5 M) the same shall be got corrected by the contractor if so
ordered by the Engineer – in – charge for which no extra payment shall be Claimed by the contractor.
If the quantity of murrum in any stack in a particular hectometre is found to be less than the standard
measurements viz., 1.5 cmt. The entire collection in the hectometre shall be paid on the basis of the
quantity so found. Regular stacks shall be done by the contractor on a fairly level ground. Stacking of
the murrum shall be done in a manner as directed by the Engineer – in – charge
5. For road work complete stacking of murrum as per requirement shall be carried out in 2 K. M. length
before spreading. The collection shall always, be commenced at one end of the K.M. and be carried
continuously toward the other end unless the Engineer – in – charge shall direct otherwise.
Signature of Contractor
291
6. The payment shall be made on cubic metre basis without deduction for voids. The contractor shall
maintain all stacks in regular and proper size till the whole materials are collected, measured and
finally accepted by the department. The spreading of materials shall not be allowed till the materials
are fully stacked and completed kilometer wise.
7. The rate includes cost of collection, conveyance to the site with all lead and lift and filling the boxes
includes all labour, tools, equipment and other incidental expenses.
The rate quoted are inclusive of all shall such tools, duties, fees, royalties, taxes etc. The item shall be
paid as per tender schedule.
Item No. 7
Spreading the stone aggregates for soling & W.B.M. base / sub base Course including filling the
interstices forming the surface to required camber and gradient.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
1. Metal shall not be spread without permission of the Engineer- in –charge. Metal should be spread
under careful supervision by trained coolies. Contractor shall see that uniform spreading as per
collection of metal is done. The contractor shall spread the metal fully from the stacks without keeping
any balance unless directed by the Engineer- in – charge to keep some stack in balance for making
good unevenness or depressions during rolling works. To ensure that the material is spread to the
required thickness, the road surface shall be marked out in to length over which the contents of heaps
are to be spread. The bounds of earth murrum (one on either side) shall be laid with a distance
between them equal to the width of road to be metaled and shall be enough to prevent the loose metal
from spreading during consolidation as well as retain water used for consolidation . Payment for bunds
will be made in the respective item.
2. The metal (including old metal) shall be screened and rubbish, dust, grass shall be removed and
spread evenly on the prepared surface in grade and camber by using camber board etc. So as to
ensure that the surface is true to camber and grade. At least two camber by using camber boards
shall be an use at site./ The surface shall be checked at every 50 ft. by means of complete while the
correctness of the camber in between shall be tested by string and corrected as required. Between
straight lengths and the curves in camber of roads to super elevation shall be made very gradually as
may be directed by the Engineer- in – charge.
3. The spreading of metal shall proceed only 200 mt. (max) advance of the rolling operations. The
collection and spreading of the metal shall not be carried out in one and the same kilometer.
4.
At the time of rolling all surface irregularities, hollows, depressions, humps etc. shall be straight. The
spreading of metal in required layer shall be done by the contractor. The rate for this item shall be paid
on cmt. Basis and includes all the above operations with all lead and lift except consolidation.
Item No. 8
Spreading blindage /murram or road crust filling the gaps in metal & levelling to camber & gradient
as directed.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Signature of Contractor
292
Spreading of material shall be stared after the full supply in a particular K.M. is collected, measured and recorded in the
measurement books. Permission of the Engineer- in – charge shall be obtained before spreading. It shall be seen that
the formation is dressed to the required camber and grade. If the murrum is to be spread over the metaled surface then
the spreading shall be uniform and as its has to act as binding surface, it shall be used for filling the interstices of metal
and forming a smooth running surface as far as possible. Murrum blindage shall be specified as blindage shall be spread
evenly with a twisting motion of the baskets. No more Murrum shall be used then specified as blindage. The rate is for
gross measurements and no deduction of voids shall be made. I, the murrum is to be spread over earthen embankment
as a sub- base or for side shoulders or as blindage, it shall be spread in a manner as directed by the Engineer- incharge and as per required width and thickness. The contractor shall make good all unevenness, depression, projection
etc. during consolidation work. Rate of this item includes all these operation except consolidation. The payment shall be
made on cum. basis.
Item No. 9
Rolling & consolidation of water bound macadam base / sub base course including sprinkling of
water and filling depressions which occurs during the process and rolling the layer having thickness
not more than 15 cms. with power roller 8 tonne to 12 tonne etc. complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D/ GWSSB. ,
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
1.
Immediately following the spreading of the coarse aggregates rolling shall be with three wheeled power rollers
of 8 to 12 tonne capacity or tandem roller or equivalent vibratory roller. The weight of the roller shall depend upon the
type of the aggregate and be indicated by Engineer – in – charge.
2.
Except on super elevated portions where the rolling shall proceed from inner edge to outer, rolling shall begin
from the edges gradually progressing towards the centre. First the edge/ edges shall be compacted with roller running
forward and backward. The roller shall then move inwards parallel to center line of the road in successive passes
uniformly lapping preceding tracks by at least one half the width.
3.
Rolling shall continue uoroughly keyed and the creeping of the aggregate ahead of the roller is no longer
visible. During rolling slight sprinkling of water may be done, if necessary. Rolling shall not be done when the sub-grade
is soft or yielding or when it causes a wave like motion in the sub- grade or sub- base course.
4.
The rolled surface shall be checked transversely and longitudinal and any irregularities corrected by loosening
the surface, adding or removing necessary amounts of aggregate and rerolling until, the entire surface conforms to
desired camber and grade. In no case use of screening be permitted to make up depression.
5.
The blindage material where it is required to be used shall be applied successively in two or more thin layers at
a slow and uniform rate. After each application, the surface shall be copiously sprinkled with water, the resulting slurry
swept in with hand brooms or mechanical brooms to fill the voids properly and rolled, during which water shall be applied
to the wheels of the rollers if necessary to wash down the binding material sticking to them. These operations shall
continue until the resulting slurry after filling of voids, forms a wave ahead of the moving roller.
6.
After the final compaction of water bound macadam course the road shall be allowed to dry overnight. Next
morning hungry spots shall be filled with screenings of binding materials as directed, lightly sprinkled with water if
necessary and rolled. No traffic shall be allowed on the road until the macadam has set. The Engineer –in – charge shall
have the discretion to stop hauling traffic from using the complete water bound macadam course if in his opinion if would
cause damage to the surface.
7.
Payment will be made on Smt. basis of the finished work and shall include cost of watering, rent of machinery
cost fuel, wages of drivers and cleaners and murrum bund etc.
Item No. 10
Signature of Contractor
293
Providing and laying Interlocking Road paver block of M40 Grade Minimum 80 mm thick ruborous
top reflective paver block in white cement base and of approved colour and design including fixing
in avg. 50mm thick sand / stone dust bedding including ramming and fitting blocks in line and level
with necessary compaction by vibrator etc complete as directed including finishing the joints with
sweeping dry fine sand in to joints including vibrating with plate compactor etc. complete as
directed.. The edges /ends of the pavement shall be finished with 1:2:4 concrete. The rate shall be
inclusive of concrete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D. , relevant
drawings and as per the item description & as per instructions of Engineer in Charge.
Materials and Workmanship :
The Paver blocks of approved make only shall be used.
The paver block shall be manufactured on the latest Hi-tech plant. Paver block shall be of approved shape,
size and colour or combination of them to attain desired aesthetics and environment. The Paver block shall
have ruborous top reflective surface & shall be highly durable and shall not require CEMENT for fixing (laying)
and shall be easy for laying and it can reusable. The compressive Strength of paver blocks shall be 400
kg/cm2 and above.
The surface of the paver blocks shall be slightly rough textured and the edges shall be tapered so as to give
good skid resisting properties.
The minimum thickness of the paver block shall be 80 mm .
Installation :
Installation of paving blocks shall be so simple that it can be removed and relaid at a later date if repair is
necessary or to accommodate service lines without the usual ugly scar as is now common with concrete or
asphalt monolithic surfacing.
Preparing Base :
Special care shall be taken in preparing the base to assure a permanent installation. The depth of the base will
be determined by the load factor and the condition of soil.
Base :
The base should be a sharp sand or stone dust.
The base of sand shall be total 25 mm thick and shall be well compacted with a vibrating type compactor. This
should consist of a good Grade Sand. This should then be covered with 25 mm of sharp sand or stone dust
screeded level but not compacted.
Levelling the Base :
This is an important step in installation to achieve a good level job when finished. Make sure the base is
levelled properly. Generally the most popular method of levelling is with a screed which is usually a long 2” x
6” board. It is very important that the board is straight, not warped or twisted. Although for larger commercial
jobs screeding bars or pipes may be used. A frame is required to maintain the base. The levelling of this frame
will indicate the level of the area.
Signature of Contractor
294
Placing Paving Blocks :
Blocks should be placed in the desired pattern close together. The spaces between blocks should not exceed
¼ “ (3 mm). The spacing should be consistent. This will help maintain a uniform pattern. When laying each row
the installer should stand on the previously laid stones. Cutting of stones where necessary can be done with a
splitter chisel or masonry saw as required.
Completing the Job :
The paver blocks should then be tamped down and leveled with a vibrating plate compactor. This will bring
them to their true grade as well as level the blocks. Sand will be forced into spaces to make blocks firm and
free of movement. Finish the job by sweeping dry fine sand into the joints. The edges /ends of the pavement
shall be finished with 1:2:4 concrete. The rate shall be inclusive of concrete.
Mode of Measurement and Payment :
The rate includes all materials, labour, tools, plants in satisfactory completion of work as specified above.
The rate shall be for unit of one sq.mt. for actual work done.
Item No. 11
Providing and fixing of Precast ordinary Cement concrete M 200 for kerb/kerb block 150 x 300 x 500
mm. size including formwork, curing and finishing complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out & paid as per
item description.
The Precast kerb/kerb block of 150 x 300 x 500 mm. size shall be made of ordinary cement concrete M 200
including formwork, curing and finishing etc. complete.
The rate shall be inclusive of materials and labour involved in all the operations described above. The rate
shall be for a unit of one cum.
DETAILED SPECIFICATIONS FOR SCHEDULE –B-7
(COMPOUND WALL - KADODARA)
Item No. 1
Excavation for foundation up to 1.5 m depth including sorting out and stacking of useful materials
and disposing of the excavated stuff up to 50 meter lead.
(A) Loose or soft soil
The item shall be carried out as per specification of item-1 of Detailed Specifications for Schedule-B-1.
Item No. 2
Excavation for foundation for depth from 1.5 m to 3.0 m depth including sorting out and stacking or
useful
materials
and
disposing
of
the
excavated
stuff
upto
50
M
lead.
(A) Loose or soft soil
The item shall be carried out as per specification of item-2 of Detailed Specifications for Schedule-B-1.
Item No. 3
Signature of Contractor
295
Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in
layers not exceeding 20 cm. in depth consolidating each deposited layer by ramming and watering.
The item shall be carried out as per specification of item-3 of Detailed Specifications for Schedule-B-1.
Item No. 4
Filling in plinth with sand under floors including watering, ramming, consolidating and dressing etc.
complete.
The item shall be carried out as per specification of item-4 of Detailed Specifications for Schedule-B-1.
Item No. 5
Providing and laying cement concrete 1:3:6 (1 cement : 3 coarse : 6 hand broken stone aggregates
40 mm nominal size) and curing complete excluding cost of form work in :
(A) foundation and plinth.
The item shall be carried out as per specification of item-9 of Detailed Specifications for Schedule-B-2.
Item No. 6
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
(A) Foundation footing base of columns and mass concrete
The item shall be carried out as per specification of item-11 of Detailed Specifications for Schedule-B-1.
Item No. 7
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
(B) Ground Beam
The item shall be carried out as per specification of item-13 of Detailed Specifications for Schedule-B-1.
Item No. 8
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
(C) Column
The item shall be carried out as per specification of item-15 of Detailed Specifications for Schedule-B-1.
Item No. 9
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
(D) Coping
The item shall be carried out as per specification of item-20 of Detailed Specifications for Schedule-B-1.
Item No. 10
Providing TMT-FE 415 bar reinforcement for R.C.C. work including bending, binding and placing in
position complete up to floor two level.
Signature of Contractor
296
The item shall be carried out as per specification of item-8 of Detailed Specifications for Schedule-B-1.
Item No. 11
Brick work using fly ash bricks having crushing strength not less than 70 kg./sq.cm. in foundation
and plinth in cement mortar 1: 6 (1 cement : 6 fine sand)
Plinth Masonry
(B ) Conventional
The item shall be carried out as per specification of item-33 of Detailed Specifications for Schedule-B-1.
Item No. 12
Brick work using fly ash bricks having crushing strength not less than 70 kg./sq.cm. above plinth
level upto floor two level in cement mortar 1: 6 (1 cement : 6 fine sand)
Ground Floor
(B ) Conventional
The item shall be carried out as per specification of item-34 of Detailed Specifications for Schedule-B-1.
Item No. 13
20 mm. thick sand faced cement plaster on walls upto height 10 meters above ground level
consisting of 12 mm. thick backing coat of cm. 1:3 (1 cement : 3 sand) and 8 mm. thick finishing coat
of c.m. 1:1 (1 cement: 1 sand) etc. comp.
The item shall be carried out as per specification of item-57 of Detailed Specifications for Schedule-B-1.
Item No. 14
Finishing wall with water proofing cement paint of undecorated wall surface [two coats] to give an
approved brand and manufacture and of required shape even shade after thoroughly brushing the
surface to remove all dirt, and remains of loose powdered materials.
1.0. Materials
1.1. The water shall conform to M-1. Cement water proofing paint shall conform to I.S. 5410-1969.
2.0. Workmanship
2.1. Scaffolding :
Wherever scaffolding is necessary it shall be erected in such a way that as far as possible on part of scaffolding
shall rest against the surface to be white or colour washed A properly secured strong and well tied suspended
platform (Zoola) may be used for white washing. Where ladders are used pieces of old gunny bags shall be tied at
top and bottom to prevent scratches to the floors and walls. For white washing of ceilings, proper stage scaffolding
shall be erected where necessary.
2.2. Preparation of surface :
2.2.1. The surface shall be thoroughly cleaned of all dust, dirt, mortar dropping and other foreign matter before
water proofing cement paint is to be applied.
2.2.2. The surface spoiled by smoke shall be scrapped with steel wire brushes or steel scrapers shall be
rubbed with over-burnt surkhi or brick bats. The surface shall be then broomed to remove all dust dirt and shall he
washed with clean water.
2.2.3. Oil or grease spots shall be removed by suitable chemical and smooth surface shall be rubber with wire
Crushes.
2.2.4. All unsound portion of the surface plaster shall be removed to full depth of plaster in rectangular patches
and plastered again after raking the masonry joints properly. Such portion shall he wetted and allowed to dry. They
shall then be given one coat of cement water proofing paint.
Signature of Contractor
297
2.2.5. All unnecessary nails shall be removed the holes, cracks, patches etc. shall be made good with material
similar in composition to the surface to be prepared
The surface shall be thoroughly wetted with clean water before cement water proofing paint is applied.
2.3. Preparation of paint: Portland cement paint shall be prepared by adding paint powder to water and stirring
to obtain a thick paste, which shall then be diluted to a brush able consistency. Generally, equal volumes of paint
powder and water make a satisfactory paint. In all cases, The manufacturer's instructions shall Site followed. The
paint shall be mixed in such quantities as can used up within an hour of mixing as otherwise the mixture will set
and thickness, affecting flowing and finish. The lids of cement paint drums shall be kept tightly when not in use.
2.4. Application of Paint:
2.4.1. No painting shall be done when the paint is-likely to be exposed to a temperature of below 70 c within 48
hours after application.
2.4.2. When weather conditions are such as to cause be carried out in the shadow as far as possible. This helps
the proper hardening of the paint film by keeping the surface moist for a longer period.
2.4.3. To maintain the uniform mixture and to prevent segregation, the paint shall be stirred frequently in the
bucket.
2.4.4. For undecorated surfaces, the surface shall be treated with minimum two coats of water proof cement
paint. Not less than 24 hours shall be allowed between two coats. Next coat shall not be started until the
proceeding coat has become sufficiently hard to resist marking by the brush being used. !n hot dry weather, the
proceeding coat shall be slightly moistened before applying the subsequent coat.
2.4.5. The finished surface shall be even and uniform in shade, without patches, brush masks, paint drops etc.
2.4.6. The cement paint shall be applied with a brush with relatively short stiff hog or fiber bristles. The paint shall
be brushed in uniform thickness and shall be free from excessively heavy brush marks. The lamps shall be
brushed out.
2.4.7. Water proof cement paint shall not be applied on surface already treated with white wash, colour wash,
distemper dry or oil bound varnishes, paint etc. It shall not be applied on gypsum, wood and metal surfaces.
2.5. Curing : Painted surfaces shall be sprinkled with water two or three times a day. This shall be done
between coats and for at least two days following the final coat. The curing shall be started as soon as the point
has hardened so as not be damaged by the sprinkling of water say about 12 hours after the application.
2.6. Protection measures shall be taken as below.
Protective Measures : The surfaces of doors, windows, floors, articles of furniture etc. and such other parts
of the building as are not to be painted shall be a splashed from being splashed upon. Such surfaces shall be
cleaned of paint a splashes if any.
3.0. Mode of measurements and payment
3.1. All the work shall be measured in the decimal system as under:
(a) Dimensions shall be measured to the nearest 0.01 m.
(b) Area in individual item shall be worked out to the nearest 0.01 sq.m.
All the work shall be measured in sq. mt. Deductions for jambs, soffits, sills etc. for openings not exceeding 0.5 sq.
mt. each in area, for ends of joists, posts, beams, girders, steps etc. not exceeding 0.5 sq mt. each in area and for
openings exceeding 0.5 sq. mt. and not exceeding 3.0. sq. mt. each in area, deductions and additions shall be
made as under.
3.2. No deductions shall be made for ends of joists, beams, posts, etc. and openings not exceeding 0.5 sq mt.
each. No addition shall be made for reveals, jambs, soffits, sills etc. of these openings not for finish around ends of
joints, beams, posts etc.
3.3. No deductions for openings exceeding 0.5 sq.mt. but not exceeding 3 sq. mt. each shall be made as
follows and no addition will be made for reveals, jambs, soffits etc. of these openings :
(a) When both the faces of walls are provided with finish, deduction shall be made for one face only.
Signature of Contractor
298
(b) When each face of wall is provided with different finish, deduction shall be made for that side of frame for
door, windows, etc. on which width of reveals is less than that of the other side. Where width of reveals on both
faces of wall are equal, deduction of .50% of area of opening on each face shall be made from total area of finish.
(c) When only one face of wall is treated and the other face is not treated, full deduction shall be made if the
width of reveal on the treated side is less than that on the untreated side, but if the width of the reveal is equal or
more than on the untreated side neither deductions nor additions to be made for reveals, jambs, soffits, sills etc.
3..4 In case of area of openings exceeding 3 sq. mt. each, deductions shall be made for openings but jambs,
soffits, sills shall be measured.
3.5. No deductions shall be made for attachment such as casing, conducts, pipe, electric wiring and the like.
3.6. Corrugated surfaces shall be measured flat as fixed and not girth. The quantities so measured shall be
increased by the following percentage and the resultant shall be included with the general areas:
(a) Corrugated steel sheets……………………………………… 14%
(b) Corrugated A.C. sheets………………………………………. 20%
(c) Semi corrugated A.C. Sheets……………………………….. 10%
(d) Nainital pattern roof (Plain sheeting sheets)……………….. 10%
(e) Naintial pattern roof (with corrugated sheets)……………… 25%
3.7. Cornices and other wall features, when they are not picked out in a different finish/colour shall be girthed
and included in the general area.
3.8. The rate shall include the cost of ail materials, labour, scaffolding, protective measures etc. involved in all
the operations described above.
3.9. The rate shall be for a unit of One sq. meter.
Item No. 15
Extra over item 18.51 for every subsequent coat water proofing cement paint of approved brand and
manufacture.
1.0. Materials and Workmanship
1.1. The relevant specifications of item No. 14 as described above shall be followed except that the work is for
applying subsequent coat of cement water proofing paint.
2.0. Mode of measurements and payment
2.1. The relevant specifications of item No. 14 as described above shall be followed except that the extra rate shall
be paid for applying every subsequent coat of cement water proofing paint over and above the rate of item No. 14
as described above
2.2. The rate shall be for a unit of One Sq. meter.
Item No. 16
Applying Priming coat over new steel and other metal surface after and including preparing the
surface by thoroughly clean oil, grease, dirt and other foreign matter and scoured with brushes fine
steel wood , scrapers and scoured with brushes fine steel wood , scrapers and sand paper with
ready mixed priming paint brushing red lead.
1.0.
Materials
1.1.
The ready mixed primer, brushing red shall conform to I.S. 102-1962.
1.2.
The thinner (linseed oil) shall conform to I.S. 75-1973. If for any reason, thinning is necessary m
case of ready mix paint the brand of thinner recommended by manufacture shall be used.
2.0.
Workmanship
Signature of Contractor
299
2.1.
Preparation of surfaces : The surfaces painting shall be cleaned of all rust, scale, dirt and other
foreign matter sticking to it with wire brushes, steel wool, scrapers, sand paper etc. This surface shall then
be wiped finally with mineral turpentine which shall also remove grease and perspiration of hand marks. The
surface shall then be allowed to dry.
2.2.
Application of primer :
2.2.1. After the preparation of the surface, the priming coat shall be applied immediately. The brushing
operations are to be adjusted to the spreading capacity advised by the manufacturer of the particular primer.
The paint shall be applied evenly and smoothly by means of crossing and laying off. The crossing and laying
off consists of covering the area over with paint, brushing alternately in opposite directions, two or three
times and then finally brushing lightly in a direction at right angles to the same. In this process, no brush
marks shall be left after the laying off is finished. The full process of crossing and laying off wall constitute
one coat.
2.2.2. During painting, every time, after the priming coat has been worked out of the brush bristles or after
the brush has been unloaded, the bristles of the brush shall be opened up by striking the brush against
portion of the unpainted surface with the end of the bristles, held at right angles to the surface, so
that bristles thereafter will collect the correct amount of paint when dipped again in to a paint container The
prima/y coat shall be allowed to dry completely before painting is started.
2.2.3. No hair marks from the brush or clogging at pain puddles in the corner of panels angles of molding
etc.shall be left on the work
2.2.4.
Special care shall be taken while painting over bolts, nuts, rivets, overlaps etc.
2.2.5. The container when not in use shall be kept close and free from air so that paint does not thickness
and also shall be kept guarded from dust.
3.0.
Mode of measurements & payment
3.1.
The new steel and other metal surface shall be measured under this item.
3.2.
All the work shall be measured net in the decimal system, as executed subject to the following limits
unless otherwise stated hereinafter.
(a)
Dimensions shall be measured to the nearest 0.01 meter.
(b)
Areas shall be worked out to the nearest 0.01 sq. meter.
3.3.
No deductions shall be made for openings not exceeding 0.5 sq. mt. each and no addition shall be
made for painting to beddings, moldings, edges, jambs, soffits, sills etc. of such opening.
3.4.
In case of fabricated structural steel and iron work, priming coat of paint shall be included
with frabation. In case of trusses if measured in sq. m. compound girders, stanchions, lattices, grader and
similar work, actual area shall be measured in sq. m. and no extra shall be paid for painting on bolts heads,
nuts, washers etc. No addition shall be made to 1 he weight calculated for the purpose of measurements of
steel and iron works for paint applied on shop or at site.
3.5.
The different surfaces shall be grouped into one general item, areas of uneven surfaces being
converted into equivalent plain areas in accordance with the table given as per Annexure-ll for payment.
3.6.
The rate shall be for a unit of One sq, meter.
Item No. 17
Painting two coats [excluding priming coat] on new steel and other metal surfaces with synthetic
enamel paint, brushing to give an even shade including cleaning the surface of all dirt, dust and
other foreign matter.
1.0.
Materials
Synthetic enamel paint shall conform to I.S. 1932-1964.
2.0.
Workmanship
Signature of Contractor
300
2.1.
General : The materials required for work of painting work shall be obtained directly from
approved manufactures or approved dealer and brought to the site in maker's drums; kegs. etc. with seal
unbroken.
2.1.2. All materials not in actual use shall be kept properly protected, lids of containers shall be kept closed
and surface of paint in open or partially open containers covered with a thin layer of turpentine to prevent
formation of skin. The materials which have become state or flat due to improper and long storage shall not
be used. The paint shall be stirred thoroughly in its container before pouring into small containers. While
applying also, the paint shall be continuously stirred in smaller container. No left over paint shall be put back
into stock tins. When not in use the containers shall be kept properly closed.
2.1.3. If for any reasons, things is necessary, the brand of thinner recommended by the manufacturer
shall be used.
2.1.4. The surface to be painted shall be thoroughly cleaned and dusted. All rust, dirt and grease
shall be thoroughly removed before painting is started. No painting on exterior or other exposed part o the
work shall be carried out in wet, damp or otherwise unfavorable weather and all the surfaces shall
be thoroughly dry before painting work is started.
2.2.
Application of paint:
2.2.1. Brushing operations are to be adjusted to the spreading capacity advised by the manufacture of
particular paint. The paint shall be applied evenly and smoothly by means of crossing and laying off. The
crossing and laying off consists of covering the area over with paint, brushing the surface hard for the first
time over and then brushing alternately in opposite directions two or three times and then finally brushing
lightly in a direction at right angles to the same. In this process, no brush marks shall be left after the -laying
off is finished. The full process of crossing and laying off will constitute one coat.
2.2.2. Each coat shall be allowed to dry completely and lightly rubbed with very fine grade of sand-paper
and loose particles brushed off before next coat is applied. Each coat shall vary slightly in shade
and shall be got approved from Engineer-in-charge before next coat is started.
2.2.3. Each coat the last shall be lightly rubbed down with sand paper of fine pumice stone and cleaned of
dust before the next coat is applied. No hair marks from the brush of clogging of paint puddles in the corners
of panels, angles of moldings etc. shall be left on the work.
2.2.4. Special care shall be taken while painting over bolts, nuts, rivets, overlaps etc. Approved
best quality brushes shall be used.
3.0.
Mode of measurements and payment
3.1.
The relevant specifications of item No. 16 shall be followed for mode of measurements and
payment.
The rate is excluding priming coat.
3.4.
The rate shall be for a unit of One sq. meter.
Item No. 18
Providing, Fixing and Fabrications of Sliding M.S. Gate with C.R.C. M.S. pipe in Asian make, angle ,
round square bar & CRC Japan sheet 18 gauge as per drawing and design with necessary Design
Fixture fastening. Door sliding fixing with floor M.S. channel & Baring gargadi including a coat of
red oxide Primer with Hardware and all materials, Labor charges etc. complete as directed.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The Sliding M.S. Gate with C.R.C. M.S. pipe in Asian make, angle, round square bar & CRC Japan sheet
18 gauge as per drawing and design with necessary Design Fixture fastening. Door sliding fixing with floor
Signature of Contractor
301
M.S. channel & Baring gargadi including a coat of red oxide Primer with Hardware and all materials, Labor
charges etc. complete as directed.
The rate shall be for a unit of One kg.
DETAILED SPECIFICATIONS FOR SCHEDULE –B-8
(LANDSCAPING WORKS - KADODARA)
Item No. 1
Excavation of existing soil/ rubble/ settled material for shrub beds in planter pits upto a depth of
60cms from top of finished surface or till the depth of obstruction, removing all unwanted material
like brickbats, grass root stumps, stones breaking the clods etc and disposing them within site.
Cleaning the pit after excavation and filling the pit upto half depth with water (before filling with
earth) and leaving it for 10 days, then weeding and preparing the pit ready for sweet earth & compost
fill.
Item No. 2
Excavation of existing soil/ rubble/ settled material for tree pits in planter pits upto a depth of 120cms
from top of finished surface or till the depth of obstruction, removing all unwanted material like
brickbats, grass root stumps, stones breaking the clods etc and disposing them within site. Cleaning
the pit after excavation and filling the pit upto half depth with water (before filling with earth) and
leaving it for 10 days, then weeding and preparing the pit ready for sweet earth & compost fill.
Item No. 3
Supplying and stacking at site dump manure from approved source including carriage up to 1 km (
manure measured in stacks will be reduced by 8 % for payment )
Item No. 4
Collection of Sweet Earth as approved by the Engineer-in-Charge including cost of excavation,
royalty, loading, unloading, transport & stacking at site of work. 20% extra added for compaction
Item No. 5
Mixing and Filling of mix of manure and good earth in proportion of 1:3 (1 part manure and 3 part
sweet earth) in required thickness including proper dressing, leveling, rolling, watering and
Signature of Contractor
302
compacting as per the levels specified in the drawings as approved by Engineer-in-Charge (cost of
manure or/and good earth to be paid separately)
Item No. 6
Providing & cultivating lawns with good quality rooted cuttings of CYNODON DACTYLON (planted
not more than 150mm c/c) including, proper toping, leveling, dressing, rolling weeding periodical
hand cutting and machine mowing, watering and maintaining the lawns for 24 months maintenance.
Item No. 7
Supplying and planting Trees of variety as directed in pits by filling good earth and manure (mixed in
equal portion and filled upto entire depth of pit, inclusive of cost of plants and fertilizer application).
Tree plantation will be as mentioned in drawing or as directed by the consultant /E.I.C and watering
complete including its maintenance and replacement of diseased and dead plants upto 12 months
maintenance.
Item No. 8
Supplying and planting of Shrubs of variety in pits by filling good earth and manure (mixed in equal
portion and filled upto entire depth of pit, inclusive of cost of plants and fertilizer application). Shrub
plantation will be as mentioned in drawing or as directed by the consultant/ E.I.C and watering
complete including its maintenance and replacement of diseased and dead plants upto 24 months
maintenance.
Item No. 9
Maintenance of the entire campus and developed garden, trees included lawn grass, trees, shrubs,
hedge, indoor plants etc. Maintenance period shall be 24 months. The maintenance shall include
daily watering, spraying of insecticides, trimming, cutting, mowing, sweeping and cleaning of garden
areas, replenishment of dead plants ( free of cost) and replanting of seasonal flower beds and
maintenance there of including cost of tools, equipment‟s, hosepipes, movers etc. all complete. For
this work the contractor will have to deploy sufficient no. of skilled and unskilled labour with
adequate supervision by a qualified and experienced supervisor and all this will be included in the
rate quoted.
The maintenance will also include maintenance of Drip Irrigation System.
SPECIFICATIONS FOR LANDSCAPING WORKS :
General Specification for landscaping and horticultural work
1. All the plants must be healthy, well established in either poly bag or earthen pots and of proper size as
mentioned in specification or in schedule.
2. Contractor shall have to supply the plants variety wise with true name of varieties.
3. All tall plants must be staked properly to keep the plants straight and erect even after the
plantation is carried out.
4. Plants having exposed root system shall be rejected(except lawn grass)
5. All the plants including ground covers must be well established in poly bag of about 10-15cm dia.
6. Contractor shall have to replace the plants of same variety and size if there is any casualty or damage
without any extra payment.
7. Mostly, all the plantation is to be carried out after providing and filling the new fertile agriculture soil
(70%) and manure (30%) after necessary excavation as mentioned in specification or as in Schedule.
Signature of Contractor
303
8. Contractor shall have to make his own arrangement of watering and electric power supply for
irrigating the plantation in the whole campus at his own cost upto the contract period + 3 months.
During maintenance period of 24 months, the irrigation will be done by drip irrigation system installed.
9. The excavated material shall be collected at desired site and spread in required contour by contractor.
10. Watering shall be carried out immediately after plantation is done.
11. Pre-planting watering should be carried out after refilling pits with soils and manure.
12. Antitermite treatment with Chloropyrophos insecticide should be carried out at the rate of 10 ml/1 lit. of
water/smt of approved ISI Mark.
13. The contractor shall have to substitute any plant and shall execute planting method on site as directed
by EIC.
14. Minimum one trained gardener and two workers shall be employed during the maintenance job.
15. The height of all the plants shall be measured form the top rim of the container (plastic bag or
earthen pot)
Landscape development Specification :
Development of trees :
Rates to be quoted for development of trees for planting done outside the Lawn areas.
a.
Excavation where required of pits size to be 600mm deep as per locations marked on the
drawings/as per instructions given at the site by the EIC.
The size of the pit shall be checked with standard wooden box of the same size.
b.
Spreading the excavated soil on the ground around the pits. Filling the good quality, ordering
the garden soil and good quality well rotten soil farm yard manure 1/3 quantity of pit volume. Soil
and F.Y. M is to be supplied by the contractor.
c.
F.Y.M to be mixed well in the top 450mm of the soil layer only.
d.
Soil, manure filling in pits to the well watered, in order to settle the soil and soil and remove the air
pockets. Levels of the pits shall be made up by adding red / fertile soil and F.Y. mixture.
e.
Treating each pits against white ants with approved insecticide. Insecticide to be supplied by the
Contractor.
f.
Planting of Plant-materials, such as trees, Shrub, creepers, etc.
g.
Development period for trees/shrubs/creepers shall be a period of six months, or till satisfactory
development of sapling (whichever is later) from the date of planting.
This shall include timely watering, pruning, stalking, wedding, mulching and spraying of weedicides,
fungicides, applying of fertilizers as and when required. If the plant does not survive, the same to be
repeated immediately, free of all charges with the plant of same species and approximately of the same
height by the Landscape Contractor. Fertilizer pesticides/ fungicides shall be provided by the Client.
h.
Measurement shall per number separate for:-
Plants planted in the lawn area/shrub bed areas are not be charged separately as they are covered
in the rate for making of lawn. Pit as specified will have to be taken in these areas also.
2.
Plants planted out side the lawn area are to be paid for.
Development of Lawn
Cleaning the area of unwanted materials including the weeds, stone, masonry pieces, etc., and all such
matter which may cause damage to growth of the plant materials immediately or in future.
Signature of Contractor
304
The area shall be watered profusely in order facilitate growth of weeds and ease of operation.
Three days after watering, the Contractor shall excavate the area to a minimum depth of 300 mm or more as
required with the help of cultivator drawn by a tractor.
After ploughing/excavating, the area shall be graded as indicated on drawing or as instructed at site by the
EIC.
Continues weeding operations shall be done in order to have the area absolutely free from weeds of any
type. The Contractor shall not be permitted for further operation unless the area is totally free of weeds.
Spreading of good quality stone free garden soil. Evenly as directed. The compacted soil layer shall
be 400mm deep, spread evenly on all the areas including hillock top surfaces.
After spreading the good quality soil the area shall be watered, rolled with a roller (500-600 Kg weight) and
graded properly. Roller to be made available by the Contractor.
Spreading and mixing of good quality F.Y. M (farm yard manure) the quantity to be used shall be average
layer of min. 75mm thick all over the lawn area. The manure to be mixed properly and watered. Areas to be
rolled and leveled as per the drawing.
The Contractor to continuously do the weeding operation so as to have the lawn planting area
absolutely free from weeds. No planting of lawn grass cutting shall be allowed.
Supplying and planting of lawn. The Contractor shall supply cutting of good quality fine leafed cultivar of
Cynodon dactylon / Paspalum / Senetophorum Secandatum. The sample to be approved by the
Contractor / EIC; before planting work starts. Area from where the grass cuttings are to be obtained shall be
approved by EIC.
k.
Planting shall be done 400 mm apart and at each place minimum 3-4 cutting of 80/90 mms. length
shall be planted. The cutting shall be firmly embedded in the ground.
After planting, the area is to be watered with sprinklers. All planting operation must be completed
within a period of 7 days from the day of the planting operations starts at site.
Rate shall be same for supplying and planting of any other type of lawn grasses i.e. Stenotophorum
Secandatum/Paspalum, etc.
Development Operation;
The Contractor shall develop the planted lawn areas for a minimum period of 6 months from the date of
planting or till the lawn is properly established whichever is later and as determined by the EIC.
The Contractor shall do the following operations regularly.
Watering, weeding, rolling and lawn mowing. Applying fertilizer, weedicides, etc., as and when needed.
These materials shall be supplied by the Contractor.
First three cuttings shall be done with garden shears. After three cuttings, the Contractor shall do the
cutting with a lawn mower.
3.
All runners must be regularly and continuously removed to have a proper lawn growth.
Rolling and mowing shall be done at least once every 5 days. Rolling and mowing shall be done in same
direction only.
The finished lawn must be even level without patches etc. The lawn grass growth
everywhere. The finished lawn must be absolutely weed free.
must
be
even
6.
Before hading over the lawn, the Contractor shall do the top dressing with equal part of good
quality soil screened F.Y.M Materials to be supplied by the Contractor .
Hedge :
Signature of Contractor
305
a.
site.
Digging a trench 600 mm deep, removing all infertile soil and spreading the same as directed at the
b.
Filling yellow ordinary/soft murrum soil to a compacted depth of 450 mm and good quality F.Y.M. at
the depth of 300 mm compacted depth. The same shall be mixed with the excavation soil and filled back in
the trench.
c.
The F.Y.M. shall be mixed in the top 300 mm layer of the soil. Watering the trench in
order to allow the soil to settle down. Refill the soil where settling is taking place.
d.
Treating the planted area with anti-white ant treatment by approved insecticide. Insecticide is to be
supplied by the Client.
e.
Planting of plant materials required for the hedge.
The cutting shall not be less than 300 mm and diameter of cutting shall be between 80 mm to 110
mm. Cutting shall be planted in two rows. Distance between the two rows shall be 30 cms. Distance
between two cuttings in a row shall be betewwn 50-60 mms.
f.
Development of the Hedge
This shall include timely watering, weeding, pruning and replacement of the dead cuttings. The development
period for the hedge shall be a period of six months from the date of planting or till the time the hedge is well
developed whichever is later.
g.
Measurement shall be per running mts.
Planting of low shrubs/ small shrubs/ Plant pockets/ bulbous plant/ seasonal flowers beds/ ground
covers, etc.
a.
Digging the area as per plan or as per instruction, to a depth of 600mm. Removing all
infertile soil if required collecting all unwanted materials and to be dumped at a given site.
b.
Spreading ordinary yellow soil/ soft murrum garden soil as required, to a minimum consolidated;
layer of 600 mms or as required. Breaking all clods removing all big stones, pebbles as may be an
impairment to the development process. Dress the soil as to obtain level in the rawings/ or as per
the instructions given at site by the EIC.
c.
Spreading and mixing, well rotten F.Y.M. free from soil clods grass cutting etc., At a rate of 5.0 cu.
mt. Per 100 sq. mt. F.Y.M.
d.
Mixing F.Y.M. in top 400mm layer of the soil. Watering the area to allow for settlement,
removing air pockets and encourage weed growth.
e.
After weeding the area and making it free of all the weeds, planting the plant materials as
per the drawings/ instructions at the site of EIC. Treating the area, with approved insecticides against
white-ant. Insecticides to be supplied by the Contractor.
f.
Planting of shrubs, plants, bulbs, seeding so seasonal flowers as indicated in the drawings and /or
as per instructions of the Contractor / EICt or the client. Plant materials to be supplied by the
Contractor.
g.
In the event of any casualty due to natural causes or lack of maintenance plant material of same
species and size will be replaced by the Contractor without any extra cost within one week of casualty
occurring.
h.
Rate shall be sq. mt. All the above rates shall be quoted estimating the quoting as per the context of
the site.
Miscellaneous Works
i.
Supply of Manure: Manure will be well rotten, free of debris, and dry. Sample will be approved by
EIC. Rate will be per cu. mt.
Signature of Contractor
306
ii.
Supply of garden soil: Soil will be free of time nodules; and debris of any kind. Sample will be
approved by EIC. Rate will be per cu. mt.
iii.
Supply of plant material: This will be as per provided planting list. Plants supplied will be
healthy, free of diseases, well established and preferably at least one year old.
Quality and Type of Vermi Compost.
i.
Vermi-compost fertilizer shall be suitable for gardening, free from canker, morrum, send and
over quantity of water.
Quality and types of Soil.
i.
The soil shall be suitable for gardening, free from Kankar, Murrum shingle, rocks, stones, brick bats,
building rubbish and other foreign matter. The earth shall be free from clods or lumps or sizes bigger than
75 mm in any direction. It shall have a P.H value ranging from 6 to 8.5.
Code
Botanical
Common
Note : All shrubs shall have a minimum height of 100 to 150 mm
SA 001
Abelia chinensis
SA 002
Acaypha wilkesiana
SA 003
Adenium obesum
SA 004
Agave augustifolia
Carabbean agave
SA 005
Agave filifera
SA 006
Allamanda cathartica
SA 007
Allamanda nerifolia
SA 008
Aloe abyssinica
aloe
SA 009
Alternanthera "snow-cap"
SA 010
Artabotrys odoratissimus
SA 011
Asclepias curassavica
Blood Flower
SA 012
Asparagus plumosus
Asparagus Fern
SA 013
Barleria prionites
SA 014
Bassia latifolia
SA 015
Bougonvillea spp.
boganvilla
SA 016
Carissa carandes
karamda
SA 017
Cassia alata
Candle Bush
SA 018
Cicca acida
harfarevdi, khataambla
SA 019
Clerodendrum inerme
Forest Jasmine, kadvi mehndi
SA 020
Clerodendrum phlomidis
arni
SA 021
Clitoria argentea (climber)
Garni, gokrun
SA 022
Coleus spp.
coleus
SA 023
Ficus panda
SA 024
Crinum lily
lily
SA 025
Duranta repens
Golden dew Drop
SA 026
Furcraea gigantia
Giant False Agave
SA 027
Hamelia patens
hamelia
SA 028
Euphorbia heterophylla
Annual poinsettia
SA 029
Hamelia patens
hamelia
SA 030
Hibiscus mutabilis
Changeable Rose
Signature of Contractor
307
SA 031
SA 032
SA 033
SA 034
SA 035
SA 036
SA 037
SA 038
SA 039
SA 040
SA 041
SA 042
SA 043
SA 044
SA 045
Hibiscus rosa-sinensis
Ixora acuminata
Ixora chinensis
Jasminum sambac
Lantana spp.
Euphorbia cotinifolia
Mussaenda erythrophylla
Pedilanthus tithymaloides
Plumbago auriculata
Bauhinia acuminata
Euphorbia pulcherrima
Ixora rubra
Caesalpinnia pulcherrima
Polyscias balfouriana
Croton spp.
Chinese Hibiscus, jasud
Ixora
Chinese Ixora
mogra
SA 046
Bauhinia racemosa
Asatri
SA 047
SA 048
SA 049
SA 050
SA 051
SA 052
SA 053
SA 054
SA 055
SA 056
SA 057
SA 058
SA 059
SA 060
SA 061
SA 062
SA 063
SA 064
Bauhinia tomentosa
Red Grass
Calliandra Red
Ruellia tuberoza
Sansevieria cylindrical
Schefflera arboricola
Ruellia tuberoza
Sansevieria cylindrical
Schefflera arboricola
Tecoma gaudi-chaudi
Tecomaria capensis
Thyrallis glauca
Turnera ulmifolia
Golden Bamboo
Green Bamboo
Cassia Biflora
Dwarf Bamboo
Largestomea Pink
Tabernaemontana
diverigata
Murraya exotica
Murraya koinegii
Vinca rosea
Wedelia trilobata
Yucca aloifolia
Bougainvilla Red
Duranta Green Varigated
Bougainvilla Orange
Justicia Red
Leo Black
Euphorbia thai Red
Euphorbia Mili Pink
Ficus Benjamina Black
Russelia Red
Thevatia Alba
Spider Lily
Ficus Benjamina
SA 065
SA 066
SA 067
SA 068
SA 069
SA 070
SA 071
SA 072
SA 073
SA 074
SA 075
SA 076
SA 077
SA 078
SA 079
SA 080
SA 081
SA 082
Signature of Contractor
Hierba mala
mussaenda
Orchid Tree
Christmas flower
Lal ixora
sanjivni
Aralia
croton
Kallos
tecoma
Honeysuckle
Galphamia, Malpighia glauca
Sage Rose
Tagar,chandni
chinese Box
kadipatta
sadabahar
wadelia
yucca
308
SA 083
SA 084
SA 085
SA 086
SA 087
SA 088
SA 089
SA 090
SA 091
SA 092
SA 093
SA 094
SA 095
SA 096
SA 097
SA 098
SA 099
SA 100
SA 101
SA 102
SA 103
SA 104
SA 105
SA 106
SA 107
SA 108
SA 109
SA 110
SA 111
SA 112
Hemeliya
Tabernaemonta
Lantana Camara Yellow
Thavatia Yellow
Gardenia jasminoides
Green Grass
Jatropha panduraefolia
Lagestomea Alba
Phuldadam
Jatropha podagrica
Malphigia galuca
Nyctanthus arboristis
Nerium oleander
Fountain Green Grass
Lantana camara Orange
Jasminum Multifloram
Mania Erecta
Dwarf Pink Nerium
Hibiscus Single
Hibiscus Duoble
Russelia White
Acalypha Green
Ficus Prestige
Paras
Alternanthera Red Dwarf
Golden Plumeri
Lantana Camara Red
Hibiscus Snow Flakes
Hibiscus Lafrance Pink
Hibiscus Lafrance white
Cape Jasmine
malpighia
parijaat
karan
(Deshi Duranta)
Tree
Note : All trees shall have minimum height of 200 to 250 mm except all
verities of Palms which shall have height of 300 to 350 mm.
Tree
Botanical
Common
Code
australian babool
T 001 Acacia auriculiformis
chikoo
T 002 Achras sapota
Golden apple, bili
T 003 Aegle marmelos
Black siris
T 004 Albizzia lebbek
White siris, kilai
T 005 Albizzia procera
saptparni
T 006 Alstonia scholaris
Ramfal
T 007 Annona reticulata
Annona
squamosa
sitafal
T 008
andrakh
T 009 Anogessus sericea
fanas
T 010 Artocarpus heterophyllus
Kamrakh
T 011 Avrrhoea carambola
neem
T 012 Azadirachta indica
Kaniar
T 013 Bauhinia purpurea
semal
T 014 Bombax ceiba
kesuda
T 015 Butea monosperma
Bottle brush
T 016 Callistemon lanceolatus
T 017 Cassia alata
gharmalo
T 018 Cassia fistula
Signature of Contractor
309
T 019
T 020
T 021
T 022
T 023
T 024
T 025
T 026
T 027
T 028
T 029
T 030
T 031
T 032
T 033
T 034
T 035
T 036
T 037
T 038
T 039
T 040
T 041
T 042
T 043
T 044
T 045
T 046
T 047
T 048
T 049
T 050
T 051
T 052
T 053
T 054
T 055
T 056
T 057
T 058
T 059
T 060
T 061
T 062
T 063
T 064
T 065
T 066
T 067
T 068
T 069
T 070
Cassia javanica
Cassia nodosa
Casuarina equisetifolia
Cicca acida
Citrus lemon
Clerodendron phlomidis
Cochlospermum religiosum
Cordia dichotoma
Cordia sebastena
Coroupita guenensis
Crataeva religiosa
Delonix regia
Diospyros peregrina
Emblica officinalis
Erythrina variegata
Feronia elephantum
Ficus ali
Ficus bengalensis
Ficus benjamina
Ficus elastica
Ficus nitida
Ficus religiosa
Glyricidia glabra
Gmelina arborea
Grevellia robusta
Guiaecum officinale
Holoptolia integrifolia
Kigelia pinnata
Lagerstroemia parviflora
Mangifera indica
Manihot esculanta
Manilkara hexandra
Meila azedarach
Milletia ovatifolia
Millingtonia hortensis
Mimusops elengi
Moringa oleifera
Morrus alba
Morus indica
Murraya paniculata
Palm - Areca catechu
Palm - Bambusa stiata
Palm - Caryota urens
Palm - Cocos nucifera
Palm - Dendrocalamus strictus
Palm - Latania loddigesii
Palm - Licuala grandis
Palm - Livistonia rotundifolia
Palm - Roystonia oleracea
Palm - Stevensonia grandifolia
Parkinsonia aculeata
Peltophorum pterocarpum
Signature of Contractor
gharmalo (Pink)
gharmalo (Dark Pink)
saru
Harfaveri
nimbu
Arni
Yellow silk cotton, Ganeri
Gondi
Cordia, Lal lasora
bael, Shivlingi
Barna, Vaivarno
gulmohar
River
ebony,
Kala
tendu,
temburni
amla
Pangara
Kothi
Narrow leaved fig
vad
Weeping fig
Rubber Tree
peepal
Dormouse destroyer
Sewan
Silver Oak
lignum vitae
Kanju
Balam Kheera
Myrtle
aamba
Manihot
Rayan
Bakam Neem, Bakan nim
Milletia
Akash Neem
bakul
Sonjana, Saragavo
Shetur
Shetur
Madhu Kamini
sopari
chinese bamboo
Fish Tail Palm
narial
bamboo
Fan palm
bottle palm
Jerusalem Thorn, Ram baval
Yellow Gulmahor, Tamrafali
310
T 071
T 072
T 073
T 074
T 075
T 076
T 077
T 078
T 079
T 080
T 081
T 082
T 083
T 084
T 085
T 086
T 087
T 088
T 089
T 090
T 091
T 092
T 093
T 094
T 095
T 096
T 097
T 098
T 099
T 100
T 101
T 102
Pithcelobeum dulce
Plumeria alba
Plumeria rubra
Polyalthia longifolia
Pongamia pinnata
Prosopis cineraria
Prunus amygdalus
Psidium guajava
Pterospermum acerifolium
Pterygota alata
Punica granatum
Putranjiva roxburghii
Salvadora persica
Saracca asoka
Scheleichera oleosa
Senna siamea
Sesbania grandifolia
Spathodea campanulata
Strebulus asper
Syzygium cuminii
Syzygium jambolana
Tabebuia argentea
Tabebuia impateginosa
Tabebuia pallida
Gorasambli
champa
laal champa
Ashok
karanj
Jhand
Almand
Jamphal
Kanak Champa
Buddha's coconut
Dadam
Wild Olive, Putranjivi
Peelu, Piludi
Sita-Ashok, Ashok
Kosam
Kasod
Agathio
Fountain Tree
Sand paper , Haredo
jamun
Rai Jamun
Golden trumpet
Pink Trumpet Tree
Cuban pink trumpet
Tabebuia rosea
Tecoma stans
Terminalia arjuna
Terminalia catappa
Thespesia populnea
Thevetia peruviana
Vitex negundo
Zyzyphus mauritiana
Salvador pink trumpet
Yellow Bells
arjun
badaam, Parul
Indian Tulip Tree
kaner
Nigundu
ber
LANDSCAPE MAINTENANCE
1.00
Watering
Watering shall be done by rain nozzle and washing of leaves shall be carried out along with flooding the
planter bed. 2% urea shall be mixed with water before spraying or flooding. Watering time needs to be
well coordinated with authorities so that it does not interfere with traffic and vice versa. Watering shall not be
done between 10am to 8pm on all days of the year.
Summer (mid of March to mid of June): 10 lts per sqm (once in 3 days)
Rainy (mid of June to end of September):
10 lts per sqm (on the 4th day of dry spell)
Winter (start of October to mid of January):
10 lts per sqm (once in 4 days)
Autumn (mid of January to mid of March):
10 lts per sqm (once in 3 days)
2.00
Ploughing & Weeding
Ploughing of the planter bed shall be carried out once in 15 days with a spade and proper weeding
shall be done in all months (24 times in a year). Dead plants and leaves may be buried in soil while overturning to enable mulching and humus formation.
3.00
Pesticide
Signature of Contractor
311
Pesticide spray shall be carried out once in 15 days on all months (24 times in a year). Chlorophryphose
20% EC or equivalent (with prior permission) shall be used. Please follow manufacturer guideline
while application.
4.00
Insecticide/ Fungicide
Insecticide or Fungicide shall be sprayed 3 times in a month on all months (36 times in a year). Sticker
(Excel) + Apsa80 + Roger/ Endosulphan in specified proportion (6ml + 2ml + 5ml respectively in 1lt of water)
shall be applied.
5.00
Cutting & Pruning
Cutting and pruning shall be carried out carefully in a manner not to jeopardize the plant‟s growth and
avoiding excessive thickening of stems in following years. In case excessive stem growth is seen, special
pruning arrangement shall be carried out with the help of mechanical cutters. The process shall be carried
out 3 times in a month on all months
(36 times in a year).
6.00
Replacement
All the dead saplings should be replaced with new ones, planted with care and providing temporary
protection from wind and smoke for fast growth. Extra care should be taken while to ensure that the other
saplings near them are not damaged. Annexures shall be followed for center-to-center spacing of saplings
and their finished height.
7.00
Fertilizer
Fertilizer application shall be carried out in specified quantity of 1kg per sqm. The application shall
be done by proper mixing of the fertilizer with soil and ensuring that excessive fertilizing does not
happen. In case, the plants show decay or stunted growth, the matter should be brought to the notice of
the technical personnel and required measures shall be taken of increasing/ decreasing quantity or
changing the fertilizer. However, all shall be done with prior approvals from authorities.
Summer (mid of March to mid of June) : Once in 30 days
Rainy (mid of June to end of September)
: Once in 15 days
Winter (start of October to mid of January)
: Once in 20 days
Autumn (mid of January to mid of March)
: Once in 15 days
Signature of Contractor
312
DETAILED SPECIFICATIONS FOR SCHEDULE –B-9
( RENOVATION & REPAIRING OF EXISTING OFFICE – NAVSARI )
Item No.-1 :
Demolition of brickwork and stone masonry including stacking of serviceable material and disposal
of unserviceable materials with all lead and lift in cement mortar.
The item shall be carried out as per specification of item-1 of Detailed Specifications for Schedule-B-2.
Item No.-2 :
Demolition including stacking of serviceable materials and disposal of unserviceable materials with
all lead and lift. 1.) R.C.C work.
The item shall be carried out as per specification of item-5 of Detailed Specifications for Schedule-B-2.
Item No.-3 :
Demolition and disposal of unserviceable materials with all lead and lifts. (ii) Unreinforced cement
concrete.
The item shall be carried out as per specification of item-4 of Detailed Specifications for Schedule-B-2.
Item No.-4 :
Dismantling tiled, stone floor or Paver block laid in mortar including stacking of serviceable
materials and disposal of unserviceable materials with all lead and lift.
The item shall be carried out as per specification of item-3 of Detailed Specifications for Schedule-B-2.
Item No.-5 :
Dismantling steel work with dismantling and stacking the materials with all leads and lift.
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specification of item-1 of Detailed Specifications for Schedule-B-2.
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on Kg basis.
Item No.-6 :
Dismantling C.I. Pipe, GSW Pipe and A.C., P.V.C. Rain water pipes with fittings and clamps
including stacking the materials with all leads and lift. ( for any dia of pipe)
Signature of Contractor
313
The item shall be carried out as per specification of item-7 of Detailed Specifications for Schedule-B-2.
Item No.-7 :
Dismentalling doors, windows, ventilators etc. (wood or steel) shutters including chowkhats,
architreaves, holdfasts, and other attachment etc. complete and stacking them within all lead and lift.
(1) Not exeeding 3 sq. meters in area
The item shall be carried out as per specification of item-6 of Detailed Specifications for Schedule-B-2.
Item No.-8 :
Dismentalling washbasin, W.C. pan Indian and Europeon type flushing tank etc. including stacking
the materials within all lead and lift.
The item shall be carried out as per specification of item-8 of Detailed Specifications for Schedule-B-2.
Item No.-9 :
Removing Fiber Partion wall all fiting etc. including stacking the materials within all lead and lift.
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specification of item-1 of Detailed Specifications for Schedule-B-2.
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on sqm basis.
Item No.-10 :
Dismentalling cement asbestos hard board in celling or partion walls wooden trerials work including
frames , stacking of the servicable materials woth all lead and lift.
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specification of item-1 of Detailed Specifications for Schedule-B-2.
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on sqm basis.
Item No.-11 :
Excavation for foundation up to 1.5 m depth including sorting out and stacking of useful materials
and disposing of the excavated stuff up to 50 meter lead. (A) Loose or soft soil
The item shall be carried out as per specification of item-1 of Detailed Specifications for Schedule-B-1.
Item No.-12 :
Excavation for foundation for depth from 1.5 m to 3.0 m depth including sorting out and stacking
or useful materials and disposing of the excavated stuff upto 50 M lead. (A) Loose or soft soil
The item shall be carried out as per specification of item-2 of Detailed Specifications for Schedule-B-1.
Item No.-13:
Signature of Contractor
314
Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in
layers not exceeding 20 cm. in depth consolidating each deposited layer by ramming and watering.
The item shall be carried out as per specification of item-3 of Detailed Specifications for Schedule-B-1.
Item No.-14:
Filling in plinth with sand under floors including watering, ramming, consolidating and dressing etc.
complete.
The item shall be carried out as per specification of item-4 of Detailed Specifications for Schedule-B-1.
Item No.-15:
Filling in foundation and plinth with murrum or selected soil in layers of 20 cm. thickness including
watering, ramming and consolidating etc. complete.
The item shall be carried out as per specification of item-5 of Detailed Specifications for Schedule-B-1.
Item No.-16:
Providing and laying cement concrete 1:4:8 (1 cement : 4 coarse sand : 8 hand broken stone
aggregate 40 mm nominal size) and curing complete excluding cost of form work in :
(A) Foundation and Plinth.
The item shall be carried out as per specification of item-6 of Detailed Specifications for Schedule-B-1.
Item No.-17:
Providing and laying cement concrete 1 : 2 : 4 ( 1 cement : 2 coarse sand : 4 graded stone
aggregates 20 mm nominal size) and curing complete excluding cost of form work & reinforcement
for reinforced cement concrete in :
(A) Foundation and Plinth.
The item shall be carried out as per specification of item-7 of Detailed Specifications for Schedule-B-1.
Item No.-18:
Providing TMT FE - 415 bar reinforcement for R.C.C. work including bending, binding and placing in
position complete up to floor two level.
Ground Floor
The item shall be carried out as per specification of item-8 of Detailed Specifications for Schedule-B-1.
Item No.-19:
Providing TMT FE - 415 bar reinforcement for R.C.C. work including bending, binding and placing in
position complete from floor two level to floor three level.
First Floor
The item shall be carried out as per specification of item-9 of Detailed Specifications for Schedule-B-1.
Item No.-20:
Providing TMT FE - 415 bar reinforcement for R.C.C. work including bending, binding and placing in
position complete from floor three level to four level.
Second Floor
The item shall be carried out as per specification of item-10 of Detailed Specifications for Schedule-B-1.
Item No.-21:
Signature of Contractor
315
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
Foundations, footings, Base of columns and mass concrete.
The item shall be carried out as per specification of item-11 of Detailed Specifications for Schedule-B-1.
Item No.-22:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
Slabs, landing, shelves, Balconies etc.
The item shall be carried out as per specification of item-12 of Detailed Specifications for Schedule-B-1.
Item No.-23:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
Ground Beams and Plinth Beams
The item shall be carried out as per specification of item-13 of Detailed Specifications for Schedule-B-1.
Item No.-24:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
Beams, Girders and cantilever beams
The item shall be carried out as per specification of item-14 of Detailed Specifications for Schedule-B-1.
Item No.-25:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
Columns, pillars, posts and struts square, rectangular, polygonal in plan upto plinth level
The item shall be carried out as per specification of item-15 of Detailed Specifications for Schedule-B-1.
Item No.-26:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
Columns, pillars, posts and struts square, rectangular, polygonal in plan
Signature of Contractor
316
The item shall be carried out as per specification of item-16 of Detailed Specifications for Schedule-B-1.
Item No.-27:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
Lintels
The item shall be carried out as per specification of item-17 of Detailed Specifications for Schedule-B-1.
Item No.-28:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
Chhajja
The item shall be carried out as per specification of item-18 of Detailed Specifications for Schedule-B-1.
Item No.-29:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
Stair cases
The item shall be carried out as per specification of item-19 of Detailed Specifications for Schedule-B-1.
Item No.-30:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
Coping
The item shall be carried out as per specification of item-20 of Detailed Specifications for Schedule-B-1.
Item No.-31:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
Slabs, landing, shelves, Balconies etc.
The item shall be carried out as per specification of item-21 of Detailed Specifications for Schedule-B-1.
Item No.-32:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
Beams, Girders and cantilever beams
Signature of Contractor
317
The item shall be carried out as per specification of item-22 of Detailed Specifications for Schedule-B-1.
Item No.-33:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
Columns, pillars posts and struts square, rectangular, polygonal in plan
The item shall be carried out as per specification of item-23 of Detailed Specifications for Schedule-B-1.
Item No.-34:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
Lintels
The item shall be carried out as per specification of item-24 of Detailed Specifications for Schedule-B-1.
Item No.-35:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
Chhajja
The item shall be carried out as per specification of item-25 of Detailed Specifications for Schedule-B-1.
Item No.-36:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
Stair cases
The item shall be carried out as per specification of item-26 of Detailed Specifications for Schedule-B-1.
Item No.-37:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Floor Two Level to Floor Three Level.
First Floor
Coping
The item shall be carried out as per specification of item-27 of Detailed Specifications for Schedule-B-1.
Item No.-38:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
For Floor Three to Floor Fourth Level.
Second Floor
Slabs, landing, shelves, Balconies etc
The item shall be carried out as per specification of item-28 of Detailed Specifications for Schedule-B-1.
Signature of Contractor
318
Item No.-39:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
For Floor Three to Floor Fourth Level.
Second Floor
Beams, Girders and cantilever beams
The item shall be carried out as per specification of item-29 of Detailed Specifications for Schedule-B-1.
Item No.-40:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
For Floor Three to Floor Fourth Level.
Second Floor
Columns, pillars, posts and struts square, rectangular, polygonal in plan
The item shall be carried out as per specification of item-30 of Detailed Specifications for Schedule-B-1.
Item No.-41:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
For Floor Three to Floor Fourth Level.
Second Floor
Lintels
The item shall be carried out as per specification of item-31 of Detailed Specifications for Schedule-B-1.
Item No.-42:
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
For Floor Three to Floor Fourth Level.
Second Floor
Coping
The item shall be carried out as per specification of item-32 of Detailed Specifications for Schedule-B-1.
Item No.-43:
Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. in foundation
and plinth in cement mortar 1: 6 (1 cement : 6 fine sand)
Plinth Masonry
(B) Conventional
The item shall be carried out as per specification of item-33 of Detailed Specifications for Schedule-B-1.
Item No.-44:
Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. above plinth
level upto floor two level in cement mortar 1: 6 (1 cement : 6 fine sand)
Ground Floor
(B) Conventional
The item shall be carried out as per specification of item-34 of Detailed Specifications for Schedule-B-1.
Item No.-45:
Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. above floor
two level to floor three level in cement mortar 1: 6 (1 cement : 6 fine sand)
Floor two level to floor Three level.
First Floor
Signature of Contractor
319
(B) Conventional
The item shall be carried out as per specification of item-35 of Detailed Specifications for Schedule-B-1.
Item No.-46:
Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. above floor
three level to floor four level in cement mortar 1: 6 (1 cement : 6 fine sand)
Floor Three level to floor Four level.
Second Floor
(B) Conventional
The item shall be carried out as per specification of item-36 of Detailed Specifications for Schedule-B-1.
Item No.-47:
Half brick masonary in FLY ASH bricks having crushing strength not lessthan 70 kg./sq.cm. in
cement morar 1:4 (1 Cement: 4 coarse sand) above plinth upto floor two level
Ground Floor
(B) Conventional
The item shall be carried out as per specification of item-37 of Detailed Specifications for Schedule-B-1.
Item No.-48:
Half brick masonary in FLY ASH bricks having crushing strength not lessthan 70 kg./sq.cm. in
cement morar 1:4 (1 Cement: 4 coarse sand)
Floor two level to floor Three level.
First Floor
(B) Conventional
The item shall be carried out as per specification of item-38 of Detailed Specifications for Schedule-B-1.
Item No.-49:
Providing and fixing 35 mm thick Decorative type flush door shutters, solid core construction with
teakwood frame of size 125mm X 62.5mm & frame of first class hard-wood with cross band and face
veneer or ply-wood face panels, 1.5 mm thick laminate on both sides including Stainless steel
fixtures and fastening and SS handle including primer coat of approved quality and two coats of oil
painting etc complete.
The item shall be carried out as per specification of item-39 of Detailed Specifications for Schedule-B-1.
Item No.-50:
Providing and fixing 40 mm thick Decorative type flush door shutters,( double Leaf ) solid core
construction with teakwood frame of size 150mm X 75mm & frame of first class hard-wood with
cross band and face veneer or ply-wood face panels,1.5 mm thick laminate on both sides including
Stainless steel fixtures and fastening and SS handle including primer coat of approved quality and
two coats of oil painting etc complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The relevant specification as described in item-49 shall be followed. The work shall be carried out for 40 mm
thick Decorative type flush door shutters having teakwood frame of size 150mm X 75mm.
The rate shall be for a unit of one sq. meter.
Item No.-51:
Providing and fixing 35 mm thick Decorative type flush door shutters, solid core construction with
frame of first class hard-wood with cross band and face veneer or ply-wood face panels,1.5 mm thick
Signature of Contractor
320
laminate on both sides including Stainless steel fixtures and fastening and SS handle including
primer coat of approved quality and two coats of oil painting etc complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The relevant specification as described in item-49 shall be followed. The work shall be carried out for 35 mm
thick Decorative type flush door shutters only.
The rate shall be for a unit of one sq. meter.
Item No.-52:
Providing and fixing anodised aluminium work for DOORS with Anodised aluminium ( anodised
transparent or dyed to required shade according to IS: 1868, Minimum anodic coating of grade AC 15
) heavy duty extruded built up standard tubular sections/appropriate Z sections and other sections of
approved make conforming to IS: 733 and IS : 1285, fixed with rawl plugs and screws or with fixing
clips, or with expansion hold fasts including necessary filling up of gaps at junctions, at top, bottom
and sides with required PVC/neoprene felt or sealent of wecker 789 or Dow corning 789 grade so as
to make all joints waterproof etc. Aluminium sections shall be smooth, rust free, straight, mitred and
jointed mechanically wherever required including cleat angle, aluminium snap beading for glazing /
panelling, stainless steel screws as per architectural drawings and the directions of Engineer-incharge and incl. Providing and fixing glazing in aluminium DOOR with EDPM gasket etc. complete
as per the architectural drawings and the directions of engineer-in-charge with 6.0 mm thick plain
float glass panel of approved shade and approved make and fixed to the frames and frames fixed to
the walls. The framed ends shall have required brushings for proper sealing.
The DOOR shutters with the frame section of 101.60 x 44.75 x 3.18 mm weighing 2.404 Kg./Rmt.,
shutter section of 85mm x 44.45mm x 2mm weighing 1.417 Kg./Rmt. Top and bottom rail of 150mm x
44.45mm x 2.2mm weighting 2.376 Kg./Rmt. And central lock rail of 150mm x 44.45 x 2.65mm and
glazing clips of 0.154 Kg/Rmt of extruded alluminium colour anodized section frames including
and anodised aluminium tubular bar 32mm outer dia 3.0mm thick & 2100 mm long with SS screws in
door including 100mm brass locks ( best make of approved quality ) for aluminium doors, floor
spring including necessary cutting and making good etc. complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The item shall be carried out as per specification of item-41 of Detailed Specifications for Schedule-B-1.
Item No.-53:
Providing and fixing anodised aluminium work for WINDOWS AND VENTILATORS with Anodised
aluminium ( anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic
coating of grade AC 15 ) heavy duty extruded built up standard tubular sections/appropriate Z
sections and other sections of approved make conforming to IS: 733 and IS : 1285, fixed with rawl
plugs and screws or with fixing clips, or with expansion hold fasts including necessary filling up of
gaps at junctions, at top, bottom and sides with required PVC/neoprene felt or sealent of wecker 789
or Dow corning 789 grade so as to make all joints waterproof etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle,
auminium snap beading for glazing / panelling, stainless steel screws as per architectural drawings
and the directions of Engineer-in-charge and incl. providing and fixing glazing in aluminium
WINDOW AND VENTILATOR shutters etc. with EDPM gasket etc. complete as per the architectural
drawings and the directions of engineer-in-charge with 6.0 mm thick plain float glass panel of
approved shade and approved make and fixed to the frames and frames fixed to the walls. The
framed ends shall have required brushings for proper sealing.
The Window shall be two Track with sliding shutters and the frame section of size 101.6 x 44.45 x
2.01 of weighing 1.605 Kg./Rmt., window frame with bottom member of size 61.85 x 31.75 x 1.5
weighing 0.909 Kg./Rmt. top and sides member of size 61.85 x 31.75 x 1.5 weighting 0.784 Kg./Rmt.
With shutter frame of top member of size 40 x 18 x 1.55 weighing 0.547 kg / Rmt and bottom member
of size 52 x 18 x 1.56 weighing 0.651 kg / Rmt,interlock member of size 40 x 18 x 1.45 weighing .607
kg / Rmt ,and handle member of size 40 x 18 x 1.55 weighing 0.547 kg / Rmt of extruded alluminium
Signature of Contractor
321
colour anodized section and frames with necessary aluminium handles and locking arrangement etc.
complete including necessary cutting and making good etc. complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The relevant specification as described in item-41 of Schedule –B-1 shall be followed. The Window shall be
Two Track with sliding shutters.
The rate shall be for a unit of one sq. meter.
Item No.-54:
Providing and fixing anodized aluminium work for WINDOWS AND VENTILATORS with Anodized
aluminium ( anodized transparent or dyed to required shade according to IS: 1868, Minimum anodic
coating of grade AC 15 ) heavy duty extruded built up standard tubular sections/appropriate Z
sections and other sections of approved make conforming to IS: 733 and IS : 1285, fixed with rawl
plugs and screws or with fixing clips, or with expansion hold fasts including necessary filling up of
gaps at junctions, at top, bottom and sides with required PVC/neoprene felt or sealant of wecker 789
or Dow corning 789 grade so as to make all joints waterproof etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle,
aluminium snap beading for glazing / paneling, stainless steel screws as per architectural drawings
and the directions of Engineer-in charge and incl. providing and fixing glazing in aluminium
WINDOW AND VENTILATOR shutters etc. with EDPM gasket etc. complete as per the architectural
drawings and the directions of engineer-in-charge with 6.0 mm thick plain float glass panel of
approved shade and approved make and fixed to the frames and frames fixed to the walls. The
framed ends shall have required brushings for proper sealing.
The Window shall be fixed and the frame section of size 101.6 x 44.45 x 2.01 weighing 1.605
Kg./Rmt., and horizontal member of size 101.6 x 44.45 x 2.4 of weighting 1.954 Kg./Rmt. Of extruded
alluminium colour anodized section and frames with necessary aluminium handles and locking
arrangement etc. complete including necessary cutting and making good etc. complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The relevant specification as described in item-42 of Schedule-B-1 shall be followed. The Window shall be
fixed type.
The rate shall be for a unit of one sq. meter.
Item No.-55:
Providing and fixing Aluminum ventilation of section with frame of 38.10 mm x 25.4 mm x 1.44 mm
having glazing patta of size 50 mm x 3 mm with 5 mm thick plain glass fixing with glazing clips
including rubber gasket etc , complete
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The relevant specification as described in item-43 of Schedule-B-1 shall be followed.
The rate shall be for a unit of one sq. meter.
Item No.-56 :
Providing and fixing IS 3564 marked aluminium extruded section body tubular type universal
hydraulic door closure with double speed adjustment with necessary accessories and screws etc
complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Signature of Contractor
322
Universal Hydraulic Door Closer (Exposed Type):
These shall be made of cast iron/ aluminium alloy/zinc alloy and of shape and pattern as approved by the
Engineer-in-Charge.
These shall generally conform to IS specification for door closer (Hydraulically regulated) IS 3564.
The door closers may be polished or painted and finished with lacquer to desired colour. Aluminium alloy
door closer shall be anodized and the anodic coating shall not be less than grade AC 15 of IS 1868. All
dents, burrs and sharp edges shall be removed from various components and they shall be pickled,
scrubbed and rinsed to remove grease, rust, scale or any other foreign elements. After pickling, all the M.S.
parts shall be given phosphating treatment in accordance with IS : 3618.
The nominal size of door closer in relation to the weight and the width of the door size to which it is intended
to be fitted shall be given in Table.
Type and Designation of Door Closers
Designation
of closers
Mass of
the door
(kg)
Width of
door (mm)
the
Remarks
1.
Upto 35
Upto 700
For light doors such as double leaved and toilet doors
2.
36 to 60
701 to 850
Interior doors, such as of bed rooms, kitchen and store
3.
61 to 80
851 to 1000
Main doors in a building, such as entrance doors
Performance Requirements :
After being fitted in its position when the door is opened through 900, the same should swing back to angle
of 200 + 50 with nominal speed but thereafter, the speed should get automatically retarded and in case of
doors with latches, it should be so regulated that in its final position the door smoothly negotiates with the
latch.
Mode of Measurement and Payment :
The work shall be carried out as per detailed drawings and as directed by Engineer in charge and as per
manufactures‟ specification.
Measurements shall be in No.
The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
etc.
The rate shall be for unit of One No. as per actual work done.
Item No.-57 :
Providing and fixing M.S. grills/railings of required pattern to wooden frames/or Marble Frame of
window/balcony etc. with M.S. flats at required spacing and frames all-round, square or round bars
fixed with round headed bolts and nuts or by screws, including two coats of synthetic enamel oil
paint over one coat of primer of approved quality and brand etc. complete as per detail drawing and
as directed by Engineer in charge.
(B) Plain grill
The item shall be carried out as per specification of item-44 of Detailed Specifications for Schedule-B-1.
Item No.-58 :
Providing and fixing in position teak wood ARCHITREAVES of size 10 mm thick x 40 mm wide etc,
as per architectural drawing and instruction complete for all heights and all floor including synthetic
enamel paint etc comp. as directed.
Signature of Contractor
323
The item shall be carried out as per specification of item-45 of Detailed Specifications for Schedule-B-1.
Item No.-59 :
Providing and fixing 900 mm high Stainless steel pipe railing using round S.S. pipe of various
diameter of approved quality with S.S. No. 304 consisting 8 % nickel having pipe of 16 gauge
including Horizontal and vertical pipe as per detailed drawing. Vertical pipe ( posts ) firmly embedded
in flooring with concrete to give a proper and tough support, pipe should be inter connected by
stainless steel gas welding. All joints having a smooth finish including required fixtures and
fastening of approved quality. The fabrication should be done as per detailed drawing and as per
instructions given by E.I.C. including all material and labour required etc. complete.
The item shall be carried out as per specification of item-46 of Detailed Specifications for Schedule-B-1.
Item No.-60 :
Providing and fixing M.S. fan clamps made of 16 mm dia M.S. bar bent to shape with hooked ends to
R.C.C. slabs during laying including painting the exposed portion of the loops all as per standard
design complete.
The item shall be carried out as per specification of item-47 of Detailed Specifications for Schedule-B-1.
Item No.-61 :
Providing 15 mm. thick cement plaster in single coat on fair side of Brick/concrete walls for interior
plastering upto floor two level and finished even and smooth in :
[ii] Cement mortar 1:4 [1 cement: 4 sand)
Ground Floor
The item shall be carried out as per specification of item-48 of Detailed Specifications for Schedule-B-1.
Item No.-62 :
Extra for Finishing with a floating coat of neat cement slurry
Upto Floor Two level.
Ground Floor
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The item shall be carried out as per specification of item-49 of Detailed Specifications for Schedule-B-1.
Item No.-63 :
Providing & applying 10 mm thick cement plaster in single coat on fair side of Ceiling surface/
Sloping Roof etc. for Ground Floor upto floor two levels finished even and smooth in C.M. 1:4 (1
cement : 4 Sand ) including necessary curing, scaffolding, in true line and level etc. complete as
directed by Engineer in Charge.
Ground Floor
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The item shall be carried out as per specification of item-50 of Detailed Specifications for Schedule-B-1.
Item No.-64 :
Providing 15 mm. thick cement plaster in single coat on fair side of Brick / concrete walls for interior
plastering from floor two level to floor three level and finished even and smooth in:
[ii] Cement mortar 1:4 [1 cement:4 sand)
Signature of Contractor
324
Floor two level to floor three level
First Floor
The item shall be carried out as per specification of item-51 of Detailed Specifications for Schedule-B-1.
Item No.-65 :
Finishing with a floating coat of neat cement slurry.
Floor two level to floor three level
First Floor
The item shall be carried out as per specification of item-52 of Detailed Specifications for Schedule-B-1.
Item No.-66 :
Providing & applying 10 mm thick cement plaster in single coat on fair side of Ceiling surface /
Sloping Roof etc. from Floor Two Level to Floor Three Level finished even and smooth in C.M. 1:4 (1
cement : 4 Sand ) including necessary curing, scaffolding, in true line and level etc. complete as
directed by Engineer in Charge.
Floor two level to floor three level
First Floor
The item shall be carried out as per specification of item-53 of Detailed Specifications for Schedule-B-1.
Item No.-67 :
Providing 15 mm. thick cement plaster in single coat on fair side of Brick / concrete walls for interior
plastering from floor three level to floor four level and finished even and smooth in:[
ii] Cement mortar 1:4 [1 cement:4 sand)
From Floor Three Level to Floor Four level
Second Floor
The item shall be carried out as per specification of item-54 of Detailed Specifications for Schedule-B-1.
Item No.-68:
Finishing with a floating coat of neat cement slurry.
From Floor Three Level to Floor Four level
Second Floor
The item shall be carried out as per specification of item-55 of Detailed Specifications for Schedule-B-1.
Item No.-69:
Providing & applying 10 mm thick cement plaster in single coat on fair side of Ceiling surface /
Sloping Roof etc. from Floor Three Level to Floor Four Level finished even and smooth in C.M. 1:4
(1 cement : 4 Sand ) including necessary curing, scaffolding, in true line and level etc. complete as
directed by Engineer in Charge.
From Floor Three Level to Floor Four level
Second Floor
The item shall be carried out as per specification of item-56 of Detailed Specifications for Schedule-B-1.
Item No.-70:
'Providing & applying 20mm thick sand faced cement plaster on walls upto 10m height from ground
level consisting of 12mm thick backing coat of C.M. 1:3 (1 cement : 1 sand ) and 8mm thick finishing
coat of C.M. 1:1 (1 cement : 1 sand) including curing, necessary scaffolding in true line & level etc.
comp. as directed by Engineer in charge
The item shall be carried out as per specification of item-57 of Detailed Specifications for Schedule-B-1.
Signature of Contractor
325
Item No.-71
Plastering exterior walls of height more than 10m from ground level for every additional height of 4m
or part thereof. From 10Mt to 14Mt
The item shall be carried out as per specification of item-58 of Detailed Specifications for Schedule-B-1.
Item No.-72
Providing and fixing 150 mm wide, approved quality chicken wire mesh at junction of brick work and
RCC work or two dissimilar surfaces, at all heights fixed by nails, rowal plugs or tag by cement
mortar 1:3 before applying the plaster, including curing, scaffolding all complete as directed.
The item shall be carried out as per specification of item-59 of Detailed Specifications for Schedule-B-1.
Item No.-73
Providing throating or plaster drip and moulding to RCC Chhajja
The item shall be carried out as per specification of item-60 of Detailed Specifications for Schedule-B-1.
Item No.-74
Providing cement vata ( 10 cm x 10 cm size ) quarter round in cement mortar 1:1 including neat
cement finishing, watering etc. complete
The item shall be carried out as per specification of item-61 of Detailed Specifications for Schedule-B-1.
Item No.-75
Forming groove of uniform size from 12 x12 mm and upto 25 x 15mm in the top layer of washed
stone grit plastered surface as per approved pattern, including providing and fixing aluminum
channels of appropriate size and thickness (not less than 2 mm), nailed to the under layer with rust
proof screws and nails and finishing the groove complete as per specifications and direction of the
Engineer-in-Charge.
The item shall be carried out as per specification of item-62 of Detailed Specifications for Schedule-B-1.
Item No.-76
Wall painting ( Three Coats ) with plastic emulsion paint of approved brand and manufacture on wall
surfaces to give and even shade including thoroughly brushing the surface free from mortar
droppings and other foreign matter and sand papered smooth with one coat of primer and two coats
of wall putty of approved brand at all floor and heights.
The item shall be carried out as per specification of item-63 of Detailed Specifications for Schedule-B-1.
Item No.-77
Wall painting ( Three Coats ) with plastic emulsion paint of approved brand and manufacture on
ceilings and sloping roofs surfaces to give and even shade including thoroughly brushing the
surface free from mortar droppings and other foreign matter and sand papered smooth with one coat
of primer and two coats of wall putty of approved brand at all floor and heights.
The item shall be carried out as per specification of item-64 of Detailed Specifications for Schedule-B-1.
Item No.-78
Finishing walls with Acrylic smooth exterior paint of required shade :- New work ( Two or more coat
applied @ 1.67 lit / 10 sqm over and including base coat of water proofing cement paint applied @ 2.2
Kg / 10 sqm )
The item shall be carried out as per specification of item-65 of Detailed Specifications for Schedule-B-1.
Signature of Contractor
326
Item No.-79
Providing and laying granite slab 18mm thick in flooring, treads of steps and landing laid on a bed of
12mm thick base of CM 1:6 ( 1 Cement : 6 Coarse sand ) finishes with flush pointing in white or color
cement.
The item shall be carried out as per specification of item-66 of Detailed Specifications for Schedule-B-1.
Item No.-80
Providing and laying granite slab 18mm thick in skirting, riser of steps and landing laid on a bed of
10mm thick base of CM 1:4 ( 1 Cement : 4 Coarse sand ) finishes with flush pointing in white or color
cement.
The item shall be carried out as per specification of item-67 of Detailed Specifications for Schedule-B-1.
Item No.-81
Extra for rounding the edges of Granite stone / Marble stone / Kotah stone
The item shall be carried out as per specification of item-68 of Detailed Specifications for Schedule-B-1.
Item No.-82
Extra for porviding grooves in Granite stone / Marble stone / Kotah stone.
The item shall be carried out as per specification of item-69 of Detailed Specifications for Schedule-B-1.
Item No.-83
Providing and laying 600 mm x 600 mm Anti skid / Glossy Vitrified full body 10 mm thick tiles of
approved make & quality and color incl. re cutting square edges for joint free pattern in flooring,
treads of steps landing etc. over 20mm ( average ) base of Cement Mortar 1:6 on new surface jointed
with color cement slurry including finish with flush pointing in white cement and cleaning the
surface etc. complete.
The item shall be carried out as per specification of item-70 of Detailed Specifications for Schedule-B-1.
Item No.-84
Providing and laying 600 mm x 600 mm Anti skid / Glossy Vitrified full body 6 to 8 mm thick tiles of
approved make & quality and color incl. re cutting square edges for joint free pattern in dado,
skirting, riser of steps on 10 mm thick cement plaster jointed with color cement slurry including
finish with flush pointing in white cement and cleaning the surface etc complete. complete.
The item shall be carried out as per specification of item-71 of Detailed Specifications for Schedule-B-1.
Item No.-85
Providing and fixing double polished machine cut 20 mm thick Granite Stone Partition for urinal
partitions etc. including making ghissi in brick wall and filling gap with cement slurry and cement
mortar etc. complete in true line and level as directed by EIC.
The item shall be carried out as per specification of item-72 of Detailed Specifications for Schedule-B-1.
Item No.-86
Providing and fixing in Door, window sills and jambs M/C cut GRANITE STONE of approved shade
and size laid over a bed of C:M 1:6 including cement floating, curing, rubbing, polishing, cleaning,
normal moulding on each side etc. complete and joints with white cement.
Signature of Contractor
327
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The item shall be carried out as per specification of item-73 of Detailed Specifications for Schedule-B-1.
Item No.-87
Providing and fixing in Door, window sills and jambs Dark Green marble of approved shade and size
laid over a bed of C:M 1:6 including cement floating, curing, rubbing, polishing, cleaning, normal
moulding on each side etc. complete and joints with white cement.
The item shall be carried out as per specification of item-74 of Detailed Specifications for Schedule-B-1.
Item No.-88
Providing and fixing double polished machine cut KOTAH STONE SHELVES FOR cupboards, stone
racks etc, including making gissi in brick wall and filling gap with cement slurry and cement mortar
etc complete in true line and level as directed by EIC.
The item shall be carried out as per specification of item-75 of Detailed Specifications for Schedule-B-1.
Item No.-89
Providing and fixing sandwiched granite and kota as Kitchen platform, pantry, Basin counter etc.
20mm thick granite of approved color + 30mm Cm in 1:4 + 20mm kotah stone one side polished in
one piece for kitchen / platform. The joint shall be filled with white cement with pigments to match
the color of the stone. The cutouts for Kitchen sink if required shall be provided as per drawing. The
stone shall be of one shade only and different shades if found will be rejected, finished sizes shall be
measured & paid for.
The item shall be carried out as per specification of item-76 of Detailed Specifications for Schedule-B-1.
Item No.-90
Providing and laying in Flooring, Footpath, Pathway, Parking area DECORATIVE TILES of approved
make and size of 300 X 300 mm or any other size as per drawing over a bed of 25mm (average) thick
cement mortar 1:6 (1 cement : 6 sand) or lime mortar (1:2) including cement floating and curing,
cleaning etc. complete.
The item shall be carried out as per specification of item-77 of Detailed Specifications for Schedule-B-1.
Item No.-91
Providing and laying China mosaic type water proofing treatment on terrace including ( a) applying
neat cement slurry 2.75 kg./ sqm of cement admixed with water proofing compound after cleaning
the surface . (b) laying cement concrete using brick bats 25 to 100mm size with 50 % of C.M. 1:5 ( 1
cement : 5 coarse sand ) admixed with water proofing compound over 20mm thick layer of c.m. 1:5
to required slope including rounding of junction of walls and slabs. (c) After two days of proper
curing , applying a second coat of cement slurry. (d) Finishing the surface with 20mm thick C.M. 1:4
and China mosaic tiling & finally finishing the surface with trowel with white cement slurry. (e) after
finishing the whole terrace shall be flooded with water for a period of two weeks.
The item shall be carried out as per specification of item-78 of Detailed Specifications for Schedule-B-1.
Item No.-92
Providing composite water proofing treatment to floor and walls of water tank, w.c.bath area,
through approved agencies preparing floor and wall for water proofing work/ by chasing/cutting as
per the companies requirement. First by providing and applying cementitious crystalline based
waterproofing for concrete rafts, walls, water tanks, slabs, concrete floors etc. with Krystol T2 or
equivalent system. Cementitious based dry Krystol T2 Crystalline powder capable of creating
Crystals to seal the pores, intercises and micro cracks in the concrete. The application to be done
Signature of Contractor
328
from positive side on a wet open pore concrete surface with brush @ to 1 kg/ sqm as per mfg.'s
specification. After testing with ponding after 7 days, a layer of plaster with waterproofing
compound/ admixture about 25 mm thick in the floor / depression and about 18 mm on the sidewalls
/ depression upto the floor level shall be provided over the surface treated with crystalline powder.
The waterproof plaster about 18 mm thick to be continued on the walls above the floor level for a
height of 600 mm with surface suitable to receive further finishing treatment all complete as per
companies specifications and instructions and as directed for all heights and floors. The round vata
shall be included in this in sq.mt. and shall be taken upto top of round on wall
The item shall be carried out as per specification of item-79 of Detailed Specifications for Schedule-B-1.
Item No.- 93
Providing cinder filling in sunken floors including watering, consolidating, ramming complete.
The item shall be carried out as per specification of item-80 of Detailed Specifications for Schedule-B-1.
Item No.- 94
Providing, laying & jointing to level and slope rigid ISI make of approved make P.V.C. pipes of
working pressure 6 Kg/sq.cm for Horizontal drainage line below ground level including necessary
fittings such as bends, tees, rubber packing ring etc. testing of pipeline, jointing with adhesive
solvent cement including cost of excavation,lowering and laying pipes, refilling the trenches, jointing
materials and all other necessary fixtures fitted, air and water tight testing of the line etc. complete
as directed. 160mm dia PVC pipes
The item shall be carried out as per specification of item-81 of Detailed Specifications for Schedule-B-1.
Item No.- 95
Providing, laying and jointing to level and slope 75 mm dia rigid ISI make of approved make PVC
pipes of working pressure 6 Kg./sq.cm for "horizontal drainage" line in floors incl. necessary fittings
such as bends, tees, clamps, rubber packing ring etc. testing of pipe line, jointing with adhesive
solvent cement including cost of jointing materials and all other necessary fixtures. fitted air and
water tight testing the line etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-82 of Detailed Specifications for Schedule-B-1.
Item No.- 96
Providing, laying and jointing to level and slope 110 mm dia rigid ISI make of approved make PVC
pipes of working pressure 6 Kg./sq.cm for "horizontal drainage" line in floors incl. necessary fittings
such as bends, tees, clamps, rubber packing ring etc. testing of pipe line, jointing with adhesive
solvent cement including cost of jointing materials and all other necessary fixtures. fitted air and
water tight testing the line etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-83 of Detailed Specifications for Schedule-B-1.
Item No.- 97
Providing, laying & jointing to level and slope 75 mm dia ISI PVC pipes of working pressure 6 KG per
Sq.cm for "vertical drainage" line including all necessary fittings such as bends, 'Y' door bend, tees,
one way joints, two way joints, rubber packing ring fixing the same concealed in the wall, in true line
and level with help of PVC clamps at every two meter including jointing with adhesive solvent
cement including the cost of all types of fixing materials and all other necessary fixtures, including
fixing air and water tight testing the line etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-84 of Detailed Specifications for Schedule-B-1.
Item No.- 98
Providing, laying & jointing to level and slope 110 mm dia ISI PVC pipes of working pressure 6 KG
per Sq.cm for "vertical drainage" line including all necessary fittings such as bends, 'Y' door bend,
tees, one way joints, two way joints, rubber packing ring fixing the same concealed in the wall, in
Signature of Contractor
329
true line and level with help of PVC clamps at every two meter including jointing with adhesive
solvent cement including the cost of all types of fixing materials and all other necessary fixtures,
including fixing air and water tight testing the line etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-85 of Detailed Specifications for Schedule-B-1.
Item No.- 99
Providing, lowering, laying and jointing in true line and level 110 mm dia 6 kg / sq.cm. working
pressure rigid ISI Supreme / Finolex PVC pipe for "Rainwater" pipeline fitted concealed in walls
including all necessary fittings such as bends, shoe bends etc including testing of pipes and joints
fixing the same with PVC clips at two meters c/c and jointed with adhesive solvent cement including
the cost of all material, fixing air and water tight, testing the line etc. complete as directed by
Engineer in charge.
The item shall be carried out as per specification of item-86 of Detailed Specifications for Schedule-B-1.
Item No.- 100
Construction of brick masonry chamber inside dimension as below & required depth for drainage
pipeline, with required inlet and outlet for under ground C.I. inspection chamber and with 230 mm
thick brick wall having crushing strength not less than 35 Kg. /sq.cm. in C.M.1:5 (1cement : 5 sand)
C.I. Cover with frame(Light duty 455 mm X 610 mm internal dimension, total weight of cover with
frame not less than 38 Kg. ( weight of cover 23 Kg and weight of frame 15 Kg),R.C.C. top slab with
1:2:4 ( 1 cement : 2 coarse sand : graded stone aggregate 20mm nominal size B.T. Kapchi)
foundation concrete 1:5:10) (1 cement : 5 sand :10graded stone aggregate 40 mm nominal size)
inside plaster 15mm thick in cement mortar 1:3 (1cement : 3 sand ) finished smooth with floating
coat of neat cement slurry on walls and bed concrete curing etc. in true line and level/slope etc.
complete as directed by Engineer In charge.
Inside dimension 600 mm x 850 mm and 450 deep or more for pipe line with one or two inlets.
The item shall be carried out as per specification of item-87 of Detailed Specifications for Schedule-B-1.
Item No.- 101
Extra over above items for every additional depth of 0.1m or part there of beyound 450 mm depth for
brick masonry chamber
For 600 mm x 850 mm size
The item shall be carried out as per specification of item-88 of Detailed Specifications for Schedule-B-1.
Item No.- 102
Providing and fixing Colored Wash down water closet European type WC pan with integral P or S
trap including jointing the trap with soil pipe in cement mortar 1:1 including seat cover with CP brass
hinges and rubber buffers.
The item shall be carried out as per specification of item-89 of Detailed Specifications for Schedule-B-1.
Item No.- 103
Providing, laying and jointing to level and slope 110 mm dia. rigid PVC pipes of working pressure 6
Kg/sq.cm. for "W.C.connector" with lip ring including rubber packing ring fixing the same air and
water tight including joining with adhesive solvent cement and testing the same etc. complete as
directed by Engineer In charge.
The item shall be carried out as per specification of item-90 of Detailed Specifications for Schedule-B-1.
Item No.- 104
Signature of Contractor
330
Providing and fixing P.V.C. low level flushing cistern with manually controlled device (handle lever)
conforming to IS : 7231, with all fittings and fixtures complete.
The item shall be carried out as per specification of item-91 of Detailed Specifications for Schedule-B-1.
Item No.- 105
Providing and fixing 15mm dia. brass screw down stop tap of approved quality including fixing in
pipeline etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-92 of Detailed Specifications for Schedule-B-1.
Item No.- 106
Providing and fixing 15mm dia. brass polished bright screw down bib taps in pipeline of approved
quality etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-93 of Detailed Specifications for Schedule-B-1.
Item No.- 107
Providing and fixing 50mm dia. gun metal check or non return full way wheel valve in pipeline of
approved quality etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-94 of Detailed Specifications for Schedule-B-1.
Item No.- 108
Providing and fixing 40mm dia. gun metal check or non return full way wheel valve in pipeline of
approved quality etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-95 of Detailed Specifications for Schedule-B-1.
Item No.- 109
Providing and fixing 25mm dia. gun metal check or non return full way wheel valve in pipeline of
approved quality etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-96 of Detailed Specifications for Schedule-B-1.
Item No.- 110
Providing & fixing 75 mm dia. PVC " Cowl Vent" of ISI make of working pressure 4 Kg/sq.cm. with
adhesive solvent cement etc. in true line and level etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-97 of Detailed Specifications for Schedule-B-1.
Item No.- 111
Providing & fixing 110 mm dia. PVC " Cowl Vent" of ISI make of working pressure 4 Kg/sq.cm. with
adhesive solvent cement etc. in true line and level etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-98 of Detailed Specifications for Schedule-B-1.
Item No.- 112
Providing and fixing UPVC pipes, having thermal stability for hot and cold water supply including all
UPVC plain and brass threaded fittings including fixing the pipe with clamps at 1m spacing. This
includes jointing of pipes and fittings with one step UPVC solvent cement and the cost of cutting
chases and making good the same including testing of joints complete as per direction of engineer
in charge.
40mm dia pipes
Signature of Contractor
331
The item shall be carried out as per specification of item-99 of Detailed Specifications for Schedule-B-1.
Item No.- 113
Providing and fixing CONCELAED UPVC pipes, having thermal stability for hot and cold water supply
including all UPVC plain and brass threaded fittings including fixing the pipe with clamps at 1m
spacing. This includes jointing of pipes and fittings with one step UPVC solvent cement and the cost
of cutting chases and making good the same including testing of joints complete as per direction of
engineer in charge.
25mm dia pipes
The item shall be carried out as per specification of item-100 of Detailed Specifications for Schedule-B-1.
Item No.- 114
Providing and fixing CONCELAED UPVC pipes, having thermal stability for hot and cold water supply
including all UPVC plain and brass threaded fittings including fixing the pipe with clamps at 1m
spacing. This includes jointing of pipes and fittings with one step UPVC solvent cement and the cost
of cutting chases and making good the same including testing of joints complete as per direction of
engineer in charge.
15mm dia pipes
The item shall be carried out as per specification of item-101 of Detailed Specifications for Schedule-B-1.
Item No.- 115
Providing & fixing 50mm dia & 30cm length G.I. rainwater spout including making hole and fixing in
proper slope and required pattern fixed in cement mortar 1:1 (1 cement : 1 sand) etc. complete as
directed by Engineer In charge.
The item shall be carried out as per specification of item-102 of Detailed Specifications for Schedule-B-1.
Item No.- 116
Providing & fixing P.V.C. " Nahni trap" of 75mm dia inlet and 75mm dia outlet nominal diameter of
self cleaning design with P.V.C. grating including fixing P.V.C reducer of 110 mm dia to 75 mm dia
and jointing with adhesive solvent cement including cost of cutting and making good the walls and
floors etc. complete as directed by engineer in charge.
The item shall be carried out as per specification of item-103 of Detailed Specifications for Schedule-B-1.
Item No.- 117
Providing and fixing Flat back long pattern urinal of approved quality including urinal flush
valve 15 mm size control cock with 300 mm long connecting CP pipe and nuts and PVC
waste coupling and concealed waste pipe etc comp.
(A) Earthenware 635 x 395 x 420 mm
The item shall be carried out as per specification of item-104 of Detailed Specifications for Schedule-B-4.
Item No.- 118
Providing & fixing white color flats vitreous China "Wash basin" of size 550 mm X 400 mm with
single hole for pillar tap with C.I. or M.S. brackets (painted white ) including cutting holes and making
good the same, including 40 mm dia C.P. brass waste, 40 mm dia waste pipe, 15mm dia flexible pipe
and rubber plugs,15mm dia stop cock etc. complete as directed by Engineer
The item shall be carried out as per specification of item-105 of Detailed Specifications for Schedule-B-1.
Item No.- 119
Providing & fixing pillar taps, capstan head screw down high screws, shanks & back nuts.
Signature of Contractor
332
The item shall be carried out as per specification of item-106 of Detailed Specifications for Schedule-B-1.
Item No.- 120
Providing & fixing 600 mm X 450 mm beveled edge mirror of superior glass mounted on 6 mm thick
AC sheet or plywood sheet and fixed to wooden plugs with C.P.brass screws and washers, including
fixing C.P. brass bracket support and guard rail fixed to wooden plugs with C.P. brass screws etc.
complete as directed by engineer In charge.
The item shall be carried out as per specification of item-107 of Detailed Specifications for Schedule-B-1.
Item No.- 121
Providing and fixing 600 mm X 20 mm size C.P. brass towel rail complete with C.P. brass brackets
fixed to wooden plugs with C.P. brass screws etc. complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-108 of Detailed Specifications for Schedule-B-1.
Item No.- 122
Providing and fixing Stainless steel A ISI 304 ( 18/8) kitchen sink ( NIRALI BRAND ) as per IS 13983
with CI brackets and stainless steel plug 40 mm including painting of fittings and brackets, cutting
and making good the walls wherever required Kitchen sink with drain board 510 x 1040 mm bowl
depth 225mm
The item shall be carried out as per specification of item-109 of Detailed Specifications for Schedule-B-1.
Item No.- 123
Providing and fixing Toilet paper holder (A) C.P brass
The item shall be carried out as per specification of item-110 of Detailed Specifications for Schedule-B-4.
Item No.- 124
Providing and fixing PTMT soap dish holder having length of 138mm, breadth 102mm, height of
75mm with concealed fitting arrangements.
The item shall be carried out as per specification of item-111 of Detailed Specifications for Schedule-B-1.
Item No.- 125
Providing and fixing S.W. gully trap with C.I. grating brick masonary chamber and water tight C.I.
cover with frame of 300 mm x 300 mm size (Inside) with standard weight (I) Square mouth traps (B)
150 mm x 100 mm size P of S type
The item shall be carried out as per specification of item-112 of Detailed Specifications for Schedule-B-1.
Item No.- 126
Providing and fixing H.D.P.E ( SINTEX ) single wall construction one piece moulded cylindrical
vertical with closed top/lid PVC water storage tank of required capacity on any floor of approved
brand (sintax or equivalent) including providing and fixing 40mm dia. G.I.Pipe connection for Inlet,
outlet, overflow and wash out etc, complete as directed by Engineer In charge.
The item shall be carried out as per specification of item-113 of Detailed Specifications for Schedule-B-1.
Item No.- 127
Signature of Contractor
333
Providing and fixing in position Sikadur Combiflex or equivalent system for expansion joint 150 mm
wide on the both sides of the joint with a high strength epoxy adhesive -Sikadur 31C or equivalent as
per manufacturers‟ specification.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The Sikadur Combiflex or equivalent system is a high performance joint sealing system for irregular or high
movement joints, based on Hypalon flexible sheeting and epoxy resin based Sikadur-Combiflex
Adhesive. When fixed to the joint, allows considerable movement in more than one direction, whilst
maintaining a high quality seal.
The system shall be Suitable for both dry and damp concrete surfaces. It should be extremely flexible and
should perform well within a wide range of temperatures and should have excellent adhesion to many
materials. It should be completely weather and water resistant, fast curing, easy to install. It should be
available with adhesive of normal, long pot life, or rapid hardening grade, Root resistant, Good resistance to
many chemicals.
MATERIALS:
Sikadur Combiflex strip
Type
Hypalon-Elastomer
Colour
Light grey
Tensile strength
(DIN 53 455 bar 4)
> 6 N/mm²
Elongation at break
(DIN 53 455 bar 4)
> 400%
Tear Propagation strength
(DIN 33 515)
Service temperature
> 300 N/cm
Bending test, SIA280
No cracks at -30°C.
Thermal aging, SIA280
Passes test
Artificial weathering, SIA280
10‟000 h, passes test
Fire classification, SIA280
IV.3
Root resistance, SIA280
Passes test
-30°C to +60°C (dry)/+40°C (wet)
Sikadur-Combiflex Adhesive
Form
Paste
Colour
Density, kg/lit.
Greenish grey (system), Comp.A = white, Comp.B
= black
Around 1.65
Mixing ratio, by weight
Comp. A : B = 2 : 1
Pot life at 300C, minute
Around 30
Open time at 300C, minute
45
Signature of Contractor
334
Scratch hardness at 300C, h
5
Compressive strength at 300C N/mm2
1 day
7 day
Around 45
Around 75
Bond strength, 7day, N/mm2
Dry concrete
Concrete failure
Damp concrete
Concrete failure
Steel (sand blasted)
> 10
Application :
Temperature/moisture : From +15°C to +35°C
On damp substrates adhesive must be brushed well into surface.
Method of Application :
Substrate preparation :
Concrete, stone, mortar, renderings :
Clean, free from oil, grease, laitance or loose particles. Age of concrete depending on climatic conditions, 3 6 weeks. Preparation : Sand-, water-, blasting, grinding, cutting, or shotblasting, followed by thorough
dusting.
Steel (WN 1.4301) :
Free from oil or grease, rust and scale. Preparation : Sandblasting, grinding. Observe dew point. If cleaned
steel is not immediately glued, surface must be protected from rusting with the application of Icosit K25(I).
Polyester, epoxy, ceramics, glass :
Free from oil and grease. Polyester and epoxy must be roughened by grinding, use coarse grinding paper.
Glass and ceramics : light roughening. Do not apply to siliconised substrates.
Mixing :
Ready for use packs :
Add all of Comp. B to Comp. A. Mix thoroughly with a low speed drill (max. 400 rpm) to avoid entraining air
until a uniform consistency is achieved as per manufacturer‟s specifications.
Stir well single components supplied in pails. Dose each component in correct proportion and mix in a
suitable container according to above instructions. If large quantities are being mixed temperature of Sikadur
Combiflex Adhesive will increase due to chemical reaction, resulting in a reduced pot life.
Tape size :
Selection of the correct tape size (thickness and width) depends on the expected performance. If necessary,
ask for Mfg‟s advice.
Tapes of 1 mm thickness are suitable for sealing of joints subject to light load only.
Max. permissible permanent elongation :
1 mm tape : 10% of the non adhered tape width
2 mm tape : 25% of the non adhered tape width
For higher movement, place and fix tape in a loop.
Signature of Contractor
335
Application of tape :
Remove transparent separation foil
Activate Sikadur-Combiflex Tape on both sides with Sika Thinner DS, using rag saturated in Sika Thinner
DS. Wipe thoroughly. Leave to dry for at least 0.5 hr., max. 8 hrs.
Apply properly mixed Sikadur Combiflex Adhesive on both sides of joint or crack onto the prepared
substrate, using trowel or tooth comb. If damp, rub well into substrate. Layer thickness 1 - 2 mm, width (on
each side) at least 40 mm.
In case of expansion joints or cracks > 1 mm the centre of the tape may under no circumstances be „glued“
to the substrate. To avoid, apply masking tape on top of the joint /crack and on both sides of the joint before
applying the adhesive. Before placing the tape (red middle strip facing upwards) remove masking tape. By
pressing the tape firmly into the Combiflex Adhesive (free from air pockets), the adhesive will be squeezed
out on both sides by approx. 5 mm. Apply Sikadur-Combiflex tape within open time of the adhesive.
In case of excessive joint movement it is advisable to place the Combiflex strip as a loop into the joint.
As a fixing aid overhead or in difficult configurations, the Combiflex Tape may be temporarily held in place
with Sika Contact Adhesive C705. This adhesive, however may only be used in the tape centre but never on
the areas to be adhered with Combiflex Adhesive.
It is recommended to let the base layer of the Combiflex adhesive harden before the top layer is applied. If
necessary activate Combiflex tape again before applying Combiflex adhesive on both sides at a thickness of
approx. 1 mm, producing a cover which tapers to almost zero. This is followed by the removal of the red
middle strip.
The adhesive cover layer may be smoothed with a brush which has been wetted with a diluted detergent.
However, allow adhesive to start curing first.
When sealing contraction joints or cracks of up to 1 mm width, the Combiflex Tape may be completely
covered with Combiflex Adhesive (mechanical protection). In this case the Combiflex tape must be applied
with the red middle strip facing downwards. Use 2 mm Combiflex tape.
The Combiflex adhesive may be overcoated with an epoxy coating. In this case do not smooth adhesive with
detergent. If waiting time between application of adhesive and overcoating is to be longer than 2 days,
adhesive must be broadcast with quartz sand immediately after its application.
Application
Combiflex tape connections
Overlaps to be 40 - 50 mm
New tapes are connected by hot air through thermal welding. This will be assisted by simultaneously
applying Thinner DS.
Old tapes e.g. in case of repairs, must be cleaned with a wire sponge and Thinner DS, followed by hot air
welding with the aid of Sika Hypalon activator.
Connection of a Combiflex tape with Sika PVC external waterbar type AR (only for construction joints)
Combiflex tape must overlap the AR type waterbar by at least the tape width. Both tapes to be cleaned with
Sika Thinner DS and left to dry. Prime Sika waterbar with Sika Primer-15 and let dry. Prime Combiflex-Strip
with Sika Primer-35 and let dry. Glue both tapes together using Sikaflex-11 FC at a thickness of 1 - 3 mm.
Overcoat contact areas of both tapes by spatula with Sikaflex-11 FC.
Cleaning
Clean all tools and equipment immediately after use with Sika Thinner DS.
Important :
If Combiflex joints are to be subjected to water pressure, the tape must be supported. Hard foam or joint
sealant is recommended. In case of negative water pressure Combiflex tape must be secured with a counter
structure (steel profile) fixed on one side. Limit without support: for 5 mm joints 20° C and a 2 mm thick tape,
max. 0.5 bar.
If a bituminous wearing layer is installed on top of a previously installed Combiflex tape, the temperature of
the hot mix must not exceed 180° C from 50 mm thickness. At up to 10 mm thickness temperature may be
220° C max. If necessary apply in layers and allow to cool in between.
Signature of Contractor
336
The Sikadur Combiflex tape must be protected from mechanical damage eg. with rubber granule mats
especially when used to seal expansion joints.
Safety instructions :
Safety precautions
Apply barrier cream to arms and hands before starting work. Wear protective clothing (gloves and goggles).
In contact with eyes or mucous membrane flush immediately with clean warm water and seek medical
attention without delay.
Ecology
Combiflex adhesive
regulations.
:
Do
not
dispose
of
into
water
or
soil
but
according
to
local
Combiflex tape : May be incinerated with the approval of local authorities.
Toxicity
Tape: Non-toxic.
Adhesive: Please consult information on labels.
Transport
Tape: Non-hazardous.
Adhesive: Comp. A: Non-hazardous.
Comp. B: 8/65 c)
Mode of Measurement and Payment :
The item shall be paid on Rmt basis.
Item No.-128
Providing and fixing in position 50 mm thick premoulded compressible filler board – SIL FLEX
(
Capcell-HD 100) of Supreme Industries Ltd. or equivalent as joint filler material in expansion joint as
per manufacturers‟ specification.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Materials :
SIL FLEX is a Premoulded Compressible Filler board in black colour, high performance closed cell joint filler
material available in board form. The board shall have minimum density 95 Kg/Cu. Mt,Non Staining with less
than 1 % water absorption & compression recovery of 93 % minimum as per specifications. It is suitable for
use as expansion joint filler in concrete, brick, block work and isolation joints, where readily compressible low
load transfer joint filler is required. The filler board shall be Rot proof & Bacterial resistant. It shall have
Excellent recovery after compression. It shall be easy to handle and Install. It shall be such that it can accept
temperature cycle with minimal load transfer. It shall be Bitumen free. It shall be Non-absorbent closed cell &
Non-staining. It shall be Resilient & does not distort under normal load from wet concrete. The filler board
shall be Chemical resistance, inert to most dilute acids and alkalis, resistant to oil and hydrocarbons.
Laying Procedure :
In an expansion/movement joint SIL FLEX shall be fixed in position to substrate using either a double sided
adhesive foam tape or synthetic rubber based adhesive.
When forming expansion joints with SIL FLEX in insitu concrete, joint sealing slots shall be readily formed in
the following manner.
Signature of Contractor
337
Before installing, simply cut off a strip of the required depth. Pin the strip back on, using two-inch nails at
intervals. Then install the filler flush with the finished surface.
Prior to sealing, the top strip shall then be pulled easily from the joint to provide an uncontaminated sealing
slot ready for preparation and sealing.
Elastomeric sealants will not bond with SIL FLEX.
Laying procedure – For slabs / pavements having thickness more than 150 MM. Cut SIL FLEX of required
size & provide markings for reinforcement bars / Dowel Bars & fix it in position by hammering the SIL FLEX
gently through the reinforcement bars / Dowel Bars.
For slabs / Pavements having thickness up to 150 MM, fix SIL FLEX in position to already casted slab by
nailing 100 MM LONG Mild Steels nails on top of casted concrete at suitable intervals & at minimum 50 MM
from edge & bent forward to hold the SIL FLEX. Remove the nails after 24 hours of casting the next panel.
Properties of SIL FLEX :
S.NO.
PROPERTIES
SIL FLEX
1
Water absorption
0.03 %
2
Recovery
96 % avg
3
Bitumen Content
Nil
4
Oozing of Bitumen
Nil
5
6
Cutting & Placing
Life
Easy
Long life being a Polymer
S.No.
Parameters
Units
Capcell HD 100
Tested
as
Standard
(SIL FLEX )
1.
Density
Kg/M.Cu
100 + - 10%
ASTM – D- 3575
2.
Water Absorption
Kg/Mt.Sq of
Cut Surface
Area
0.080 Max
ASTM-D 3575
3.
Compression
Deflection
&
Recovery, % without weathering
%
94 % Min
Highway
1015
Clause
4.
Compression
Deflection
Recovery, % with weathering
%
92 % Min
Highway
1015
Clause
5.
Extrusion
MM
3 MM Max.
Highway
1015
Clause
6.
Alkali Resistance
Not Effect Observed
As- 1350- 460.21982
7.
Weathering Test
No Disintegration
Highway
1015
&
per
Clause
Mode of Measurement and Payment :
The rate includes cost of all materials, tools, plants and labour involved in satisfactory completion of work
etc.
The rate shall be for unit of One Sq.mt as per actual work done.
Signature of Contractor
338
The work shall be carried out as per detailed drawings and as directed by Engineer in charge and as per
manufactures‟ specification.
Measurements shall be in sq.mt. of the actual area.
Item No.-129
Carrying out plinth treatment to post construction / existing structure by spraying chemical solution
for termite control treatment including labour and material consistent with I.S.I. specification
The item shall be carried out as per specification of item-116 of Detailed Specifications for Schedule-B-1.
Item No.-130
Steel work welded in built up sections framed work including cutting hoisting fixing in position and
applying a priming coat of red lead paint and two coats of synthetic enemal paint up to floor two
level.
(A) In beams and joists,channels angles, pipes, tees, 'flats with connecting plates of angle cleats as
in main & cross beamnship & jack rafter, purlins 'connectet to common rafters and like
The item shall be carried out as per specification of item-117 of Detailed Specifications for Schedule-B-1.
Item No.-131
Providing and fixing at all height false ceiling of 12.5 mm thick tapered edge gypsum board
conforming to IS : 2095 including providing and fixing of frame work made of special sections power
pressed from MS sheet and galvanized in accordance with zinc coating 600 as per IS : 277 and
consisting of angle cleats of size 25 mm wide * 16 mm thick with flanges of 22 mm and 37 mm at
1200 mm centre to centre one flange fixed to the ceiling with dash fastener 12.5 mm dia * 40 mm long
with 6 mm dia bolts to the angle hangers of 25*25*25 mm of required length, and other end of angle
hanger being fixed with nut and bolts to GI channels 45 mm * 15 mm * 0.9 mm running at the rate of
1200 mm centre to centre to which the ceiling section 0.5 mm thick bottom wedge of 80 mm with
tapered flanges of 26 mm each having clips of 10.5 mm at 450 mm centre to centre with 25 mm long
drive-all screws @ 230 mm interval including jointing and fixing to a flush finish of tapered and
square edges of the gypsum board with recommended filler, paper tapes, finisher and two coats of
primer suitable for gypsum board as per manufacturers specification and also including the coat of
making openings for light fittings, grills, diffusers, cutouts made with frame of perimeter channels
suitably fixed all complete as per drawing and specification and direction of the engineer-in –charge
but excluding the cost of painting.
The item shall be carried out as per specification of item-118 of Detailed Specifications for Schedule-B-1.
Item No.-132
Providing and injecting high strength epoxy of required consistency by injection grouting at 5
Kg./cm 2 incl. removal of old damaged plaster, cleaning of exposed surface, drilling and providing
nipples duly secured with epoxy sealent in structural members like beam / slab, column complete
including preparing works such as racking out and filling cracks with high strength epoxy sealent
compound with adequate pressure after cleaning etc. complete
a) Grouting Ports
GENERAL :
Submittals :
The contractor shall submit manufacturer‟s certification verifying conformance to material specification as
specified hereunder.
Signature of Contractor
339
Quality Assurance :
Labeling :
Contractor shall clearly mark all containers with following information.
Name of Manufacturer.
Manufacturer‟s Product Identification.
Manufacturer‟s Instruction for Mixing.
Warning for Handling and Toxicity.
Application Control :
The contractor shall submit mixing application procedures for the approval, prior to use.
Product Delivery, Storage and Handling :
Delivery of Materials :
Contractor shall deliver all materials in sealed containers with labels legible and intact.
Storage of Materials :
Contractor shall arrange to store all materials at temperatures between 5oC and 38oC unless otherwise
recommended by manufacturer.
Handling of Materials :
All materials shall be handled in a safe manner and in a way to avoid breaking container seals.
Project Conditions :
Environmental Requirements :
Contractor shall comply with manufacturer‟s recommendations as to environmental conditions under which
the epoxy compound may be applied.
PRODUCTS :
Epoxy Grout :
Shall have the following properties :

Viscosity at 25oC maximum : 2 – Pa s

Minimum Gel Time : 30 Minutes.

14 days Bond Strength at 25oC min. : 3.5 MPa.

Maximum Shrinkage Co-efficient on cure(linear): 0.005.

Min. Compressive Yield Strength at 7 days : 60 MPa

Absorption 24 hours Maximum : 1%

Tensile Strength, 7 days Minimum : 45 MPa.

Elongation at Break Minimum : 1%.
(Same Limitations about Verification of Product Quality do Remain Operative.)
EXECUTION :
Preparations for Injections :
The crack shall be opened along crack alignment by making „V‟ notches or grooves by means of suitable
chisel or mechanical saws. The grooves shall be made dust free by means of thorough washing and drying.
Signature of Contractor
340
Alternatively compressed air may be used for the purpose, in which case care, shall be taken to see that the
compressed air is free from oil and water.
After the cracks have been cleaned, 12mm diameter injection nipples shall be inserted at 100mm C/C and
30mm to 40mm deep along the crack line.
The distance between the injection nipples along the crack line shall be sealed with approved epoxy putty. If
the cracks are through the entire thickness of the member, then the same shall, if possible, be sealed at both
sides. The pre-treatment including fixing of nipples and sealing the remaining length of crack with a approved
epoxy putty shall be carried out at least 24 hours prior to injecting epoxy grout.
Before injecting the epoxy grout it will be made sure that cracks are still free of dust by means of blowing air
through all the nipples in succession.
Grout Mixes :
Epoxy component shall be mixed in a clean container free from harmful residues or foreign particles.
Epoxy component shall be thoroughly blended with a mechanical mixer to an uniform and homogeneous
mixture. Small batches (upto 1 litre) however shall be allowed by manual mixing such as using spatulas,
palette knives etc..
Epoxy Grouting :
The approved system then shall be injected into the cracks by means of suitable gun or pump at a pressure
of 6 to 7kg/sq.cm. . In case of vertical cracks injection shall be started at the lowest nipple and continued
until the injected grout begins to flow out at the next higher nipple.
The first nipple shall then be closed off and injection continued at the second until the epoxy grout flows out
at the third. The process shall be repeated until the whole length of the crack has been treated. As soon as
the system is cured, the nipples shall be cut.
Safety :
Contractor shall advice all workers working with epoxies to avoid contact with eyes and skin, inhalation of
vapours, and ingestion. Necessary protective and safety equipments in the form of hand gloves, welders
goggles, shall be provided by the contractor on site.
Field Quality Performance Requirement :
Whenever required by the engineer the contractor shall carry out ultrasonic pulse velocity test in an
approved manner prior to injection grouting and after injection and cure of the grout to ascertain the quality
and efficacy of the grouting work.
If in the opinion of engineer the condition of concrete along the path of grouting is not satisfactory ( the
normal criteria being a pulse velocity of minimum 3.5 km/sec.). The contractor on instruction of engineer
shall drill more holes at the locations as required by engineer and shall re-grout the member according to the
procedure laid above. The grouting operation shall follow by the ultrasonic pulse velocity test as mentioned
above until the results are, in the opinion of engineer, satisfactory.
The ultrasonic pulse velocity test shall be carried out by the contractor through the experienced personnels
and agency as approved by engineer.
Mode of Measurement & Payment :
The grouting ports shall paid per No. basis and shall include all other ancillary materials &
tools, plants etc.
Epoxy used for grouting only shall be paid on actual consumption basis in Litre.
works,
Item No.-133
Providing and injecting high strength epoxy of required consistency by injection grouting at 5
Kg./cm 2 incl. removal of old damaged plaster, cleaning of exposed surface, drilling and providing
nipples duly secured with epoxy sealent in structural members like beam / slab, column complete
Signature of Contractor
341
including preparing works such as racking out and filling cracks with high strength epoxy sealent
compound with adequate pressure after cleaning etc. complete .
b) Epoxy
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out & paid as per
item description.
The item shall be carried out as per specification of item No. -132 as described as above.
Item No.-134
Providing & injecting cement slurry grout of required consistency by injection grouting at 3 kg. / Cm2
as per instructions through and including, driling and providing nipples duly secured with epoxy
sealent in structural members / walls complete including preparing works such as racking out and
filling cracks with epoxy sealent compound after cleaning etc. complete.
a)
Grouting Ports
MATERIALS :
Cement :
The cement used shall be ordinary Portland Cement confirming to IS: 269, IS 8112 or IS 12269
Sand :
The sand shall be sharp, washed, well graded generally falling in Zone-IV of IS : 383.
Water :
Water used for grout shall conform to the requirements of IS : 456.
Admixtures :
The admixture shall be used only after the approval of engineer who shall be furnished with all the required
literature pertaining to its efficacy.
Plasticising Expanding Grout Additive :
Shall have the following properties :





Chloride content : Nil
Setting Time : Should not significantly affect the setting time of cement based grout.
Expansion Characteristics : Un-restrained expansion of upto 4%.

Time for expansion : 15 minute to 2 hours.
Min. Compressive Yield Strength at 28 days : 400 kg/cm2 when using good OPC.
Compatibility : Compatible with all types of portland cement.
EXECUTION :
Preparation of Concrete / Masonry Surface :
Concrete / Masonry surfaces required to be grouted shall be made free of all loose and unsound materials
by means of mechanical abrasion using stiff wire brushes, after removing all loose areas with chisel and
hammer.
All prepared concrete / masonry surfaces shall be thoroughly inspected and got approved by the contractor.
2.2
Preparations for Injections :
2.2.1 The crack shall be opened along crack alignment by making „V‟ notches or grooves by means of
suitable chisel or mechanical saws. The grooves shall be made dust free by means of thorough washing and
drying. Alternatively compressed air may be used for the purpose, in which case care, shall be taken to see
that the compressed air is free from oil and water.
Signature of Contractor
342
After the cracks have been filled, 12mm diameter injection nipples shall be inserted at 100mm C/C and
30mm to 40mm deep along the crack line.
The distance between the injection nipples along the crack line shall be sealed with approved epoxy putty. If
the cracks are through the entire thickness of the member, then the same shall, if possible, be sealed at both
sides. The pre-treatment including fixing of nipples and sealing the remaining length of crack with a approved
epoxy putty shall be carried out at least 24 hours prior to injecting cement grout.
Before injecting the cement grout it will be made sure that cracks are still free of dust by means of blowing air
through all the nipples in succession.
Grouting :
Each grout hole shall be grouted individually. Grouting pressures to be used in the work will vary with the
conditions encountered and different areas and the pressure used shall be between 1 to 4 kg/sq.cm. The
sequence of injection shall be as per the direction of engineer.
Equipment :
The grouting equipment shall be capable of supplying, mixing, stirring and pumping grout to the satisfaction
of the engineer. The equipment shall have the capacity to inject grout at a pressure upto 5 kg/sq.cm
measured at the grout connections. It shall be capable of mixing and pumping of cement sand grout 1:2 with
water cement ratio ranging from 0.6 : 1 to 1 : 1.
Grouting Mixes :
Mixes consisting of cement, water, sand and admixtures like fluidifiers ( of approved type ) in the proportions
directed by the engineer who will, from time to time, make changes to suit the conditions encountered in the
particular grout work. The water cement ratio shall be varied to meet the characteristics of each hole as
revealed by the grouting operations and will range between 1.0 and 0.6.
Injection :
The mix shall be injected in the nipple at a pressure of 1 to 4 kg/sq.cm. In case of nipples in vertical
alignment injection shall be started at the lowest nipple and continued until the injected grout began to flow
out at the next higher nipple.
After injecting the first nipple the same shall be closed off and injection continued at the second until the
grout flows out at the third. The process shall be repeated until the whole area of the honey comb has been
treated. As soon as the system is cured the nipples shall be cut.
FIELD QUALITY PERFORMANCE REQUIREMENTS:
Whenever required by the engineer the contractor shall carry out ultrasonic pulse velocity test in an
approved manner prior to injection grouting and after injection and cure of the grout to ascertain the quality
and efficacy of the grouting work.
If in the opinion of engineer the condition of concrete along the path of grouting is not satisfactory (the
normal criteria being a pulse velocity of minimum 3.5 km/sec ) the contractor on instruction of engineer shall
drill more holes at the locations as required by the engineer and shall re-grout the member according to the
procedure laid above. The grouting operation shall follow by the ultrasonic pulse velocity test as mentioned
above until the results are, in the opinion of engineer, satisfactory.
The ultrasonic pulse velocity test shall be carried out by the contractor through the experienced personnel
and agency as approved by engineer.
Mode of Measurement & Payment :
The grouting ports shall paid per No. basis and shall include all other ancillary materials & works, tools,
plants etc.
Cement used for grouting only shall be paid on actual consumption basis in kg.
Item No.-135
Providing & injecting cement slurry grout of required consistency by injection grouting at 3 kg. / Cm2
as per instructions through and including, driling and providing nipples duly secured with epoxy
Signature of Contractor
343
sealent in structural members / walls complete including preparing works such as racking out and
filling cracks with epoxy sealent compound after cleaning etc. complete.
b) Cement
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out & paid as per
item description.
The item shall be carried out as per specification of itemNo. -134 as described as above.
Item No.-136
Providing and applying a coat of bonding agent of approved brand of polymer base epoxy base
to beam / column / slab surfaces as per product's specification and as directed.
Materials :
Bonding agent used should be based on modified styrene butadiene emulsion specially designed for use as
a bonding old and gauging liquid for cementitious systems. It should be resistant to hydrolysis and can
therefore be used for external applications.
Properties :
Mechanical Characteristics :
Typical mechanical properties of 3/1 sand / cement.
Mortar containing Nitobond SBR (10litres/50kg cement). Tested in accordance with BS6319 at 20 days air
cured.
Chemical Resistance :
Cementitious based materials have limited chemical resistance. The addition of bonding agent to cement
mortar reduces permeability and therefore helps to reduce the rate of attack by aggressive chemicals.
Application Instructions :
Preparation :
The object of the preparation is to achieve a clean sound surface with a good mechanical key. All substrates
should be cleaned and free of dust, plaster; oil, paint, grease, corrosion deposits and any other deleterious
substances. Lattiance should be removed by mechanical means. Smooth substrates must be mechanically
roughened e.g. by scabbing, needle gun or grit blasting to provide an adequate key.
Corroded reinforcing steel should be exposed around its full circumstance and cleaned to remove all loose
scale and corrosion deposits. It is always preferable to clean the steel to a bright condition. Grit blasting is
recommended.
Remove all surface dust and debris.
Priming :
Reinforcing steel must be primed with Zinc Primer immediately after cleaning. The concrete substrate should
be thoroughly dampened with water and any excess removed before being primed by thoroughly scrubbing
in a slurry coat of 1 volume bonding agent to 1 volume water to 3 volumes fresh cement.
In order to obtain a smooth consistency the cement should be blended slowly into the liquids. Stir frequently
during use to offset settlement.
Avoid „pudding‟ of the slurry coat. The topping must be applied on to the wet slurry. If the slurry dries out it
must be removed and the clean substrate primed.
The following guidelines shall be observed.
Prepare surfaces thoroughly. Toe in at edges wherever possible to avoid feather edging.
Signature of Contractor
344
All surfaces including edges must be primed.
All applications should be wet on wet, the primer must not be allowed to dry.
The level of added water in the mix designs may need adjustment to achieve the required consistency. In
general water content should be kept to the minimum necessary.
For consistent performance the use of clean, dry sand is recommended. Where wet sand is used, reduce the
added water level as appropriate.
In order to prevent rapid drying, mortars should be properly cured with approved, curing compound.
Protect uncured mortar from frost.
Do not retemper mortar or primer after initial set.
Minimum application temperature is 100C.
Mode of Measurement & Payment :
The item shall be paid on sqm basis
Item No.-137
Providing and applying a coat of curing agent of approved brand of epoxy base to repaired R.C.C
surfaces as per product's specification and as directed.
Materials :
Curing agent of approved make complying to ASTM – C 309-90 shall be used.
Properties :
Bulk liquid – White
Dry film – Translucent
Specific Gravity at 250 C –
0.98
Colour :
Minimum Application Temperature - 100 C
Application :
Exposed concrete :
Curing agent should be spray applied onto the newly placed concrete as soon as possible after it is free
from visible surface water e.g. typically 1 to 2 hours after placing.
Shuttered and precast concrete :
Curing chemical should be spray applied to all surfaces as soon as formwork has been removed or the
element demoulded.
In all cases the nozzle of the spray should be held approximately 450 mm from the concrete surface and
should be passed back and forth to ensure complete and even coverage. The pump pressure should be
maintained at a level to produce a fine spray ensuring complete coverage of the surface.
Equipment :
The preferred and generally used equipment is a knapsack sprayer of the type commonly used in
horticulture or pest control. The ideal type is a knapsack sprayer with a capacity of between 5-10 litres fitted
with a 2.0 m lance and adjustable spray nozzle.
Mode of measurement and Payment :
The item shall be paid on sqm basis
Item No.-138
Signature of Contractor
345
Providing & placing micro-concrete with RENDEROC RG of FOSROC or equi. Make with 50 % by
weight of 10 mm down aggregate etc. ( as per manufacturer's specification) incl removing all loose &
delaminated concrete , if any , incl chipping of concrete/ masonry upto 6 mm , cleaning the exposed
surface providing G.I or aluminium leak proof shuttering as per specifications and as directed.
Materials :
General-purpose non - shrink cementitious micro concrete.
Fosroc made Renderoc RG or equivalent covering is available as a ready to use blend of dry powder, which
requires only the site addition of clean water to produce a free – flowing, non-shrink repair micro-concrete.
The material is based on Portland cements, graded aggregates and fillers, and additives, which impart
controlled expansion characteristics in the plastic state while minimizing water demand. The low water
requirement ensures high early strength and long – term durability.
For larger repairs, the mixed Renderoc RG may be modified by the addition of 5 mm to 12 mm clean,
graded, saturated surface dry aggregates at site.
Properties :
Strength Required at a water : powder ratio of 0.16 @ 30 0 C.
Test
Compressive Strength (N/mm2)
1 Day
3 Days
7 Days
28 Days
Tensile Strength
Flexural Strength
Young‟s Modulus
Expansion Characteristics
Coefficient of Thermal Expansion
Fresh Wet Density
Typical Result
At 30 0 C
10
30
40
50
2.0 N / MM2 @ 28 days
5N/mm2 @ 28 days
25 KN / mm2
Unrestrained expansion 1 to 4 %
Pressure to restrain plastic expansion.
Approx. 0.004 N/mm2
10- 12 x 10-6 / 0 C
2100 – 2200 kg / M3
The fluid micro-concrete repair material shall be a single component, cement based, micro concrete to which
only the site addition of clean water (and approved graded coarse aggregates where specified) shall be
permitted. The micro concrete in the flowable consistency shall achieve a compressive strength of not less
than 10 N / mm2 after 24 hours at 30 0 C. Most importantly, the cured micro concrete shall contain no
metallic aggregates, or chlorides and shall be shrinkage compensated in the plastic state. The microconcrete
shall have a co-efficient of thermal expansion similar to that of the host concrete.
Preparation of surface:
All unsound / weak concrete material shall be first removed by the contractor upto the required depth as
directed by engineer. Chipping shall continue until there are no offsets in the cavity which will cause an
abrupt change in the thickness of repaired surface. No square shoulders shall be left at the perimeter of the
cavity, all edges shall be tapered. The final cube surface shall be critically examined to make sure that it is
sound and properly shaped.
After it has been ensured that the surface to which mortar / concrete is to be bonded, is sound, it shall be
cleaned off all loose and foreign material by means of sand blasting or stiff wire brushing as instructed by
engineer. All dust and loose particles resulting from such pre-treatments shall be removed by oil free air
blast.
Application :
Application Instructions :
Preparation :
Signature of Contractor
346
The unrestrained surface area of the repair must be kept to a minimum. The formwork should include
drainage outlets for pre-soaking and, if beneath a soffit, provision for air venting. Provision must also be
made for suitable access points to pour or pump the mixed micro concrete in place.
Defective concrete surfaces must be cut back to a sound base. Smooth surfaces should be mechanically
roughened. Corroded reinforcing steel should be exposed around its full circumference and cleaned to
remove all loose scale and corrosion deposits. It is important to clean the steel to a bright condition. Grit
blasting is recommended.
One coat of zinc rich Primer should be applied on the reinforcing steel. If any discontinuity in the applied film
is noticed, one more coat has to be applied.
Several hours prior to placing, the concrete substrates should be saturated with clean water. Immediately
prior to placing, any free water should be removed.
Alternatively, all prepared concrete substrates should be primed using a slow setting epoxy bond aid, which
shall be applied only on dry substrate.
For repair sections generally deeper than 100 mm it may be necessary to mix the Renderoc RG with
properly graded 5 mm to 12 mm silt-free aggregate to minimize temperature rise. The quantity of aggregate
required may vary depending on the nature and configuration of the repair location.
Mixing :
Care should be taken to ensure that Renderoc RG is thoroughly mixed in a forced action mixer of adequate
capacity. Alternatively, mix in a suitably sized drum with a high torque (400/500 rpm) rotary drill fitted with a
mixing paddle.
It is essential that machine mixing capacity and labour availability is adequate to enable the placing
operation to be carried out continuously. The quantity of water required will generally be between 3.75 litres
and 4.0 litres per 25 kg bag of Renderoc RG. The optimum water content should be determined and
accurately measured into the mixer. However, it should not exceed 4.0 litres / 25 kg in any case. With the
mixer running, slowly empty Rendroc RG bag into the mixer. Mix continuously for 5 Minutes, ensuring a
smooth even consistency of the mix.
Where the addition of graded coarse aggregate has been specified it should be added after the water and
Renderoc RG are properly mixed. Mixing should then continue for a further 1 minute to ensure proper
dispersion.
Formwork :
Slurry tight leak proof form work made of G.I or Aluminum sheets that will not deform or leak when
subjected to hydraulic pressure imposed by the micro – concrete will be fabricated and erected where the
material is gravity fed. Provision in the formwork will be made for a suitable feed hopper at the highest point.
Where necessary, provision will be made for air vents to prevent air entrapment. Form work will be coated
with mould releasing agent prior to fixing.
Placing :
The mixed material should be placed immediately. If placed by pump, standard concrete pumping practice
should be followed. The pump and pipeline must be primed with cement slurry. Pumping should be
commenced immediately after priming. If poured in the form work, avoid air entrapment by pouring from one
side only.
Low Temperature Working :
In cold conditions down to 150 C, the use of warm water (up to 300 C)is advisable to accelerate strength
development. Normal precautions for working with cementitious materials in winter should be adopted.
High Temperature Working :
At ambient temperature above 350 C, the material should be stored in the shade and cold water used for
mixing.
Curing :
Signature of Contractor
347
As Renderoc RG is cement based repair material, if must be cured immediately after stripping the formwork
in accordance with good concrete practice. The use of approved range of curing compounds, sprayed on the
surface of the Renderoc RG in continuous film, is recommended soon after stripping the form work. In harsh
drying conditions, supplementary curing such as wet Hessian and/or polythene sheeting must be used.
Mode of Measurement and Payment :
The item shall be paid on cum basis.
Item No.-139
Dismantling old plaster or skirting raking out joints and cleaning the surface for plaster including
disposal of rubbish to the dumping ground within 50 metres lead.
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specifications for item- 2 of Schedule-B-2.
Item No.-140
Providing and propping with steel / M.S props with slab span/ joist etc. of adjustable heights to the
surfaces of slab, beams with slab span/ joist ground and upper floors incl. bracings as desired.
a) 75 mm Dia.
PROPPING :
The propping to support the surfaces of the slab/ beam etc. shall be provided so that they can take the entire
load of the slab/ beams, during the course of dismantling, repairing etc. The surface of the slab shall be
supported by M.S joists/ beams of adequate span and placed at a span depending upon the section of the
joist provided. Such joists as well as the bottom of beam shall be supported by M.S. props of adjustable
heights of suitable dia. as per design. The propping density and the dia. of the props, section of joists etc.
shall be designed and got approved by the EIC, during each operation and stages of work. The direction for
which a particular set of propping is to be provided shall be decided by EIC in view of the overall time limit
required for that particular activity. However the decision of the EIC shall be fixed and not subject to any
dispute, claim or arbitration.
Propping shall be rigidly constructed of steel only and shall be true to the shape and dimensions.
All connections shall be constructed to permit easy removal and shall be either nailed, screwed, bolted,
clamped, wired, or otherwise secured to take the dead load of area supported. Bolts or clamps shall be used
in preference to wire ties.
1.2
Erection: Propping with steel joists shall be erected true to line and braced and strutted to prevent
any deformation under the load..
Props for upper storeys shall be placed directly over those in the lower storeys and the lower most props
shall bear upon work sufficiently mature to carry the load. The contractor shall be responsible for providing
and maintaining sufficiently strong scaffolding so as to withstand all loads likely to come upon it. Also the
safety and adequacy of propping shall be the sole responsibility of the contractor.
1.3
Following points shall be borne in mind during erection.
1.3.1
Material used should be checked to ensure that, wrong items / rejects are
not used.
1.3.2 If there are any excavations nearby which may influence the safety of propping , corrective and
strengthening action must be taken.
1.3.3 The bearing soil must be sound and well prepared and the sole plates shall bear well on the
ground.
1.3.4
Sole plates shall be properly seated on their bearing pads or sleepers.
1.3.5
The bearing plates of steel props shall not be distorted.
Signature of Contractor
348
1.3.6
The steel parts on the bearing members shall have adequate bearing areas.
Bracing, struts and ties shall be installed along with the progress of work to ensure strength and stability. All
the securing devices and bracing shall be tightened.
When adjustable steel props are used, they should
- be undamaged and not visibly bent,
have the steel pins provided by the manufacturers for use
be restrained laterally near each end
1.3.9
Screw adjustment of adjustable props shall not be over extended
1.3.10 Double wedges shall be provided for adjustment of the joist to the required position wherever any
settlement / elastic shortening of props occurs. Wedges should be used only at the bottom- end of single
prop.
Wedges should not be too steep and one of the pair should be tightened /
clamped down after adjustment to prevent their shifting
1.3.11 No member shall be eccentric upon vertical member
1.3.12 The number of nuts and bolts shall be adequate
1.3.13 All provisions of the design and /or drawings shall be complied with
1.3.14
Cantilever supports shall be adequate
1.3.15 Props shall be directly under one another in multistage constructions as far
as possible
1.3.16 Guy ropes or stays shall be tensioned property
Panels and nuts shall be set to true alignment and rigidly tied, walled and braced to prevent distortion and
displacement during work..
2.0
Tie :
Standard form ties, clamps, bolts, inserts etc. shall be of adequate strength.
3.0
Removal of Propping :
Propping shall be removed gradually and only in the presence of a competent supervisor.
4.0
Measurements :
This item shall be paid only for those works where the specific item does not specify propping or where
explicitly state that propping shall be paid separately.
The item shall be paid per unit of sq.mt per day. The area for this purpose shall mean the area of slab /
beam supported per day. The duration shall be as genuinely required for the work and shall be decided by
the EIC.
General :
The form work shall include the following :
4.1
Strutting, bolting, nailing, wedging, easing, striking and removal.
4.2
All supports, struts, braces, wedges or other suitable arrangement to support the work.
4.3
Bolts, wire ties, clamps, spreaders, nails or any other items to hold the system together.
4.4
Working scaffolds, ladders, gangways, and similar items.
Signature of Contractor
349
5.0
Classification of Measurements :
Where it is stipulated that the propping work shall be paid for separately, measurements shall be taken of the
area of supported in contract with the concrete surface. Dimensions of the work shall be measured correct to
a cm.
Item No.-141
Providing and propping with steel / M.S props with slab span/ joist etc. of adjustable heights to the
surfaces of slab, beams with slab span/ joist ground and upper floors incl. bracings as desired.
b) 100 mm Dia.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out & paid as per
item description.
The item shall be carried out as per specification of item No. -140 as described as above.
Item No.-142
Removing all loose & delaminated concrete up to 25 mm to 30 mm depth, cleaning of existing
exposed reinforcement, priming with ZINC RICH PRIMER, providing extra steel bars if required,
providing & applying 1:3 cement sand mortar modified with POLYMER of approved make at @ 10 lit
per bag of cement and finishing to beam, column, slab etc. dimensions as per product specifications
and standard engineering practices.
General :
The cement based polymer modified mortar shall be prepared at site by adding ordinary Portland Cement,
Polymers and Aggregate or using ready to use components supplied by manufacturers in prepared
containers, subject to approval of engineer.
In case where prepacked ready to use materials are to be used the contractor shall submit the
manufacturer‟s certification verifying conformance to material specification as specified hereunder.
Quality Assurance :
1.2.1
Labeling :
Contractor shall clearly mark all containers with following information:
Name of Manufacturer.
Manufacturer‟s Product Identification.
Manufacturer‟s Instruction for Mixing.
Warning for Handling and Toxicity.
Application Control :
The contractor shall submit mixing application procedures for approval prior to use.
Product Delivery, Storage and Handling :
Delivery of Materials :
Contractor shall deliver all materials in sealed containers with labels and intact.
Storage of Materials :
Contractor shall arrange to store all materials at temperatures recommended by manufacturer.
Handling of Materials :
Signature of Contractor
350
All materials shall be handled in a safe manner and in a way to avoid breaking container seals.
Project Conditions :
Environmental Requirements :
Contractor shall comply with manufacturer‟s recommendations as to environmental conditions under which
the polymer compound may be applied.
2
PRODUCTS :
2.1
Polymer modified cement mortar shall have the following properties :






Maximum Compressive Strength : 20 N/sq.mm after 28 days at 27oC.
Maximum Tensile Strength : 6.5 N/s.mm after 28 days at 27oC.
Bond Strength : 2 N/sq.mm
Maximum shrinkage during cure : 0.02 %
Absorption 24 hours max. : 1 %
Elongation at break min. : 1%
About the specifications of various requirements the limitations stated earlier remain operative.
EXECUTION :
Preparation of Concrete Surface :
A good base or foundation shall be prepared for successful application of jacketing.
All unsound / weak concrete material shall be first removed by the contractor upto the required depth as
directed by engineer. Chipping shall continue until there are no offsets in the cavity which will cause an
abrupt change in the thickness of repaired surface. No square shoulders shall be left at the perimeter of the
cavity, all edges shall be tapered. The final cut surface shall be critically examined to make sure that it is
sound and properly shaped.
After it has been ensured that the surface to which cement based polymer modified mortar is to be bonded is
sound, it shall be cleaned off all loose and foreign materials by means of sand blasting or stiff wire brushing
as directed by engineer. All dust and loose particles resulting from such pre-treatments shall be removed by
oil free air blast.
Inspection of concrete surface prior to adhesive application.
All concrete surfaces prior to application of adhesive shall be thoroughly inspected and get approved by the
engineer.
Surfaces shall be made free from any deleterious materials such as oil, dust, dirt etc. all prepared surfaces
shall have to be approved by engineer.
Bonding Slurry and Application :
The contractor shall wet the surfaces ensuring that they are saturated but free of surface water. Prepare a
bonding slurry of 1.5 to 2 parts of cement to 1 part of polymer mixed to a lump-free creamy consistency.
Alternatively the primer (bonding Slurry) shall be made as per manufacturer‟s recommendations.
The bonding slurry shall be worked well into the surface of the parent body using a stiff brush ensuring that
no pin-holes are visible. Bonding slurry shall not be applied at a thickness in excess of 2mm. If in the opinion
of engineer a second coat is necessary, the same shall be applied after the first coat is touch dry. The
second coat shall be applied at right angles to the first to ensure complete coverage.
The bonding slurry shall be applied to prepared concrete and reinforcement substrate after tying in new
reinforcement wherever specified in the form of bars or welded wire fabric. Cement based polymer modified
mortar shall be applied as soon as possible after application of bonding slurry, but always during the open
time of adhesive.
Application of cement based polymer modified mortar.
Signature of Contractor
351
Materials :
Cement :
The cement used shall be ordinary Portland Cement Conforming to IS : 269, IS 8112 or IS 12269
Sand :
The sand shall be sharp, washed, well graded and free from excessive fines. Generally sand falling in zone II
grading of IS : 383 shall be used.
Water :
Water used for cementitious polymer modified mortars shall conform to the requirements of IS: 456.
Reinforcement :
Reinforcement bars if used shall conform to IS: 432(Part I) or IS : 1139 or IS : 1786. Welded wire fabric
where used shall conform to IS:1556.
Polymer :
Polymer used shall be either polyester, synthetic latex or acrylic.
F)
Priming reinforcement with Zinc Rich Primer :
The exposed reinforced bars shall be primed with Zinc Rich
Primer of approved make.
Zinc rich Primer shall be two component system based on metallic zinc and epoxy resin which on mixing
gives a Grey coloured liquid. It shall have the following properties.
Properties :
Specific Gravity
Recommended Thickness per coat
Application Thickness per coat
Drying Times
Touch Dry
Fully Dry / Recoatable
1.75
40 microns (dry)
100 microns (wet)
@ 200 C
@ 350 C
45 mins.
15 mins.
1 hour
45 mins.
Note: At temperatures below 200 C, the drying times will be slower. Conversely, at temperatures above 35
0 C , the drying times will be faster.
Steel Reinforcement Primer :
The steel reinforcement primer shall be two component zinc-rich liquid packed and supplied ready to use. An
unbroken 40 microns thick coating should be capable of providing „active‟ galvanic protection and of avoiding
the generation of incipient anodes in the immediately adjacent locations. It shall be of suitable viscosity to
enable the coating to penetrate imperfections and pits within the surface of corrosion-damaged steel bars.
The formulation of the primer shall be such that drying occurs to allow the application of the repair mortar to
proceed after 45 minutes at 350C or after one hour at 200C.
It shall be fully compatible with the micro-concrete system of concrete repair.
Application :
Preparation :
Expose fully any corroded steel in the repair area and remove all loose scale and corrosion deposits. Steel
should be cleaned to a bright condition paying particular attention to the back of exposed steel bars. Grit –
blasting is recommended for this process.
Signature of Contractor
352
Where corrosion has occurred due to the presence of chlorides, the steel should be high-pressure washed
with clean water immediately after grit-blasting to remove corrosion products from pits and imperfections
within its surface.
The application of Primer must take place as soon as possible to a dry steel surface after completion of the
preparation work but always within 3 hours.
Although a two component product, it should be stirred thoroughly before use in order to re-disperse any
settlement.
Apply one full and unbroken coat of Primer by a suitable brush making sure that the back of exposed steel
reinforcing bars are properly coated. A small brush is generally suitable for this purpose. Allow to dry fully
before continuing. If in doubt of having achieved an unbroken coating, a second application should be made
as soon as the first coat is fully dry (generally between 30 minutes and one hour).
The primed surfaces should not be left exposed to the elements for longer than necessary before overcoating or application of the repair material. The Primer will, however, protect steel under clean interior
exposure conditions for a period of several months. In non-aggressive exterior environments, a maximum
interval of 14 days will be tolerated but in industrial and/or marine environments this interval should be
reduced to the practical minimum.
The application of concrete repair materials should proceed as soon as the Primer is fully dry (generally 30
minutes to one hour ).
Low Temperature Working
The minimum application temperature is 100C. The material should not be applied when the substrate
and/or air temperature is 100 C or below.
Application :
Mixing of polymer with cement shall be done in proportions recommended by manufacturer. Normally 10-15
litres of polymer is to be mixed with 50 kgs of cement.
The mixing shall be carried out in efficient concrete mixer. However, the engineer may allow hand mixing in
case total weight of mix per batch is less than 25 kgs.
The mixer shall be charged with required quantity of sand and cement and pre-mixing shall be carried for
approximately one minute. Desired quantity of polymer shall then be poured and further mixing shall be done
for two minutes only, to avoid excessive air entrainment.
Finally, without delay, required quantity of water shall be added to obtain working consistency taking proper
care to avoid excessive water.
Rendering of cement based polymer modified mortar shall be done immediately after applying the bonding
slurry to the prepared surfaces preferably in coats of approximately 6mm thickness as greater thickness‟
may lead to slumping. Further coats shall be applied fairly in rapid successions within 15 to 30 minutes. After
application of mortar the surface shall be closed using a wooden float or steel trowel.
In case pre-packed components are used procedure for mixing application and curing shall be strictly
followed as per manufacturer‟s recommendations.
Curing :
In absence of any curing instructions from the manufacturer, the contractor shall moisture cure finished
surface for at least 3 days.
4
INSPECTION AND QUALITY CONTROL :
The mortar application work shall be continuously inspected by a qualified supervisor who shall check
materials, application of mortar, curing, stoppage of work during low temperatures ( minimum working
temperature being 8oC in most of the polymer modified mortar or as per manufacturer‟s direction), high
winds and rains etc. Each completed work of mortar shall be systematically sounded with a hammer to check
for dummy areas after hardening.
Signature of Contractor
353
In suspect areas or whenever directed engineer, contractor shall drill the cores from the finished work and
into the host concrete after 28 days of mortar application. The cores shall be examined for evidence of poor
workmanship for the engineer, and if he is satisfied that either bonding work or the subsequent layer of
mortar are not of the required workmanship, the contractor at the instruction of the engineer shall dismantle
such areas of work as required by the engineer and re-do the same after re-preparing the surface by
chipping off mortar work and abrading the bonding slurry interface.
In addition mortar cubes prepared by filling 15cm cube moulds shall also be used for day to day quality
control tests. The frequency of sampling shall be as per IS : 456. The mortar shall be deemed to comply
with the strength requirements if the test results satisfy the acceptance criteria as per IS : 456.
Mode of Measurements & Payment :
This item shall be paid on sqm basis.
Item No.-143
Providing & fixing M.S. / Tor bars shear keys of specified lengths and diameter as per drawings in
R.C.C. columns, beams, slabs, walls etc. including drilling holes in R.C.C. surfaces, dipping ends of
shear keys in approved epoxy solution etc., and anchoring the shear keys with approved make
epoxy base / anchor grout complete. a) For 12 mm dia. Upto 200 mm in length
Material and Specifications :
The hole of required depth and diameter shall be drilled at spacing as stated or as shown on the drawing.
However as far as possible the holes shall be drilled in a staggered manner. The drilled holes shall be
thoroughly cleaned off all loose particles by oil free air blast.
Approved make epoxy dipped steel bars of required length, shape and diameter shall then be driven inside
the holes to form shear key, which shall be allowed to set for 24 hours. The bars shall be inserted in such a
way that atleast 125 mm ( or as specified in the drawing ) length of bars is projecting from the surfaces.
Mode of Measurement & Payment :
The item shall be paid on No. basis
Item No.-144
Point wiring for Light / Bell with 2-1.5 sq.mm & earthwire of 1.5 sq.mm (Green) both are of ISI marked
1.1 KV grade FRLS PVC insulated multistrand copper wires, in following type of pipe to be erected
concealed in/ on surface on wall/ceiling complete with 6A Modular type switch / bell push &
accessories and earth continuity of following type, erected on PVC / Metallic box, single mounting
base frame covered with textured/metallic front plate modules erected on / in wall / ceiling as per
pipe erected, with necessary Lamp holder/ceiling rose / H.D.Connector as directed.
(a)
with medium class Rigid PVC pipe and accessories Cat. III
Item No.-145
Point wiring for FAN with 2-1.5 sq.mm & earthwire of 1.5 sq.mm (Green) both are of .ISI marked 1.1
KV Grade FRLS PVC insulated multistrand copper wires, in following type of pipe to be erected
concealed in / flushed on wall/ceiling complete with 6A Modular type switch and hum free EME four
or more step type electronic fan regulator with separately mounted and accessories with earth
continuity of following type erected on PVC / Metallic box, single mounting base frame covered with
textured/metallic front plate modules erected on / in wall / ceiling as per pipe erected. with necessary
ceiling rose / H.D.Connector as directed.
(a) with medium class Rigid PVC pipe and accessories.Cat-III
Item No.-146
Point wiring for Looped Plug with 6A Modular type switch & 5 pin socket erected on PVC / Metallic
box, single mounting base frame covered with textured / metallic front plate modules erected on / in
wall / ceiling with following type accessories.Cat-III
Signature of Contractor
354
Item No.-147
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge.
(3) Two Pin/RJ-11 Telephone Socket
[A] For One Gang Cat.III
Item No.-148
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge.
7) Blank Plate Single .Cat-III
Item No.-149
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge.
(8) Modem Jack for Computer Open RJ-45. Cat-III
Item No.-150
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge.
(9) 16 Amp. SP one way switch .Cat-III
Item No.-151
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge.
(10) 6/16Amp. Universal socket. Cat-III
Item No.-152
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge.
(22) 16/20/25 Amp. Modular Starter for Motor / A.C. Unit Complete. Cat-III
Item No.-153
Providing and erecting ISI mark Medium class RIGID PVC PIPES of following size complete to be
erected on/in wall or ceiling erected with necessary PVC fittings & Junction boxes fixed with
adhesive solution & Clamps with following dia of pipes, in approved manner as directed.
(a) 20 mm
Item No.-154
Providing and erecting ISI mark Medium class RIGID PVC PIPES of following size complete to be
erected on/in wall or ceiling erected with necessary PVC fittings & Junction boxes fixed with
adhesive solution & Clamps with following dia of pipes, in approved manner as directed.
(b) 25 mm
Item No.-155
(A) Supplying and laying UPVC cable trunking system comprising unplasticised polyvinyl, chloride
rigid material with ignition free & flame proof confirming BS .All necessary accessories and
measuring of following sizes.
(2) 100 mm x 50 mm trunking
Signature of Contractor
355
Item No.-156
(A) Supplying and laying UPVC cable trunking system comprising unplasticised polyvinyl, chloride
rigid material with ignition free & flame proof confirming BS .All necessary accessories and
measuring of following sizes.
C) UPVC ELBOW
(2) For100 mm x 50 mm trunking
Item No.-157
Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected concealed in /flushed on wall/ceiling, with 1.5 sq. mm copper
conductor FRLS PVC insulated stranded wire of green colour for earth continuity of following size.
(a) with medium class Rigid PVC pipe and accessories
(a) 2 wire 1.5 sq. mm
Item No.-158
Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected concealed in /flushed on wall/ceiling, with 1.5 sq. mm copper
conductor FRLS PVC insulated stranded wire of green colour for earth continuity of following size.
(a) with medium class Rigid PVC pipe and accessories
(b) 2 wire 2.5 sq. mm
Item No.-159
Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected in / on wall / ceiling with 2.5 sq. mm copper conductor FRLS PVC
insulated stranded wire of green colour for earth continuity of following size.
(a) with medium class Rigid PVC pipe and accessories
(a) 2 wire 4 sq. mm
Item No.-160
Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected in / on wall / ceiling with 2.5 sq. mm copper conductor FRLS PVC
insulated stranded wire of green colour for earth continuity of following size.
(a) with medium class Rigid PVC pipe and accessories
(i) 4 wire 10 sq. mm
Item No.-161
Mains with ISI marked, 1.5KV grade electrolyte multi stranded, annealed copper conductor with heat
resistant PVC insulated conforms to IS 694, IEC - 227 erected in existing pipe of following size
(Specifically for control panel, relays, power switchgears, motor starters & control wiring) with
required size of copper lugs, nuts and bolts if required.
(h) One wire 25.00 sq. mm
Item No.-162
Supplying & erecting Delton or approved make Telephone Cable electrolytic copper conductor PE
insulation twisted in two pairs, & wrapped with FRLS PVC tape & sheathed with FRLS PVC or HFFR
outer Jacket suitable for telephone wiring & confirming to C-DOT erected in existing pipe. of
following size of conductors & nos.of pairs. With necessary connections.
A] Conductor Size 0.5 mm
(a) Unarmoured
2) Two Pairs
Item No.-163
Supplying & erecting approved make LAN cable of following size in existing pipe as per direction.
[B] CAT - 5e
Signature of Contractor
356
Item No.-164
Supplying & erecting M.S. Box having 16 Gauge painted with red oxide or Heavy duty PVC box
erected flushed on wall or concealed in wall with necessary plastering & finishing as directed of
following size.
(a) 100 mm x 100 mm x 75 mm
Item No.-165
Providing & erecting Switch board for Computer or electric apparatus consisting of following items
in single board erected on PVC / Metal board with 3 mm thick PC (Polycarbonate) / Acrylic sheet
erected as directed
1 no. 6A/16A universal plug-switch combined.
4 nos. 6A Switch
4 nos. 6A 5 pin Plug
[B] For Modular Type Accessories
Item No.-166
Decorative call bell Ting-tong box type 250 volts complete erected
Item No.-167
Approved make CFL. Non-Retrofit 13 /15 / 18 Watt erected if required.Cat-III
Item No.-168
Providing and erecting approved make decorative recess / surface mounting type mirror optics
luminaire complete with non retrofit tubes, electronic ballast, high circuit P.F. & rust free fitting
components mounted in powder coated CRCA / Al. housing with
holder clear / opal diffuser
complete erected with lead wire.
(c) With Two Nos. 18 watt PLCFL. Cat-III
Item No.-169
Providing and erecting approved make decorative recess / surface mounting type mirror optics
luminaire complete with non retrofit tubes, electronic ballast, high circuit P.F. & rust free fitting
components mounted in powder coated CRCA / Al. housing with
holder clear / opal diffuser
complete erected with lead wire.
(e) With Two Nos. 36 watt PLCFL Cat-III
Item No.-170
Supplying and erecting approved make of tube fitting with One no T-5 tube 24/ 28 W with Electronic
ballast with each tube separately THD less than 10 & built in adaptors, GI / PVC housing & mirror
optic reflector, suitable to work on 120V - 300V, A.C. supply with connector and adapter if required.
[Make of fitting & tube may be differ& fitting shall be providing with tube]. Cat-III
Item No.-171
Approved make Four pole moulded case circuit breaker having breaking capacity ICU of 25 KA. at
415 V,having normal current rating up to 25 A to 100A. with Fixed thermal & magnetic release
suitable to work on A.C. supply 50 c/s. with all internal connections & complete erected in existing 16
G.M.S. housing.
ICS=100% of ICU only
Cat III
Item No.-172
Approved make Four pole moulded case circuit breaker having breaking capacity ICU of 35 KA. at
415 V. having normal current rating up to 125A. with Fixed thermal & magnetic release suitable to
work on A.C.supply 50 c/s. with all internal connections & complete erected in existing 16 G.M.S.
housing. ICS=100% of ICU only
Cat III With out Housing
Item No.-173
Signature of Contractor
357
Approved make Four pole moulded case circuit breaker having breaking capacity ICU of 35 KA. at
415 V. having normal current rating up to 125A. with Fixed thermal & magnetic release suitable to
work on A.C.supply 50 c/s. with all internal connections & complete erected in existing 16 G.M.S.
housing. ICS=100% of ICU only
Cat III With out Housing With GMS Housing
Item No.-174
Supplying and erecting triple pole & neutral 440V / 500V panel mounting Copper Busbars with four
equal Nos. of electrolyte bus having current density not more than 1.6 Amp. / sq.mm (Rated current /
cross section area) duly wrapped with colour insulating tape for phase sequence of following current
carrying capacity, erected with necessary bus bar supports /insulators, main cable socket to each
bar, erected in existing cubical panel with necessary connections.
(A) Suitable for 100 Amp. capacity
Item No.-175
Miniature circuit breaker single pole 6A to 32A suitable to operate on 240 V A.C. system and having
breaking capacity 10 KA to be erected in existing box. confirming to IS 8828/1996 with ISI Mark .CatIII
Item No.-176
Providing & erecting 240 V MCB double pole switch for motor & inductive load (C Curve) having 10
KA breaking capacity & confirms to IS : 8828 in existing box having following capacity .
(A) 6 to 32 Amp.
Cat III
Item No.-177
Providing & erecting 415 V MCB Four Pole for Motor & Inductive Load (C Curve) having 10KA
breaking capacity & confirms to IS :8828 in existing box having following capacity.
(c)63 Amp. Cat III
Item No.-178
Providing and erecting Sheet Steel powder coated MCB distribution board - flush / surface mounted
fitted with busbar, neutral link, earth bar and DIN rail, confirming to IS 13032 and BS 5486-1986
without MCB to house appropriate nos. of MCBs.(The DBs should be used of same company of MCB
to be used)
(H) Single phase 12 way SS Double door
Item No.-179
Providing and erecting Sheet Steel powder coated MCB distribution board - flush / surface mounted
fitted with busbar, neutral link, earth bar and DIN rail, confirming to IS 13032 and BS 5486-1986
without MCB to house appropriate nos. of MCBs.(The DBs should be used of same company of MCB
to be used)
(J) Three phase 4 way SS Double door for single
phase outgoing horizontal box
Item No.-180
Supplying & erecting Sheet Steel powder coated Cable end termination Box to be mounted on Top
or Bottom of the MCB Distribution Box for housing/covering Extra wires & Cables, suitable for
following size of MCB DB Box. (E) Three Phase 4 Way
Item No.-181
Providing & erecting Medium Voltage Danger Notice Board sticker of standard size
Item No.-182
Providing and erecting required size Copper strip for earthing of H.T. OCB / ACB/ Transformer, LT
panel board, Motors etc. using copper clamp.
Signature of Contractor
358
Item No.-183
Supplying & erecting earth pit of minimum bore dia.150mm size approved make Earthing Electrode
consisting Pipe-in-Pipe Technology as per IS 3043-1987 made of corrosion free G.I.Pipes having
Outer pipe dia of 50mm having 80-200 Micron galvanising, Inner pipe dia of 25 mm having 200-250
Micron galvanising, connection terminal dia of 12mm with constant ohmic value surrounded by
highly conductive compound with high charge dissipation suitable for following type of applications.
(a) For Electrical Installation up to 440V in normal soil
Length of pipe - 1 Mtr
Back filling compound - 1 Nos Bag of 15 Kg.
Item No.-184
Providing & erecting weather proof, dust & vermin proof, floor mounted front operated indoor type
cubical panel board having IP-64 protection made from 14 SWG thick CRC M.S. sheet for outer body
& doors, 16 SWG thick CRC M.S.sheet for internal partitions with necessary supporting angles, flats
including cutting, bending, drilling, welding, riveting with internal partitions & cable alley as per
requirements & instruction of engineer-in-charge with erection of supplied switch gears, BUSBARS,
with suitable size of inter connecting PVC copper wire / copper-aluminium strips, rubber grommets,
rib, bakelite control fuses for measuring instruments, earth bus & earth bolts, foundation flange bolts-base Plates, sufficient nos. of hinged doors, handles with locking arrangement and rubber
gasket complete. The Panel shall be painted with epoxy powder coating. (The rates excludes the cost
of switchgears, bus bars, inter connecting mains & Copper Aluminium strips, meters, Fuses etc. The
dimension shall be measured excluding base beams) The panel shall be supplied with following
approved manufacturers with following size.
(B) locally fabricated panel board
(i) with 350 mm depth
Item No.-185
Providing and erecting XLPE(IS:7098)(I)-88 ISI armoured cable multistrand Aluminium conductor for
1.1 KV. to be laid on wall with necessary clamps or in existing trench / pipe of following size of
cables.
(C) 3 1/2 core 70 Sq. mm ( 35 Sq. mm 1/2 core)
Item No.-186
Providing and, fixing heavy duty flange type brass cable gland with rubber ring for PVC insulated
armoured cable complete with out going tails, insulating tape etc for following size of cables.
(C) 3 & 1/2 core 70 Sq. mm
Item No.-187
Solderless crimping type Copper lugs conforming to IS suitable for cable of following size evenly
crimped with high pressure tool & connected to switchgear terminals with brass/cadmium plated nut
bolts in an approved manner.
(F) 70 Sq.mm.
Item No.-188
Providing and erecting Approved make Ceiling fan with double ball bearing ISI mark with condenser
A.C. 23OV.50 c/s.1200 mm. sweep complete, canopy and 30 cms. down rod erected on existing hook
or clamp with 24/0.2 , 3 core flexible wire with earthing. [Make shall be approved by Engineer in
charge]
Item No.-189
Supplying and erecting 19 / 20 mm. nominal bore Medium Class M.S. Pipe down rod erected duly
painted for fan complete with necessary 24/ O.20, 3 core flexible wire with earthing.
Item No.-190
Signature of Contractor
359
Supplying & erecting fan hook box of 10 mm M.S. round bar bounded to the RCC bars up to 50mm
length each side and pierced through a 16 Gauge M.S. box / Heavy Duty PVC box complete erected
concealed in Ceiling with necessary finishing.
Item No.-191
Providing 2.5mm.thick laminated acrylic sheet to cover the fan hook or Fan box.
Item No.-192
Supplying & erecting single phase approved make industrial exhaust fan suitable for medium duty
ring mounted low noise operation suitable for medium duty having following dia size and maximum
speed in RPM
[A] 305 mm dia 900 RPM Cat.II
Item No.-193
Providing and erecting 3 star and above rated approved make split air-conditioning unit consisting of
condensing unit with fan motor, hermetically sealed rotary compressor with accessories etc. duly
connected separately erected evaporating unit and blower motor with its accessories by means of
proper insulated copper tubing up to 5 RMT suitable for (Cost includes M.S. Stand, Gas Charging &
Internal Copper Wiring & Remote Control)
(B) for 2 ton capacity
Item No.-194
Supplying & Installing M.S. powder coated standard type stand mounting for outdoor unit of Split
A.C. up to 2TR Capacity, erected with necessary hardware materials as directed.
Item No.-195
Providing & erecting water cooler having storage capacity 150 Ltr. & cooling capacity 150 Ltr.per
hour @ an ambient temp of 450 C. The outlet temp. of the water should drop by 150C within a hour,
The water cooler should be comprising of hermetically sealed compressor, fan motor, condensing
unit, water tank surrounded by evaporating, coil, thermostats, relay etc.complete with necessary
inlet & outlet connection. The body of water cooler will be made from Stainless Steel.
Item No.-196
Supplying & erecting 5 stage single reverse osmosis water purification system with M.S. powder
coated frame, prefilter housing with 'O' ring presediment filter GAC filter, carbon filter suitable buster
DC pump capacity 80 psi, mention with 40 Osg inline type post carbon filter auto low & high pressure
switches with following size of storage tank & LPH capacity & erected as directed with one year
comprehensive maintenance guarantee.
C] 50 Ltr / Hr with 250 psi 2 nos booster pump
Item No.-197
Supplying and erecting approved make panel mounting type Digital Voltmeter having 3 digits LED
display, 0 to 750 AC Volts range erected on existing panel board with all connection, wiring etc .with
manufacturers calibration certificate.
Item No.-198
Supplying and erecting approved make panel mounting type Digital Ammeter having 3 digits LED
display, external CT operated, calibrated for 0 to 1000 Amps suitable to operate on 500 Volt AC ,
erected on existing panel board with all connection, wiring etc .with manufacturers calibration
certificate.
Item No.-199
Supplying and erecting Ammeter / Voltmeter selector switch for 3 phase AC Supply 500 V on
existing panel board with necessary connections.
Signature of Contractor
360
Item No.-200
Supplying and erecting approved make set of indicator lamps of LED type lamp, lens cover, Bakelite
holder complete erected with necessary connections.
The Item Nos. 144 to 200 shall be carried out as per SPECIFICATIONS FOR ELECTRICAL WORKS
Attached herewith.
DETAILED SPECIFICATIONS FOR SCHEDULE –B-10
( RENOVATION & REPARING OF EXITING STORE – NAVSARI )
Item No.-1
Demolition of brickwork and stone masonry including stacking of serviceable material and disposal
of unserviceable materials with all lead and lift in cement mortar
Above item shall be carried out as specification of item-1 of Detailed Specifications for Schedule-B-2
Item No.-2
Demolition including stacking of serviceable materials and disposal of unserviceable materials with
all lead and lift. '1.) R.C.C work
Above item shall be carried out as specification of item-5 of Detailed Specifications for Schedule-B-2
Item No.-3
Demolition and disposal of unserviceable 'materials with all lead and lifts. (ii) Unreinforced cement
concrete
Above item shall be carried out as specification of item-4 of Detailed Specifications for Schedule-B-2
Item No.-4
Signature of Contractor
361
Dismantling tiled ,stone floor or Paver block laid in mortar including stacking of serviceable
materials and disposal of unserviceable materials with all lead and lift.
Above item shall be carried out as specification of item-3 of Detailed Specifications for Schedule-B-2
Item No.-5
Dismantling steel work with dismantling and stacking the materials with all leads and lift.
The works shall be carried out as described in Clause No. 1.1 & 1.2 of general notes for dismantling and
demolition work described in specification of item-1 of Detailed Specifications for Schedule-B-2.
Mode of Measurement and payment :
The rates includes all materials, labour, tools and plants in satisfactory completion of work as specified
above. The item shall be paid on Kg basis.
Item No.-6
Dismantling C.I. Pipe GSW Pipe and A.C., P.V.C. Rain water pipes with fittings and clamps including
stacking the materials with all leads and lift. ( for any dia of pipe)
Above item shall be carried out as specification of item-7 of Detailed Specifications for Schedule-B-2
Item No.-7
Dismentalling doors, windows, ventilators etc. (wood or steel) shutters including chowkhats,
architreaves, holdfasts, and other attachment etc. complete and stacking them within all lead and lift.
(1) Not exeeding 3 sq. meters in area
Above item shall be carried out as specification of item-6 of Detailed Specifications for Schedule-B-2
Item No.-8
Dismentalling washbashin, W.C. pan Indian and Europeon type flushing tank etc. including stacking
the materials within all lead and lift.
Above item shall be carried out as specification of item-8 of Detailed Specifications for Schedule-B-2
Item No.-9
Removing Fiber Partion wall all fiting etc. including stacking the materials within all lead and lift.
Above item shall be carried out as specification of item-9 of Detailed Specifications for Schedule-B-9
Item No.-10
Dismentalling cement asbestos hard board in celling or partion walls wooden trerials work including
frames , stacking of the servicable materials woth all lead and lift.
Above item shall be carried out as specification of item-10 of Detailed Specifications for Schedule-B-9
Item No.-11
Dismantling old plaster or skirting raking out joints and cleaning the surface for plaster including
disposal of rubbish to the dumping ground within 50 metres lead.
Above item shall be carried out as specification of item-139 of Detailed Specifications for Schedule-B-9
Item No.-12
Signature of Contractor
362
Providing and laying cement concrete 1:4:8 (1 cement : 4 coarse sand : 8 hand broken stone
aggregate 40 mm nominal size) and curing complete excluding cost of form work in :
(A) Foundation and Plinth.
Above item shall be carried out as specification of item-6 of Detailed Specifications for Schedule-B-1
Item No.-13
Providing TMT FE - 415 bar reinforcement for R.C.C. work including bending binding and placing in
position complete up to floor two level.
Ground Floor
Above item shall be carried out as specification of item-8 of Detailed Specifications for Schedule-B-1
Item No.-14
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( A ) Foundations footings Base of columns and mass concrete.
Above item shall be carried out as specification of item-11 of Detailed Specifications for Schedule-B-1
Item No.-15
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( B ) Slabs, landing, shelvas, Balconies etc
Above item shall be carried out as specification of item-12 of Detailed Specifications for Schedule-B-1
Item No.-16
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( C ) Ground Beams and Plinth Beams
Above item shall be carried out as specification of item-13 of Detailed Specifications for Schedule-B-1
Item No.-17
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( C-1 ) Beams, Girders and cantilever
Above item shall be carried out as specification of item-14 of Detailed Specifications for Schedule-B-1
Item No.-18
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
(D-1 ) Columns, pillars posts and struts square, rectangular, polygonal in plan
Above item shall be carried out as specification of item-15 of Detailed Specifications for Schedule-B-1
Signature of Contractor
363
Item No.-19
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( F ) Lintels
Above item shall be carried out as specification of item-17 of Detailed Specifications for Schedule-B-1
Item No.-20
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( G ) Chhajja
Above item shall be carried out as specification of item-18 of Detailed Specifications for Schedule-B-1
Item No.-21
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( I ) Coping
Above item shall be carried out as specification of item-20 of Detailed Specifications for Schedule-B-1
Item No.-22
Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. in foundation
and plinth in cement mortar 1: 6 (1 cement : 6 fine sand)
Plinth Masonry
(B) Conventional
Above item shall be carried out as specification of item-33 of Detailed Specifications for Schedule-B-1
Item No.-23
Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. above plinth
level upto floor two level in cement mortar 1: 6 (1 cement : 6 fine sand)
Ground Floor
(B) Conventional
Above item shall be carried out as specification of item-34 of Detailed Specifications for Schedule-B-1
Item No.-24
Half brick masonary in FLY ASH bricks having crushing strength not lessthan 70 kg./sq.cm. in
cement morar 1:4 (1 Cement: 4 coarse sand) above plinth upto floor two level
Ground Floor (B) Conventional
Above item shall be carried out as specification of item-37 of Detailed Specifications for Schedule-B-1
Item No.-25
Providing and fixing 35 mm thick Decorative type flush door shutters, solid core construction with
teakwood frame of size 125mm X 62.5mm & frame of first class hard-wood with cross band and face
veneer or ply-wood face panels,1.5 mm thick laminate on both sides including Stainless steel
Signature of Contractor
364
fixtures and fastening and SS handle including primer coat of approved quality and two coats of oil
painting etc complete.
Above item shall be carried out as specification of item-39 of Detailed Specifications for Schedule-B-1
Item No.-26
Providing and fixing anodised aluminium work for WINDOWS AND VENTILATORS with Anodised
aluminium ( anodised transparent or dyed to required shade according to IS: 1868, Minimum anodic
coating of grade AC 15 ) heavy duty extruded built up standard tubular sections/appropriate Z
sections and other sections of approved make conforming to IS: 733 and IS : 1285, fixed with rawl
plugs and screws or with fixing clips, or with expansion hold fasts including necessary filling up of
gaps at junctions, at top, bottom and sides with required PVC/neoprene felt or sealent of wecker 789
or Dow corning 789 grade so as to make all joints waterproof etc. Aluminium sections shall be
smooth, rust free, straight, mitred and jointed mechanically wherever required including cleat angle,
auminium snap beading for glazing / panelling, stainless steel screws as per architectural drawings
and the directions of Engineer-in-charge and incl. providing and fixing glazing in aluminium
WINDOW AND VENTILATOR shutters etc. with EDPM gasket etc. complete as per the architectural
drawings and the directions of engineer-in-charge with 6.0 mm thick plain float glass panel of
approved shade and approved make and fixed to the frames and frames fixed to the walls. The
framed ends shall have required brushings for proper sealing.
The Window shall be two Track with sliding shutters and the frame section of size 101.6 x 44.45 x
2.01 of weighing 1.605 Kg./Rmt., window frame with bottom member of size 61.85 x 31.75 x 1.5
weighing 0.909 Kg./Rmt. top and sides member of size 61.85 x 31.75 x 1.5 weighting 0.784 Kg./Rmt.
With shutter frame of top member of size 40 x 18 x 1.55 weighing 0.547 kg / Rmt and bottom member
of size 52 x 18 x 1.56 weighing 0.651 kg / Rmt,interlock member of size 40 x 18 x 1.45 weighing .607
kg / Rmt ,and handle member of size 40 x 18 x 1.55 weighing 0.547 kg / Rmt of extruded alluminium
colour anodized section and frames with necessary aluminium handles and locking arrangement etc.
complete including necessary cutting and making good etc. complete.
Above item shall be carried out as specification of item-41 of Detailed Specifications for Schedule-B-1.
The window shall be of two track type.
Item No.-27
Providing and fixing IS 3564 marked aluminium extruded section body tubular type universal
hydraulic door closure with double speed adjustment with necessary accessories and screws etc
complete.
Above item shall be carried out as specification of item-56 of Detailed Specifications for Schedule-B-9
Item No.-28
Providing and fixing M.S. grills/railings of required pattern to wooden frames/or Marble Frame of
window/balcony etc. with M.s. flats at required spacing and frames all-round, square or round bars
fixed with round headed bolts and nuts or by screws, including oil painting with one coat of primer of
approved quality and brand & two coats of synthetic enamel oil paint etc. complete as per detail
drawing and as directed by Engineer in charge.
(B) Plain grill
Above item shall be carried out as specification of item-44 of Detailed Specifications for Schedule-B-1
Item No.-29
Providing and fixing in position teak wood ARCHITREAVES of size 10 mm thick x 40 mm wide etc,
as per architectural drawing and instruction complete for all heights and all floor including synthetic
enamel paint etc comp. as directed.
Above item shall be carried out as specification of item-45 of Detailed Specifications for Schedule-B-1
Item No.-30
Signature of Contractor
365
Providing and fixing rolling shutters of approved make made of 80 m.m. wide M.S. Laths inter-locked
together through heir entire length and jointed together at the ends by end locks mounted on
specially designed pipe shaft with bracket plates, guide channels and arrangements for inside and
out side locking with push-pull operation including the cost of Hood cover and spring etc. complete.
(A) Shutters having width below 3.5 M
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Rolling Shutters :
Rolling shutters shall conform to IS : 6248. These shall include necessary locking arrangement and handles
etc. These shall be suitable for fixing in the position as specified i.e., outside or inside on or below lintel or
between jambs of the opening. The door shall be either push and pull type or operated with mechanical
device supplied by the firm. Shutters upto 10 sq.m. shall be of push and pull type and shutters with an area
of over 10 sq.m. shall generally be provided with reduction gear operated by mechanical device with chain or
handle, if bearings are specified for each of operation, these shall be paid for separately.
Shutter : The shutter shall be built up of inter-locking section formed from cold rolled steel strips. The
thickness of the sheets from which the lath sections have been rolled shall be not less than 0.90 mm for the
shutters upto 3.5 m width and not less than 1.20 mm for shutters above 3.5 m width. Shutters above 9
metres in width should be divided in 2 parts with provision of one middle fixed or movable guide channel or
supported from the back side to resist wind pressure. The lath section shall be rolled so as to have
interlocking curls at both edges and a deep corrugation at the centre with a bridge depth of not less than 12
mm to provide sufficient curtain of stiffness for resisting manual pressure and normal wind pressure. Each
lath section shall be continuous single piece without any welded joint. When interlocked, the lath sections
shall have a distance of 75 mm rolling centres. Each alternate lath section be fitted with malleable cast iron
or mild steel clips securely riveted at either ends, thus locking the lath section at both ends and preventing
lateral movement of the individual lath sections. The clips shall be so designed as to fit the contour of the lath
sections.
Spring : The spring shall be of coiled type. The spring shall be manufactured from high tensile spring steel
wire or strips of adequate strength conforming to IS : 4454-Part I.
Roller and Brackets : The suspension shaft of the roller shall be made of steel pipe conforming to heavy duty
as per IS : 1161. For shutter upto 6 metre width and height not exceeding 5 metre, steel pipes of 50 mm
nominal bore shall be used. The shaft shall be supported on mild steel brackets of size 375 x 375 x 3.15 mm
for shutters upto a clear height of 3.5 metre. The size of mild steel brackets shall be 500 x 500 x 10 mm for
shutters of clear height above 3.5 m and upto 6.5 m. The suspension shaft clamped to the brackets shall be
fitted with rotatable cast iron pulleys to which the shutter is attached. The pulleys and pipe shaft shall be
connected by means of pretensioned helical springs to counter balance the weight of the shutter and to keep
the shutter in equilibrium in any partly open position.
When the width of the opening is greater than 3.5 mtr., the cast iron pulleys shall be interconnected with a
cage formed out of mild steel flats of at least 32 x 6 mm and mild steel dummy rings made of similar flats to
distribute the torque uniformly. Self aligning two tow ball bearing with special cast iron casings shall be
provided at the extreme pulley and caging rings shall have a minimum spacing of 15 mm and at least 4
number flats running throughout length of roller shall be provided.
In case of shutters of large opening with mechanical device for opening the shutter the roller shall be fitted
with a purion wheel at one end which in contact with a worm fitted to the bracket plate, caging and pulley
with two ball bearing shall be provided.
Guide Channel : The width of guide channel shall be 25 mm the minimum depth of guide channels shall be
as follows :
Clear width of shutters
Upto 3.5 m
3.5m upto 8 m
8m and above
Signature of Contractor
Depth of guide channel
65 mm
75 mm
100 mm
366
The gap between the two legs of the guide channels shall be sufficient to allow the free movement of the
shutter and at the same time close enough to prevent ratting of the shutter due to wind.
Each guide channel shall be provided with a minimum of three fixing cleats or supports for attachment to be
walls or column by means of bolts or screws. The spacing of cleats shall not exceed 0.75 m. Alternatively,
the guide channels may also be provided with suitable dowels, hooks or pins for embedding in the walls.
The guide channels shall be attached to the jambs, plums and true either in the overlapping fashion or
embedded in grooves, depending on the method of fixing.
Cover : Top cover shall be of mild steel sheets not less than 0.90 mm thick and stiffened with angle or flat
stiffeners at top and bottom edges to retain shape.
Lock plates with sliding bolts, handles and anchoring rods shall be as per IS : 6248.
Fixing :
The arrangement for fixing in different situations in the opening shall be as per IS : 6248.
Brackets shall be fixed on the lintel or under the lintel as specified with rawl, plugs and screws bolts etc. The
shaft alongwith the spring shall then be fixed on the brackets.
The lath portion (shutter) shall be laid on ground and the side guide channels shall be bound with ropes etc.
The shutter shall then be placed in position and top fixed with pipe shaft with bolts and nuts. The side guide
channels and cover frames shall then be fixed to the walls through the plate welded to the guides. These
plates and brackets shall be fixed by means of steel screws bolts, and rawl plugs concealed in plaster to
make their location invisible. Fixing shall be done accurately in a workmen like manner that the operation of
the shutter is easy and smooth.
Measurements :
Clear width and clear height of the opening for rolling shutter shall be measured correct to a mm. The clear
distance between the two jambs of the opening shall be clear width and the clear distance between the sill
and the soffit (bottom of lintel) of the opening shall be the clear height.
The area shall be calculated in square metres correct to two places of decimal.
Rate :
The rate shall include the cost of materials and labour involved in all the operations described above
including cost of top cover and spring except ball bearing and mechanical device of chain and crank
operation, which shall be paid for separately.
Item No.-31
Providing 15 mm. thick cement plaster in single coat on fair side of Brick/concrete walls for interior
plastering upto floor two level and finished even and smooth in :
[ii] Cement mortar 1:4 [1 cement: 4 sand)
Ground Floor
Above item shall be carried out as specification of item-48 of Detailed Specifications for Schedule-B-1.
Item No.-32
Extra for Finishing with a floating coat of neat cement slurry
Upto Floor Two level.
Ground Floor
Above item shall be carried out as specification of item-49 of Detailed Specifications for Schedule-B-1
Item No.-33
Providing & applying 20mm thick sand faced cement plaster on walls upto 10m height from ground
level consisting of 12mm thick backing coat of C.M. 1:3 (1 cement : 1 sand ) and 8mm thick finishing
Signature of Contractor
367
coat of C.M. 1:1 (1 cement : 1 sand) including curing, necessary scaffolding in true line & level etc.
comp. as directed by Engineer in charge
Above item shall be carried out as specification of item-57 of Detailed Specifications for Schedule-B-1
Item No.-34
Providing and fixing 150 mm wide, approved quality chicken wire mesh at junction of brick work and
RCC work or two dissimilar surfaces, at all heights fixed by nails, rowal plugs or tag by cement
mortar 1:3 before applying the plaster, including curing, scaffolding all complete as directed.
Above item shall be carried out as specification of item-59 of Detailed Specifications for Schedule-B-1
Item No.-35
Providing throating or plaster drip and moulding to RCC Chhajja
Above item shall be carried out as specification of item-60 of Detailed Specifications for Schedule-B-1
Item No.-36
Providing cement vata ( 10 cm x 10 cm size ) quarter round in cement mortar 1:1 including neat
cement finishing, watering etc. complete
Above item shall be carried out as specification of item-61 of Detailed Specifications for Schedule-B-1
Item No.-37
Forming groove of uniform size from 12x12mm and upto 25x15mm in the top layer of washed stone
grit plastered surface as per approved pattern, including providing and fixing aluminum channels of
appropriate size and thickness (not less than 2 mm), nailed to the under layer with rust proof screws
and nails and finishing the groove complete as per specifications and direction of the Engineer-inCharge.
Above item shall be carried out as specification of item-62 of Detailed Specifications for Schedule-B-1
Item No.-38
Applying priming coat over new steel and other metal surfaces after and including preparing the
surface by thoroughly cleaning, oil, grease, dirt and other foreign matter and scoured with brushes
fine steel wool, scrapers and sand paper with ready mixed priming paint brushing red lead.
Above item shall be carried out as specification of item-16 of Detailed Specifications for Schedule-B-7
Item No.-39
Painting two coats [excluding priming coat] on new steel and other metal sufaces with synthetic
enamel paint, brushing interior to give an even shade including cleaning the surface of all dirt, dust
and other foreign matter.
Above item shall be carried out as specification of item-17 of Detailed Specifications for Schedule-B-7
Item No.-40
Wall painting ( Three Coats ) with plastic emulsion paint of approved brand and manufacture on wall
surfaces to give and even shade including thoroughly brushing the surface free from mortar
dropings and other foreign matter and sand papered smooth with one coat of primer and two coats
of wall putty of approved brand at all floor and heights.
Above item shall be carried out as specification of item-63 of Detailed Specifications for Schedule-B-1
Item No.-41
Signature of Contractor
368
Finishing walls with Acrylic smooth exterior paint of required shade :- New work ( Two or more coat
applied @ 1.67 lit / 10 sqm over and including base coat of water proofing cement paint applied @ 2.2
Kg / 10 sqm )
Above item shall be carried out as specification of item-65 of Detailed Specifications for Schedule-B-1
Item No.-42
Removing rust and mill scales incl old paint from the existing steel structure at all heights using 10
to 20 % Ortho Phosphoric acid of approved make by applying acid using stiff bristtle broom,
brushing ( after prewetting the affected surfaces if required) with phosphoric acid/ water. Strength of
the solution shall be between 1:1 to 1:4. After finishing the action, the surfaces shall be washed
thoroughly with clean water and wire brushed again to remove remaining loose material and shall be
finished throughly with clean water. The action shall be repeated if required till all rust/ scale is
removed .
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Removing rust and mill scales incl. old paint from the existing steel structure at all heights using 10 to 20 %
Ortho Phosphoric acid of approved make by applying acid using stiff bristle broom, brushing ( after pre
wetting the affected surfaces if required) with phosphoric acid/ water. Strength of the solution shall be
between 1:1 to 1:4. After finishing the action, the surfaces shall be washed thoroughly with clean water and
wire brushed again to remove remaining loose material and shall be finished thoroughly with clean water.
The action shall be repeated if required till all rust/ scale is removed.
Mode of Measurements & Payment :
This item shall be paid on sqm basis.
Item No.-43
Removing rust and mill scales incl old paint from the existing steel structure at all heights with wire
brush or mechanical grinders, brushing, cleaning etc. to expose base metal surfaces completely
free from all paint, rust, scale etc and preparing the surface for receving the primer/paint as per
detailed specifications
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The surfaces to be painted shall be cleaned of all old paint, rust, scale, dirt and other foreign matter sticking
to it with wire brushes, steel wool, scrapers, sand paper etc. at all heights. This surface shall then be wiped
finally with mineral turpentine which shall also remove grease and perspiration of hand marks. The surface
shall then be allowed to dry.
Mode of Measurements & Payment :
This item shall be paid on sqm basis.
Item No.-44
Providing and fixing in Door, window sills and jambs Dark Green marble of approved shade and size
laid over a bed of C:M 1:6 including cement floating, curing, rubbing, polishing, cleaning, normal
moulding on each side etc. complete and joints with white cement.
Above item shall be carried out as specification of item-74 of Detailed Specifications for Schedule-B-1
Item No.-45
Kota stone slab flooring over 20 mm. (average) thick base of cement mortar 1:6 (1 cement :6 coarse
sand) or L.M. 1:1.5 laid over and jointed with gray cement slurry including and polishing complete
a) 25 mm thick
Signature of Contractor
369
Above item shall be carried out as specification of item-30 of Detailed Specifications for Schedule-B-1
Item No.-46
Providing and laying Polished Kota stone slab 25 mm. thick in risers of steps, dado,pillars & Kitchen
Platform laid on 10 mm. thick cement mortar 1:3 (1 cement : 3 coarse sand) and jointed with grey
cement slurry including rubbing and polishing etc. complete.
a) 25 mm thick
Above item shall be carried out as specification of item-31 of Detailed Specifications for Schedule-B-1
Item No.-47
Providing and fixing double polished machine cut KOTAH STONE SHELVES FOR cupboards, stone
racks etc, including making gissi in brick wall and filling gap with cement slurry and cement mortar
etc complete in true line and level as directed by EIC.
Above item shall be carried out as specification of item-75 of Detailed Specifications for Schedule-B-1
Item No.-48
Providing, lowering, laying and jointing in true line and level 110 mm dia 6 kg / sq.cm. working
pressure rigid ISI Supreme / Finolex PVC pipe for "Rainwater" pipeline fitted concealed in walls
including all necessary fittings such as bends, shoe bends etc including testing of pipes and joints
fixing the same with PVC clips at two meters c/c and jointed with adhesive solvent cement including
the cost of all material, fixing air and water tight, testing the line etc. complete as directed by
Engineer in charge.
Above item shall be carried out as specification of item-86 of Detailed Specifications for Schedule-B-1
Item No.-49
Construction of brick masonry chamber inside dimension as below & required depth for drainage
pipeline, with required inlet and outlet for under ground C.I. inspection chamber and with 230 mm
thick brick wall having crushing strength not less than 35 Kg. /sq.cm. in C.M.1:5 (1cement : 5 sand)
C.I. Cover with frame(Light duty 455 mm X 610 mm internal dimension, total weight of cover with
frame not less than 38 Kg. ( weight of cover 23 Kg and weight of frame 15 Kg),R.C.C. top slab with
1:2:4 ( 1 cement : 2 coarse sand : graded stone aggregate 20mm nominal size B.T. Kapchi)
foundation concrete 1:5:10) (1 cement : 5 sand :10graded stone aggregate 40 mm nominal size)
inside plaster 15mm thick in cement mortar 1:3 (1cement : 3 sand ) finished smooth with floating
coat of neat cement slurry on walls and bed concrete curing etc. in true line and level/slope etc.
complete as directed by Engineer In charge.
Inside dimension 600 mm x 850 mm and 450 deep or more for pipe line with one or two inlets.
Above item shall be carried out as specification of item-87 of Detailed Specifications for Schedule-B-1
Item No.-50
Extra over above items for every additional depth of 0.1m or part there of beyound 450 mm depth for
brick masonry chamber.
For 600 mm x 850 mm size
Above item shall be carried out as specification of item-88 of Detailed Specifications for Schedule-B-1
Item No.-51
Repairing of existing Steel Truss work and purlins welded in built up sections framed work
including cutting hoisting fixing in position and applying a priming coat of red lead paint and two
coats of synthetic enemal paint up to floor two level.
(A) In beams and joists,channels angles, pipes, tees, 'flats with connecting plates of angle cleats as
in main & cross beamnship & jack rafter, purlins 'connectet to common rafters and like
Signature of Contractor
370
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-43 of Detailed Specifications for Schedule-B-4
Instead of new steel work, the item shall be carried out forrepairing of existing steel work. The damaged
member or portion shall be cut and replaced, welded or strengthened by additional members etc. complete.
Item No.-52
Providing & fixing 0.55 mm thick Precoated galvalume sheets of trapezoidal profile approved make,
colour and size mechanically moulded in required shape & size fixed to roof with necessary fixtures
and fastenings like hot dipped galvenised self driving and self tapping screws, clips, neoprene and
EPDM gasket , nuts, bolts, wahsers, popup rivets, stich screws, sealent including overlaps and side
laps and accesseries like corner piece apron, eaves, valley gutter, hoopers, sheet floor connecor etc.
cutting, wastage with all material, labour, tools and plants, scaffolding etc. complete at all heights.
The penetration & laps in sheets shall be sealed by using proper sealents. The sheet shall have 1015
mm effective cover width and nominal 25 mm deep ribs with subtle square fluting in the five pan at
nominal 200 mm c/c. The end rib shall be designed for anti capillary action to avoid any seepage. The
sheets shall be to the extent possible single sheet from ridge to eaves resulting in zero laps. The
sheet shall be manufactured out of nominal 0.45mm Base Metal Thickness (BMT), ( 0.5 mm total
coated thickness) Hi-Tensile steel with min. 550 Mpa yield strength, metallic hot dip coated with
Aluminium Zinc alloy ( 55 % Aluminium, 45% Zinc ) as per AS 1397-Zincalume AZ150 (Min. 150
gms/sqmt total on both sides) with Super polyester Colorbond XRW quality paint coat as per AS/NZS
2728 CLASS 3. [NOTE : The measurement of area shall be that of actual net area of sheet fixed incl.
overhang ]
Above item shall be carried out as specification of item-44 of Detailed Specifications for Schedule-B-4
Item No.-53
Providing and fixing 0.55 mm thick Precoated galvalume profiled one piece ridge panel of approved
make, colour & size.( Considering 1000mm wide )
Above item shall be carried out as specification of item-45 of Detailed Specifications for Schedule-B-4
Item No.-54
Providing and fixing 0.55 mm thick precoated galvalume flashings in 3 m length upto 600 mm girth.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The work shall be carried out as per specification described above.
Measurements :
The flashing shall be measured for its length shall be measured correct to a cm. The thickness shall not be
less than that specified.
Rate :
The rate shall be inclusive of materials and labour involved in all the operations described above.
The payment shall be made on Rmt basis.
Item No.-55
Providing and fixing at all height false ceiling of 12.5 mm thick tapered edge gypsum board
conforming to IS : 2095 including providing and fixing of frame work made of special sections power
pressed from MS sheet and galvanized in accordance with zinc coating 600 as per IS : 277 and
consisting of angle cleats of size 25 mm wide * 16 mm thick with flanges of 22 mm and 37 mm at
Signature of Contractor
371
1200 mm centre to centre one flange fixed to the ceiling with dash fastener 12.5 mm dia * 40 mm long
with 6 mm dia bolts to the angle hangers of 25*25*25 mm of required length, and other end of angle
hanger being fixed with nut and bolts to GI channels 45 mm * 15 mm * 0.9 mm running at the rate of
1200 mm centre to centre to which the ceiling section 0.5 mm thick bottom wedge of 80 mm with
tapered flanges of 26 mm each having clips of 10.5 mm at 450 mm centre to centre with 25 mm long
drive-all screws @ 230 mm interval including jointing and fixing to a flush finish of tapered and
square edges of the gypsum board with recommended filler, paper tapes, finisher and two coats of
primer suitable for gypsum board as per manufacturers specification and also including the coat of
making openings for light fittings, grills, diffusers, cutouts made with frame of perimeter channels
suitably fixed all complete as per drawing and specification and direction of the engineer-in –charge
but excluding the cost of painting.
Above item shall be carried out as specification of item-118 of Detailed Specifications for Schedule-B-1
Item No.-56
Point wiring for Light / Bell with
2-1.5 sq.mm & earthwire of 1.5 sq.mm (Green) both are of ISI
marked 1.1 KV grade FRLS PVC insulated multistrand copper wires, in following type of pipe to be
erected concealed in/ on surface on wall/ceiling complete with 6A Modular type switch / bell push &
accessories and earth continuity of following type, erected on PVC / Metallic box, single mounting
base frame covered with textured/metallic front plate modules erected on / in wall / ceiling as per
pipe erected, with necessary Lamp holder/ceiling rose / H.D.Connector as directed.
(a) with medium class Rigid PVC pipe and accessories Cat. III
Item No.-57
Point wiring for FAN with 2-1.5 sq.mm & earthwire of 1.5 sq.mm (Green) both are of .ISI marked 1.1
KV Grade FRLS PVC insulated multistrand copper wires, in following type of pipe to be erected
concealed in / flushed on wall/ceiling complete with 6A Modular type switch and hum free EME four
or more step type electronic fan regulator with separately mounted and accessories with earth
continuity of following type erected on PVC / Metallic box, single mounting base frame covered with
textured/metallic front plate modules erected on / in wall / ceiling as per pipe erected. with necessary
ceiling rose / H.D.Connector as directed.
(a) with medium class Rigid PVC pipe and accessories.Cat-III
Item No.-58
Point wiring for Looped Plug with 6A Modular type switch & 5 pin socket erected on PVC / Metallic
box, single mounting base frame covered with textured / metallic front plate modules erected on / in
wall / ceiling with following type accessories.Cat-III
Item No.-59
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge.
(7) Blank Plate Single .Cat-III
Item No.-60
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge
(9) 16 Amp. SP one way switch .Cat-III
Item No.-61
Providing following type of Modular Type Accessories mounted with pvc / metallic box, single
mounting base frame covered with textured / metallic front plate , modules erected with necessary
connection. As desired by Engineer In charge
(10) 6/16Amp. Universal socket. Cat-III
Signature of Contractor
372
Item No.-62
Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected concealed in /flushed on wall/ceiling, with 1.5 sq. mm copper
conductor FRLS PVC insulated stranded wire of green colour for earth continuity of following size
(a) with medium class Rigid PVC pipe and accessories
(a) 2 wire 1.5 sq. mm
Item No.-63
Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected concealed in /flushed on wall/ceiling, with 1.5 sq. mm copper
conductor FRLS PVC insulated stranded wire of green colour for earth continuity of following size (a)
with medium class Rigid PVC pipe and accessories
(b) 2 wire 2.5 sq. mm
Item No.-64
Mains with 1.1 KV grade FRLS PVC insulated ISI marked stranded Copper conductor wire in
following type of pipe to be erected in / on wall / ceiling with 2.5 sq. mm copper conductor FRLS PVC
insulated stranded wire of green colour for earth continuity of following size
(a) with medium class Rigid PVC pipe and accessories
(i) 4 wire 10 sq. mm
Item No.-65
Providing and erecting approved make decorative recess / surface mounting type mirror optics
luminaire complete with non retrofit tubes, electronic ballast, high circuit P.F. & rust free fitting
components mounted in powder coated CRCA / Al. housing with
holder clear / opal diffuser
complete erected with lead wire.
(e) With Two Nos. 36 watt PLCFL Cat-III
Item No.-66
Supplying and erecting approved make of tube fitting with One no T-5 tube 24/ 28 W with Electronic
ballast with each tube separately THD less than 10 & built in adaptors, GI / PVC housing & mirror
optic reflector, suitable to work on 120V - 300V, A.C. supply with connector and adapter if required.
[Make of fitting & tube may be differ& fitting shall be providing with tube]. Cat-III
Item No.-67
Approved make Four pole moulded case circuit breaker having breaking capacity ICU of 25 KA. at
415 V,having normal current rating up to 25 A to 100A. with Fixed thermal & magnetic release
suitable to work on A.C. supply 50 c/s. with all internal connections & complete erected in existing 16
G.M.S. housing.
ICS=100% of ICU only
Cat III
Item No.-68
Miniature circuit breaker single pole 6A to 32A suitable to operate on 240 V A.C. system and having
breaking capacity 10 KA to be erected in existing box. confirming to IS 8828/1996 with ISI Mark .CatIII
Item No.-69
Providing & erecting 415 V MCB Four Pole for Motor & Inductive Load (C Curve) having 10KA
breaking capacity & confirms to IS :8828 in existing box having following capacity
(c)63 Amp. Cat III
Item No.-70
Signature of Contractor
373
Providing and erecting Sheet Steel powder coated MCB distribution board - flush / surface mounted
fitted with busbar, neutral link, earth bar and DIN rail, confirming to IS 13032 and BS 5486-1986
without MCB to house appropriate nos. of MCBs.(The DBs should be used of same company of MCB
to be used)
(J) Three phase 4 way SS Double door for single phase outgoing horizontal box
Item No.-71
Providing and erecting required size Copper strip for earthing of H.T. OCB / ACB/ Transformer, LT
panel board, Motors etc. using copper clamp.
Item No.-72
Supplying & erecting earth pit of minimum bore dia.150mm size approved make Earthing Electrode
consisting Pipe-in-Pipe Technology as per IS 3043-1987 made of corrosion free G.I.Pipes having
Outer pipe dia of 50mm having 80-200 Micron galvanising, Inner pipe dia of 25 mm having 200-250
Micron galvanising, connection terminal dia of 12mm with constant ohmic value surrounded by
highly conductive compound with high charge dissipation suitable for following type of applications.
(a) For Electrical Installation up to 440V in normal soil
Length of pipe - 1 Mtr
Back filling compound - 1 Nos Bag of 15 Kg.
Item No.-73
Providing and erecting Approved make Ceiling fan with double ball bearing ISI mark with condenser
A.C. 23OV.50 c/s.1200 mm. sweep complete, canopy and 30 cms. down rod erected on existing hook
or clamp with 24/0.2 , 3 core flexible wire with earthing. [Make shall be approved by Engineer in
charge]
Item No.-74
Supplying and erecting 19 / 20 mm. nominal bore Medium Class M.S. Pipe down rod erected duly
painted for fan complete with necessary 24/ O.20, 3 core flexible wire with earthing.
Item No.-75
Providing Fan clamp of 30 x 5 mm flat of required length & 10 mm M.S. Bolt & Nuts erected with
necessary hook of 10 mm M.S. Round Bar.
Item No.-76
Supplying & erecting single phase approved make industrial exhaust fan suitable for medium duty
ring mounted low noise operation suitable for medium duty having following dia size and maximum
speed in RPM
[A] 305 mm dia 900 RPM Cat.II
The Item Nos. 56 to 76
Attached in the tender.
Signature of Contractor
shall be carried out as per SPECIFICATIONS FOR ELECTRICAL WORKS
374
DETAILED SPECIFICATIONS FOR SCHEDULE –B-11
( INTERIOR WORK – NAVSARI )
Item No.-1
Table - 1800 x 900 x 760 mm ( T1 )
The scope includes supply and erection /installation of the item on site. Tables are made of 25 mm.
thick partial board. The top surface is finished with high pressure laminate of 1 mm. thickness. To
avoid warpage boards are provided with balancing laminate of 0.6 mm. thickness., The edges of top
surface are finished with 1 mm. edge banding. The quality of edge banding material is ABS with
primer with single colour. The band is stuck to the surface at 200 centigrade under high pressure for
better adhesion., Mobile Drawer Unit : The box body except the back of the Mobile Drawer Unit is
made of 18mm. thick particle board. The surface is finished with 1 mm. thick high pressure laminate.
The back is made of 8mm. prelaminated particle board which slides inside the box body. All the
boards have balancing laminate of 1 mm. thickness., The edges of box body is finished with 1 mm.
edge banding. The quality of edge banding material is PVC with primer with single colour. The band
is stuck to the surface at 200 degree centigrade under high pressure for better adhesion., The box
body is assembled with the help of 8 Nos. of wooden dowels with surressions of 40 X 8 mm. and with
the help of mini-fix. No screws are visible outside on the box body., The inside drawer body is made
of 12mm. prelaminated partical board fitted on bottom mounted self-closing , soft roller slides of
400mm. The bottom of drawers are made of 8mm. prelaminated partical board which slides inside the
body., The Drawer Units are fitted with unpickable front locking mechanism, made of rim locks. The
design of the locking mechanism is such that only one drawer at time can be opened for safety. The
keys are supplied in duplicate., The MDUs are fitted with „ C „ handles of 8 X 75 mm., The MDUs are
fitted with 4 Nos. of twin castors out of which the front 2 Nos. have locking mechanism. KEY BOARD
TRAY : Keyboard tray is made of 18 mm thickness Prelam Partical board and Durable
telescopic channel both sides. The Colour and Finish Of Tray will be Matching To Table Finish.,
Keyboard is available with or without mousepad. Where required.Sizes are :710 X 250 X 85
(With mousepad), 530 x 250 x 85 ( With Out Mouse pad ) CPU TROLLY : CPU stand is made out
of C.R.C.A. 12mm thick Gauge with pretreatment and 45-micron powder coat in any colour.
CPU stands are provided with four supreme quality of castor in which two casters are with
brake and other two casters are without brake. Inner wall of CPU stand and bottom plate is
covered up with polyurethene 6 mm thick sheet to protect the CPU box from damage.,All
steel components are painting. The process consists of degreasting , derusting, phosphating &
drying to attain proper phosphate coat & crystalling surface. The phosphate products are
powder coated., Modesty Panel : CRCA steel per. panels in powder coated finish with 50-60 DFT
with scractch resistance of 2.5 H,for details and assembly work refer drawings, laminate to be
approved by client / consultants. The rate includes cost of all labour, material and with necessary
tools, tackles, adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall
have matt melamine polish and internal surfaces shall be finished with French polish.for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No.-2
Table - 1500 x 750 x 760 mm ( T2 )
The scope includes supply and erection /installation of the item on site. Tables are made of 25 mm.
thick partial board. The top surface is finished with high pressure laminate of 1 mm. thickness. To
avoid warpage boards are provided with balancing laminate of 0.6 mm. thickness., The edges of top
surface are finished with 1 mm. edge banding. The quality of edge banding material is ABS with
primer with single colour. The band is stuck to the surface at 200 centigrade under high pressure for
Signature of Contractor
375
better adhesion., Mobile Drawer Unit : The box body except the back of the Mobile Drawer Unit is
made of 18mm. thick particle board. The surface is finished with 1 mm. thick high pressure laminate.
The back is made of 8mm. prelaminated particle board which slides inside the box body. All the
boards have balancing laminate of 1 mm. thickness., The edges of box body is finished with 1 mm.
edge banding. The quality of edge banding material is PVC with primer with single colour. The band
is stuck to the surface at 200 degree centigrade under high pressure for better adhesion., The box
body is assembled with the help of 8 Nos. of wooden dowels with surressions of 40 X 8 mm. and with
the help of mini-fix. No screws are visible outside on the box body., The inside drawer body is made
of 12mm. prelaminated partical board fitted on bottom mounted self-closing , soft roller slides of
400mm. The bottom of drawers are made of 8mm. prelaminated partical board which slides inside the
body., The Drawer Units are fitted with unpickable front locking mechanism, made of rim locks. The
design of the locking mechanism is such that only one drawer at time can be opened for safety. The
keys are supplied in duplicate., The MDUs are fitted with „ C „ handles of 8 X 64 mm., The MDUs are
fitted with 4 Nos. of twin castors out of which the front 2 Nos. have locking mechanism. KEY BOARD
TRAY : Keyboard tray is made of 18 mm thickness Prelam Partical board and Durable
telescopic channel both sides. The Colour and Finish Of Tray will be Matching To Table Finish.,
Keyboard is available with or without mousepad. Where required.Sizes are :710 X 250 X 85
(With mousepad), 530 x 250 x 85 ( With Out Mouse pad ) CPU TROLLY : CPU stand is made out
of C.R.C.A. 12mm thick Gauge with pretreatment and 45-micron powder coat in any colour.
CPU stands are provided with four supreme quality of castor in which two casters are with
brake and other two casters are without brake. Inner wall of CPU stand and bottom plate is
covered up with polyurethene 6 mm thick sheet to protect the CPU box from damage.,All
steel components are painting. The process consists of degreasting , derusting, phosphating &
drying to attain proper phosphate coat & crystalling surface. The phosphate products are
powder coated., Modesty Panel : 18 mm thk. Prelam partical boad ,for details and assembly work
refer drawings, laminate to be approved by client / consultants. The rate includes cost of all labour,
material and with necessary tools, tackles, adhesive, screws etc. An external beading / visible teak
wood / veneer surfaces shall have matt melamine polish and internal surfaces shall be finished with
French polish.for satisfactory completion of this item. The rate also includes for all necessary items
required to complete the job as per design /drawing and client / consultant's instructions.
Item No.-3
Side Table - 600 x 600 x 450 mm ( T5 )
The scope includes supply and erection /installation of the item on site. 50 x 50 mm thk. teak wood
legs and frame, 8 mm thk. clear glass top,for details and assembly work refer drawings, The rate
includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An
external beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal
surfaces shall be finished with French polish.for satisfactory completion of this item. The rate also
includes for all necessary items required to complete the job as per design /drawing and client /
consultant's instructions.
Item No.-4
Centre Table - 750 x 450 x 450 mm ( T6 )
The scope includes supply and erection /installation of the item on site. 50 x 50 mm thk. teak wood
legs and frame, 8 mm thk. clear glass top,for details and assembly work refer drawings, The rate
includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An
external beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal
surfaces shall be finished with French polish.for satisfactory completion of this item. The rate also
includes for all necessary items required to complete the job as per design /drawing and client /
consultant's instructions.
Item No.-5
Counter Table - 2800 x 600 x 760 mm ( T 7 )
The scope includes supply and erection /installation of the item on site. Tables are made of 25 mm.
thick partial board. The top surface is finished with high pressure laminate of 1 mm. thickness. To
avoid warpage boards are provided with balancing laminate of 0.6 mm. thickness., The edges of top
surface are finished with 1 mm. edge banding. The quality of edge banding material is ABS with
primer with single colour. The band is stuck to the surface at 200 centigrade under high pressure for
better adhesion., Mobile Drawer Unit : The box body except the back of the Mobile Drawer Unit is
made of 18mm. thick particle board. The surface is finished with 1 mm. thick high pressure laminate.
Signature of Contractor
376
The back is made of 8mm. prelaminated particle board which slides inside the box body. All the
boards have balancing laminate of 1 mm. thickness., The edges of box body is finished with 1 mm.
edge banding. The quality of edge banding material is PVC with primer with single colour. The band
is stuck to the surface at 200 degree centigrade under high pressure for better adhesion., The box
body is assembled with the help of 8 Nos. of wooden dowels with surressions of 40 X 8 mm. and with
the help of mini-fix. No screws are visible outside on the box body., The inside drawer body is made
of 12mm. prelaminated partical board fitted on bottom mounted self-closing , soft roller slides of
400mm. The bottom of drawers are made of 8mm. prelaminated partical board which slides inside the
body., The Drawer Units are fitted with unpickable front locking mechanism, made of rim locks. The
design of the locking mechanism is such that only one drawer at time can be opened for safety. The
keys are supplied in duplicate., The MDUs are fitted with „ C „ handles of 8 X 75 mm., The MDUs are
fitted with 4 Nos. of twin castors out of which the front 2 Nos. have locking mechanism. KEY BOARD
TRAY : Keyboard tray is made of 18 mm thickness
Prelam Partical board and Durable telescopic channel both sides. The Colour and Finish Of Tray
will be Matching To Table Finish., Keyboard is available with or without mousepad. Where
required.Sizes are :710 X 250 X 85 (With mousepad), 530 x 250 x 85 ( With Out Mouse pad ) CPU
TROLLY : CPU stand is made out of C.R.C.A. 12mm thick Gauge with pretreatment and 45micron powder coat in any colour. CPU stands are provided with four supreme quality of
castor in which two casters are with brake and other two casters are without brake. Inner
wall of CPU stand and bottom plate is covered up with polyurethene 6 mm thick sheet to
protect the CPU box from damage.,All steel components are painting. The process consists of
degreasting , derusting, phosphating & drying to attain proper phosphate coat & crystalling
surface. The phosphate products are powder coated., Modesty Panel : 18 mm thk. Prelam partical
boad ,for details and assembly work refer drawings, laminate to be approved by client / consultants.
The rate includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc.
An external beading / visible teak wood / veneer surfaces shall have matt melamine polish and
internal surfaces shall be finished with French polish.for satisfactory completion of this item. The
rate also includes for all necessary items required to complete the job as per design /drawing and
client / consultant's instructions.
Item No.-6
Dining Table - 1800 x 1050 x 760 mm ( T 11 )
The scope includes supply and erection /installation of the item on site. Top with 18 mm thk. Granite
top on 18 mm thk. BWR plywood, S.S. 304 grd. matt. finish base, for details and assembly work refer
drawings, Granite to be approved by client / consultants. The rate includes cost of all labour, material
and with necessary tools, tackles, adhesive, screws etc. An external beading / visible teak wood /
veneer surfaces shall have matt melamine polish and internal surfaces shall be finished with French
polish.for satisfactory completion of this item. The rate also includes for all necessary items required
to complete the job as per design /drawing and client / consultant's instructions.
Item No.-7
Revolving Chair - Manager - High Back ( CH1 )
The scope includes supply and erection /installation of the item on site. High back, with High
Resilience foam, mechanisum with 50 sync with 4 position, 14" ht. adjustable arms with silver / black
finish, alluminium base,for details and assembly work refer drawings, fabric / finish to be approved
by client / consultants. The rate includes cost of all labour, material and with necessary tools,
tackles, adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall have
matt melamine polish and internal surfaces shall be finished with French polish.for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No.-8
Revolving Chair - Manager - Medium Back ( CH2 )
The scope includes supply and erection /installation of the item on site. Medium back, with High
Resilience foam, mechanisum with 50 sync with 4 position, 14" ht. adjustable arms with silver / black
finish, alluminium base,for details and assembly work refer drawings, fabric / finish to be approved
by client / consultants. The rate includes cost of all labour, material and with necessary tools,
tackles, adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall have
matt melamine polish and internal surfaces shall be finished with French polish.for satisfactory
Signature of Contractor
377
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No.-9
Revolving Chair - Standard - Medium Back ( CH3 )
The scope includes supply and erection /installation of the item on site. Medium back, with PU foam,
mechanisum with 40 sync with 1 position, 14" ht. adjustable arms with black finish, alluminium
base,for details and assembly work refer drawings, fabric / finish to be approved by client /
consultants. The rate includes cost of all labour, material and with necessary tools, tackles,
adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall have matt
melamine polish and internal surfaces shall be finished with French polish.for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No.-10
Revolving Chair - Visitor - Low Back ( CH 5 )
The scope includes supply and erection /installation of the item on site. Low back, with PU foam,
fixed arms with black finish, alluminium base,for details and assembly work refer drawings, fabric /
finish to be approved by client / consultants. The rate includes cost of all labour, material and with
necessary tools, tackles, adhesive, screws etc. An external beading / visible teak wood / veneer
surfaces shall have matt melamine polish and internal surfaces shall be finished with French
polish.for satisfactory completion of this item. The rate also includes for all necessary items required
to complete the job as per design /drawing and client / consultant's instructions.
Item No.-11
Waiting Chair ( CH7 )
The scope includes supply and erection /installation of the item on site. Low seating, perf. sheet
metal seat and back with black / silver powder coating finish, for details and assembly work refer
drawings, fabric / finish to be approved by client / consultants. The rate includes cost of all labour,
material and with necessary tools, tackles, adhesive, screws etc. An external beading / visible teak
wood / veneer surfaces shall have matt melamine polish and internal surfaces shall be finished with
French polish.for satisfactory completion of this item. The rate also includes for all necessary items
required to complete the job as per design /drawing and client / consultant's instructions.
Item No.-12
Dining Chair ( CH8 )
The scope includes supply and erection /installation of the item on site. S.S. 304 grd. matt finish
frame, teak wood seat with matt. melamine polish, for details and assembly work refer drawings, The
rate includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An
external beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal
surfaces shall be finished with French polish.for satisfactory completion of this item. The rate also
includes for all necessary items required to complete the job as per design /drawing and client /
consultant's instructions.
Item No.-13
Sofa - 2 Seater - 1380 x 740 x 785 mm ( SF2 )
The scope includes supply and erection /installation of the item on site. fully upholstered sofa, Solid
tropical wood frame, fabric upholstery, polyfiber fill at arms provides additinal cushioning, legs with
S.S. legs,for details and assembly work refer drawings, laminate to be approved by client /
consultants. The rate includes cost of all labour, material and with necessary tools, tackles,
adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall have matt
melamine polish and internal surfaces shall be finished with French polish.for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No.-14
Credenza - 1050 x 450 x 760 mm ( C1 )
Signature of Contractor
378
The scope includes supply and erection /installation of the item on site., The box body except the
back of the credenza is made of 18mm. thick partical board. The top is finished with 1 mm. thick
high pressure laminate. The back is made of 8mm. prelaminated partical board which slides inside
the box body. All the boards have balancing laminate of 1 mm. thickness. ,The edges of box body is
finished with 1 mm. edge banding. The quallity of edge banding material ABS or PVC primer with
single colour. The band is stuck to the surface at 200 degree centigrade under high pressure for
better adhesion., The box body is assembled with the help of 8 Nos. of wooden dowels with
surressions of 40 X 8 mm. and with the the help of mini-fix . No screws are visible outside on the box
body., The credenza is provided with adjustable shelf. The pitch of adjustment is 32mm. The shelfs
are fitted with stiffeners made of CRCA steel of 16 G duly powder coated ., The shutters are fitted
with sliding channels made of alluminium with roller bearing on top and bottom for sliding., The
credenzas are fitted with unpickable push lock. The keys are supplied in duplicate., The shutters are
fitted with „ C „ handles of 8 X 75 mm., The credenzas are fitted with 4 Nos. of level adjusters. The
range of level adjustment is 15 mm.,for details and assembly work refer drawings, laminate to be
approved by client / consultants. The rate includes cost of all labour, material and with necessary
tools, tackles, adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall
have matt melamine polish and internal surfaces shall be finished with French polish.for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No.-15
Credenza - 900 x 450 x 760 mm ( C2 )
The scope includes supply and erection /installation of the item on site., The box body except the
back of the credenza is made of 18mm. thick partical board. The top is finished with 1 mm. thick
high pressure laminate. The back is made of 8mm. prelaminated partical board which slides inside
the box body. All the boards have balancing laminate of 1 mm. thickness. ,The edges of box body is
finished with 1 mm. edge banding. The quallity of edge banding material ABS or PVC primer with
single colour. The band is stuck to the surface at 200 degree centigrade under high pressure for
better adhesion., The box body is assembled with the help of 8 Nos. of wooden dowels with
surressions of 40 X 8 mm. and with the the help of mini-fix . No screws are visible outside on the box
body., The credenza is provided with adjustable shelf. The pitch of adjustment is 32mm. The shelfs
are fitted with stiffeners made of CRCA steel of 16 G duly powder coated ., The shutters are fitted
with sliding channels made of alluminium with roller bearing on top and bottom for sliding., The
credenzas are fitted with unpickable push lock. The keys are supplied in duplicate., The shutters are
fitted with „ C „ handles of 8 X 75 mm., The credenzas are fitted with 4 Nos. of level adjusters. The
range of level adjustment is 15 mm.,for details and assembly work refer drawings, laminate to be
approved by client / consultants. The rate includes cost of all labour, material and with necessary
tools, tackles, adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall
have matt melamine polish and internal surfaces shall be finished with French polish.for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No.-16
Storage - 1800 x 450 x 760 mm ( S1 )
The scope includes supply and erection /installation of the item on site., 4 shutters ,The box body
except the back of the Storage is made of 18mm. thick partical board. The surface is finished with 1
mm. thick high pressure laminate. The back is made of 8mm. prelaminated particle board which
slides inside the box body. All the boards have balancing laminate of 0.6mm. thickness., The edges
of box body is finished with 1 mm. edge banding.The quality of edge banding materials is ABS or
PVC with single colour. The band is stuck to the surface at 160 degree centigrade under high
pressure for better adhesion., The box body is assembled with the help of 8 Nos. of wooden dowels
with surressions of 40 X 8 mm. and with the help of mini-fix. No screws are visible outside on the
box body., The storage is supported with adjustable shelves. The pitch of adjustment is 32mm. The
shelves are fitted with stiffeners ( on request ) made of CRCA steel of 16 G duly power coated. The
thickness of powder coating is 50 microns., Alternatively the storages are provided with concealed
clip on hinges with the opening of 98 degree., The shutters are fitted with „ C „ handles of 8 X 160
mm., The storage is fitted with multipurpose lock. The keys are supplied in duplicate., The storages
are provided with 4 Nos. of level adjusters. The range of level adjustment is 15 mm.
,for details and assembly work refer drawings, laminate to be approved by client / consultants. The
rate includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An
external beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal
Signature of Contractor
379
surfaces shall be finished with French polish.for satisfactory completion of this item. The rate also
includes for all necessary items required to complete the job as per design /drawing and client /
consultant's instructions.
Item No.-17
Storage - 1200 x 450 x 1900 mm ( S3 )
The scope includes supply and erection /installation of the item on site., 4 shutters , The box body
except the back of the Storage is made of 18mm. thick partical board. The surface is finished with 1
mm. thick high pressure laminate. The back is made of 8mm. prelaminated particle board which
slides inside the box body. All the boards have balancing laminate of 0.6mm. thickness., The edges
of box body is finished with 1 mm. edge banding.The quality of edge banding materials is ABS or
PVC with single colour. The band is stuck to the surface at 160 degree centigrade under high
pressure for better adhesion., The box body is assembled with the help of 8 Nos. of wooden dowels
with surressions of 40 X 8 mm. and with the help of mini-fix. No screws are visible outside on the
box body., The storage is supported with adjustable shelves. The pitch of adjustment is 32mm. The
shelves are fitted with stiffeners ( on request ) made of CRCA steel of 16 G duly power coated. The
thickness of powder coating is 50 microns., Alternatively the storages are provided with concealed
clip on hinges with the opening of 98 degree., The shutters are fitted with „ C „ handles of 8 X 160
mm., The storage is fitted with multipurpose lock. The keys are supplied in duplicate., The storages
are provided with 4 Nos. of level adjusters. The range of level adjustment is 15 mm.
,for details and assembly work refer drawings, laminate to be approved by client / consultants. The
rate includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An
external beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal
surfaces shall be finished with French polish.for satisfactory completion of this item. The rate also
includes for all necessary items required to complete the job as per design /drawing and client /
consultant's instructions.
Item No.-18
Storage - 800 x 450 x 1900 mm ( S4 )
The scope includes supply and erection /installation of the item on site., 2 shutters , The box body
except the back of the Storage is made of 18mm. thick partical board. The surface is finished with 1
mm. thick high pressure laminate. The back is made of 8mm. prelaminated particle board which
slides inside the box body. All the boards have balancing laminate of 0.6mm. thickness., The edges
of box body is finished with 1 mm. edge banding.The quality of edge banding materials is ABS or
PVC with single colour. The band is stuck to the surface at 160 degree centigrade under high
pressure for better adhesion., The box body is assembled with the help of 8 Nos. of wooden dowels
with surressions of 40 X 8 mm. and with the help of mini-fix. No screws are visible outside on the
box body., The storage is supported with adjustable shelves. The pitch of adjustment is 32mm. The
shelves are fitted with stiffeners ( on request ) made of CRCA steel of 16 G duly power coated. The
thickness of powder coating is 50 microns., Alternatively the storages are provided with concealed
clip on hinges with the opening of 98 degree., The shutters are fitted with „ C „ handles of 8 X 160
mm., The storage is fitted with multipurpose lock. The keys are supplied in duplicate., The storages
are provided with 4 Nos. of level adjusters. The range of level adjustment is 15 mm.
,for details and assembly work refer drawings, laminate to be approved by client / consultants. The
rate includes cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An
external beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal
surfaces shall be finished with French polish.for satisfactory completion of this item. The rate also
includes for all necessary items required to complete the job as per design /drawing and client /
consultant's instructions.
Item No.-19
Notice Board with Glass shutter- 1800 x 900 mm
The scope includes supply and erection /installation of the item on site. 12 mm softboard on 06 mm
BWR plywood with cotton cloth / cloth approved by client / consultants, 8 mm thk. clear glass to be
fixed with 50 x 50 mm thk. teak wood frame, lock with 2 duplicate keys, 75 mm long " c " type S.S.
304 grd. handle ,for details and assembly work refer drawings, laminate to be approved by client /
consultants. The rate includes cost of all labour, material and with necessary tools, tackles,
adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall have matt
melamine polish and internal surfaces shall be finished with French polish.for satisfactory
Signature of Contractor
380
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No.-20
Soft Board - 1800 x 900 mm
The scope includes supply and erection /installation of the item on site. 12 mm softboard on 06 mm
BWR plywood with cotton cloth / cloth approved by client / consultants ,for details and assembly
work refer drawings, laminate to be approved by client / consultants. The rate includes cost of all
labour, material and with necessary tools, tackles, adhesive, screws etc. An external beading /
visible teak wood / veneer surfaces shall have matt melamine polish and internal surfaces shall be
finished with French polish.for satisfactory completion of this item. The rate also includes for all
necessary items required to complete the job as per design /drawing and client / consultant's
instructions.
Item No.-21
White Board - 1800 x 900 mm
The scope includes supply and erection /installation of the item on site. 1.5 mm thk. marker grade
laminate on 12 mm thk. BWR plywood, 50 x 50 mm thk. teak wood frame, for details and assembly
work refer drawings, laminate to be approved by client / consultants. The rate includes cost of all
labour, material and with necessary tools, tackles, adhesive, screws etc. An external beading /
visible teak wood / veneer surfaces shall have matt melamine polish and internal surfaces shall be
finished with French polish.for satisfactory completion of this item. The rate also includes for all
necessary items required to complete the job as per design /drawing and client / consultant's
instructions.
Item No.-22
Art Work
The scope includes supply and erection /installation of the item on site. 50 x 50 mm thk. teak wood
frame, back with 6 mm thk. BWR plywood, 6 mm thk. clear glass, 1 picture / sketch / art in each
frame, for details and assembly work refer drawings, picture / sketch / art to be approved by client /
consultants. The rate includes cost of all labour, material and with necessary tools, tackles,
adhesive, screws etc. An external beading / visible teak wood / veneer surfaces shall have matt
melamine polish and internal surfaces shall be finished with French polish.for satisfactory
completion of this item. The rate also includes for all necessary items required to complete the job
as per design /drawing and client / consultant's instructions.
Item No.-23
Projector Screen - 1525 x 2025 mm
The scope includes supply and erection /installation of the item on site. Designed for controlled and
uniform rolling of screen fabric, the motor is concealed within the roller, which ensures smooth and
quiet operation. The motors are high quality equipped with internal thermal overload protection
guarateeing trouble free usage. Available in superior imported viewing surfaces which are best
suited for Front projection.They can be lowered or raised using a 3-way rocker switch (included in
the cost) or optional Original RADIO remote control. The screen stops automatically in the UP and
DOWN positions.High quality at low cost.Specifications• Electrically operated 220V, AC 50Hz singlephase motor mounted inside roller tube 3-wire instantly reversible type with brake.Equipped with
internal thermal overload protection. Preset limit switch setting automatically stops the screen in UP
and DOWN position. 3-position control switch or radio-remote control stops or reverses screen
direction at any point in the operating cycle. Robust square or hexagonal case in powder coated
metal casing.Wall or ceiling mounted,for details and assembly work refer drawings,The rate includes
cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An external
beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal surfaces
shall be finished with French polish.for satisfactory completion of this item. The rate also includes
for all necessary items required to complete the job as per design /drawing and client / consultant's
instructions.
Item No.-24
Wooden Partition ( Full and Half Height )
Signature of Contractor
381
The scope includes supply and erection /installation of the item on site. The partition frame work
comprises of 25 X 50 mm MDF Section with vertical and horizontal sections with necessary gaps for
cable management at regular intervals, The penal are of 8 mm MDF stuck on both side of grid work
with outer side with .8 mm high pressure laminate, The partition are fixed with tong and grove
arrangement , The framework can be with panels made of fabric, inboard panel, laminated panels or
glass panels, The fabric panels are made of 8mm. plain partical board/ MDF laded with desired fabric
/ laminate, The inboard panels are made of 12mm. soft board with, clubbed with desired fabric, The
Laminate panels are made of 8mm. plain partical board/MDF pressed with high pressure laminate of
1 mm, Wherever necessary the cutouts are provided for mounting the switches,for details and
assembly work refer drawings, laminate to be approved by client / consultants. The rate includes
cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An external
beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal surfaces
shall be finished with French polish.for satisfactory completion of this item. The rate also includes
for all necessary items required to complete the job as per design /drawing and client / consultant's
instructions.
Item No.-25
Vertical Blinds
The scope includes supply and erection /installation of the item on site.The HEAD CHANNEL shall
measure 30mm wide and 27.6mm deep with a nominal wall thickness of 1.2mm to 1.4mm extruded
from patented 6063-T5 alloy finished in clear anodisation to a thickness of 20 microns. The SPLINE
SHAFT shall be a tri-lobular patented aluminium extrusion of 6063-T5 alloy. The SLAT TRAVELLERS
assembly shall be moulded in a imported high engineering grade plastic & shall incorporate a gear
clutch designed to prevent damage to the assembly. Slat hooks shall be removable to allow
replacement where required without dismantling the tracking system. The SLAT SPACER LINKS
shall be moulded from imported high engineering grade plastic and shall couple the slat travelers
together in a predetermined spaced relationship and to allow equal overiap (minimum 12mm)
between slats across the width of the shade.The TILT CONTROL shall be by means of imported
braided nylon cord with 3.25mm diameter engineering grade plastic, balls moulded co-axially to it on
4.4mm c-t-c distance, by pulling on the ball chain connected to a pulley. The SLAT CARRIERS shall
be of moulded nylon and shall be suitable for snap insertion into the hook of the traveler assembly.
The BOTTOM LINKAGE CHAIN shall couple adjacent slats at the base to minimize differential
movement of slats. The CHANNEL MOUNTING BRACKETS shall be press formed angle brackets and
provided with holes for fixing screws and nut attachment of the channel mounting clips. Finish shall
be clear passivated Zinc plate. The TRAVERSING CORD shall be 2.0mm diameter and constructed
with a braided polyester jacket over a polyester core. The cord shall be held in tension by a cord
weight. The FABRIC SLATS shall be slit in 100 mm widths & provided with bottom pockets for
housing bottom weights which are coupled together by means of endless bead chains pivotally
attached by clasps to each side of each weight. The clasp shall be capable of self-release from the
bottom weight when the chain is subjected to accidental loads. Slat overlaps shall never be less than
12mm minimum. The BOTTOM WEIGHTS shall be moulded from high quality plastic and shall weigh
not less than 32 gms. each, to ensure constant tensioned straightness of the fabric slats. for details
and assembly work refer drawings, laminate to be approved by client / consultants. The rate includes
cost of all labour, material and with necessary tools, tackles, adhesive, screws etc. An external
beading / visible teak wood / veneer surfaces shall have matt melamine polish and internal surfaces
shall be finished with French polish.for satisfactory completion of this item. The rate also includes
for all necessary items required to complete the job as per design /drawing and client / consultant's
instructions.
Item No.-26
Dustbin - M.S. ( M.S. black powder coated, perf. Metal sheet with 3 mm dia. Hole )
The Item Nos. 1 to 26 shall be carried out & paid as per specification described in respective item
description in schedule and as per instructions of E.I.C / Consultant.
DETAILED SPECIFICATIONS FOR SCHEDULE –B-12
( RETAINING WALL-202 METER LENGTH)
Signature of Contractor
382
Item No.-1
Excavation for foundation up to 1.5 m depth including sorting out and stacking of useful materials
and disposing of the excavated stuff up to 50 meter lead. (A) Loose or soft soil
Above item shall be carried out as specification of item-1 of Detailed Specifications for Schedule-B-1
Item No.-2
Excavation for foundation for depth from 1.5 m to 3.0 m depth including sorting out and stacking or
useful materials and disposing of the excavated stuff upto 50 M lead. (A) Loose or soft soil
Above item shall be carried out as specification of item-2 of Detailed Specifications for Schedule-B-1
Item No.-3
Excavation for foundation for depth from 3 m to 5.0 m depth including sorting out and stacking or
useful materials and disposing of the excavated stuff upto 50 M lead. (A) Loose or soft soil
Above item shall be carried out as specification of item-2 of Detailed Specifications for Schedule-B-1,
except that the excavation work shall be carried out in loose or soft soil with lift 3.0 M. to 5.0 M.
Item No.-4
Extra for additional depth more than 5.0mtr for excavtion for foundation for foundation including
sorting out and stacking of useful materials disposing of the excavated stuff up to 50 meter lead
(A) Loose or soft soil
Above item shall be carried out as specification of item-2 of Detailed Specifications for Schedule-B-1,
except that the excavation work shall be carried out in loose or soft soil with lift more than 5.0 M.
Item No.-5
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.
Above item shall be carried out as specification of item-3 of Detailed Specifications for Schedule-B-1
Item No.-6
Filling in plinth with sand under floors including watering 383eaming, consolidating and dressing
etc. comp
Above item shall be carried out as specification of item-4 of Detailed Specifications for Schedule-B-1
Item No.-7
Providing and laying cement concrete 1:4:8 (1 cement : 4 coarse sand : 8 hand broken stone
aggregate 40 mm nominal size) and curing complete excluding cost of form work in :
Foundation and Plinth.
Above item shall be carried out as specification of item-6 of Detailed Specifications for Schedule-B-1
Item No.-8
Providing TMT FE – 415 bar reinforcement for R.C.C. work including bending binding and placing in
position complete up to floor two level.
Ground Floor
Above item shall be carried out as specification of item-8 of Detailed Specifications for Schedule-B-1
Item No.-9
Signature of Contractor
383
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( A ) Foundations footings Base of columns and mass concrete.
Above item shall be carried out as specification of item-11 of Detailed Specifications for Schedule-B-1
Item No.-10
Providing laying controlled cement concrete M-250 work with curing complete including the cost of
form work and excluding the rate of reinforcement for reinforced concrete work in.
Upto floor two level
Ground Floor
( E ) Walls from top of foundation level
Above item shall be carried out as specification of item-11 of Detailed Specifications for Schedule-B-1. The
work shall be for walls from top of foundation level up to two level.
Item No.-11
Finishing walls with Acrylic smooth exterior paint of required shade :- New work ( Two or more coat
applied @ 1.67 lit / 10 sqm over and including base coat of water proofing cement paint applied @ 2.2
Kg / 10 sqm )
Above item shall be carried out as specification of item-65 of Detailed Specifications for Schedule-B-1
DETAILED SPECIFICATIONS FOR SCHEDULE –B-13
( LANDSCAPING WORKS-NAVSARI )
Item No.-1
Signature of Contractor
384
Excavation of existing soil/ rubble/ settled material for shrub beds in planter pits upto a depth of
60cms from top of finished surface or till the depth of obstruction, removing all unwanted material
like brickbats, grass root stumps, stones breaking the clods etc and disposing them within site.
Cleaning the pit after excavation and filling the pit upto half depth with water (before filling with
earth) and leaving it for 10 days, then weeding and preparing the pit ready for sweet earth & compost
fill.
Item No.-2
Excavation of existing soil/ rubble/ settled material for tree pits in planter pits upto a depth of 120cms
from top of finished surface or till the depth of obstruction, removing all unwanted material like
brickbats, grass root stumps, stones breaking the clods etc and disposing them whithin site.
Cleaning the pit after excavation and filling the pit upto half depth with water (before filling with
earth) and leaving it for 10 days, then weeding and preparing the pit ready for sweet earth & compost
fill.
Item No.-3
Supplying and stacking at site dump manure from approved source including carriage up to 1 km (
manure measured in stacks will be reduced by 8 % for payment )
Item No.-4
Collection of Sweet Earth as approved by the Engineer-in-Charge including cost of excavation,
royalty, loading, unloading, transport & stacking at site of work. 20% extra added for compaction
Item No.-5
Mixing and Filling of mix of manure and good earth in proportion of 1:3 (1 part manure and 3 part
sweet earth) in required thickness including proper dressing, leveling, rolling, watering and
compacting as per the levels specified in the drawings as approved by Engineer-in-Charge (cost of
manure or/and good earth to be paid separately)
Item No.-6
Providing & cultivating lawns with good quality rooted cuttings of CYNODON DACTYLON (planted
not more than 150mm c/c) including, proper toping, leveling, dressing, rolling weeding periodical
hand cutting and machine mowing, watering and maintaining the lawns for 24 months maintenance.
Item No.-7
Supplying and planting Trees of variety as directed in pits by filling good earth and manure (mixed in
equal portion and filled upto entire depth of pit, inclusive of cost of plants and fertilizer application).
Tree plantation will be as mentioned in drawing or as directed by the consultant /E.I.C and watering
complete including its maintenance and replacement of diseased and dead plants upto 12 months
maintenance.
Item No.-8
Supplying and planting of Shrubs of variety in pits by filling good earth and manure (mixed in equal
portion and filled upto entire depth of pit, inclusive of cost of plants and fertilizer application). Shrub
plantation will be as mentioned in drawing or as directed by the consultant/ E.I.C and watering
complete including its maintenance and replacement of diseased and dead plants upto 24 months
maintenance.
Item No.-9
Designing, Providing and Supplying Drip Irrigation System capable of watering the Central Office
Complex site admeasuring approx. 10 H consisting of the following works (The design of entire
system shall be got approved before execution) : i) Designing, providing and installing Hydro
pneumatic system (pressure pump) so as to supply water to the entire site (The system shall be
installed based on the tank at Central Service Yard).
Signature of Contractor
385
ii) Desiging, zoning of the entire site so as to minimize power consumption and water losses.
iii) Providing, supplying and fixing adequate numbers of control valves so as to maintain and
support the zoning as described above.
iv) Providing, supplying & laying 20 to 75 mm HDPE pressure pipe (4kg / cm2) in the entire site as
required for watering the plants, lawns etc. without disturbing permanent strucutres and pucca roads
v) Providing, Supplying and laying 15-35 mm dia PVC flexible pipe to water the hedges, shrubs,
shaded trees etc.
vi) Providing, Supplying and laying 5mm dia PVC drip at all large trees as per requirement in design.
vii) Providing, supplying and laying Pop-up which can cover 6.00 m. radially. The layout of pop-up
shall be so designed, so that the flow from the adjoining pop-ups shall over lap each other by atleast
3.00 m. at all required locations.
viii) Providing, Supply and laying sprinkler with a capacity to cover 6.00 m radially at all required
locations.
ix) Providing, Supplying and installing fertilizer mixing and distribution system by providing a 200 ltr.
capacity HDPE tank with necessary pipes, fixtures, control valves so as prepare dose of required mix
and allow mixing to the distribution system.
Commissioning the entire system.
Item No.-10
Maintenance of the entire campus and developed garden, trees included lawn grass, trees, shrubs,
hedge, indoor plants etc. Maintenance period shall be 24 months. The maintenance shall include
daily watering, spraying of insecticides, trimming, cutting, mowing, sweeping and cleaning of garden
areas, replenishment of dead plants ( free of cost) and replanting of seasonal flower beds and
maintenance there of including cost of tools, equipment‟s, hosepipes, movers etc. all complete. For
this work the contractor will have to deploy sufficient no. of skilled and unskilled labour with
adequate supervision by a qualified and experienced supervisor and all this will be included in the
rate quoted.
The maintenance will also include maintenance of Drip Irrigation System.
Above items shall be carried out as specifications described in Detailed Specifications for Schedule-B-8
DETAILED SPECIFICATIONS FOR SCHEDULE –B-14
(ROADS AND PARKING-NAVSARI)
Item No.-1
Box cutting in road surface to proper slope and camber for making a base for road work including
removing the excavated stuff and depositing on the road side slope as directed upto 50 Mtr. Lead
Above item shall be carried out as specification of item-1 of Detailed Specifications for Schedule-B-6
Signature of Contractor
386
Item No.-2
Consolidation of surface dressing in one coat with power roller including cost of fuel, hire charges of
roller etc.complete .
Above item shall be carried out as specification of item-2 of Detailed Specifications for Schedule-B-6
Item No.-3
Construction of granular sub-base by providing coarse graded Material, spreading in uniform layers
with motor grader on prepared surface mixing in place method with rotavator at OMC and
compacting with vibratory power roller to achieve the desired density, complete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
GRANNULAR SUB BASE :
1. Scope
This work shall consist of laying and compacting well- graded material on prepared subgrade in accordance
with the requirements of these Specifications. The material shall be laid in one or more layers as sub-base or
lower sub-base and upper sub-base (termed as sub-base hereinafter) as necessary according to lines,
grades and cross- sections shown on the drawings or as directed by the Engineer.
1.2
Materials
1.2.1. The material to be used for the work shall be natural sand, moored, gravel, crushed stone, or
combination thereof depending upon the grading required. Materials like crushed slag, crushed concrete,
brick metal and kankar may be allowed only with the specific approval of the Engineer. The material shall be
free from organic or other deleterious constituents and conform to one of the three gradings given in Table 1.
While the gradings in Table -1 are in respect of close- graded granular sub-base materials, one each for
maximum particle size of 75 mm, 53 mm and 26.5 mm, the corresponding gradings for the coarse- graded
materials for each of the three maximum particle sizes are given at Table -2. The grading to be adopted are
specified in the Contract.
1.2.2 Physical requirements : The material shall have a 10 percent fines value of 50 kN or more (for sample
in soaked condition) when tested in compliance with BS:812 (Part 111). The water absorption value of the
coarse aggregate shall be determined as per IS: 2386(Part 3); if this value is greater than 2 percent, the
soundness test shall be carried out on the material delivered to site as per IS: 383. For Grading II and III
materials, the CBR shall be determined at the density and moisture content likely to be developed in
equilibrium conditions which shall be taken as being the density relating to a uniform air voids content of 5
percent.
TABLE -1. GRADING FOR CLOSE- GRADED GRANULAR
IS Sieve Designation
75.0 mm
53.0 mm
26.5 mm
9.50 mm
4.75 mm
2.36 mm
0.425 mm
0.075 mm
CBR Value (Minimum)
Percent by weight passing the IS sieve
Grading 1
Grading II
Grading III
100
80-100
100
55-90
70-100
100
35-65
50-80
65-05
25-55
40-65
50-80
20-40
30-50
40-65
10-25
15-25
20-35
3-10
3-10
3-10
30
25
20
TABLE -2. GRADING FOR COARSE GRADED GRANULAR SUB-BASE MATERIALS
Signature of Contractor
387
IS Sieve Designation
75.0 mm
53.0 mm
26.5 mm
9.50 mm
4.75 mm
2.36 mm
0.425 mm
0.075 mm
CBR Value (Minimum)
Percent by weight passing the IS sieve
Grading 1
Grading II
Grading III
100
100
55-90
50-80
100
10-30
15-35
25-45
<10
30
<10
25
<10
20
Note : The material passing 425 micron (0.425mm) sieve for all the three gradings when tested according to
IS : 2720 (Part 5) shall have liquid limit and plasticity index not more than 25 and 6 percent respectively.
1.3
Strength of sub-base :
It shall be ensured prior to actual execution that the material to be used in the sub-base satisfies the
requirements of CBR and other physical requirements when compacted and finished.
When directed by the Engineer, this shall be verified by performing CBR tests in the laboratory as required
on specimens remoulded at field dry density and moisture content and any other tests for the "quality" of
materials, as may be necessary.
1.4 Construction Operations :
1.4.1 Preparation sub grade : Immediately prior to the laying of sub-base, the sub grade already finished
to IRC Clause 301 or 305 as applicable shall be prepared by removing all vegetation and other extraneous
matters lightly sprinkled with water if necessary and rolled with two passes of 80-100 kN smooth wheeled
roller.
1.4.2.Spreading and compacting : The sub-base material of grading specified in the Contract shall be spread
on the prepared subgrade with the help of a motor grader of adequate capacity, its blade having hydraulic
controls suitable for initial adjustment and for maintaining the required slope and grade during the operation
or other means as approved by the Engineer.
When the sub-base material consists of combination of material mentioned in Clause 1.2.1 mixing shall be
done mechanically by the mix- in - place method.
Manual mixing shall be permitted only where the width of laying is not adequate for mechanical operations,
as in small-sized jobs. The equipment used for mix-in-place construction shall be a rotavator or similar
approved equipment capable of mixing the material to the desired degree. If so desired by the Engineer, trial
runs with the equipment shall be carried out to establish its suitability for the work.
Moisture content of the loose material shall be checked in accordance with IS:2720(Part 2) and suitably
adjusted by sprinkling additional water from a truck mounted or trailer mounted water tank and suitable for
applying water uniformly and at controlled quantities to variable widths of surface or other means approved
by the Engineer so that, at the time of compaction, it is from 1 percent above to 2 percent below the
optimum moisture content corresponding to IS:2720 ((Part 8). While adding water due allowance shall be
made for evaporation losses. After water has been added, the material shall be processed by mechanical or
other approved means like disc harrows, rotavators until the layer is uniformly wet.
Immediately thereafter, rolling shall start. If the thickness of the compacted layer does not exceed 100 mm, a
smooth wheeled roller of 80 to100 kN weight may be used. For a compacted single layer upto 225 mm the
compaction shall be done with the help of a vibratory roller of maximum 80 to 100 kN static weight with plain
drum or pad foot drum or heavy pneumatic tyred roller of minimum 200 to 300 kN weight having a minimum
tyre pressure of 0.7 MN/m or equivalent capacity roller capable of achieving the required compaction. Rolling
shall commence at the lower edge and proceed towards the upper edge longitudinally for portion having
unidirectional cross fall and super elevation and shall commence at the edges and progress towards the
center for portions having cross fall on both sides.
Each pass of the roller shall uniformly overlap not less than one third of the track made in the preceding
pass. During rolling, the grade and cross fall (camber) shall be checked and any high spots or depressions,
which become apparent shall be corrected by removing or adding fresh material. The speed of the roller
shall not exceed 5 km per hour.
Signature of Contractor
388
Rolling shall be continued till the density achieved is at least 98 percent of the maximum dry density for the
material determined as per IS:2720 (Part 8). The surface of any layer of material on completion of
compaction shall be well closed, free from movement under compaction equipment and form compaction
planes, ridges, cracks or loss material. All loose, segregated or otherwise defective areas shall be made
good to the full thickness of layer and re-compacted.
1.5 Surface Finish and Quality Control of Work.
The surface finish of construction shall conform to the requirements of IRC Clause 902.
Control on the quality of materials and works shall be exercised by the Engineer in accordance with IRC
Section 900.
Arrangements for Traffic
During the period of construction arrangement of traffic shall be maintained in accordance with IRC Clause
112.
1.7 Measurements for Payment
Granular sub-base shall be measured as finished work in position in cubic metres.
The protection of edges of granular sub-base extended over the full information as shown in the drawing
shall be considered incidental to the work of providing granular sub-base and as such no extra payment shall
be made for the same.
1.8 Rate
The Contract unit rate for granular sub-base shall be payment in full for carrying out the required operations
including full compensation for :
(i) making arrangements for traffic to IRC Clause 112 except for initial treatment to vegetation , shoulders
and construction of diversions ;
(ii)
furnishing all material to be incorporated in the work including all royalities, fees, rents where
necessary and all leads and lifts;
(iii)
all labour, tools, equipment and incidentals to complete the work to the Specifications :
(iv)
carrying out the work in part widths of road where directed, and
(v)
carrying out the required tests for quality control.
Item No.-4
Providing, laying, spreading and compacting graded stone aggregate to wet mix macadam
specification including premixing the Material with water at OMC in mechanical mix plant carriage of
mixed Material by tipper to site, laying in uniform layers with paver in sub- base / base course on well
prepared surface and compacting with vibratory roller to achieve the desired density.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
WET MIX MACADAM SUB-BASE/BASE
1.00 This work shall consist of laying and compacting clean, crushed, graded aggregate and granular
material premixed with water, a dense mass on a prepared subgrade / sub-base/base or existing pavement
as the case may be in accordance with the requirements these Specifications. The material shall be laid in
one or more layers necessary to lines, grades and cross- sections shown on the approved drawings or
directed by the Engineer.
The thickness of a single compacted Wet Mix Macadam layer shall not be less than 75 mm. When vibrating
or other approved types of compacting equipment are used, the compacted depth of a single layer of the
sub-base course may be increased to 200 mm upon approval of the Engineer.
2. Materials
2.1 Aggregates
Signature of Contractor
389
2.1.1 Physical requirements : Coarse aggregates shall be crushed stone. If crushed gravel/ shingle is used,
not less than 90 percent by weight of the gravel/ shingle pieces retained on 4.75 mm sieve shall have at
least two fractured faces. The aggregates shall conform to the physical requirements set forth in Table - 1
below.
TALE -1
PHYSICAL REQUIREMENTS OF COARSE AGGREGATES FOR WET MIX MACADAM
FOR SUB-BASE -BASE COURSES
1
2
Test
Los Angeles
Abrasion value or
Aggregate
Impart value
Combined Flakiness and
Elongation
indexes
(Total)
Test Method
IS-2386 (Part-4)
Requirements
40 percent (Max)
IS-2386 (Part-4)
or IS 5040
IS:2380(Part-4)
or IS 5040
IS: 2380 (Part-1)
30 percent (Max)
30 percent (Max)
Aggregate may satisfy requirements of either of the two rests.
To determine this combined proportion, the flaky stone, form a representative sample should first be
separated out. Flakiness index is weight of flaky stone metal divided by weight of stone sample. One the
elongated particles be separated out from the remaining (non-flaky) stone metal Elongation index is weight
of elongated particles divided by the total non- flaky parties.. The value of flakiness index and elongation
index so found are added up.
If the water absorption value of the coarse aggregate is greater than 2 percent, the soundness test shall be
carried out on the material delivered to site as per IS 2386 (Part-5).
2.1.2 Grading requirements :The aggregates shall conform to the grading given in Table –2
TABLE -2 GRADING REQUIREMENT OF AGGREGATES FOR WET MIX MACADAM
IS Sieve Designation
53.00 mm
45.00 mm
26.50 mm
22.40 mm
11.20 mm
4.75 mm
2.36 mm
600.00 micron
75.00 micron
Percent by weight passing the IS sieve
100
95-100
60-80
40-60
15-30
15-30
8-22
0-8
Material finer than 425 micron shall have Plasticity Index (PI) not exceeding 6.
The final gradation approved within these limits shall be well graded from coarse to fine and shall not vary
from the low limit on one sieve to the high limit on the adjacent or vice versa.
3.0 Construction Operations
3.1 Preparation of base :
The surface of the subgrade/sub-base /base to receive the wmm course shall be prepared to the specified
lines and crossfall (camber ) and made free of dust and other extraneous material. Any ruts or soft yielding
places shall be corrected in an approved manner and rolled until firm surface is obtained if necessary by
sprinkling water. Any sub-base/base/surface irregularities, where predominant, shall be made good by
providing appropriate type of profile corrective course (levelling course) to I.R.C. Clause 501 .
As far as possible, laying wmm course over an existing thick bituminous layer may be avoided since it will
cause problems of internal drainage of the pavement at the interface of two courses. It is desirable to
completely pick out the existing thin bituminous wearing course where water bound macadam is proposed to
be laid over it. However, where the intensity of rain is low and the interface drainage facility is efficient, wmm
can be laid over the existing thin bituminous surface by cutting 50 mm X 50 mm furrows at an angle of 45
degrees to the centre line of the pavement at one metre intervals in the existing road. The directions and
Signature of Contractor
390
depth of furrows shall be such that they provide adequate bondage and also serve to drain water to the
existing granular base course beneath the existing thin bituminous surface.
3.2 Provision of lateral confinement of aggregates : While constructing wet mix macadam, arrangement shall
be made for the lateral IRC confinement of wet mix. This shall be done by laying materials in adjoining
shoulders along with that of wet mix macadam layer and following the sequence of operations described
Clause I.R.C. 407.4.1.
3.3. Preparation of Mix : Wet Mix Macadam shall be prepared in an approved mixing plant of suitable
capacity having provision for controlled addition of water and force positive mixing arrangement quantity of
wet mix works, the Engineer may permit the mixing to be done in concrete mixers.
Optimum moisture for mixing shall be determined in accordance with IS: 2720 (Part - S) after replacing the
aggregate fraction retained on 22.4 mm sieve with material of 4.75 mm to 22.4 mm size. While adding water,
due allowance should be made fo evaporatio losses. However, at the time of compaction, water in the wet
mix should not vary form the optimum value by more than agreed limits. The mixed material should be
uniformly wet and no segregation should be permitted.
3.4 Spreading of mix : Immediately after mixing, the aggregates shall be spread uniformly and evenly upon
the prepared subgrade/sub-base in required quantities. In no case should these be dumped in heaps directly
on the area where these are to be laid nor shall their hauling over a partly completed stretch be permitted.
The mix may be spread either by a paver finisher or motor grader. For portions where mechanical means
cannot be used, manual means as approved by the Engineer shall be used. The motor grader shall be
capable of spreading the material uniformly all over the surface. Its blade shall have hydraulic control
suitable for initial adjustments and maintaining the same so as to achieve the specified slope and grade.
The paver finish shall be self- propelled, having the following features :
(i)
Loading hoppers and suitable distribution mechanism
(ii)
The screed shall have tamping and vibrating arragement for initial compaction to the layer as it is
spread without rutting or otherwise marring the surface profile.
(iii)
The paver shall be equipped with necessary control mechanism so as to ensure that the finished
surface blemishes
The surface of the aggregate shall be carefully checked with templates and all high or low spots remedied
by removing or adding aggregate as may be required. The layer may be tested by depth blocks during
construction. No segregation of large and fine particles should be allowed. The aggregates as spread should
be of uniform gradations with no pockets of fine materials.
3.5 Compaction : After the mix has been laid to the required thickness, grade and cross fall / camber the
same shall be uniformly compacted, to the full depth with suitable roller. If the thickness of single compacted
layer does not exceed 100 mm a smooth wheel roller of 80 to 100 kN weight may be used. For a
compacted single layer upto 200 mm. the compaction shall be done with the help of vibratory roller of
minimum static weight of 80 to 100 kN or equivalent capacity roller. The speed of the roller shall not exceed
5 km/h.
In portions having unidirectional cross fall/ super elevation, rolling shall commence from the lower edge and
progress gradually towards the upper edge. Thereafter, roller should progress parallel to the center line of
the road, uniformly over - lapping each preceding track by at least one third width until the entire surface has
been rolled. Alternate trips of the roller shall be terminated in stops at least 1 m away from any preceding
stop.
Any displacement occurring as a result of reversing of the direction of a roller or from any other cause shall
be corrected at once as specified and/or removed and made good.
Along forms, kerbs, wall or other places not accessible to the roller, the mixture shall be thoroughly
compacted with mechanical campers or a plate compactor. Skin patching of an area without scarifying the
surface to permit proper bonding of the added material shall not be permitted.
Rolling should not be done when the subgrade is soft or yielding or when it causes a wave like motion in the
sub-base /base course or sub grade. If irregularities develop during rolling which exceed 12 mm when tested
with a 3 metre straight edge, the surface should be loosened and premixed material added or removed as
required before rolling again so as achieve a uniform surface conforming to the desired grade and crossfall.
In no case should the use of unmixed material be permitted to make up the depressions.
Signature of Contractor
391
Rolling shall be continued till the density achieved is at least 98 percent of the maximum dry density for the
material as determined by the method outlines in IS:2820 (Part-8)
After completion, the surface of any finished layer shall be well closed, free from movement under
compaction equipment or any compaction planes, ridges cracks and loose material. All loose, segregated
or otherwise defective areas shall be made good to the full thickness of the layer and recompacted.
Important Considerations in Construction Process
While due care and attention is required on the whole process of WMM construction, the following are
important points needing more attention:Sometimes because of moisture in the fines, these will not flow out from the bin of the three-bin feeder to the
belt. In such situation, it would be necessary to have a small vibrator fitted on one of the side walls of the bin
to intermitently shake it.
Control on water in the mix is of utmost importance; hence there should not be any variation in the grading,
particularly of fines as it will affect the moisture content and uniform mixing. Similarly, excessive fluctuations
in the moisture content of the fines should be avoided. If necessary, slight increase may be made in the
moisture contents to account for the moisture loss in transit to the laying site.
Excessive silt or clay in fines should not be permitted, as besides spoiling the quality of mix, it will cause
clogging in pugmil and storage silo.
The mixed material should be transported directly to site. Stockpiling of mixed material should be
discouraged as excessive handling is the cause of segregation and moisture loss, both of which are
detrimental to the quality of the wet mix macadam.
There should be minimum joints in laying wet mix macadam. To ensure this, the daily output should at least
be 500 linear meters. The width of laying also should be so adjusted to avoid the necessity of laying narrow
strips e.g. against kerbs.
Single paver of 7m width or two pavers each of 3.5m width working in tandem within the short distances
should be used for obtaining good results.
3.7. CONSTRUCTION PROCESS
The construction process of wet mix macadam involves the following sub-activities:Production of aggregates in required sizes.
Proportioning of aggregates and mixing with water.
Transportation of mix.
Spreading and laying.
Compaction.
The whole process should be such that methods adopted and equipment used meet the laid down
requirements of end result specifications in respect of sizes and grading of aggregates, optimum moisture
content, proper mixing, laying in uniform thickness to the correct profile and required compaction.
3.8 PROPORTIONING OF AGGREGATES AND MIXING
Proportioning and mixing can be done in different ways depending on the total methodology of work
adopted.
Concrete Mixer
For small quantities of WMM, concrete mixer can be used for production of mix and different fractions can be
added by box measurement as in the case of manual feeding of mixer for producing concrete. In this
method, the usual facility of measuring water is a overhead tank which will not be very accurate. Further,
because of limitations such as the size and capacity of mixer, manual feeding and non –continuous
production of mix makes, this method is unsuitable for large scale work.
Batching and Mixing Plant
Signature of Contractor
392
In order to obtain uniform WMM meterial using batch plant, only pan type mixing plant should be used, since
it provides the force mixing of the different constituents of the mix. The mixing time may have to be
increased for more uniform dispersal of low water content in the mix. Blending of aggregates and mixing can
be achieved through storage bins and weigh hoppers.
Bin feeder & pugmill
For continuous production of mix in a pugmill in sufficient quantity, the best way to feed the aggregates and
control the grading is by means of a 3 or 4 bins feeder with belt conveyor. It is similar to the bin feeder of a
hot mix plant but without variable speed motors and load sensor as the required grading can be achieved
with the adjustment of gate openings itself. Such a unit consisting of 3 or 4 bins feeder, belt conveyors,
pugmill and water pump arrangement is the most suitable equipment for production of wet mix macadam. A
typical layout of 60 tons per hour capacity pant is given at Annexure – 1.
Important features : The following are some of the important features to be kept in view:
Under each bin, there should be an adjustable quadrant gate and belt feeder to regulate the aggregate
supply.
Giggli screen should be provided over the course aggregate bins to exclude oversize material, if any.
A surface vibration should be provided on the outside of the sand/fines bin to maintain uniform flow.
Belt feeder, gathering conveyors and secondary conveyor should have independent motors.
The angle of inclination of secondary conveyor should not be more than 19 degrees.
The twin-shaft pugmill should have replaceable inner liner plates.
The clearance between the tips of the paddles and liners should be less than maximum stone size so that
the aggregates are pushed forward while mixing. This type of paddles should be adjustable so that
clearance can be set according to maximum size of aggregate.
The mixing of aggregates and water is done in a continuous twin-shaft pugmill or paddle mixer. Unlike a
drum mixer where mixing is achieved by rotation of the drum and flights inside it, there is forced action –
mixing in a pugmill which is better for uniform coating of film of moisture. As such the use of Drum Mix Plant
is not suitable for producing WMM. The controlled amount of water is added in the pugmill by a spray bar
with the help of a variable speed pump and a flow meter. This arrangement provides a precise control on
the quantity of water which is very critical for the success of WMM construction. In this method, feeding of
aggregates, addition of water and mixing are continuous operations. The mix can be either directly
discharged into the tipping truck or taken through a belt conveyor to a storage silo. It is advantageous to
have a storage silo, as it helps in continuous production of mix even when no tipping truck is readily available
for loading. Also loading of tipper through storage silo takes less time. Thus there will be saving in the
number of tipping trucks required.
3.10 TRANSPORTATION
Transportation of mix is usually done by tipping trucks.
In order to avoid moisture loss in transit due to evaporation, mix should be covered with Tarpaulin.
3.11 SPREADING AND LAYING
For this job, there are two clear alternatives in the choice of equipment. These are motor grader and paver
finisher. Both these are suitable for the work.
Advantages and disadvantages of paver finisher and motor grader are detailed below:Paver Finisher
Advantage
Disadvantage
a) Produces uniform and level surface a) Difficult to adjust screed every time to vary the thickness of layer
in order to maintain to top level.
b) Better control of thickness and profile b) Wear & tear of auger and chain
of the layer are frequent; as such maintenance
cost is high.
c) Paver has the facility of
c) Maximum gap between auger and
precompacting the layer and side plate should not be more than
hence the surface finish is better
15cm, otherwise the spaces will have
to be fill manually, which in turn will
Signature of Contractor
393
not be properly compacted leading to
difficulty in maintaining the levels.
d) Initial cost of the mechanical
paver is low.
e) No wastage of wet mix macadam while
laying as there is no side flow of the mix.
Grader
Advantage
Disadvantage
a) Faster to work
a) Less accurate in profile and
surface finish.
b) Waste of material is high due to
Side slippage of the mix.
c) Lack of uniformity and proper
levelling of layers.
d) Initial cost of motor grader is very
High.
e) Mix is dumped in heaps before
spreading by the grader which is
against the specification of the
methodology.
b) Can work on slightly imperfect
sub-grade.
c)Require less maintenance
d) Heavy tyres helping consolidating
material in depressions and the layers.
f) An efficient grader operator is
required to spread the material
properly. There is segregation of the
particles when the mix is dumped in
heaps.
3.12 Setting and drying : After final compaction of wet mix made course, the road shall be allowed to dry for
24 hours.
4.0 Opening to Traffic
Preferably no vehicular traffic of any kind should be allowed on the finished wet mix macadam surface till it
has dried and the wearing course laid.
5.0 Surface Finish and Quality Control of Work
5.1 Surface evenness:
902.
The surface finish of construction shall conform to the requirements of Clause IRC-
The surface levels of a wet mix layer laid as a sub-base shall have a tolerance of not more than +10mm and
–20mm from the designed longitudinal and cross profile. When laid as a base course with machines, the
tolerance shall be +10mm and –10mm. For checking compliance with this, surface levels shall be taken on
a grid of points placed 6.25 m longitudinally and 3.5 m transversely. For any 10 consecutive measurements
taken longitudinally or transversely, not more than one measurement shall be permitted to exceed the above
tolerances, thus one measurement being not in excess of 5mm above the permitted tolerance.
The longitudinal profile shall also be checked by a 3 meter straight edge at the middle of each traffic lane
parallel to the centre line of the road. The maximum allowable difference between the road surface and
underside of a 3 meter straight edge shall be 8 mm.
5.3 Quality Control : Control on the quality of materials and works shall be exercised by the Engineer in
accordance with IRC Section 900.
5.3 The frequency of the Quality Control tests shall be as under:1.
2.
3.
4.
Gradation
Plasticity Index
Moisture Content prior to compaction
Density of compacted layer
Signature of Contractor
One Test per 100 m3
One test per 200 m3
One test per 250 m2
One test per 500 m2
394
5.
6.
Aggregate Impact Value or Los
Angeles Abrasion Value
Flankiness and Elongation Index
One test per 200 m3
One test per 200 m3
5.4 For testing the compaction requirements, test locations shall be chosen only through random sampling
techniques. Control shall not be based on the result of any one test but on the mean value of 5-10 density
determinations. The number of tests in one set of measurements shall be 6 (if non-destructive tests are
carried out, the number of tests shall be doubled) as long as it is felt that sufficient control over the
constituent materials forming the mix is being exercised. If considerable variations i.e. 15% and above are
observed between individual density results, the minimum number of tests in one set of measurements shall
be increased to 10. The acceptance criteria shall be subject to the condition that the mean density of a set of
measurement shall not be less than the specified density plus.
1.65
1.65 ______________________ X standard deviation
 (No. of samples)
6.0 Rectification of Surface Irregularity :
Where the surface irregularity of the wet mix macadam course exceeds the permissible tolerances or where
the course is otherwise defective due to sub grade soil getting mixed with the aggregates, the full thickness
of the layer shall be scarified over
The affected area, reshaped with added premixed material or removed and replaced with fresh premixed
materials applicable and re-compacted in accordance with IRC Clause 406.3. The area treated in the
aforesaid manner shall not be less than 5 m long and 2 m wide. In no case shall depressions be filled up with
unmixed and ungraded material or fines.
7.0
Arrangement for Traffic
During the period of construction, arrangement of traffic shall be done as per IRC Clause 112.
8.0
Measurements for Payment
Wet mix macadam shall be measured as finished work in position in cubic metres.
9. Rates
The Contract unit rate for wet mix macadam shall be payment in full for carrying out the required operations
including full compensation for all components listed in Clause 1.8 of Specification-3.
Item No.-5
Providing and laying cement concrete 1:3:6 (1 cement : 3 coarse : 6 Hand broken stone aggregates
40 m.m. nominal size) and curring complete excluding cost of form work in :
(A) foundation and plinth.
Above item shall be carried out as specification of item-5 of Detailed Specifications for Schedule-B-7
Item No.-6
Providing and laying Interlocking Road paver block of Minimum 85 mm thickness of approved
coloured & approved make laid over a bed of sand 25mm thickness of sharp sand or stone dust in
level and joints in required pattern as directed by the EIC including finishing the joints with
sweepingdry fine sand in to joints including vibrating with plate compactor etc. complete as directed.
The Paver block shall be of approved shape of approved colour and shall have compressive
strength of minimum 300 kg/sqcm. The edges /ends of the pavement shall be finished with 1:2:4
concrete.The rate shall be inclusive of concrete.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Materials and Workmanship :
Signature of Contractor
395
The Paver blocks of approved make only shall be used.
The paver block shall be manufactured on the latest Hi-tech plant. Paver block shall be of approved shape,
size and Grey in colour or combination of them to attain desired aesthetics and environment. Paver block
should be highly durable and should not require cement for fixing (laying) and should be easy for laying and
should be reusable. The compressive Strength of paver blocks shall be 300 kg/cm2 and above.
The surface of the paver blocks shall be slightly rough textured and the edges shall be tapered so as to give
good skid resisting properties.
The minimum thickness of the paver block shall be 85 mm .
Installation :
Installation of paving blocks shall be so simple that it can be removed and relaid at a later date if repair is
necessary or to accommodate service lines without the usual ugly scar as is now common with concrete or
asphalt monolithic surfacing.
Preparing Base :
Special care shall be taken in preparing the base to assure a permanent installation. The depth of the base
will be determined by the load factor and the condition of soil.
Base :
The base should be a sharp sand or stone dust.
The base of sand shall be total 25 mm thick and shall be well compacted with a vibrating type compactor.
This should consist of a good Grade Sand This should then be covered with 25 mm of sharp sand or stone
dust screeded level but not compacted.
Levelling the Base :
This is an important step in installation to achieve a good level job when finished. Make sure the base is
levelled properly. Generally the most popular method of levelling is with a screed which is usually a long 2” x
6” board. It is very important that the board is straight, not warped or twisted. Although for larger commercial
jobs screeding bars or pipes may be used. A frame is required to maintain the base. The levelling of this
frame will indicate the level of the area.
Placing Paving Stones :
Stones should be placed in the desired pattern close together. The spaces between stones should not
exceed ¼ “ (3 mm). The spacing should be consistent. This will help maintain a uniform pattern. When laying
each row the installer should stand on the previously laid stones. Cutting of stones where necessary can be
done with a splitter chisel or masonry saw as required.
Completing the Job :
The pavers should then be tamped down and leveled with a vibrating plate compactor. This will bring them to
their true grade as well as level the stones. Sand will be forced into spaces to make stones firm and free of
movement. Finish the job by sweeping dry fine sand into the joints. The edges /ends of the pavement shall
be finished with 1:2:4 concrete. The rate shall be inclusive of concrete.
Mode of Measurement and Payment :
The rate includes all materials, labour, tools, plants in satisfactory completion of work as specified above.
The rate shall be for unit of one sq.mt. for actual work done.
Item No.-7
Providing and and fixing of Precast ordinary cement concrete M 200 for kerb/kerb block 150 x 300 x
500 mm.size. including formwork, curing and finishing complete.
Signature of Contractor
396
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out & paid as per
item description.
The Precast kerb/kerb block of 150 x 300 x 500 mm.size shall be made of ordinary cement concrete M 200
including formwork, curing and finishing etc.complete.
The rate shall be inclusive of materials and labour involved in all the operations described above. The rate
shall be for a unit of one cum.
Item No.-8
Painting lines, dashes, arrows, letters etc on roads air fields and like in two coats with road marking
paint brushing including cleaning the surface of all dirt,dust and other foreign matter.
Up to 10cm in width
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
1.0.
Materials
1.1.
The road marking paint shall conform to. I.S. 164-1951.
2.0.
Workmanship
2.1.
The lines, dashes, arrows and letters on roads, air fields and like etc. shall be to the heights and
widths as per approved drawings or as directed. These shall be stenciled or drawn in pencil and got
approved before painting. They shall be of uniform size and finished neatly. The edges shall be straight or in
pleasant smooth curves, The painting lines, dashes, arrows and letters on roads, air fields and like shall be
carried out with road marking paint in two coats up to 10 cms. width.
3.0.
Mode of measurements and payment
3.1.
The rate shall be for a unit of one running meter.
Signature of Contractor
397
DETAILED SPECIFICATIONS FOR SCHEDULE –B-15
(ROOM FOR A.T.P. MACHINE-NAVSARI)
Item No.-1
Excavation for foundation in trenches in dense and hard soil, sand, soft murrum up to 1.50 Mt. depth
including strutting, shoring wherever necessary and throwing away the extra stuff with in the lead of
50 Mt. radius and its dressing etc. complete as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-1 of Detailed Specifications for Schedule-B-3
Item No.-2
Providing & laying C.C.(1:4:8) for foundation & plinth with gravel or picked up metal or hand broken
stone of size 40 mm nominal as coarse aggregate including mixing, watering, ramming,
consolidating excluding cost of form work etc., complete as directed by E.I.C.
Above item shall be carried out as specification of item-6 of Detailed Specifications for Schedule-B-1
Item No.-3
Brick work using FLYASH bricks having crushing strength not less than 70 kg./sq.cm. in foundation
and plinth in cement mortar 1: 6 (1 cement : 6 fine sand)
Above item shall be carried out as specification of item-33 of Detailed Specifications for Schedule-B-1
Item No.-4
Half brick masonary in FLY ASH bricks having crushing strength not lessthan 70 kg./sq.cm. in
cement morar 1:4 (1 Cement: 4 coarse sand) above plinth upto floor two level
Above item shall be carried out as specification of item-37 of Detailed Specifications for Schedule-B-1
Signature of Contractor
398
Item No.-5
Filling in trenches with excavated earth ( in trenches plinth, side of foundation under floors
including watering ramming and consolidating etc complete.
Above item shall be carried out as specification of item-3 of Detailed Specifications for Schedule-B-1
Item No.-6
Providing & laying ordinary cement concrete M 150 /C.C.(1:2:4) and finishing smooth with curing
complete including the cost of form work but excluding the cost of reinforcement for reinforced
concrete work in items reqd. , etc., complete as per drawing & specification, and as directed by E.I.C.
Above item shall be carried out as specification of item-6 of Detailed Specifications for Schedule-B-3.
Item No.-7
Providing and laying Thermo Mechanically Treated (TMT FE - 415) bar steel reinforcement for RCC
work including cutting, bending, hooking and binding and placing in position the reinforcement with
approved quality of binging wire etc., completed as per design.upto floor two level.
Above item shall be carried out as specification of item-8 of Detailed Specifications for Schedule-B-1.
Item No.-8
Providing fitting & fixing fully glazed/ partly glazed double leaf anodised aluminium entrance door
using extruded section fabricated by standard manufactures with framing 10.15cm x4.45cm
rectangular section & door shutter made from 10.15 cm x 4.45cm aluminium bottom section top &
vertical section 15x4.45cm size using 5.5mm thick "Triveni"or HB4 plain glass with glazing deep
rubber gasket with locking arrangement(Godrej type) with all fixtures & fastenings of anodised
section with aluminium bedding floor spring mounted door closer with all labours & materials etc.
Complete as per drawing and as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-8 of Detailed Specifications for Schedule-B-3.
Item No.-9
Providing and fixing three track aluminium anodised sliding windows/ ventilators having standard
section using extruded section fabricated by standard. Manufacturers with 15/20 Microns silver
colour anodising as per drawing windows shall be of 4 mm thick. Triveni 'HB4' plain glass glazing
rubber gasket and necessary hardware, handles cum locking arrangement etc. Complete Unit shall
be fabricted from alluminium section conforming to HE9WB designated to IS-1285/1980 for its
chemical and mechanical properties. Anodised shall be conforming to IS-1868/1968. All joints shall
be mechanically joint having secured with specially design M.S. Zink plated heat arrangement. No
welding process shall be allowed in the unit.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-9 of Detailed Specifications for Schedule-B-3.
The item shall be for three track window with sliding shutter.
Item No.-10
Providing fitting & fixing partly glazed anodised aluminium partition using extruded section
fabricated by standard manufactures with framing 7.15cm x4.45cm rectangular section & door
Signature of Contractor
399
shutter /panel of partition made from 6.0 cm x 3.75cm aluminium bottom section top & vertical
section 6.00x3.75cm size using 5.5mm thick "Triveni"or HB4 plain glass with glazing deep rubber
gasket & hard laminated sheet 3 mm thick panel with door arrangement & locking
arrangement(Godrej type) with all fixtures & fastenings of anodised section with aluminium frame
mounted door closer with all labours & materials etc. Complete as per drawing and as directed by
E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-10 of Detailed Specifications for Schedule-B-3.
The item shall be for partly glazed anodised aluminium partition.
Item No.-11
Providing fitting & fixing 65mm x 65mm square opening of aluminium grill with clamping with
existing frame including necessary anodizing as per approved pattern and shape etc. Complete as
per drawing and as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-11 of Detailed Specifications for Schedule-B-3.
The item shall be for 65mm x 65mm square opening of aluminium grill with clamping with existing frame
including necessary anodizing as per approved pattern and shape etc. complete.
Item No.-12
Providing & fixing Vitrified tiles white / coloured (first quality) in flooring tiles and skirting reqd.
thickness of size 605 x 605 x 8 mm of Asian, City, Kajaria, Nitco or Standard make as per
requirement and as directed by EIC, in flloring , tread of steps and landing laid on 12mm thick
cement mortar bedding (1:6) & finished with , filling the joints with white / colour cement neatly
finishing the joints curing etc. completed as directed by E.I.C. (Basic rate of tiles shall be Rs.45.00per
sft excluding tax and carting.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-12 of Detailed Specifications for Schedule-B-3.
Item No.-13
Providing & laying Black Granite for enterance steps water counter etc flooring 20 mm. thick
dressed on all sides of approved quality of reqd size in riser of steps floor & dedo and pillar laid on
20 mm thick C.M. in (1:3) mortar bedding & setting the stone in cement slurry filling the joints with
cement, curing,rubbing & machine polishing etc., complete as directed.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-13 of Detailed Specifications for Schedule-B-3.
Item No.-14
Labour charges for making moulding edge full round to Black Granite incl. tools tackles etc for
enterance steps, water counter etc filling the joints with cement, curing, rubbing & machine
polishing etc., complete as directed. For dhar polishing only Rs.50 per Rmt paid as reduced rate if
reqd.as per site condition.
Signature of Contractor
400
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-14 of Detailed Specifications for Schedule-B-3.
Item No.-15
Providing & fixing to wall ceiling and floor approved best quality of 6.0 kg/ cm2 working pressure
polythelene pipe(PVC).Water pipe of following outside dia low density pipe with special flange
including making good the wall ceiling and floor etc.giving water tight test etc., completed –
50 mm dia pipe
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-15 of Detailed Specifications for Schedule-B-3.
The dia. of pipe shall be 50 mm.
Item No.-16
Providing and applying apex or its equivalent painting 2 coats with approved brand to give an
even shade & required shape even shade after throghly brushing the surface to remove all dirts
,dust, mortar drops aqnd other foreign matter, scaffolding touching, smoothening the surfaces etc.,
completed as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. The work shall be carried out as per
item description.
Above item shall be carried out as specification of item-16 of Detailed Specifications for Schedule-B-3.
Item No.-17
Painting two coat (excluding priming coat) over new steel & other metal surface with enamel paint
brushing interior to give an even shade and including preparing the surface by throughly cleaning ,
oil, grease, dirt and other foreign matter with scrapers, sand paper scaffolding etc., complete as
directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-17 of Detailed Specifications for Schedule-B-3
The paint shall be enamel paint.
Item No.-18
Providing& placing 60 mm thick Red/Yellow color paver precast concrete blocks M-35 grade of
approved shape & size in line & level including filling in bed 50mm average thick layer of river sand
below the concrete blocks in slope.Filling the joints of the concrete blocks with screened sand
curing etc. complete, including all materials, labour, tools & tackles for the completion of the work as
directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-18 of Detailed Specifications for Schedule-B-3
Signature of Contractor
401
The paver block shall be 60 mm thick red / yellow in colour, made from M35 grade concrete & laid over 50
mm thick sand bedding.
Item No.-19
Providing& placing precast concrete blocks M-15 grade of approved shape & size in line & level for
walkway and parking edge having size 300x75x200mm depth and as per design , carting at site
jointing in C.M(1:3) including providing in bed concrete (1:3:6) 150mm average thick layer of river
sand below the concrete blocks in slope.Filling the joints of the concrete blocks with screened sand
curing etc. complete, including all materials, labour, tools & tackles for the completion of the work as
directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-6 of Detailed Specifications for Schedule-B-15
The precast concrete blocks shall be of approved shape & size of approx. 300 x 200 x 75 mm made from
M150 Grade concrete, laid over 150 mm sand bedding
Item No.-20
Providing & fixing 3 mm thick FRP sheet of approved colour with all labour and material required to
complete the work as directed by EIC Necessary fabrication section made from hollow tube section
of approved size and spacing etc complete with oil paint to fabricated material Note:-(Mesurement
shall be made for top area of fiber sheet roof without overlaping area. contractor has to braught all
materials, labour, tools and tackles etc at his own cost. Electric supply for welding etc will be
provided free of cost at one point.)
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one sq. meter.
Item No.-21
Providing and fixing Rolling steel shutters of approved make made of 80 mm wide M.s. Lath inter
lock together through their entire lengthand jointed to gether at the end lock mounted on specially
designed pipe shaft with bracket plates , guide channels and out side locking with push pull
operation excluding the cost of hood cover and spring and
as directed by EIC.
( Partially grill type shutters having width below 3.5.mts.)
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-20 of Detailed Specifications for Schedule-B-3
Item No.-22
Providing and fixing 27.5 cm long wire spring grade no.2 of approved make for rolling shutter etc as
directed by EIC.
Above item shall be carried out as specification of item-21 of Detailed Specifications for Schedule-B-3
Item No.-23
Providing and fixing hood cover of approved make for rolling shutter having width below 3.0 rmt of
approved guage etc as directed by EIC.
Signature of Contractor
402
Above item shall be carried out as specification of item-20 of Detailed Specifications for Schedule-B-3
The item shall be for hood cover.
Item No.-24
Providing and fixing alluminium composite panel Sun Bond/Alex or Equivalent for interior facasde
such as wall and ceiling and projection by providing alluminium hollow section of approved quality
and make having section size 38x25x1.2 mm thick at max. spacing of 600 mm both direction with
necessary fittings same in line and levels and fixing the frame work with anchor fastners. The
alluminium composite panel 3.0 mm thick to be fixed on the frame work having thickness of 1.5 mm
as per details provided in drawing or as directed by EIC The in between groove between two pannels
shall be filled with colour Epoxy as directed by EIC , Necessary cut out for electric switch board etc
may be as per instruction without any extra cost. etc as directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one sq. meter.
Item No.-25
Providing and fixing alluminium composite panel Sun Bond/Alex or Equivalent for interior facasde
such as wall and ceiling and projection by providing alluminium hollow section of approved quality
and make having section size 38x25x1.2 mm thick at max. spacing of 600 mm both direction with
necessary fittings same in line and levels and fixing the frame work with anchor fastners. The
alluminium composite panel 4.0 mm thick to be fixed on the frame work having thickness of 1.5 mm
as per details provided in drawing or as directed by EIC The in between groove between two pannels
shallbe filled with colour Epoxy as directed by EIC , Necessary cut out for electric switch board etc
may be as per instructionwithout any extra cost. etc as directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one sq. meter.
Item No.-26
Providing and fixing letter for ATP Machine cabin made from 3 mm thick cralic sheet max. up to 0.25
mt height in English of approved colour including fixing with ACP sheet with all tools tackles of
approved brand etc, as directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one No.
Item No.-27
Providing and fixing Signage for ATP Machine cabin made from 3 mm thick cralic sheet max. up to
0.30 mt height in Gujarati of approved colour including fixing with ACP sheet with all tools tackles of
approved brand etc, as directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Signature of Contractor
403
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one No.
Item No.-28
Providing and fixing DGVCL Logo made from 3 mm thick cralic sheet max. up to 0.65 mt height of
approved colour including fixing with ACP sheet with all tools tackles of approved brand etc,as
directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one No.
Item No.-29
Providing fabrication work of M.S. section such as hollow square tubes, channels, pipes, MS steel of
various dia. plate section including cutting, welding, nut bolting as per design at site excluding oil
painting but with one coat of red oxide with all tools tackles of approved brand etc as directed by
EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-27 of Detailed Specifications for Schedule-B-3
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one Kg.
Item No.-30
Providing fabrication work of M.S. section such as hollow square tubes , channels , pipes MS steel
of various dia. plate section including cutting , welding, nut bolting as per design at site excluding oil
painting but with one coat of red oxide with all tools tackles of approved brand etc as directed by
EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-28 of Detailed Specifications for Schedule-B-3
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one Rmt.
Item No.-31
Providing 20 mm. thick cement plaster in single coat in C.M. (1:3) on fair side brick/concrete wall for
interior plastering of floor two level including finishing the surfaces with smooth., necessary drip
moulding, scaffolding, curing as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-57 of Detailed Specifications for Schedule-B-1
The 20 mm. thick cement plaster in single coat in C.M. (1:3) on fair side of brick/concrete wall for interior
plastering upto floor two level including making drip moulding & cost of scaffolding, curing etc. complete.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one sqmt.
Signature of Contractor
404
Item No.-32
Providing and laying GI Gutter as per detail from 24 guage sheet including neccesary supports as
per drawing including necessary out let for collection of water including, scaffolding, as directed by
E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one Rmt.
Item No.-33
Labour charges for disposed of debris with use of tractor trolly and disposing the same with all tools
and tackles within 5.0 km lead etc. complete as directed by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one Trip of vehicle.
Item No.-34
Demolition & disposal of un reinforced cement concrete work & Stacking of servisable materials and
disposal of un servisable materials within all lead and lift, dressing etc. complete as directed by
E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-3 of Detailed Specifications for Schedule-B-9
Item No.-35
Demolition & disposal of reinforced cement concrete work by using mechanical concrete cutter
niddle, cutting reinforced bars & Stacking of servisable materials and disposal of un servisable
materials within all lead and lift , dressing etc. complete as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-2 of Detailed Specifications for Schedule-B-9
Item No.-36
Demolition of brick work and UCR masonary work in C.M. including scaffolding and throwing /
Stacking of servisable materials and disposal of un servisable materials within all lead and lift ,
dressing etc. complete as directed by E.I.C.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-1 of Detailed Specifications for Schedule-B-9
Signature of Contractor
405
Item No.-37
Providing, Supplying, Fabricating & Fixing 50X50X6mm. M.S. Angle for vertical support 3.35Mt. long
including providing & 50X6mm. M.S. Flat/pieces, 150mm. long welded at top & bottom of support
with 18mm. dia. slotted holes in flats, cutting & bending angle at 45 degree as required at top with
3 nos. of 6mm.dia. holes for fixing barbed wire at top as per drawing & as directed by E.I.C. Providing
& applying one coat of red oxide and 2 coats of oil painting of approved shade & make & grouting
the same in pillar in line & level etc., complete. (THE ITEM RATE INCLUDES COST OF SUPPLY OF
MATERIALS,FABRICATION & ERECTION AT SITE.)
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one No.
Item No.-38
Providing, supplying, fabricating & erecting chain link fencing panel of size 1750 X 2000 mm. made
from 75 x 75mm & 10 Gauge G.I. Chain links &50X50X6mm. angle including fixing the chain link
in angle frame by means of 40X3mm. M.S. Flat welded to angle frame drilling to holes in angle frame
& flat & fixing the same with angle post in line level & plumb by means of 10mm. dia. bolts frame &
flat & nuts, 3 coats of oil painting to angle iron etc., completed as per drawing & as directed by
E.I.C. (ALL THESE MATERIALS LIKE M.S. FLAT, CHAINLINK FENCING, M.S. ANGLES, BOLTS,
NUTS, WILL HAVE TO BE SUPPLIED BY THE CONTRACTOR.)
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one No.
Item No.-39
P&F casing capping patty type point wiring with 1 sq.mm copper wiring make 1 sq.mm. (U-lex
polycab, secco, fibre cab) or equivalent brand ISI made single PVC copper wire in PVC heavy duty
25mm2 dia tube for lighting & fan with soft proof accessories consisting of modular white flash
switch with tube light fan plug etc. should be mounted on TW wooden board or PVC box suitable
size with white colour with silver brass crew or metal screw and completed with board must be
flushed type the continuous copper earth wire of 1mm2 size PVC wiring rule should be with materials
and labour completed. All materials must be ISI mark only) etc. completed as per instruction of
Engineer In charge.
Item No.-40
P&F 5 Amp. 3 pin wall plug provided in each switch board. Modular all materials must be ISI marked
Straco Mally Anchor. Rider, Eller or equivalent brand etc. completed as per instruction of Engineer
in-charge.
Item No.-41
P&F 15 amp.switch board for Computer wiring 1.5 sq.mm PVC Copper wire heavy duty fibre cab,
Udore poly cab, JVC or equivalent brand ISI make etc. comp. as per inst. Of Engr. In charge
Item No.-42
P&F wall mounted bracket fan 400x450mm three black new USHA, Crompton, Orient or equivalent
brand ISI make etc. comp. as per inst. of engr. In charge.
Item No.-43
P&F Decorative round fitting P.O.P. reflector type ISI make etc. comp. as per inst. Of engr. In charge
Signature of Contractor
406
Item No.-44
P&F 23W CFL tube fitting in decorative fitting ISI make etc. comp. as per inst. Of engr. In charge
Item No.-45
Pipe type earthing with “B” class G.I. pipe having size 150 cms. long and 25mm diameter with
coupling & B/Ns. It is to be buried in specially prepared earthing pit using salt, charcoal, coke
complete with necessary G.I. 10SWG earth wire as per instruction of EIC.
The Item Nos. 39 to 45
attached in the tender.
shall be carried out as per SPECIFICATIONS FOR ELECTRICAL WORKS
Item No.-46
P&F POP spreading on floor complete for keeping the floor clean without stains etc. complete as per
instruction of engineer In charge.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one Job.
Item No.-47
Providing, fitting & fixing Door closure /floor spring in entrance door of ATP cabin wen make or
equivalent as approved by EIC.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-45 of Detailed Specifications for Schedule-B-3.
The type & approved make of Door closure /floor spring shall be decided by the EIC.
The rate shall include all material and labour involved in all the operations described above. The rate shall be
for a unit of one No.
Signature of Contractor
407
DETAILED SPECIFICATIONS FOR SCHEDULE –B-16
( EARTH FILLING & DEVELOPMENT WORK-NAVSARI )
Item No.-1 :
Filling in foundation and plinth with murrum or selected soil in layers of 20 cm. thickness including
watering ramming and consolidating etc. completed.
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-5 of Detailed Specifications for Schedule-B-1.
Item No.-2 :
Rolling of earth work in layers with power roller including filling in depression which occur during
the process
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
The consolidation incl. watering & rolling of earthwork of O.M.C. as per laboratory requirement shall be
carried out by the contractor him self by 8 to 12 tonne power of earthwork the operation of laying the successive layer of earthwork shall have to be suitably synchronized with theconsolidation work. if the said as
de-livered to the road bed is to wet. it shall be dried by exposure to the sun till the moisture content is
acceptable for compaction. Also when density measurements reveal any soft areas in embankment the
Engineer-in-charge shall direct that this area shall be compacted further. In spite of that specified compaction
is not achieved, the materials in soft area shall be removed as directed- replaced the approved materials.
Type of Work
Laboratory dry density when tested
as per Is.2720 (Pt VII)
Embankment upto 3 metre height
Not less then 1.44 gm/cc
Embankments exceeding 3 metre height of
embankments or any height subject to long
periods of inundation.
Not less then 1.52 gm/cc
Top 0.5 meter of embankment below the sub
grade level and shoulders (where earth
shoulders are specified)
Not less then 1.65 gm/cc
Field density shall be a percentage of laboratory density as recommended by the Gujarat Engineering
Research institutes.
The rate shall be paid per square meter basis as specified in item of the tender.
Item No.-3 :
Watering of earth work as directed.
Signature of Contractor
408
In general the work shall be carried out as per the standard specifications of P.W.D. / C.P.W.D./ GWSSB
relevant drawings and as per the instructions of Engineer in Charge. Work shall be carried out as per item
description.
Above item shall be carried out as specification of item-2 of Detailed Specifications for Schedule-B-20.
LIST OF MANDATORY TESTS
Signature of Contractor
409
LIST OF MANDATORY TEST
SR.
NO.
1
2.
MATERIAL
Sand
Stone
Aggregate
TEST
Bulking
sand
FIELD/
LABORATOR
Y TEST
FREQUENCY
OF TESTING IF
QTY. IS
BEYOND THE
MINIMUM
QUANTITY
REFERE NCE
FOR
TESTING
REQUIREME
NTS
Field
20 Cum
Every 20 cum or
part there of or
more frequently
as decided by
EIC.
As per CPWD
specification
Silt content
Field
20 Cum
Every 20 cum or
part there of or
more frequently
as decided by
EIC.
As per CPWD
specification
Particle size
distribution
Field
or
Laboratory as
decided by the
EIC.
40 Cum
Every 40 cum of
fine aggregate /
sand required in
RCC work only.
As per CPWD
specification
Organic
Impurities
Field
20 Cum
Every 20 cum or
part there of or
more frequently
as decided by
EIC.
As per CPWD
specification
Percentage of
soft
or
deleterious
materials
General visual
inspection,
Field/laboratory
test wherever
required by the
EIC
or
as
specified
As required
by EIC
For all quantities
IS : 2386,
Pt – II, 1963.
Particle size
distribution
Field
or
Laboratory as
required by EIC
45 Cum
For every 45
Cum
or
part
thereof for RCC
Work only. For
rest of items as
decided by EIC.
As per CPWD
specification.
Organic
Impurities
Field/
Laboratory
10 Cum
IS : 2386,
Pt – II
Surface
Moisture
Field/
Laboratory
10 Cum
Ten
percent
fine value.
Field/
Laboratory
10 Cum
For every 40
Cum
or
part
thereof
For every 40
Cum
or
part
thereof
For every 40
Cum
or
part
thereof
Signature of Contractor
of
MINIMUM
QTY. OF
MATERIAL
FOR
CARRYING
OUT THE
TEST
IS : 2386
IS : 2386
410
3.
Cement (OPC)
Specific
Gravity
Field/
Laboratory
10 Cum
For every 40
Cum
or
part
thereof
For every 40
Cum
or
part
thereof
IS : 2386
Bulk Density
Field/
Laboratory
10 Cum
Aggregate
Crushing
Strength
Field/
Laboratory
10 Cum
For every 40
Cum
or
part
thereof
IS : 2386
Aggregate
Impact Value
Field/
Laboratory
10 Cum
For every 40
Cum
or
part
thereof
IS : 2386
a)Physical
requirement
-Fineness
Laboratory
Each lot
-Soundness
Every 50 Tonnes
or part thereof.
Each brand of
cement brought
to site shall be
tested as per this
frequency.
-Setting Time
(Initial & Final)
-Compressive
Strength
Steel
reinforced
concrete
for
I. Tensile
Strength
II. Bend test
III. Weight
Signature of Contractor
IS : 4031
( Part-II)
IS : 4031
( Part-III)
IS : 4031
( Part-V)
IS : 4031
( Part-VI)
-Consistency
of
Standard
Cement paste
4.
IS : 2386
Laboratory
Laboratory
Field/Lab
20 M.T.
For
consig
nment
below
100
tonnes
For
consig
nment
over
100
tonnes
*Under
10 mm
dia.
One
sample
for
each
25
tonnes
or part
thereof.
*Under
10 mm
dia.
One
sample
for
each
40
tonnes
or part
thereof.
*10
mm to
16mm
dia.
One
sample
for
each
35
tonne
*10
mm to
16mm
dia.
One
sample
for
each
45
tonne
IS : 4031
( Part-VI)
IS: 1608-1972
IS:15991985
411
5.
a) Water for
construction
purposes
I.
Chemical
Properties
Laboratory
i) pH Value
ii) Limits of
Acidity
iii) Limits of
Alkality
-do-do-
II. Physical
Properties
Laboratory
or part
thereof.
or part
thereof.
*Over
16mm
dia.
One
sample
for
each
45
tonne
or part
thereof.
*Over
16mm
dia.
One
sample
for
each
50
tonne
or part
thereof.
From each
source
Before
commencement
of
work
and
thereafter every
three months till
completion
of
work. Water from
municipal source
need to be tested
only once in six
months. Number
of tests for each
source shall be 3
IS-3025- 1986
or latest
-do-
iv) Percentage
of Solids like
Chlorides,
Suspended
matter,
Sulphates,
Inorganic
solids,
Organic solids
b) Water for
potability
- do -
Laboratory
From each
source
As decided
EIC.
by
IS:10500-1991
6.
Cement
concrete
I. Slump Test
Field
10 Cum
15 Cum of part
thereof or more
frequently
as
required by EIC
As per CPWD
specification
7.
Reinforced
cement
concrete.
a) Nominal mix
I. Slump Test
Field
/Laboratory
5 Cum in
case
of
columns.
Every 5 cum or
part thereof
IS : 516- 1956
&
CPWD
specification.
20 Cum for
slabs,
beams
&
connected
columns
Every 20 cum or
part thereof
20 Cum for
other RCC
work for all
other small
items
and
where RCC
done in a
Signature of Contractor
Every 20 cum or
part thereof
412
day is less
than 5 Cum
test may be
carried out
as required
by E.I.C.
II. Cube Test
8.
9.
Laboratory
- Do-
- Do-
- Do-
Reinforced
cement
concrete.
b) Design Mix
Coarse
Aggregates
50 Cum or
part thereof
& also on
each
change
of
source
Fine Aggregates
50 Cum or
part thereof
& also on
each
change
of
source
Cement
50 MT or on
each
change
of
source
Fresh Concrete
I. Slump Test
Field
10 Cum
50
Cum
for
R.C.C.
work
including in all
other
small
locations. R.C.C.
done in a day is
less than 50 Cum
test
may
be
carried out as
required by E.I.C.
IS : 456 –
2000 & CPWD
specification.
Fresh Concrete
II. Cube Test
Field
10 Cum or
part thereof.
50 Cum or 10
batches of 5-7
cum each for
R.C.C. work in all
locations
taken
together.
R.C.C. done in a
day is less than
50 Cum test may
be carried out as
required by E.I.C.
IS : 456 –
2000 & CPWD
specification.
III.
test
Field
-do-
Once in three
months or as
directed by the
EIC.
As per CPWD
specification
Hammer
Reinforced
Signature of Contractor
413
cement
concrete.
c) Ready
concrete
mix
Coarse
Aggregates
50 Cum or
part thereof
& also on
each
change
of
source
Fine Aggregates
50 Cum or
part thereof
& also on
each
change
of
source
Cement
50 MT or on
each
change
of
source
10 Cum
50
Cum
for
R.C.C.
work
including in all
other
small
locations. R.C.C.
done in a day is
less than 50 Cum
test
may
be
carried out as
required by E.I.C.
IS : 456 –
2000 & CPWD
specification.
Laboratory
10 Cum or
part thereof.
50 Cum or 10
batches of 5-7
cum each for
R.C.C. work in all
locations
taken
together.
R.C.C. done in a
day is less than
50 Cum test may
be carried out as
required by E.I.C.
IS : 456 –
2000 & CPWD
specification.
Laboratory
20,000 Nos
As peer CPWD
specifications
IS : 3495-1976
Field
(by
moisture meter)
or
laboratory
test as required
by EIC
1 Cum
Every one Cum
or part thereof.
IS: 287-1973
&
IS:1003
–
1004
Fresh Concrete
I. Slump Test
Field
Laboratory
Fresh Concrete
II. Cube Test
10.
Bricks / Bricks
Tiles / Fly ash
bricks
11.
Timber
Testing
of
Bricks / Brick
Tiles
for
dimensions,
compressive
strength,
water
absorption
and
efflorescence
I.
moisture
content
II.
Bulk
Density
III.Species
Signature of Contractor
/
414
12.
Flush door
I. End
Immersion
Test
II..Knife Test
III. Adhesion
Test
Laboratory
26 shutters
As per CPWD
specifications
IS : 2202 –
1991
(Part I & II)
13.
Aluminium door
and
window
fittings
Thickness
anaodic
coating.
of
Laboratory
Rs. 20,000.00 or
part thereof as
required by EIC.
IS : 55231969
14.
Mortice Locks
Testing
spring
of
Laboratory
If the cost of
fittings
exceed Rs.
20,000.00
50 Nos.
100
or
thereof
IS : 22091976
15.
Terrazo Tiles
I. Transverse
Strength
II. Water
Absorption
III. Abrasion
Test
Laboratory
5000
nos.
(No testing
need
be
done if total
number of
tiles of all
types of all
Sizes from
all
M/g.
Used in a
work if less
than
5000
nos.
One
test
for
every
10,000
nos.
Or
part
thereof for each
type and size
from a single
manufacture.
( One test to be
done even if the
number
of
terrazzo tiles of
any type and size
from a single
manufacturers is
less
than
5000Nos.
provided the total
number
of
terrazzo tiles of
all types and
sizes from all
manufactures
used in work
exceed
5000
Nos.
IS :
1980
16.
White
Glazed
Tiles / Ceramic
Tiles (for floor
and wall).
I. Water
Absorption
II. Crazing test
III. Impact
Strength
IV. Chemical
Test
V. Dimensions
&
surface
quality
Laboratory
3000 nos.
3000 nos. Or part
thereof
IS : 7771988
IS. 13630
Thickness
powder
coating
thickness
anodising.
Laboratory
250 Kgs.
250 Kgs or part
thereof
IS :
1969
17.
Aluminium
Sections
Doors
Windows
for
and
Signature of Contractor
of
part
Laboratory
Laboratory
1237-
Laboratory
or
of
415
5523-
18.
19.
20.
21.
22.
Marble
Granite
Commercial
Board/Block
board
Plywood
Particle Board
I. Moisture
Absorption
Laboratory
50 Sqm.
100 Sqm. or part
thereof
IS: 11241974
II. Hardness
Test
Laboratory
III. Specific
Gravity.
Laboratory
IS: 1122
Moisture
Laboratory
IS: 1124
Specific
Gravity
Laboratory
IS : 1122
I. Thickness
test
II.Dimensional
Test
III.Resistance
to Water.
IV. Adhesion
of Piles.
Field
Laboratory
I. Thickness
test
II.Glue
strength
(in
dry
state)
III. Glue sheer
Strength
(in
water
resistance
state)
IV. Moisture
Content.
Field
Laboratory
I. Thickness
test
Field
Mho‟s scale
100 Sq.m
100 Sqm or part
thereof
IS : 16591590
100 Sqm
100 Sqm or
part thereof
IS : 303 –
1989
100 sqm
-do-
IS: 30871985
(plain)
Laboratory
Laboratory
Laboratory
Laboratory
II.Physical and
Mechanical
Properties
IS: 30971980
(Veneered
23.
Gypsum Board
I. Thickness
test
II.Transverse
Strength
Field /
Laboratory
100 Sqm.
100 sqm. Or part
thereof
IS:20951976
24.
Steel
Pipes
Tensile test
Bend test
Flattening test
Laboratory
Every
8
Tonne
or
part thereof.
Every 8 Tonne or
part thereof.
IS: 1608
IS: 2329
IS :2328
Tubular
Signature of Contractor
416
LIST OF APPROVED MAKES
SCHEDULE
Signature of Contractor
417
OF
APPROVED MAKES / MANUFACTURER'S OF MATERIALS
The following guidelines are to be noted with regard to use of materials in the work :
1.00
As far as possible, materials bearing "Standard Mark (ISI)" from Bureau of Indian Standard(BIS)
shall be used in the work.
2.00
Wherever, materials bearing Standard Mark (ISI) are used in the work, the following shall be
ensured :
2.1
The supplier has a valid license form BIS during the period the material is being used in the work.
2.2
The Contractor should maintain furnish necessary documents and proof of payments made for the
procurement of materials bearing Standard Mark (ISI).
3.00
Due to non-availability of materials, bearing ISI Mark as detailed in Para-2 above the materials as
per the list of approved makes of materials shall be used in the work and the Contractor shall be free to use
any of makes given in the attached Annexure.
4.00
In case, it is established that standard material (bearing ISI Mark) as well as the materials indicated
in the list (as mentioned in the above para) are not available in the market then approved equivalent
materials may be used in the work subject to approval from the consultant and Engineer-in-Charge.
5.00
Mandatory Tests shall be conducted at the specified frequency specified in the Contract. In case,
frequency of testing is not stipulated in the contract then standard specification (R&B,CPWD,ISI etc.) may be
considered for frequency at which materials are to be tested.
6.00
Before bulk purchase of quantities of materials, it is the responsibility of the Contractor to get the
samples of materials approved from consultant and EIC.
7.00
All cost towards the testing shall be borne by the contractor.
LIST OF MAKES FOR
CERTAIN MATERIALS ACCORDING TO WHICH THE MATERIALS TO BE PROVIDED
1.
Ordinary Portland Cement
Signature of Contractor
Ambuja, Ultratech, Sanghi, ACC, JK, Vikram, Birla Cement, Binani
418
2.
White Cement
J.K. White, Birla White, Nihon White
3.
Reinforcement Bar
TATA, SAIL,Thermax, Vizag, Sanghi, Jindal or equivalent
4.
Structural Steel
SAIL,TISCO, ISCO, Vizag
5.
Teak Wood
Bulsar/ C.P Teak (Second Class specified)
6.
Kota Stone / Marble / Granite
/ Jaisalmer Stone / Red Agra
stone/ Dholpur stone
As per approved sample
7.
Ceramic Tilles
( White, Colored, Anti Skid)
Bell Ceramics, Somani, Kajaria, Nitco, Cera, Johnson, Asian, Euro,
Restiles
8.
Vitrified Tilles
( White, Colored, Anti Skid)
Bell Ceramics, Somani, Kajaria, Nitco, Cera, Johnson, Asian, Euro,
Restiles, Granamite
9.
Chequered Cement Tiles /
Decorative Tiles
Nitco, NTC, Kajaria, Vyara
10.
White Glazed Tiles
„H & R Johnson‟, „Somani Pilkington‟, Nitco, Cera, Bell, Kajaria,
Asian, Euro
11.
Interlocking
12.
Plywood
Products
Commercial Block Board
Commercial Ply Teak Ply
Greenply, Novopan ,/Sitapur Plywood/ Kitply /Century, Anchor,
Duro, National wood craft, Alpro, Neolux Laminated, Formica,
Decoboard, Sunmica Board/Bhutan, Green Ply, Western India
plywood (WIP). M.P., Mysore marine.
13.
Laminates
laminates
Decolam, Greenlam Merinolam
Neoluxe, Decolite, Delta.
14.
Pre laminated board
Bhutan, Novapan, Eco board, Bakelite Hylem Nepal board, Green
board.
15.
Impregnated Fibre Board
Shalitex by Shalimar Tar Product.
16.
Teak Veneer
Anchor, Kitply or equivalent
17.
Flush Doors
„Sitapur plywood‟, „Mysoboard‟, Sudarshan W & P Industries,
Bajwa, Baroda, Goyal, industrial corp, Wood craft, Jain wood
industries, Alpro, Genda- Northen Doors, Greenply, Kitply, Bhutan.
18.
Aluminium Section
19.
All Aluminium
Fittings
Indal, Hindal, Jindal, Ajit, Banco, Gujarat Extrusion, Hindalco, Mon,
Domal
Everite, Garnish, Arches, Kausal, Nulite Alif, Shalimar (Bombay)
Singla, Opel, Bolt, Arhish
20.
Aluminium Doors, Windows,
Partitions Fabricators
Stainless Steel Hardwares
Fittings
As approved by EIC/Consultant
22.
Glass/Float/Sheet
Saint Gobain, Modi, Hindustan Pilkington , Hindustan , Tata ,
Asahi, Triveni, Shree Vallabh
23.
Door Closer
Godrej / Everite, Opel, Doorking/ Hardwin, Nulite, Hyper, Ezec,
21.
paver
/
blocks
Decorative
Hardware,
/ Floor Spring
Signature of Contractor
Regency, Gurjari, Vyara, PEEDEE, Jagruti – Surat
or as approved by EIC/consultant
Formica,
National
laminate,
Kitch, Dorma or other approved makes
419
24.
Locks
Godrej, Harrison, Plaza, Golden, Doorset
25.
Friction Hinges
Imax, EBCO
26.
Polysulphide Sealant For
Expansion Joints All Windows
Chokesy Chemical, Structure Proofing Co Pidilite, GESilicon,
Tuffseal
27.
Synthetic Enamel Paints / Oil
bound distemper
Shalimar‟, ICI‟, „Goodlass Nerolac‟, , Berger, Johnson & Nicholson,
Asian Paint, Dulux
28.
Water Proof Acrylic Paints /
Weather proof Acrylic Paints
„Super Snowcem‟, Supercem, Asian, Nerolac, Berger, Dulux
29.
Plastic Emulsion paint
J & N, ICI, Asian, Berger, Dulux
30.
Dry Distemper / Oil Bound
Distemper
Shalimar‟, ICI‟, „Goodlass Nerolac‟, , Berger, Johnson & Nicholson,
Asian Paint, Dulux
31.
Duco Spray Paint
ICI or equivalent
32.
Polyurethane Paint
MRF or equivalent
33.
Melamine spray polish
Asian paints , Nerolac or equivalent
34.
Wood polish
Asian paints , Nerolac , Nebula chemicals (Acrypoll) or equivalent
35.
Water Proofing Compound
„ CICO‟ , Fosroc, GE 420ilicon Pidilite, MC-Bauchmie, Sika
36.
Weather Sealent / Silicon
sealent / Poly isobutylene
sealent
Fosroc, Pidilite, MC-Bauchmie, Wecker 789, Dow corning 789 or
equivalent
37.
Hardeners
„Ironite‟, „Ferrok‟, „Hardonate‟.
38.
Wire Mesh
Sterling Enterprises, Trimurti, Welded Mesh.
39.
Anti-Termite Treatment
Thyodin by Hoechest, Lyntric by Bayer India, Durmet by Cynamid
India, Nocil Pyramid
40.
M.S. Tubes
TATA, SAIL, Vizag, Jindal or equivalent
41.
Welding Rod
Advani, Philips, Sunarc, Eshab
42.
Fly ash Bricks
As approved by EIC / Consultant
43.
Construction Chemicals
Fosroc, MC-Bauchmie, Sika, Pidilite
44
Lift
Otis, Kone, Thyssen Krupp
45
Cast Iron Pipes and Fittings
(LA Class)
46
R.C.C. Pipes
TISCO / ISCO/ KESHO SPUN Co. - Calcutta E.L.C. Standard
approved manufacturers of any other brand of fittings having ISI
marking.)
Indian Hume Pipe Co., Alcock Cement Products,Patel Spun (Surat)
47
G.I. Pipes
48
G.I. Fittings
49
Gun Metal Valves
Signature of Contractor
Jindal, Prakash, Surya, Gujarat Steel Tube, Tata, Bharat Steel
Tube, Bombay, Zenith, G.S.T.Unik.
" R " Mark, Unik.
Leader Engineering Works, Jallandhar, Crown / prince - Surat
Bombay Metal Co Annapurna Metal Work, Calcutta'Sant' brand,
Jallandhar, L&K, Bombay metal & Alloy man. co. Bomaby,
420
Premier,Aatco,Atlas,BR,BS,NN.
*
50
Brass fittings
Leader Engineering Works, Calcutta L & K Mathura, Crown /
Prince -Surat Annapurna Metal Works, Calcutta, Perko, Kingstone
Ark, Enclss Willians, Chilly, Aquva Plus,Nova,Kingstone,Driple,
Ranutrol Hansa.
51
C.P. Fittings
Ego Metal Works, Ballabhgarh,; GEM, New Delhi; Soma Calcutta;
Bilmet, Bombay 'ESSCO', Delhi. Rajka Metal Works, Delhi Eng. Co.
Metal Works, Calcutta Everite, NU-Lite Navbhart Shalimar Crown,
Prince
52
W.C. Pan / Wash basin /
Urinals / flushing cistern
CERA, E.I.D. Parry, Hindware , Neycer, Johnson
53
Flushing Cistern -Cast iron
Overhead - 'Nomos' 'ELCO' 'A-1'AUTOMATIC-EID Hindustan
Sanitaryware, Calcutta, Nelson flush valve, SRIF(Agara), Parrys Madras
54
E.W.C. Seats (solid)
E.I.D. Parry, Hindware, CERA, Neycer, Hindustan
55
Stainless Steel Sinks
Nirali, Diamond, Nilkanth, Cobra, AMC, Jayna
56
Mirrors
Atul Glass Works , Haryana Sheet Glass Vallabh Glass Works,
Modi Float glass, Asahi, Saint Gobin
57
Plumbing / Sanitary Fixtures /
Accessories
Jaquar continental , CERA, Hindustan Sanitaryware /
India.
Hindware, Lauvet, Kohlar, Rak, Jaquar
58
C.I. Manhole cover with frame
ISI approved make
59
P.V.C. Pipes & Fittings
Supreme, Prince, Finolex, Laxmi, Prakash, Jain
60
P.V.C. / H.D.P.E Water Tanks
Sintex, Purvee, Renu or equivalent
61
Ball Cock
GPA Brand by Govardhan Das Jullunder, L & K Brand by L. K.
Industries Mathura, Sant Brand by Sant Press Metal Works
Jullundhar
62
Fire Hydrant Valve & Air
Valve, Scour Valve
ISI approved make
63
Fire fighting equipments
ISI approved make, Safe time services-Surat
64
Rolling Shutters
'Standard', 'Swastik', 'Diana', 'Hercules', As per approved fabricator.
65
Gypsum Board False Ceiling
Indian Gysum or equi.
66
Pre coated Sheets
Tata Blue scope, Multicolor steels, Interarch, Kirby, Tiger steel
67
Thermal Insulation
Twiga, Multicolor steels
68
Polyester Fibre
Recron 3S or equi.
Notes :
Signature of Contractor
421
Parryco
a)
The contractor shall produce samples of the materials for approval of the EIC. The materials of the
makes out of the above as approved by the EIC shall be used on the work.
b)
In respect of materials for which approved makes are not specified above, these will be of makes to
be decided by the EIC.
Signature of Contractor
422
-- List of Approved Products for Electrical Works-WIRING
1.1
SHOCKPROOF ACCESSORIES
(A)
Concealed / Surface Type
Any I.S.I. marked switches and accessories
approved by the Engineer-in-charge of work.
(B)
M/s. Ajanta industrial Estate,Rajkot
Highway Post Box No.115, Morbi
6. SAFECON‟S
Mini Modular Type (Approved )
1. ANCHOR
M/s KALA ELECTRICAL INDUSTRIES,
Anchor Elect. P.Ltd.
Marathon lnnova C Wing.
Opp.G.K.Marg, Lower Parel [ W ]
Mumbai
12/A,Eagal Market,90 Feet Road,Saki
Naka,Mumbai-400072
7. S.G.
2. POINTER
B. CATEGORY-II
H.O.B-15,Atlanta Evershine,Evershine
Nager,Malad [ W ].Mumbai-400064
(C)
Modular Type
1. SALZER
M/s SALZER EKECTRONICS LTD,
Samichettipalayam,Coimbatore-641047
A. CATEGORY-I
2. ANCHOR-ROMA / WOODS
1. PRECISION
M/s Precision Electrical Shiv Sager estate,
A-Block (Basement) Dr.A.B.Road Worli,
Mumbai -400018
2. ANCHOR - RIDER
Anchor Elect.P.Ltd
Marathon lnnova C Wing,
Opp.Penivisula Corporate Park,
Opp.G.K.Marg,Lower Parel [W]
MUMBAI
M/s Anchor Electrical P.L.
Marathon lnnova, C-Wing,
Opp,Peninsula Corporate Park,
Of.G.K.Marg,
Lower Parel (W)
MUMBAI-400013
3. POINTER-SPECTRA
M/s PRISM INDUSTRIES, H.O. B-15,
Atlanta Evaershine Nager,
Malad (W)
Mumbai-400064
3. POINTER-ITALIA
4. ELLYS
M/s PRISM INDUSTRIES H.O.B-15,Atlanta
Evershine Nager Malad (W)
Mumbai-400064
M/s ELLE Electrical P.L.,Cama industrial
Area,Walbhat Road,
NEXT to Rajaram Tarphe,
Goregaon (E), Mumbai -400063
4. ALEX
5. HI-FI
M/s Alex lndustires, 3,Neminath industrial
Estate no.3 Navghar road,Vasai [E] Dist.
Thane -401210
M/s Aerolite industries.
5 Sall industrial Eastate
l.B.Road,Goregaon (E),
Mumbai-4000
5. ORPAT
6. WONDER
[EVER/PLAYBOY/COLLICY/DASH
Signature of Contractor
423
GOLD/FORTNUNE]
14. MK
M/s Wonder industries,
G-14,O.I.D.C. Udhyog
Nager industrial Estate,
GIDC, Ringanwada,
DAMAN (U.T )
15. LK
L.K. Switchges, 165, GIDC, Makarpura,
Baroda- 390001.
7. ALLWYN
16. NORTHWEST
M/s ALLWYN ELECTRICAL INDUSTRIES,78,
Kakad industrial Eastate,
Lady Jamshedji road,
Mahim,
Mumbai-400016
North West Switchgear Ltd.,
14/3, Mathura Road,
Faridabad,
Haryana – 121003.
C. CATEGORY – III
8. INDOASIAN
HAVELL‟S-CRABTREE
M/s indo Asain Fusegear Limited, 203-204,
Shreedhar Avenue,
11, Sardar Patel Colony,
Nr. Sardar Patel Statue,
Naranpura, Ahmedabad.
M/s. Havell‟s India Ltd., 202-205,
SHIVALIK II,
Nr. Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015.
9. GELCO
M/S. GELCO ELECTRONICS P.L.,
6,7,8 &16, Amarnath Estate,
Nr. Krishna Gopal Estate,
Naroda Road, Ahmedabad.
10. ABB
1.2
RIGID PVC PIPES/OVAL PIPES &
FITTINGS
FIA Approved & ISI marked (Emossed)
PRECISION
M/S ABB Limited,
2nd Floor, Est Wing,
Khanija Bhavan, 49,
Race Course Road,
Banglore – 560001.
M/s Precision Electrical Shiv Sager estate,
A-Block (Basement) Dr.A.B.Road Worli,
Mumbai -400018
11. VINAY
M/s. NIHIR POLYMERS INDUSTRIES,
62, Umed Part Society,
Sola Road,
Ghatlodia,
Ahmedababd – 380061.
M/s. Vinay Electricals, 18-A,
Singh Industrial Estate, Bldg. No. 1,
Rammandir Road,
Gorengaon (W),
Mumbai- 40014.
12. LEADER
M/s. Leader Electrical P.L.,
Leader House, 9-B,
Mahal Industrial Estate,
P.B.No. 9483,
Mahakali Caves Road,
Andheri (E),
Mumbai-400 093.
13. C&S GEWISS
M/s. Control & Switchgears Contractors Ltd.,
9th Floor, HERITAGE, Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380 009.
Signature of Contractor
NIHIR
AMIT
M/s. Amit Electro Plast,
105, 1st Floor,
Sarvoday Comm. Centre,
Salapose Road,
Nr. G.P.O.
Ahmedabad – 380001.
VRAJ
M/s. VRAJ PLASTIC INDUSTRIES,
41, 42 & 43, Amarnath Estate,
Nr. Gokulesh Petroleum,
Narol Cross Road,
Ahmedabad – 382405.
VINAY
424
M/s. Vinay Electricals,
18-A, Singh Industrial Estate,
Bldg. No. 1,
Rammandir Road,
Gorengaon (W),
Mumbai-40014.
POLYCAB
M/s. Polycab Wires Pvt. Ltd.,
HICO House, 1st Floor,
771, Pandit Satwalekar Marg,
Mahim (W),
Mumbai-400016.
SHRINATH
BPL
M/s. Bhaglaxmi Plastic Industries,
32, Asharva Ind. Estate,
Opp. Khodiyar Estate,
Narol,
Ahmedabad.
1.3 OVAL /CASING & CAPING & PVC
TRUNKING
Pandit Satwalekar Marg,
Mahim (W),
Mumbai-400016.
SHRINATH
M.K.
DOUBLE WALL CORRUGATED PIPE NON
THREADABLE COMMUNICATION &
ELECT.INST. CONDUIT PIPES [NON SOR]
REX
M/s. REX POLYEXTRUSION LTD.,
Kumar Plaza, 1st Floor, 1077,
North Shivajinagar,
Opp. K.W.C. College,
Sangli-416416.
DURA-GUARD
M/s. DURA LINE INDIA PVT. LTD.,
Plot No. 24-25, Verna Electronics City,
Phase-IIA, Verna
Salcete,
GOA-403722 (North Goa).
LAMPS & FITTINGS
PRECISION
M/s Precision Electrical Shiv Sager estate,
A-Block (Basement) Dr.A.B.Road Worli,
Mumbai -400018
2.1 FIAMENT LAMPS/ FLOURESCENT
TUBES
(A) CAT-I
NIHIR
ANY ISI MARKED
M/s. NIHIR POLYMERS INDUSTRIES,
62, Umed Part Society, S
ola Road, Ghatlodia,
Ahmedababd – 380061.
(B) CATEGORY-II
AMIT
M/s. Amit Electro Plast,
105, 1st Floor, Sarvoday Comm. Centre,
Salapose Road,
Nr. G.P.O.
Ahmedabad – 380001.
VINAY
M/s. Vinay Electricals,
18-A, Singh Industrial Estate,
Bldg. No. 1, Rammandir Road,
Gorengaon (W),
Mumbai-40014.
POLYCAB
M/s. Polycab Wires Pvt. Ltd.,
HICO House, 1st Floor, 771,
Signature of Contractor
ARYA
M/s. Arya Filaments
P.L., 344,
Vishnupuri Annex,
A.B.Road,
Indore-452001.
GE
M/s. GE India Industrial Pvt. Ltd.,
405, “Kirtiman”, Kinariwala House,
B/H Citibank,
Off. C.G.Road,
Ahmedabad-380009.
BAJAJ
M/s. Bajaj Electricals Limited,
106, 1st Floor, Sakar-III,
Nr. Ashram Road,
Navrangpura,
Ahmedabad-380014.
425
OSRAM
M/s. Osram India P. L.,
Delhi Road,
Sonipat,
Haryana-131001.
M/s. Control & Switchgears Contractors Ltd.,
9th Floor, HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380 009.
GE
(C) CATEGORY–III
SURYA
M/s. Surya Roshni Ltd. (Lighting Division)
308, Shetali Centre,
Nr. Paldi Char Rasta,
Ahmedabad-380006.
PHILIPS
M/s. Philips Electronics India Ltd.,
7, Justice Chandra Madhab Road,
Kolkata-700020.
M/s. GE India Industrial Pvt. Ltd.,
405, “Kirtiman”, Kinariwala House,
B/H Citibank,
Off. C.G.Road,
Ahmedabad-380009.
BAJAJ
M/s. Bajaj Electricals Limited,
106, 1st Floor, Sakar-III,
Nr. Ashram Road,
Navrangpura, A
hmedabad-380014
OSRAM
CROMPTON
M/s. Crompton Greeves,
C.Q. Hube, 6th Floor,
Dr. Annie Besant Road,
Worli, Mumbai – 400030.
M/s. Osram India P. L.,
Delhi Road,
Sonipat,
Haryana-131001.
2.2 MERCURY VAPOUR LAMPS
(C ) CATEGORY – III
(A) CAT-I
PHILIPS
ANY ISI MARKED
M/s. Philips Electronics India Ltd.,
7, Justice Chandra
Madhab Road,
Kolkata-700020.
(B) CATEGORY-II
ARYA
CROMPTON
M/s. Arya Filaments P.L.,
344, Vishnupuri Annex,
A.B.Road,
Indore-452001.
M/s. Crompton Greeves,
C.Q. Hube, 6th Floor,
Dr. Annie Besant Road,
Worli, Mumbai – 400030.
SHAKTI
SURYA
M/s. Shakti Fixture Industries,
212/B, Bombay Talkies Compound
Malad (W),
Mumbai-400064.
M/s. Surya Roshni Ltd. (Lighting Division)
308, Shetali Centre,
Nr. Paldi Char Rasta,
Ahmedabad-380006.
ANCHOR
SODIUM WAPOUR LAMPS
Anchor Elect. P.Ltd.
Marathon lnnova C Wing.
Opp.G.K.Marg,
Lower Parel [ W ]
Mumbai.
CATEGORY-I
ANY ISI MARKED
CATEGORY-II
C&S GEWISS
ARYA
Signature of Contractor
426
M/s. Arya Filaments P.L.,
344, Vishnupuri Annex,
A.B.Road,
Indore-452001.
SHAKTI
M/s. Shakti Fixture Industries,
212/B, Bombay Talkies Compound
Malad (W),
Mumbai-400064.
ANCHOR
Anchor Elect. P.Ltd.
Marathon lnnova C Wing.
Opp.G.K.Marg, Lower Parel [ W ]
Mumbai.
B/H Citibank,
Off. C.G.Road,
Ahmedabad-380009.
PHILIPS
M/s. Philips Electronics India Ltd.,
7, Justice Chandra Madhab Road,
Kolkata-700020.
CROMPTON
M/s. Crompton Greeves,
C.Q. Hube, 6th Floor,
Dr. Annie Besant Road,
Worli, Mumbai – 400030.
COMPACT FLOURESCENT LAMPS
CATEGORY-I
C&S GEWISS
ANCHOR
M/s. Control & Switchgears Contractors Ltd.,
9th Floor, HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380 009.
Anchor Elect. P.Ltd.
Marathon lnnova C Wing.
Opp.G.K.Marg,
Lower Parel [ W ],
Mumbai.
GE
CATEGORY-II
M/s. GE India Industrial Pvt. Ltd.,
405, “Kirtiman”, Kinariwala House,
B/H Citibank, Off. C.G.Road,
Ahmedabad-380009.
SPANCO
BAJAJ
M/s. Bajaj Electricals Limited,
106, 1st Floor, Sakar-III,
Nr. Ashram Road, Navrangpura,
Ahmedabad-380014
OSRAM
M/s. Osram India P. L.,
Delhi Road,
Sonipat,
Haryana-131001.
M/S Spance Semiconductors,
10/11, Bhagat industrial Estate
Nr.18No.ESI Hospital, Jay Bharat
Rangshala Compound, Saraspur,,
Ahmedabad – 380018
GRE
M/s. GRE Electronics,
Plot No.423, G.I.D.C.-11,Dediyasan
Mehsan – 384002
OSRAM
(C ) CATEGORY – II
M/s Osram india P.L.
Delhi Road,
Sonipat
Haryana – 131001
SURYA
CATEGORY - III
M/s. Surya Roshni Ltd. (Lighting Division)
308, Shetali Centre,
Nr. Paldi Char Rasta,
Ahmedabad-380006.
HAVELL‟S
GE
M/s. GE India Industrial Pvt. Ltd.,
405, “Kirtiman”, Kinariwala House,
Signature of Contractor
M/s Havell‟s india Ltd,
202-205,SHIVALIK II, Nr. Shiveranjani
Cross Road, Satelite 132 Ft.Ring Road,
Ahmedabed – 380015.
2 . SURYA
427
M/s Surya Roshni Ltd,(Lighting Division)
308,Shefali Centre, Nr. Paldi Char Rasta
Ahmedabad - 380006
3 . PHILIPS
M/s. Philips Electronics india Ltd, 7,
Justice Chandra Madhab Road, Kolkata700020
OSRAM
M/s Osram india P.L.
Delhi Road,
SonipatHaryana – 131001
CATEGORY – III
4 . CROMPTON
SURYA
M/s. Crompton Greeves,
C.Q.Hube,6th Floor.
Dr.Annie Besant Road,
Worli,
Mumbai – 400030
M/s Surya Roshni Ltd, (Lighting
Division)308, Shefali Centre,
Nr.Paldi Char Rasta,
Ahmedabad-380006
GE
2.5 METAL HALIDELAMPS
CATEGORY – II
M/s GE india industrial Pvt. Ltd.,
405, “Kirtiman”,
Kinariwala House,
B/H Citibank,
Off. C.G.Road,
Ahmedabad – 09
ARYA
PHILIPS
M/s.Arya Filaments P.L.344, Vishnupuri
Annex. A.B.Road, indore – 452001
M/s. Philips Electronics india Ltd,
7, Justice Chandra Madhad Road,
Kolkata-700020
CATEGORY – I
ANY ISI MARKED
SHAKTI
CROMPTON
M/s Shakti Fixture industries 212/B,
Bombay Talkies Compound Malad (W)
Mumbai – 400064
ANCHOR
M/s Anchor Electrical P.L.Marathon lnnova,
C- Wing, Opp. Peninsula Corporate Park,
Of.G.K.Marg,
Lower Parel (W),
Mumbai-400013
M/s. Crompton Greeves,C.Q.Hube,
6th Floor,
Dr.Annie Besant Road,
Worli, Mumbai-400030
2.6 ENERGY SAVING FLOURESCENT
TUBE & CFL FITTINGS (Box Type/
Industrial Type / Mirror Optic / Mirror
Light / Street Light )
CATEGORY – I
C&S GEWISS
GLOMORE-APPROVED
M/s.Control & Switchgers Contactors Ltd
9th Floor, HERITAGE,
Nr.Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380009
BAJAJ
M/s Bajaj Electricals Limited.1
06, 1st Fl.
Sakar – III,
Nr.Ashram Road
Navrangpura,
Ahmedabad -380014
Signature of Contractor
M/s Devraj Enterprises (P) Ltd,401,
Sobhna Appartment, 4th Floor,
Above Mandavi Bank,
Chandravarkar Road,
Borivali [W]
Mumbai – 400092
SHAH
M/s Shah Electronics,
A-3,Manoharvila, New Naroad,
Nicol Road,Nr.Naroda Canal,
Nicol,Ahmedabad – 382330
428
PULSE
Indore-452001
M/s Pulse Electronics & Control,B/1,
Maruti Tenament,
Opp.Shriji Bapa Complex ,
Nr.Rabari Colony,
Vastral to Odhav Canal Road,
Ahmedabad
SHAKTI
M/s Shakti Fixture industries
212/B Bombay Talkies Compound
Malad (W), Mumbai-400064
JILCO
INAVA
M/s lnava instruments international
94,Ratnajyot ind. Estate lrla Lane,
Vile Parle Weste,Mumbai-400056
[B] CATEGORY-ll
[ENERGY SAVING T-5 TUBE
FITTING/CFL INDOOR TYPE]
SPANCO
M/s Spance Semiconductors,
10/11, Bhagat industrial Estate,
Nr.18 No. ESI Hospital,
Jay Bharat Rangshala Compound,
Saraspur,
Ahmedabad-18
WIPRO
M/s Wipro Ltd,A/210,Fairdal House,
Opp St Xaviers Ladies Hostel,
Navrangpura, Ahmedabad
PRESTOLITE
M/s PRESTOLITE CORPORATION,
57/5, Khalil Seth Compound,
Off. M.G.Road,
Goregaon (W) Mumbai-400062
M/S JAIN INDUSTRIAL LIGHTING CORP.
B-70/22, DSIDC Complex,
Lawrence Road
New Delhi-35
ANCHOR
M/s Anchor Electrical P.L.Marathon lnnova,
C-Wing, Opp.Peninsula Corporate Park,
Of.G.K.Marg,
Lower Parel (W),
MUMBAI-13
GLOMORE
M/s Devraj Enterprises (P) Ltd,401,
Sobhna Appartment,4th Floor,
Above Mandavi Bank,
Chandravarkar Road,
Borivali [W]
Mumbai – 400092
C&S GEWISS
M/s Control & Switchgears Contactors Ltd .
9th Floor,HERITAGE,
Nr.Gujarat Vidyapith,
Ashram Road ,
Ahmedabad-380009
CILVER
GRE
M/s GRE Electronics,
Plot No.423,
G.I.D.C-II,
Dediyasan,
Mehsan-384002
TEKNOLITE
M/s Teknovision Allied Product P.L.
16, Waman Patil industrial Estate,
Nr. Dukes Factory,
Nr.Chembur,
Mumbai-71
ARYA
M/s Arya Filaments P.L.
344 Vishnupuri Annex.
A.B.Road,
Signature of Contractor
M/s United Himalyan ind,PL.No.16,17,
Sector No.5, Parwanoo,
Dist-Solan,
HIMACHALPRADESH
INDOASIAN
M/s lndo Asian Fusegeear Limited,
203-204 Shreedhar Avenue,
11, Sardar patel Colony,
Nr.Sarder Patel Statue,
Naranpura,Ahmedabad-380014
CATEGORY-II
[ENERGY SAVING T-5 TUBE FITTING/CFL
OUTOOR TYPE]
WIPRO
M/s Wipro Ltd,A/210, Fairdeal house,
429
Opp St.Xavier‟s Ladies Hostel,
Navangpura, Ahmedabad
GRE
11-14, Tej Complex, Nr.Lions Hall,
Opp Ashoka Chambers,
Mithakhali,Ellisbridge,
Ahmedabad-380006-india
M/s GRE Electronics,
Plot No.423
G.I.D.C.-II Dediyasan,
Mehsan-384002
PIERLITE
SHAKTI
GE
M/s Shakti Fixture industries
212/B Bombay Talkies Compound
Malad (W),
Mumbai-400064
M/s GE India industrial Pvt.Ltd,
405,”Kirtiman”, Kinariwala House,
B/H Citibank,Off.C.G.Road,
Ahmedabad-09
JILCO
PHILIPS
M/S JAIN INDUSTRIALLIGHTING CORP.
B-70/22 DSIDC COMPLEX
LAWRENCE ROAD,
NEW DELHI-35
M/s. Philips Electronics India Ltd,
7,Justice Chandra Madhad Raod,
Kolkata-700020
M/S PIERLITE INDIA PVT.LTD
RAKHIL ROAD,AHMEDABAD
CROMPTON
CILVER
M/s United Himalyan ind .
PL.NO.16,17, Sector No.5,
Parwanoo.Dist –Solan,
Himachal Pradesh
CATEGORY-III
[ENERGY SAVING T-5 TUBE FITTING/CFL
INDOOR TYPE]
M/s. Crompton Greeves,
C.Q.Hube,6th Floor,
Dr.Annie Besant Road,
Worli,
Mumbai-400030
CATEGORY-III
[ENERGY SAVING T-5 TUBE FITTING/CFL
OUTOOR TYPE]
HAVELL‟S
BAJAJ
M/S Bajaj Electricals Limited,106,
1st Fl. Sakar-III,
Nr.Ashram Road,
Navrangpura,
Ahmedabad-380014
M/s Havell‟s India Ltd,202-205,
SHIVALIK II,Nr.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
SURYA
HAVELL‟S
M/s Havell‟s India Ltd,202-205,
SHIVALIK II,
Nr Shivranjani Cross Road,
Satelite 132 Ft.Ring Road,
Ahmedabad-380015
SURYA
M/S Surya Roshni Ltd, (Lighting Division)
308, Shefali Centre,
Nr. Paldi Char Rasta.
Ahmedabad-380006
M/S Surya Roshni Ltd.( Lighting Division)
308 Shefali Centre,
Nr. Paldi Char Rasta,
Ahmedabad-380006
PIERLITE
M/S PIERLITE INDIA PVT.LTD
RAKHIL ROAD,AHMEDABAD
PHILIPS
ASIAN
M/s Philips Electronics India Ltd,
7, Justice Chandra Madhad Road,
Kolkata-700020
M/s ASIAN ELECTRONICS LTD
CROMPTON
Signature of Contractor
430
M/s Crompton Greeves,C.Q. Hube,
6th Floor,Dr.Annie Besant Road,
Worli,
Mumbai-400030
NEW NA ROAD,
NICOL ROAD,
NR.NARODA CANAL,
NICOL,AHMEDABAD7.
FLOURESCENT TUBE FITTINGS
[ELECTRONICS BALLAST]
(Box Type/ industrial Type/Mirror Optic/
Mirror Light/Street Light)
TEKNOLITE
M/s Teknovision Allied Product P.L.
16,Waman Patil industrial Estate,
Nr. Dukes Factory, Nr.Chembur,
Mumbai-400071
(A) CATEGORY-I
8. ARYA
ANY ISI MARKED
M/s Arya Filaments P.L.344,
Vishnupuri Annex A.B.Road,
Indore- 452001
(B) CATEGORY-II
1.
SPANCO
PIERLITE
M/S Spance Semiconuctors,
10/11,Bhagat industrial Estate,
Nr.18No.ESI Hospital,Jay Bharat
Rangshala Compound,Saraspur,
Ahmedabad-380018
M/S PIERLITE INDIA PVT.LTD
RAKHIL ROAD,
AHMEDABAD
INDOASIAN
WIPRO
M/s WIPRO LTD,
611-615,Commodity Exchange
Building,Sector No.19,
Vashi,
Navi Mumbai,400705(India)
M/s lndo Asian Fusegeear Limited,
203-204,Shreedhar Avenue,11,
Sarder Patel Colony,
Nr.Sarder Patel Statue,
Naranpura,
Ahmedabad- 380014
3.
GRE
PRESTOLITE
M/s PRESTOLITE
CORPORATION,57/5,
Khalil Seth Compound,
Off. M.G.Road,
Goregaon (W)
Mumbai-400062
,
4. C&S GEWISS
M/s.Control & Switchgears
Contactors Ltd.9th Floor,HERITAGE
Nr.Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380009
5.
GLOMORE
M/S DEVRAJ ENTERPRIES (P) LTD,
GALA NO.3-4,
GEETAIND.ESTATE NO.6
VIL.GOKHIWARE
VASAI (E),THANE
6. SHAH
M/S SHAH ELECTRONICS,
A-3,MANOHARVILA,
Signature of Contractor
M/s GRE Electronics,Plot No.423
G.I.D.C.-II,Dediyasan Mehsana384002
JILCO
M/S JAIN INDUSTRIAL LIGHTING CORP.B70/22
DSIDS COMPLEX,
LAWRENCE ROAD,
NEW DELHI-35
SHAKTI
M/s Shakti Fixture industries 212/B,
Bombay Talkies Compound
Malad
(W) Mumbai-64
CILVER
M/S UNITED HIMALYAN INDUSTRIES
PL.NO.16,17,
SECTOR NO.5,
PARWANOO,DIST.SOLAN,
HIMACHALPRADESH
431
ANCHOR
1.
GLOMORE
M/s Anchor Electrical P.L.
Marathon lnnova,C-Wing,
Opp. Peninsula Corporate Park,
Of.G.K.Marg.
Lower Parel (W),
MUMBAI-13
M/s Devraj Enterprises (P)
Ltd,401, Sobhna Apartment,
4th Floor,
Above Mandavi Bank,
Chandravarkar Road,
Borivali [W]
Mumbai – 400092
G.E.
2. WIPRO
M/s GE India industrial Pvt.Ltd
405,”Kirtiman”,Kinariwala House,B/H
Citibank,Off.C.G.Road,Ahmedabad-09
FIXOLITE
M/s FIXOLITE INDUSTRES
305,Abdul Rehman Street,
Mumbai-400003
(C) CATEGORY-III
1.
PHILIPS
M/s Philips Electronics India Ltd,7,
Justice Chandra Madhab Road,
Kolkata-700020
2. CROMPTON
M/s Crompton Greeves,C.Q.Hube
6th Floor, Dr.Annie Besant Road,
Worli,
Mumbai-400030
M/s Wipro Ltd,A/210,
Fairdeal house,
Opp St.Xavier‟s Ladies Hostel,
Navangpura, Ahmedabad
3. C&S GEWISS
M/s.Control & Switchgears
Contactors Ltd.
9th Floor,HERITAGE
Nr.Gujarat Vidyapith, Ashram Road,
Ahmedabad-380009
4.
GRE
M/s GRE Electronics,Plot No.423
G.I.D.C.-II,Dediyasan Mehsana.
5.
ARYA
M/s Arya Filaments P.L.344,
Vishnupuri Annex A.B.Road,
Indore-452001
3. SURYA
JILCO
M/S Surya Roshni Ltd,(Lighting
Division) 308,Shefali Centre, Nr.
Paldi Char Rasta,
Ahmedabad-380006
M/S JAIN INDUSTRIAL LIGHTING CORP.
B-70/22 DSIDS COMPLEX,
LAWRENCE ROAD,
NEW DELHI-35
4. HAVELL‟S
SHAKTI
M/s Havell‟s India Ltd,
202-205,SHIVALIK II,
Nr. Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
M/s Shakti Fixture industries 212/B,
Bombay Talkies Compound
Malad(W)
Mumbai-64
5.
CILVER
BAJAJ
M/s Bajaj Electricals Limited.106,
1st Fl. Sakar – III, Nr.Ashram Road
Navrangpura,
Ahmedabad - 380014
M/S UNITED HIMALYAN INDUSTRIES
PL.NO.16,17,SECTOR NO.5,
PARWANOO,DIST.SOLAN,
HIMACHALPRADESH
MERCURY VAPOUR LAMP FITTINGS
(POST TOP LANTERN/STREET LIGHTS)
PIERLITE
CATEGORY-I
Signature of Contractor
M/S PIERLITE INDIA PVT.LTD
RAKHIL ROAD,AHMEDABAD
432
ANCHOR
(A) CATEGORY-I
M/s Anchor Electrical P.L.Marathon lnnova,CWing,
Opp. Peninsula Corporate Park,
Of.G.K.Marg.
Lower Parel (W) ,
MUMBAI-13
1.
11. BAJAJ
M/s Bajaj Electricals Limited.106,
1st Fl. Sakar – III, Nr.Ashram Road
Navrangpura,
Ahmedabad - 380014
12. FIXOLITE
M/s FIXOLITE INDUSTRES
305,Abdul Rehman Street,
Mumbai-400003
GLOMORE
M/s Devraj Enterprises (P)
Ltd,401, Sobhna Appartment,
4th Floor, Above Mandavi Bank,
Chandravarkar Road,
Borivali [W]
Mumbai – 400092
(B) CATEGORY-II
1. SPANCO
M/S Spance Semiconuctors,
10/11,Bhagat industrial Estate,
Nr.18No.ESI Hospital,Jay Bharat
Rangshala Compound,Saraspur,
Ahmedabad-380018
2. WIPRO
(C) CATEGORY-III
1.
HAVELL‟S
M/s Havell‟s India Ltd,202205,SHIVALIK II,
Nr. ShivranjaniCross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
2.
PRESTOLITE
M/s PRESTOLITE
,
CORPORATION,57/5,Khalil Seth
Compound,Off. M.G.Road,
Goregaon (W) Mumbai-400062
3.
SURYA
M/S Surya Roshni Ltd,(Lighting Division)
308,Shefali Centre,
Nr. Paldi Char Rasta,
Ahmedabad
4.
PHILIPS
M/s Philips Electronics India Ltd,7,
Justice Chandra Madhab Road,
Kolkata-700020
5. CROMPTON
M/s Crompton Greeves,C.Q.Hube
6th Floor, Dr.Annie Besant Road,
Worli,Mumbai-400030
SODIUM VAPOUR LAMP FITTING
(POST TOP LANTERN/STREET
LIGHTS)
Signature of Contractor
M/s WIPRO LTD,611-615,
Commodity Exchange
Building,Sector No.19, Vashi,
Navi Mumbai,400705(India)
3. PRESTOLITE
M/s PRESTOLITE
CORPORATION,57/5,
Khalil Seth Compound,
Off. M.G.Road,
Goregaon (W)
Mumbai-400062
,
4. C&S GEWISS
M/s.Control & Switchgears
Contactors Ltd.9th Floor,HERITAGE
Nr.Gujarat Vidyapith, Ashram Road,
Ahmedabad-380009
5.
GRE
M/s GRE Electronics,Plot No.423
G.I.D.C.-II,Dediyasan
Mehsana-384002
6.
ARYA
M/s Arya Filaments P.L.344,
Vishnupuri Annex A.B.Road,
Indore- 452001
7.
JILCO
M/S JAIN INDUSTRIAL LIGHTING CORP.
B-70/22 DSIDS COMPLEX,
LAWRENCE ROAD,
NEW DELHI-35
433
8. SHAKTI
M/s Shakti Fixture industries 212/B,
Bombay Talkies Compound
Malad (W)
Mumbai-64
9. CILVER
M/S UNITED HIMALYAN INDUSTRIES
PL.NO.16,17,SECTOR NO.5,
PARWANOO,DIST.SOLAN,
HIMACHALPRADESH
10. ANCHOR
M/s Anchor Electrical P.L.Marathon lnnova,
C-Wing, Opp. Peninsula Corporate Park,
Of.G.K.Marg.
Lower Parel (W) ,
MUMBAI-13
Paldi Char Rasta,
Ahmedabad-380006
4. G.E.SR/SPPT/OPTYLANE
M/s GE India industrial Pvt.Ltd
405,”Kirtiman”,Kinariwala
House,B/H Nr.Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380009
5. PHILIPS
M/s Philips Electronics India Ltd,7,
Justice Chandra Madhab Road,
Kolkata-700020
6. CROMPTON
G.E.
M/s Crompton Greeves,
C.Q.Hube 6th Floor,
Dr.Annie Besant Road,
Worli,
Mumbai-400030
M/s GE India industrial Pvt.Ltd
405,”Kirtiman”,Kinariwala House,
B/H Citibank,Off.C.G.Road,
Ahmedabad-09
2.10 FLOOD LIGHTS WITH
BC/ES/MV/SV/MH/LAMPS
(POST TOP LANTERN/STREET
LIGHTS)
12. BAJAJ
(A) CATEGORY-I
M/s Bajaj Electricals Limited.106,
1st Fl. Sakar – III, Nr.Ashram Road
Navrangpura,
Ahmedabad -380014
ANY ISI MARKED
(B) CATEGORY-II
1 . SPANCO
13. FIXOLITE
(C) CATEGORY-III
M/S Spance Semiconuctors,
10/11,Bhagat industrial Estate,
Nr.18No.ESI Hospital,Jay
Bharat Rangshala Compound,
Saraspur,
Ahmedabad-380018
1. HAVELL‟S
2. WIPRO
M/s Havell‟s India Ltd,202205,SHIVALIK II,
Nr. Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
M/s Wipro Ltd,A/210, Fairdeal house,
Opp St.Xavier‟s Ladies Hostel,
Navangpura,
Ahmedabad
M/s FIXOLITE INDUSTRES
305,Abdul Rehman Street,
Mumbai-400003
3. PRESTOLITE
2.
PIERLITE
M/S PIERLITE INDIA PVT.LTD
RAKHIAL ROAD,
AHMEDABAD
3. SURYA
M/S Surya Roshni Ltd,(Lighting
Division) 308,Shefali Centre, Nr.
Signature of Contractor
M/s PRESTOLITE
CORPORATION,
57/5,Khalil Seth Compound,
Off. M.G.Road,
Goregaon (W)
Mumbai-400062
,
4. C&S GEWISS
434
M/s.Control & Switchgears
Contactors Ltd.9th Floor,HERITAGE
Nr.Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380009
13. FIXOLITE
M/s FIXOLITE INDUSTRES
305,Abdul RehmanStreet,
Mumbai-400003
5. GLOMORE
(C) CATEGORY-III
M/s Devraj Enterprises (P) Ltd,
401, Sobhna Appartment,4th Floor,
Above Mandavi Bank,
Chandravarkar Road,
Borivali [W]
Mumbai – 400092
6. GRE
M/s GRE Electronics,Plot No.423
G.I.D.C.-II, Dediyasan
Mehsana-384002
1. HAVELL‟S
M/s Havell‟s India Ltd,202205,SHIVALIK II,Nr.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
2. PIERLITE
M/S PIERLITE INDIA PVT.LTD
RAKHIL ROAD,
AHMEDABAD
7. ARYA
3. SURYA
M/s Arya Filaments P.L.344,
Vishnupuri Annex A.B.Road,
Indore-452001
8. JILCO
M/S JAIN INDUSTRIAL LIGHTING CORP.
B-70/22 DSIDS COMPLEX,
LAWRENCE ROAD,
NEW DELHI-35
9. SHAKTI
M/s Shakti Fixture industries 212/B,
Bombay Talkies Compound
Malad (W)
Mumbai-64
10. ANCHOR
M/s Anchor Electrical P.L.Marathon lnnova,
C-Wing, Opp. Peninsula Corporate Park,
Of.G.K.Marg.
Lower Parel (W) ,MUMBAI-13
11. G.E.
M/S Surya Roshni Ltd,(Lighting Division)
308,Shefali Centre,
Nr. Paldi Char Rasta,
Ahmedabad-380006
4. G.E.SF/GEMF/BLAZE
M/s GE India industrial Pvt.Ltd
405,”Kirtiman”,KinariwalaHouse,
B/H Nr.Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380009
5. PHILIPS
M/s Philips Electronics India Ltd,
7, Justice Chandra Madhab Road,
Kolkata-700020
6. CROMPTON
M/s Crompton Greeves,
C.Q.Hube 6th Floor,
Dr.Annie Besant Road,
Worli,
Mumbai-400030
M/s GE India industrial Pvt.Ltd
405,”Kirtiman”,Kinariwala House,B/H
Citibank,Off.C.G.Road,
Ahmedabad-09
2.11 HALOGEN TUBE FITTING
(A) CAT.II
12. BAJAJ
M/s Arya Filaments P.L.344,
Vishnupuri Annex
A.B.Road,indore- 452001
M/s Bajaj Electricals Limited.106,
1st Fl. Sakar – III,
Nr.Ashram Road
Navrangpura,
Ahmedabad -380014
Signature of Contractor
1. ARYA
ELETRONIC BALLAST
CATEGORY-I
435
1 . SHAH
M/S SHAH ELECTRONICS,
A-3,MANOHARVILA,
NEW NA ROAD,
NICOL ROAD,
NR. NARODACANAL,
NICOL,
AHMEDABAD- 382330
2. AMIT
M/s. Amit Electro Plast, 105,
1st Floor, Sarvoday Comm. Centre,
Salapose Road,
Nr. G.P.O.
Ahmedabad – 380001.
3. INAVA
M/s lnava instruments international
94,Ratnajyot ind. Estate lrla Lane,
Vile Parle Weste,
Mumbai-400056
Opp.Shriji Bapa Complex,
Nr. Rabari Colony,
Vastral To Odhav Canal Road,
Ahmedabad
(B) CATEGORY-II
1. SPANCO
M/S Spance Semiconuctors,
10/11,Bhagat industrial Estate,
Nr.18No.ESI Hospital,Jay
Bharat Rangshala Compound,
Saraspur,
Ahmedabad-380018
2. WIPRO
M/s Wipro Ltd,A/210,
Fairdeal house,
Opp St.Xavier‟s Ladies Hostel,
Navangpura,
Ahmedabad
3. C&S GEWISS
4.
GELCO-APPROVED
M/S. GELCO ELECTRONICS P.L.,
6,7,8 &16, Amarnath Estate,
Nr. Krishna Gopal Estate,
Naroda Road,
Ahmedabad.
M/s.Control & Switchgears Contactors Ltd.
9th Floor, HERITAGE
Nr.GujaratVidyapith,
Ashram Road,
Ahmedabad-380009
4. GLOMORE
5. ANCHOR-APPROVED
M/s Anchor Electrical P. L.
Marathon lnnova,
C-Wing, Opp. Peninsula Corporate Park,
Of.G.K.Marg.
Lower Parel (W)
MUMBAI-13
M/s Devraj Enterprises (P) Ltd,
401, Sobhna Apartment,
4th Floor,
Above Mandavi Bank,
Chandravarkar Road,
Borivali [W]
Mumbai – 400092
6. CILVER
5. TEKNOLITE
M/S UNITED HIMALYAN INDUSTRIES
P. L. NO.16,17,SECTOR NO. 5,
PARWANOO, DIST.SOLAN,
HIMACHALPRADESH
M/s Teknovision Allied Product P.L.
16, Waman Patil industrial Estate,
Nr. Dukes Factory,
Nr.Chembur,
Mumbai-71
7. OCLEG
6. GELCO
M/s.OCLEG CONTROLS,
93- 94, Amar Estate,
B/h Lubi Elect.
Memco,
Naroda Road,
Ahmedabad
M/S. GELCO ELECTRONICS P.L.,
6,7,8 &16,
Amarnath Estate,
Nr. Krishna Gopal Estate,
Naroda Road,
Ahmedabad.
8. PLUSE
7. INDOASIAN
M/s Pulse Electronics & Control,
B/1, Maruti Tenament,
Signature of Contractor
M/s indo Asain Fusegear Limited,
436
203-204, Shreedhar Avenue,
11, Sardar Patel Colony,
Nr. Sardar Patel Statue,
Naranpura,
Ahmedabad.
8. GRE
M/s GRE Electronics,Plot
No.423 G.I.D.C.-II,Dediyasan
Mehsana- 384002
9.
ARYA
M/s Arya Filaments P.L.344,
Vishnupuri Annex
A.B.Road,
Indore-452001
(C) CATEGORY-III
1. HAVELL‟S
M/s Havell‟s India Ltd,202205,SHIVALIK II,Nr. Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
2. PIERLITE
M/S PIERLITE INDIA PVT.LTD
RAKHIL ROAD,
AHMEDABAD
3. PHILIPS
M/s. Philips Electronics India Ltd., 7,
Justice Chandra Madhab Road,
Kolkata-700020.
10 JILCO
4. CROMPTON
M/S JAIN INDUSTRIAL LIGHTING CORP.
B-70/22 DSIDS COMPLEX,
LAWRENCE ROAD,
NEW DELHI-35
M/s. Crompton Greeves, C.Q. Hube,
6th Floor, Dr. Annie Besant Road,
Worli,
Mumbai – 400030.
11. SHAKTI
M/s Shakti Fixture industries
212/B, Bombay Talkies Compound
Malad (W)
Mumbai-64
CHAPTER-III
SWITCHGEARS&DISTRIBUTION BOARDS
CAST IRON CLAD SWITCHES
WITH REWIREBLEFUSE
(A) CATEGORY-I
12. ANCHOR
ANY OTHER THEN FOLLOWING MAKE
M/s Anchor Electrical P.L. Marathon lnnova,
C-Wing, Opp. Peninsula Corporate Park,
Of.G.K.Marg.
Lower Parel (W),
MUMBAI-13
13. SHAH
M/s Shah Electronics,
A-3,Manoharvila, New Naroad,
Nicol Road,Nr.Naroda Canal,
Nicol,
Ahmedabad – 382330
14. ASIAN
M/s ASIAN ELECTRONICS LTD
11-14, Tej Complex, Nr.Lions Hall,
Opp Ashoka Chambers, Mithakhali,
Ellisbridge,
Ahmedabad-380006-India
15. OSRAM
M/s. Osram India P. L., Delhi Road,
Sonipat, Haryana-131001.
Signature of Contractor
CATEGORY-II
TRISUL
M/s Aum Electrical Industries,
1014,GIDC,
Waghodia-391760 Gujarat
MODI
M/S MODI INDUSTRIES,
61,Mahaveer Estate,
Nr.Anupam Cinema,
Khokhara,
Ahmedabad-380008
NEW/NILANG
M/s Nilang Engineerign Works,
Plot No.156/2,A-31
Kailshnagar Estate,
Opp New Tele.Exchange, F Road,
G.I.D.C. Vatva,
Ahmedabad-382445
PEW
437
M/s Patel Engineering Works,
23, Vrundavandham Society,
Opp.P.d.Pandya Collage,
Nr Smruti Mandir,
Ghodasar
Ahmedabad
SUPER
M/SSUPER SWITCHGEARS
SHED-C,5/6,GIDC VITTHAL UDHYOG
NAGAR,
V.V.NAGER-388121
CATEGORY-III
KEW
M/s KEW FUSEGEAR PVT.LTD
C1 B/336/38,
G.I.D.C.Estate,
Makarpura,
Vadodara-390010
61,Mahaveer Estate,Nr.AnupamCinema,
Khokhara,
Ahmedabad-380008
5. PEW
M/s Patel Engineering Works,23,
Vrundavandham,Society,
Opp P.d Pandya Collage,
Nr. Smruti Mandir,
Ghodasar,Ahmedabad
SUPER
M/SSUPER SWITCHGEARS
SHED-C,5/6,GIDC
VITTHAL UDHYOG NAGAR,
V.V.NAGER- 388121
HPL
(C) CATEGORY-III
1. HAVELL‟S
STENLY
3.2 METAL CLAD SWITCHES WITH
REWIREBLE FUSE (63A-100A)
CATEGORY-I
M/s Havell‟s India Ltd,202205,SHIVALIK II,Nr. Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
REIKO
2. INDOASIAN
M/S R.L.Electrical industries,
8, Sri Ram Marg,Opp Central Bank,
Moujpur Road,
Shahdara,
Delhi-110053 (INDIA)
M/s Indo Asain Fusegear Limited,
203-204, Shreedhar Avenue,
11, Sardar Patel Colony,
Nr. Sardar Patel Statue,
Naranpura,
Ahmedabad.
(B) CATEGORY-II
3. STANDARD
1.
KEW
M/s KEW FUSEGEAR PVT.LTD C1
B/336/38, G.I.D.C.Estate,
Makarpura,
Vadodara-390010
M/s.Standard Electrical Ltd
202,205 Shivalik-II N.R.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road
Ahmedabad-380015
2. SIGMA
4.
M/s MCB Electro Controles,C-176
Mayapuri Industrial Area,
Phase –II,
New Delhi-110064
M/s L&T House,Ballord Estate,P.O.Box
No.278
Mumbai-400001
L&T
M/s Aum Electrical industries,1014,
GIDC,Wagnodia-391760 Gujarat
5. CROMPTON
M/s. Crompton Greeves,
C.Q. Hube, 6th Floor, Dr.
Annie Besant Road, Worli,
Mumbai – 400030.
4.
6. C&S GEWISS
3.
TRISHUL
MODI
M/S MODI INDUSTRIES,
Signature of Contractor
M/s. Control & Switchgears
438
Contractors Ltd., 9th Floor,
HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380 009.
Sardar Patel Colony,
Nr. Sardar Patel Statue,
Naranpura,
Ahmedabad.-380014
3. STANDARD
METAL CLAD SWITCHES
WITH HRC FUSE
(A)
1.
CATEGORY-II
KEW
M/s KEW FUSEGEAR PVT.LTD
C1 B/336/38,
G.I.D.C.Estate,
Makarpura,
Vadodara-390010
2. PIERLITE
M/S PIERLITE INDIA PVT.LTD
RAKHIL ROAD,
AHMEDABAD
3. PEW
M/s.Standard Electrical Ltd
202,205 Shivalik-II N.R.Shivranjani Cross
Road,
Satelite 132 Ft. Ring Road
Ahmedabad-380015
4.
C&S GEWISS
M/s. Control & Switchgears Contractors Ltd.,
9th Floor,
HERITAGE, Nr. Gujarat
Vidyapith, Ashram Road,
Ahmedabad-380 009.
5. L&T
M/s L&T House, Ballord Estate,
P.O.Box No.278
Mumbai-400001
M/s Patel Engineering Works,
23, Vrundavandham Society,
Opp.P.d.Pandya Collage,
Nr Smruti Mandir,
Ghodasar
Ahmedabad
6. Siemens
4.
7. GE
SUPER
M/SSUPER SWITCHGEARS
SHED-C,5/6,GIDC VITTHAL UDHYOG
NAGAR,
V.V.NAGER-388121
5.
M/s Siemens Ltd L.V.Control &
Distribution Products
Thane Belapur Road,
Thane-400601
M/s GE india industrial Pvt. Ltd.,
405, “Kirtiman”, Kinariwala House,
B/H Citibank,
Off. C.G.Road,
Ahmedabad – 09
CROMPTON
3.4 MOULDED CASE CIRCUIT BREAKERS
M/s. Crompton Greeves, C.Q. Hube,
6th Floor, Dr. Annie Besant Road,
Worli, Mumbai – 400030.
6.
CATEGORY-I
1.
GUTS
HPL
(B) CATEGORY-III
1.
(A)
HAVELL‟S
M/s Havell‟s India Ltd,202205,SHIVALIK II,Nr. Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
2. INDOASIAN
M/s Indo Asain Fusegear Limited,
203-204, Shreedhar Avenue, 11,
Signature of Contractor
M/s GUTS ELECTROMECH LTD
119, Trinity Co.Op.Hsg.Soc.
1st Floor,
C.H.Street Bhobitalo,
Mumbai-400002
1.
BENTEC
M/s. Bentec Electrical &
Electronics P.L.No-7,
Maharaja Estate,
B/h Bhagyodaya Hotel,
Sarkhej Sanad Highway
Sarkhej,
439
Ahmedabad-382210
2.
Belapur Road,
Thane-400601
CROMPTON
8. GE
M/s. Crompton Greeves,
C.Q. Hube, 6th Floor, Dr.
Annie Besant Road,
Worli,
Mumbai – 400030.
M/s GE India Industrial Pvt. Ltd.,
405, “Kirtiman”,Kinariwala House,
B/H Citibank,
Off. C.G.Road,
Ahmedabad – 09
(C) CATEGORY-III
1. HAVELL‟S
M/s Havell‟s India Ltd,202205,SHIVALIK II,Nr.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
2. STANDARD
M/s.Standard Electrical Ltd
202,205 Shivalik-II N.R.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road
Ahmedabad-380015
3. BCH
M/s BCH Electric Limited 93,
City Centre,Nr.Swastik Char Rasta,
C.G.Road,
Ahmedabad 380009
3.5 AIR CIRCUIT BREAKERS
(A) APPROVED
1. HAVELL‟S
M/s Havell‟s India Ltd,202205,SHIVALIK II,Nr.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
(B) CATEGORY-III
1. C&S GEWISS
M/s. Control & Switchgears
Contractors Ltd., 9th Floor,
HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380 009.
4. C&S GEWISS
2. INDOASIAN
M/s. Control & Switchgears
Contractors Ltd., 9th Floor,
HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380 009.
M/s indo Asain Fusegear Limited,
203-204, Shreedhar Avenue,
11, Sardar Patel Colony,
Nr. Sardar Patel Statue,
Naranpura,
Ahmedabad.-380014
5.
3. GE
INDOASIAN
M/s indo Asain Fusegear Limited,
203-204, Shreedhar Avenue,
11, Sardar Patel Colony,
Nr. Sardar Patel Statue,
Naranpura,
Ahmedabad.-380014
M/s GE india industrial Pvt. Ltd.,
405, “Kirtiman”,Kinariwala House,
B/H Citibank, Off. C.G.Road,
Ahmedabad – 09
6.
M/s L&T House, Ballord Estate,
P.O.Box No.278
Mumbai-400001
M/s. Crompton Greeves,
C.Q. Hube, 6th Floor, Dr.
Annie Besant Road,
Worli,
Mumbai – 400030.
7.
5. L&T
L&T
SIEMENS
M/s Siemens Ltd L.V.Control &
Distribution Products Thane
Signature of Contractor
4. CROMPTON
M/s L&T House,
Ballord Estate,
440
P.O.Box No.278
Mumbai-400001
6. SIEMENS
M/s Siemens Ltd L.V.Control &
Distribution Products Thane
Belapur Road,
Thane-400601
CHANGE OVER SWITCHES
(A) CATEGORY-I
1 . GUTS
Electronics P.L.No-7,
Maharaja Estate,
B/h Bhagyodaya Hotel,
Sarkhej Sanad Highway
Sarkhej,
Ahmedabad-382210
5. PIERLITE
M/S PIERLITE INDIA PVT.LTD
RAKHIL ROAD,
AHMEDABAD
6. NEW/NILANG
M/s GUTS ELECTROMECH LTD
119, Trinity Co.Op.Hsg.Soc.
1st Floor, C.H.Street
Bhobitalo,
Mumbai-400002
2. MODI
M/S MODI INDUSTRIES,
61,Mahaveer Estate,Nr.Anupam
Cinema, Khokhara,
Ahmedabad-380008
3. REIKO
M/S R.L.Electrical industries, 8,
Sri Ram Marg,Opp Central
Bank, Moujpur Road,
Shahdara,
Delhi-110053 (INDIA)
M/s Nilang Engineerign Works,
Plot No.156/2,A-31
Kailshnagar Estate,
Opp New Tele.Exchange,
F Road,G.I.D.C.Vatva,
Ahmedabad-382445
7. SUPER
M/SSUPER SWITCHGEARS
SHED-C,5/6,GIDC
VITTHAL UDHYOG NAGAR,
V.V.NAGAR-388121
HPL
M/s B/707 Premium House, Nr.
Gandhi Gram Rly.Station,B/H
Natraj Cinema,Ashram Road,
Ahmedabad-380009
(B) CATEGORY-II
(C) CATEGORY-III
1.
PEW
1. HAVELL‟S
M/s Patel Engineering Works,
23, Vrundavandham Society,
Opp. P.d Pandya Collage,
Nr. Smruti Mandir,
Ghodasar,Ahmedabad
M/s Havell‟s India Ltd,202205,SHIVALIK II,Nr.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
2. KEW
2. STANDARD
M/s KEW FUSEGEAR PVT.LTD
C1 B/336/38,
G.I.D.C.Estate,Makarpura,
Vadodara-390010
3. SIGMA
M/s MCB Electro Controles,C176 Mayapuri Industrial
Area, Phase –II,
New Delhi-110064
4.
BENTEC
M/s. Bentec Electrical &
Signature of Contractor
M/s.Standard Electrical Ltd
202,205 Shivalik-II N.R.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road
Ahmedabad-380015
3. C&S GEWISS
M/s. Control & Switchgears
Contractors Ltd., 9th Floor,
HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380 009.
441
Ahmedabad-380001
4. INDOASIAN
4. GRE
M/s indo Asain Fusegear Limited,
203-204, Shreedhar Avenue,
11, Sardar Patel Colony,
Nr. Sardar Patel
Statue, Naranpura,
Ahmedabad.-380014
M/s GRE Electronics,
Plot No.423 G.I.D.C.-II,
Dediyasan
Mehsana-384002
5. S.G.
5. L&T
(B) CATEGORY-II
M/s L&T House, Ballord Estate,
P.O.Box No.278
Mumbai-400001
6. SIEMENS
M/s Siemens Ltd L.V.Control &
Distribution Products
Thane
Belapur Road, Thane-400601
7. CROMPTON
M/s. Crompton Greeves,
C.Q. Hube, 6th Floor,
Dr. Annie Besant Road,
Worli,
Mumbai – 400030.
1.
KEW
M/s KEW FUSEGEAR PVT.LTD
C1 B/336/38, G.I.D.C.Estate,
Makarpura,
Vadodara-390010
2. SIGMA
M/s MCB Electro Controles,C-176
Mayapuri industrial Area,
Phase –II,
New Delhi-110064
3. PIERLITE
M/S PIERLITE INDIA PVT.LTD
RAKHIL ROAD,AHMEDABAD
8. GE
4. AECO-MEFA
M/s GE india industrial Pvt.Ltd.,
405, “Kirtiman”,Kinariwala House,
B/H Citibank,
Off. C.G.Road,
Ahmedabad – 09
MCB & MCB DISTRIBUTION BOX
(A) CATEGORY-I
1. GUTS
M/s GUTS
ELECTROMECH LTD
119, Trinity Co.Op.Hsg.Soc.
1st Floor,
C.H.Street Bhobitalo,
Mumbai-400002
2. BALKAM
M/s Panjab Switchgears P.L.B-30
Phase-V Focal Point,
Dhandari Kalan
Ludhiana-141010
5. NEW/NILANG
M/s Nilang Engineerign Works,
Plot No.156/2,
A-31 Kailshnagar Estate,
Opp New Tele.Exchange,
F Road,G.I.D.C.
Vatva,
Ahmedabad-382445
6. VINAY
M/s Balkam India Ltd
B-33,Old Vishnu Garden,
New Delhi-110018
M/s. Vinay Electricals, 18-A, Singh
Industrial Estate, Bldg. No. 1,
Rammandir Road,
Gorengaon (W),
Mumbai-40014
3. ESCO
7. LEADER
M/S ELECTRO SPARES
&CO.1894/A/1 Inside
Pade Pole Gandhi Road
M/s. Leader Electrical P.L., Leader House,
9-B, Mahal Industrial Estate,
P.B.No. 9483,
Signature of Contractor
442
Mahakali Caves Road,
Andheri (E),
Mumbai-400 093.
8. C&S GEWISS
M/s. Control & Switchgears Contractors Ltd.,
9th Floor, HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380009.
HPL
M/s B/707 Premium House, Nr.
Gandhi Gram Rly.Station,B/H
Natraj Cinema,Ashram Road,
Ahmedabad-380009
10. SUPER
M/SSUPER SWITCHGEARS
SHED-C,5/6,GIDC
VITTHAL UDHYOG NAGAR,
V.V.NAGER- 388121
4. INDOASIAN
M/s indo Asain Fusegear Limited, 203-204,
Shreedhar Avenue, 11,
Sardar Patel Colony,
Nr. Sardar Patel Statue,
Naranpura,
Ahmedabad.-380014
5.
ABB
M/S ABB Limited, 2nd Floor,
Est Wing, Khanija Bhavan, 49,
Race Course Road,
Banglore - 560001.
6. L&T
M/s L&T House,
Ballord Estate,
P.O.Box No.278
Mumbai-400001
7. MDS
8. GE
11. ANCHOR
M/s Anchor Electrical P.L.Marathon
lnnova,C-Wing,
Opp. Peninsula Corporate Park,
Of.G.K.Marg.
Lower Parel (W),
MUMBAI-13
12. ELECON-CLIPSAL
(C) CATEGORY-III
1. HAVELL‟S
M/s Havell‟s India Ltd,202205,SHIVALIK II,
Nr. Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
M/s GE india industrial Pvt. Ltd.,
405, “Kirtiman”,Kinariwala House,
B/H Citibank, Off.
C.G.Road,
Ahmedabad –09
3.8 ELCB & RCCB
(A) CATEGORY-I
1.
GUTS
M/s GUTS ELECTROMECH LTD
119, Trinity Co.Op.Hsg.Soc.
1st Floor, C.H.Street
Bhobitalo,
Mumbai-400002
2.
3.
S.G.
OCLEG
2. STANDARD
M/s.Standard Electrical Ltd
202,205 Shivalik-II N.R.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road
Ahmedabad-380015
M/s.OCLEG CONTROLS,9394,Amar Estate,
B/h Lubi Elect.,Memco,
Naroda Road,
Ahmedabad
3. C&S GEWISS
4.
M/s. Control & Switchgears
Contractors Ltd., 9th Floor,
HERITAGE, Nr. Gujarat
Vidyapith, Ashram Road,
Ahmedabad-380 009.
M/s Pulse Electronics &
Control,
B/1, Maruti Tenament,
Opp.Shriji Bapa Complex,
Nr.Rabari Colony,
Vastral to Odhav Canal Road,
Signature of Contractor
PULSE CONTROL
443
Ahmedabad
Lower Parel (W),
MUMBAI-13
(B) CATEGORY-II
9. SUPER
1.
GELCO
M/S. GELCO ELECTRONICS
P.L., 6,7,8 &16, Amarnath Estate,
Nr. Krishna Gopal Estate,
Naroda Road, Ahmedabad.
M/SSUPER SWITCHGEARS
SHED-C,5/6,GIDC
VITTHAL UDHYOG NAGAR,
V.V.NAGER-388121
10. HPL
2. SIGMA
M/s MCB Electro Controles,C176 Mayapuri Industrial Area,
Phase –II,
New Delhi-110064
M/s B/707 Premium House,
Nr. Gandhi Gram
Rly.Station,
B/H Natraj Cinema,
Ashram Road,
Ahmedabad-380009
3. BENTEC
11. ELECON-CLIPSAL
M/s. Bentec Electrical &
Electronics P.L.No-7,
Maharaja Estate,
B/h Bhagyodaya Hotel,
Sarkhej Sanad Highway
Sarkhej,
Ahmedabad-382210
4.
PIERLITE
M/S PIERLITE INDIA PVT.LTD
RAKHIL ROAD,AHMEDABAD
5.
AECO-MEFA
(C) CATEGORY-III
1. STANDARD
M/s.Standard Electrical Ltd
202,205 Shivalik-II
N.R. Shivranjani Cross Road,
Satelite 132 Ft. Ring Road
Ahmedabad-380015
2. C &S
M/s Panjab Switchgears P.L.B30 Phase-V Focal Point,
Dhandari Kalan
Ludhiana-141010
M/s. Control & Switchgears Contractors Ltd.,
9th Floor,
HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380009
6. C &S GEWISS
3. INDOASIAN
M/s. Control & Switchgears
Contractors Ltd., 9th Floor,
HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380009
M/s indo Asain Fusegear
Limited, 203-204,
Shreedhar Avenue,
11, Sardar Patel Colony,
Nr. Sardar Patel Statue,
Naranpura,
Ahmedabad.-380014
7. GRE
4.
M/s GRE Electronics,Plot
No.423 G.I.D.C.- II,
Dediyasan
Mehsana-384002
ABB
M/S ABB Limited, 2nd Floor,
Est Wing, Khanija Bhavan,
49, Race, Course Road,
Banglore – 560001.
8. ANCHOR
5.
M/s Anchor Electrical
P.L.Marathon lnnova,CWing, Opp. Peninsula Corporate Park,
Of.G.K.Marg.
Signature of Contractor
HAVELL‟S
M/s Havell‟s India Ltd,202205,SHIVALIK II,Nr.
Shivranjani Cross Road,
444
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
6.
Natraj Cinema,
Ashram Road,
Ahmedabad-380009
L&T
4. L&T
M/s L&T House,
Ballord Estate,
P.O.Box No.278
Mumbai-400001
M/s L&T House,
Ballord Estate,
P.O.Box No.278
Mumbai-400001
7. MDS
5. GE
3.9
TIME SWITCHES
1. GELCO
M/S. GELCO ELECTRONICS
P.L., 6,7,8 &16, Amarnath Estate,
Nr. Krishna Gopal Estate,
Naroda Road, Ahmedabad.
M/s GE india industrial Pvt. Ltd.,
405, “Kirtiman”,
Kinariwala House,
B/H Citibank,
Off. C.G.Road,
Ahmedabad – 09
BUSBAR CHAMBER
2. L&T
1. PEW-APPROVED
M/s L&T House,
Ballord Estate,
P.O.Box No.278
Mumbai-400001
3. OCLEG
M/s.OCLEG CONTROLS,9394,Amar Estate,
B/h Lubi Elect.,Memco,
Naroda Road,
Ahmedabad
4. MDS
ENERGY METER
M/s Patel Engineering
Works,23, Vrundavandham,Socity,
Opp. P.d Pandya Collage,
Nr. Smruti Mandir,
Ghodasar,Ahmedabad
2. REIKO-APPROVED
M/S R.L.Electrical industries,
8, Sri Ram Marg,
Opp. Central Bank,
Moujpur Road,
Shahdara,
Delhi-10053 (INDIA)
1. BENTEC
3. NEW/NILANG
M/s. Bentec Electrical &
Electronics P.L.No-7,
Maharaja Estate,
B/h Bhagyodaya Hotel,
Sarkhej Sanad Highway
Sarkhej,
Ahmedabad-382210
2. NIPPEN
M/s NIPPEN ELECTRICAL
INSTRUMENTS CO,12-A,
Joy Engg.Compound,Marol
Maroshi Road,
Andheri (E)
Mumbai-59
M/s Nilang Engineerign Works,Plot
No.156/2,A-31
Kailshnagar Estate,Opp New
Tele.Exchange,F Road,G.I.D.C.Vatva,
Ahmedabad-382445
CHAPTER-IV
CABLES& WIRES
ALLUMINIUM & COPPER XLPE
CABLES (ALL TYPE)
1.UP TO 35SQ.MM ANY ISI MARKED
ALLUMINIUM&COPPER XLPE
CABLES(ALL TYPE)
ABOVE 35 SQ.MM&UP TO185
SQ.MM
3. HPL
1. VARSHA
M/s B/707 Premium House,
Nr. Gandhi Gram
Rly.Station,B/H
Signature of Contractor
M/s VARSHA CABLES PVT. LTD.
Plot No.65,A-2,
445
Hootaglli industrial Area,DIC
Layout,
Mysore-570018
2. BHARAT
M/s Vardhman Cables &
Controls Belgaum
3. MITUSHI
M/s SIGHT SOUND
ELECTRONICS (I)P.L.A-128
WAZIRPUR INDUSTRIAL AREA,
DELHI-110052
4. EKTA
M/s Scot innovation Wires & Cables
P.L.195/1/197/1,
Jharmajri Baddi,
Dist Solan
(M.P.)
5.
RALLISION
M/s RALLISON ELECTRICAL
P.L.205, Shreyas Complex,
Opp.Jain Derasar
Navrangpura,
Ahmedabad-380009
6.
10. CABCOM
M/s Cabcom India,304,
3rd Floor,
Aggarwal city Mall
(Opp M2K Pitam Pura Multiplex)
Road No.44, Pitampura,
Delhi-110034
11. KAMALEX
M/s Bhumi Cbles & Wires Pvt Ltd.
Plot No.D-101/102,
Road- C, Lodhika G.I.D.C.
(Metoda)
Kalawad Road,
Rajkot
12. MECAB
M/s MECAB Cables P.L.635/
A,Phase IV,GIDC,VATVA,
Ahmedabad-382445
13. DICAB.
M/S DIMOND POWER
INFRA.LTD.PHASE II,
VILLAGE VADALA,TA.SAVLI
VADODARA
LOOKMAN
M/s ODIAN INDUSTRIES,
Opp.Ravi Vidhyalaya,Nr.
Gandhi Society,
Jamnagar Road,
Madhapar,
Rajkot-360006
7.
Ahmedabad-380006
NIKI
M/s NIKi Cables Industries,E/
9 B Panchratna Appt.
Opp.Sunview Tower,
Memnagar
Ahmedabad-52
8. KEI
M/s KEI INDUSTRIES LIMITED
803, Siddharth Compiex,
Nr.Hotel Express,
R.C.Dutt Road,
Baroda-390007
9. FINOLEX
M/s Finolex Cables India 108,
Mahakant Building,
Opp.V.S.Hospital,
Ashram Road,
Signature of Contractor
ALLUMINIUM & COPPER
XLPE CABLES (ALL Type)
ABOVE 185 SQ.MM
1. HAVELL‟S
M/s Havell‟s India Ltd,202205,SHIVALIK II,Nr.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
2. ALLCAB
M/s.ALLWIN INDUSTIRES,
Serve No.251,Plot No.7,B/h
Devsaon Ceramic,
Shapar-Veraval
Dist-Rajkot
3. TEREXEL
M/s Teracom Limited,
“Teracom House,B-84,
Sector No.60,
Nodia-201301
U.P.(INDIA)
4. TERACAB INDIA
446
M/S TERA CABLES &
IND.P.L.VILLAGEKALANA,
PO.CHHARODI FARM,
SANAND,
AHMEDABAD
5. AVOCAB
M/s Chandresh Cables Ltd.G-6
New Madhavpura Market,Nr.
Police Commi.Office,
Shaibaug Road,
Ahmedabad-380004
6. GEMSCAB
M/S GEMSCAB IND.LTD.
PREM SADAN-11,
RAJENDRA PLACE
NEW DELHI-110008
7.
PRIMECAB
M/s Ravin Cables Limited,302,
Akruti Trade Centre 3rd Floor,
Road No,7,MIDC,Marol
Andheri (E) Mumbai-400093
M/S TERA CABLES &
IND.P.L.VILLAGEKALANA,PO.CHHARODI
FARM,SANAND,
AHMEDABAD
5. EcoTEKZHFR
M/s SHAKUN POLYMERS LIMITED, 501/502,
IVORY TERRACE, R.C. DUTT ROAD,
ALKAPURI,
VADODARA - 390007
6. KONARK
M/S SEVRVO CABLE IND.
90/5, MANDIR MARG IND.COMPLEX,
HAIDERPUR,
NEW DELHI-110052.
PRIMECAB
M/s Ravin Cables Limited,302,
Akruti Trade Centre 3rd Floor,
Road No,7,
MIDC,Marol
Andheri (E)
Mumbai-400093
8. NIKI
8.
PELEC
43,Sudama Estate, B/h,Swastik
Bansidhar Mills,
Narol Cross Road,
Ahmedabad-382405
FLEXIBLE WIRES & CABLES/INDUSTIRES
WIRES/PVC WIRES/CO-AXIAL CABLE,
SUBMERSIBLE CABLE/ZHFR CABLE ETC
1. BHARAT
M/s Vardhman Cables &
Controls Belgaum
2. VINAY
M/s. Vinay Electricals, 18-A, Singh
Industrial Estate, Bldg. No. 1,
Rammandir Road,
Gorengaon (W),
Mumbai-40014.
3. EKTA
M/s Scot innovation Wires &
Cables P.L.195/1/197/1,
Jharmajri Baddi,
Dist Solan (M.P.)
4. TERACAB INDIA
Signature of Contractor
M/s NIKi Cables Industries,E/
9 B Panchratna Appt.
Opp. Sunview Tower,
Memnagar
Ahmedabad-52
9. JAINFLEX
M/S Jainflex Cables P.L.,
A-2/1, Sabarmati Industrial Society,
Sabarmati,
AHMEDABAD
10. SIGMA
M/s MCB Electro Controles,C176, Mayapuri Industrial Area,
Phase –ii,
New Delhi-110064
11. BENTEX
M/S Jay Insustires,
Bintex House,
Bhavnagar Road,
Nr. Rajmoti Ind. Rajkot.
12. DARSHANPLUS
M/S DARSHAN CABLE
INDUSTIRES C/1 135/A
447
PHASE-1,
VATVA GIDC ESTATE
NR PUSHPAK ESTATE,
AHMEDABAD.
M/s. Crompton Greeves, C.Q. Hube,
6th Floor, Dr. Annie Besant Road,
Worli, Mumbai – 400030.
6. BAJAJ
13. INDOASIAN
M/s indo Asain Fusegear Limited,
203-204, Shreedhar Avenue,
11, Sardar Patel Colony,
Nr. Sardar Patel Statue,
Naranpura,
Ahmedabad.
M/s. Bajaj Electricals Limited, 106, 1st
Floor, Sakar-III, Nr. Ashram Road,
Navrangpura, Ahmedabad-380014.
7. PHILIPS
M/s. Philips Electronics India Ltd., 7,
Justice Chandra Madhab Road,
Kolkata-700020.
14. LEADER
8. KHAITAN
M/s. Leader Electrical P.L., Leader
House, 9-B, Mahal Industrial Estate,
P.B.No. 9483, Mahakali Caves
Road, Andheri (E),
Mumbai-400 093.
M/s Khailtan Electrical,101/102,
Mahakant Complex,
Opp.V.S.Hospital,
Ashram Road,
Ahmedabad-380006
15. GEMSCAB
M/S GEMSCAB IND.LTD.
PREM SADAN-11,
RAJENDRA PLACE
NEW DELHI-110008
9. DECON
M/s Decon Lighting,Y43, Okhak Phase-II
New Delhi-10023
10. ORIENT
CHAPTER-V FANS
CEILING FANS & TABLE FANS
11. ALMONDARD
12. CINNI
1. ORPAT
13. REMI
M/s. Ajanta industrial Estate,
Rajkot Highway
Post Box No.115,
Morbi
14. KEDIA
15. NOVA
2. USHA
16. GEC
M/S USHA INTERNATIONAL LTD
1st Floor, Super Market, Nr.Natraj Cinema,
Ashmram Road,
Ahmedbad- 380009
EXHAUST FANS,BRACKET
FANS & PEDESTAL FANS
(A) CATEGORY-II
3. JILCO
M/S JAIN INDUSTRIAL
LIGHTING CORP.B-70/22,
DSIDC Complex,
Lawrence Road New Delhi-35
4. ANCHOR
Anchor Elect. P.Ltd.
Marathon lnnova C Wing.
Opp.G.K.Marg, Lower Parel [ W ]
Mumbai-400013
1.
ANSU
2.
NOVA
3.
EPC
4.
5.
REMI
KHAITAN
6.
ORIENT
(B)
CATEGORY-II
1.
USHA
5. CROMPTON
M/S USHA INTERNATIONAL LTD
Signature of Contractor
448
1st Floor, Super Market,
Nr.Natraj Cinema,
Ashmram Road,
Ahmedbad- 380009
2.
CROMPTON
M/s. Crompton Greeves, C.Q. Hube,
6th Floor,
Dr. Annie Besant Road,
Worli,
Mumbai – 400030.
3.
G.E.C.
4.
BAJAJ
Mehsana-384002
2.
GELCO
M/S. GELCO ELECTRONICS
P.L., 6,7,8 &16,
Amarnath Estate,
Nr. Krishna Gopal Estate,
Naroda Road,
Ahmedabad.
3. SUVIK
M/S SUVIK ELECTRONICS P.L.
SECTOR NO.28,INDUSTRIAL
ESTATE GANDHINAGAR
M/s. Bajaj Electricals Limited,
106, 1st Floor, Sakar-III,
Nr. Ashram Road,
Navrangpura,
Ahmedabad-380014
4. KEPREJ
ALMONARD
.
CHAPTER-VI
5.
KELTRON
6.
RIDER
6.4 SMC PRESS MOULDED BOX FOR
STREET LIGHTS
7.
OCLEG
1. SINTEX-APPROVED
M/S SINTEX INDUSTRIES LTD
KALOL (NORTH GUJARAT)
PIN-382721
2.
EVEREST-APPROVED
M/S EVEREST ELECTRICALS
33,PRINCESS STREET,
GOPAL NIWAS,1ST FLOOR,
ROOM NO 9/10/11,
MUMBAI-400002
3.
ESCO-APPROVED
M/S ELECTRO SPARES & CO.
1894/A/1 Inside Pade Pole
Gandhi Road,
Ahmedabad-380001
AIRCONDITIONERS,WATER
COOLERS& WATER HEATERS
SERVO CONTROLLED VOLTAGE
STABILIZER & ELECTRONICS
POWER CONDITIONERS
1. GRE
M/s GRE Electronics,Plot
No.423 G.I.D.C.- II,
Dediyasan
Signature of Contractor
M/S KEPREJ ELECTRONICS
SECTOR NO.28,INDUSTRIAL
ESTATE GANDHINAGAR
CAPACITOR
1. HAVELL‟S
M/s Havell‟s India Ltd,202205,SHIVALIK II,
Nr. Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
2.
MATRIX
M/s Matrix Control &
Engineering
P.L..E-725,
DSIDC Industrial Complex,
Narela,Delhi-110040
8.2
1.
ON LINE UPS
GRE
M/s GRE Electronics,Plot
No.423 G.I.D.C.- II,
Dediyasan
Mehsana-84002
2. SUVIK
M/S SUVIK ELECTRONICS
P.L. SECTOR NO.28,
INDUSTRIAL ESTATE
GANDHINAGAR
3. KEPREJ
449
Naroda Road, Ahmedabad.
M/S KEPREJ ELECTRONICS
SECTOR NO.28,
INDUSTRIAL ESTATE
GANDHINAGAR
4. KELTRON
5. OCLEG
2.
CROMPTON
M/s. Crompton Greeves, C.Q. Hube,
6th Floor,
Dr. Annie Besant Road,
Worli,
Mumbai – 400030.
M/s.OCLEG CONTROLS,9394,Amar Estate,B/h Lubi
Elect.,Memco,
Naroda Road,
Ahmedabad
3.
8.3
M/s Havell‟s India Ltd,202205,SHIVALIK II,Nr.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
WATER HEATERS
A. CATEGORY-I
1.
BAJAJ
M/s. Bajaj Electricals Limited,
106, 1st Floor, Sakar-III, Nr.
Ashram Road,
Navrangpura,
Ahmedabad- 380014.
2. USHA
M/S USHA INTERNATIONAL LTD
1st Floor, Super Market,
Nr.Natraj Cinema,
Ashmram Road,
Ahmedbad- 380009
B. CATEGORY-II
JYOTI
B. CATEGORY-III
1.
HAVELL‟S
2. C &S
M/s. Control & Switchgears
Contractors Ltd.,
9th Floor,
HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380009
3. BCH
M/s BCH Electric Limited 93,
City Centre,
Nr.Swastik Char Rasta,
C.G.Road,
Ahmedabad-380009
1. JILCO
4. C&S GEWISS
M/S JAIL INDUSTRIAL LIGHTING CORP.
2. SPHEREHOT
3. RECOLD
4. VENUS
CHAPTER-IX
MOTOR PUMPS
MOTOR PUMP STARTERS& STARTER
ACCESSORIES
M/s. Control & Switchgears
Contractors Ltd.,
9th Floor, HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380 009.
5. L&T
M/s L&T House,
Ballord Estate,
P.O.Box No.278
Mumbai-400001
A. CATEGORY-II
6. Siemens
1. GELCO
M/S. GELCO ELECTRONICS
P.L. 6,7,8 &16, Amarnath Estate,
Nr. Krishna Gopal Estate,
Signature of Contractor
M/s Siemens Ltd L.V.Control &
Distribution Products
Thane Belapur Road,
Thane-400601
450
7. ALSTHOM
SINGLE PHASE MONO BLOCK PUMPS
(A) CATEGORY-II
9.2
1. AMIT
PANNEL ACCESSORIES
1. C&S GEWISS
M/s. Control & Switchgears
Contractors Ltd., 9th Floor,
HERITAGE,
Nr. Gujarat Vidyapith,
Ashram Road,
Ahmedabad-380 009.
M/s. Amit Electro Plast, 105, 1st Floor,
Sarvoday Comm. Centre,
Salapose Road,
Nr. G.P.O.
Ahmedabad – 380001.
2. LUBI
3. PRIME
2. GELCO
(B) CATEGORY-III
M/S. GELCO ELECTRONICS
P.L., 6,7,8 &16, Amarnath Estate,
Nr. Krishna Gopal Estate,
Naroda Road,
Ahmedabad.
3. TRINITY
M/S TRINITY ENGG.SYSTEM
P.L.366/A/12,G.I.D.C.ESTATE
MAKARPURA,
VADODARA
4. NIPPEN
M/s NIPPEN ELECTRICAL
INSTRUMENTS CO,12-A,
Joy Engg.Compound,Marol
Maroshi Road,
Andheri (E)
Mumbai-59
1. CROMPTON
M/s. Crompton Greeves, C.Q.
Hube, 6th Floor,
Dr. Annie Besant Road,
Worli,
Mumbai –400030.
2.
KIRLOSKAR
3. Siemens
M/s Siemens Ltd L.V.Control &
Distribution Products
Thane Belapur Road,
Thane-400601
9.4 OPEN WELL TYPE HORIZONTAL
MONO BLOCK PUMPS
(A) CATEGORY-I
5. STANDARD
1.
M/s.Standard Electrical Ltd
202,205 Shivalik-II N.R.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road
Ahmedabad-380015
(B) CATEGORY-II
6. L&T
M/s L&T House,
Ballord Estate,
P.O.Box No.278
Mumbai-400001
7. OCLEG
M/s.OCLEG CONTROLS,9394,Amar Estate,
B/h Lubi Elect.,
Memco,
Naroda Road,
Ahmedabad
Signature of Contractor
PRIME
1. UNEEL
M/s UNNATI INDUSTIRAL
COPORATION,D-61,
Diamond Park,G.I.D.C.
Nr.Nana
Ahmedabad-382330
2. AMRUT
M/s Amrit Engineering P.L.P.O.
No.4141,2nd Floor,
Motilal Centre,
Nr.Dinesh Hall,Ashram Road,
Ahmedabad-3800009
3. AMIT
M/s. Amit Electro Plast, 105,
1st Floor,
Sarvoday Comm. Centre,
451
Salapose Road,
Nr. G.P.O.
Ahmedabad – 380001.
Kathawada,
Ahmedabad-380415
9.6
4.
LUBI
5.
KIRLOSKAR
6
CROMPTON
M/s. Crompton Greeves, C.Q.
Hube, 6th Floor,
Dr. Annie Besant Road,
Worli,
Mumbai – 400030.
9.5
STARTER PANELS
SUBMERSIBLE PUMPS
(A) CATEGORY-I
1. AROMA
M/s ARIHANT PUMPS PVT.LTD,
Near Ladbi Nata,Deesa
Highway,
Palanpur-385001
2. PLUGA-APPROVED
M/S Shroffs Engineering Limited
850/2, G.I.D.C.Estate Makarpura,
Vadodara-390010
1. GELCO
(B) CATEGORY-III
M/S. GELCO ELECTRONICS
P.L., 6,7,8 &16, Amarnath Estate,
Nr. Krishna Gopal Estate,
Naroda Road, Ahmedabad.
2.
SAHIL
M/s SAHIL ELECTRO SYSTEM
163,Vikas industrial Estate,
Opp Anil Starch Mills,
Nr.Vimayojna Hospital,
Natan Mills Road,
Ahmedabad- 380025
3.
HAVELL‟S
M/s Havell‟s India Ltd,202205,SHIVALIK II,Nr.
Shivranjani Cross Road,
Satelite 132 Ft. Ring Road,
Ahmedabad-380015
1. UNEEL
M/s UNNATI INDUSTIRAL
COPORATION,
D-61,Diamond Park,
G.I.D.C.
Nr.Nana
Ahmedabad-382330
2. AMRUT
M/s Amrit Engineering P.L.
P.O.No.4141,
2nd Floor,Motilal Centre,
Nr.Dinesh Hall,
Ashram Road,
Ahmedabad-3800009
3. KSB
4. KIRLOSKAR
4.
OCLEG
5. LUBI.
M/s.OCLEG CONTROLS,9394,Amar Estate,
B/h Lubi Elect.,
Memco,Naroda Road,
Ahmedabad
5.
L&T
M/s L&T House,
Ballord Estate,
P.O.Box No.278
Mumbai-400001
6.
SAMUDRA
M/s Samudra Power Products,
Plot No.32 Road No.5/A
G.I.D.C
Signature of Contractor
CHAPTER-X SUBSTATION EQUIPMENTS
(A) APPROVED
1.
BIECCO
M/s BIECOO LAWARIE LIMITED,
95,Maker Tower
“F” 9th Floor,
Cuffee Parade,
Mumbai-400005
(B) CATEGORY-II
1. UNIVERSAL
(C ) CATEGORY-III
1. CROMPTON
452
M/s. Crompton Greeves, C.Q.
Hube, 6th Floor,
Dr. Annie Besant Road,
Worli,
Mumbai – 400030.
2. L&T
M/s L&T House,Ballord
Estate,P.O.Box No.278
Mumbai-400001
3. KIRLOSKAR
4. ALSTOM
5. VOLTAMP
M/s Universal Power xmer Ltd.
26/a, 2nd Phase,Peenya industrial.
Area, Bangalore-560058
SKP
Signature of Contractor
453
Signature of Contractor
454
QUALITY ASSURANCE PLAN
Signature of Contractor
455
Quality Assurance Plan :
I
The contractors shall state and submit the quality policy statement of his organization. The contractor shall submit Quality Assurance Plan, so that the
properties and characteristics of the structures planned are in harmony and consistent with the requirements and assumptions made during planning and
designing. The quality plan should aim at achieving and fulfilling desired strength, serviceability, and long term durability so as to lower the over all life cycle
cost.
II
The Quality Assurance Plan should broadly consists of the following:
Technical Matters.
Organizational Matters.
III
The Technical Matters shall help in achieving :
Use of adequate and specified materials, their evaluation and selection procedures.
Proper workmanship for execution of works.
IV
The technical aspects shall take care of some basic documentation like:
Test reports and manufacturer‟s certificates for materials, concrete mix designs etc.
Signature of Contractor
456
Pour cards for site organization and clearance for concrete placement (For concrete)
Record of site inspection of workmanship and field tests etc.
Non confirmation reports, change orders etc.
Quality control charts.
V
The organization measures should broadly include.
Quality control engineer with adequate team to monitor the quality aspects.
The quality assurance plan shall be decentralised to individuals plan, which will fit into general assurance Plan.
Defining the task and responsibility of each member of the team.
Adequate documentation of the construction process.
VI
Quality Audit:
This would be for the following and shall take care of :
a)
For inputs
:
Materials,workmanship,curing, measurements, use of proper technology ,
construction equipments etc.
b)
For outputs
:
Generation of documentation necessary to provide objective evidence of achievement of quality objectives.
1
Documentation of evaluations and findings.
Regular periodical review of the quality assurance programme.
Requirements for corrective action and response.
VII
SITE ORGANIZATION :
Maintaining the Quality of works during the execution will be the main aim of the contractors and hence, Quality Assurance/Quality control Team shall be on
their toes to look after the quality aspect. The Contractor shall maintain a full fledged laboratory with following equipments for exercising the quality control in
works at the site.
1. Concrete Cube Testing Machine.
2. Sets of Concrete Cube Moulds.
3. Sets of Cement Mortar Cube Moulds.
4. Slump Cone with Scale.
5. Rapid Moisture Master.
Signature of Contractor
457
6. Weighing Balance (Scientific).
7. Weighing Balance (Conventional).
8. Set of IS Sieves for Course Aggregates.
9. Set of IS Sieves for fine Aggregates.
10. Vernier Calipers.
11. Sets of leveling instrument, level staff & tripod.
12. Theodolite with tripod.
13. Set of Calibrated glass jars.
14. Gauge Measuring Disc.
Signature of Contractor
458
Signature of Contractor
459
DRAWINGS
Signature of Contractor
460
Download