0% found this document useful (0 votes)
129 views

Bid Document

This document summarizes the bidding procedures for the procurement of retrofitting works at Bhaktapur Hospital in Nepal. It invites electronic bids for the construction works under National Competitive Bidding procedures with single stage two envelope bidding. Key qualifications for bidders include a minimum average annual construction turnover of NPR 31.76 crores and experience of at least one similar building construction project worth NPR 29.64 crores. Bidders must submit technical and financial bids in separate sealed envelopes together. The pre-bid meeting will be held on October 18 and bids must be electronically submitted by November 8. Bids will be opened on November 8 in the presence of bidder representatives.

Uploaded by

Shekhar Shrestha
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
129 views

Bid Document

This document summarizes the bidding procedures for the procurement of retrofitting works at Bhaktapur Hospital in Nepal. It invites electronic bids for the construction works under National Competitive Bidding procedures with single stage two envelope bidding. Key qualifications for bidders include a minimum average annual construction turnover of NPR 31.76 crores and experience of at least one similar building construction project worth NPR 29.64 crores. Bidders must submit technical and financial bids in separate sealed envelopes together. The pre-bid meeting will be held on October 18 and bids must be electronically submitted by November 8. Bids will be opened on November 8 in the presence of bidder representatives.

Uploaded by

Shekhar Shrestha
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 408

STANDARD BIDDING DOCUMENT

Procurement of Works
National Competitive Bidding (NCB)
Main Retrofitting works at Bhaktapur Hospital

Single-Stage: Two-Envelope Bidding Procedure

Government of Nepal

Department of Urban Development and Building construction


(DUDBC)

Project Office of Urban Development and Building Constrution


(PUDBC)

Issued on: October 2020


Invitation for Bids No.: PUDBC/KTM/NCB/WORKS-01/077/78
NCB No.: PUDBC/KTM/NCB/WORKS-01/077/78
Abbreviations
BD ... ....................................................Bidding Document
BDF ... .............................................. .. Bidding Forms
BDS ... .............................................. .. Bid Data Sheet
BOQ ... ............................................. . Bill of Quantities
COF ................................................ . Contract Forms
DP ... ................................................ . Development Partners
DoLIDAR ... ....................................... . Department of Local Infrastructure Development and
Agricultural Roads
ELI ... .............................................. ... Eligibility
EQC ... ............................................. .. Evaluation and Qualification Criteria
EXP ... ............................................. .. Experience
FIN ................................................. ... Financial
GCC ... ............................................. .. General Conditions of Contract
GoN ... .............................................. .. Government of Nepal
ICC ... ................................................ . International Chamber of Commerce
IFB ……………………………………. Invitation for Bids
ITB ... ................................................. . Instructions to Bidders
JV ... ................................................ .. Joint Venture
LIT ... .............................................. ... Litigation
NCB ................................................. . National Competitive Bidding
PAN ... ............................................. .. Permanent Account Number
PPA ... ............................................. .. Public Procurement Act
PPMO .............................................. . Public Procurement Monitoring Office
PPR ... ............................................. .. Public Procurement Regulations
PL ... .....................................................Profit & Loss
SBD ... .............................................. .. Standard Bidding Document
SCC ................................................ .. Special Conditions of Contract
TS ... .....................................................Technical Specifications
VAT ... ............................................. .. Value Added Tax
WRQ ... .......................................... ... Works Requirements
Table of Contents
Invitation for Bids .................................................................................................................. 4

Part I: BIDDING PROCEDURES .......................................................................................... 6

Section I: Instructions to Bidders ........................................................................................ 9


Section II : Bid Data Sheet ............................................................................................... 35
Section III: Evaluation and Qualification Criteria ................................................................ 38
Section IV: Bidding Forms ................................................................................................ 47
Section V - Eligible Countries ........................................................................................... 71

Part II :BIDDING PROCEDURES ....................................................................................... 72

Section VI: Works Requirements ...................................................................................... 74


Section VI: Bill of Quantities .............................................................................................. 81

Part III: CONDITIONS OF CONTRACT AND CONTRACT FORMS ................................... 88

Section VIII: General Conditions of Contract .................................................................... 91


Section IX: Special Conditions of Contract ....................................................................... 118
Section X: Contract Forms ............................................................................................... 127
Invitation for Bids
Government of Nepal (GoN)
Ministry of Urban Development
Department of Urban Development and Building Construction (DUDBC)
Project Office of Urban Development and Building Construction,Kathmandu (PUDBC)
Invitation for Bids for the [Main Retrofitting Works in Bhaktapur Hospital]
Contract Identification No: PUDBC/KTM/NCB/WORKS-01/077/78
Date of publication: 2020/10/8
Name of the Development Partner: DFID
1. The Government of Nepal [GoN] has allocated funds or received a grant from [DFID,
Nepal] towards the cost of [Retrofitting project] and intends to apply part of the funds to cover
eligible payments under the Contract for [Main retrofitting works in Bhaktapur Hospital
PUDBC/KTM/NCB/WORKS-01/077/78]. Bidding is open to all eligible as per Section V of
bidding document..
2. PUDBC invites electronic bids from eligible bidders for the construction of Main retrofitting
works in Bhaktapur Hospital under National Competitive Bidding – Single Stage Two
Envelope Bidding procedures.
Only eligible bidders with the following key qualifications should participate in this bidding:
• Minimum Average Annual Construction Turnover of the best 3 years within the last 10
years: NPR 31,76,49,000/-
• Minimum Work experience of similar size and nature: 1(one) contract of building
construction work within the last 10 years of value NPR 29,64,72,000/-
3. Under the Single Stage, Two Envelope Procedure, Bidders are required to submit
simultaneously two separate sealed envelopes, one containing (i) the Technical Bid and
the other (ii) the Price Bid, both in turn enclosed in one sealed envelope as per the
provision of ITB 21 of the Bidding Document.
4. Eligible Bidders may obtain further information and inspect the Bidding Documents by
visiting PPMO e-GP system www.bolpatra.gov.np/egp. For other information, if required,
can contact Procurement Unit, PUDBC, Babarmahal, Kathmandu
www.bolpatra.gov.np/egp.
5. Bidder to submit their bid electronically may download the bidding documents for e-
submission from PPMO’s e-GP system www.bolpatra.gov.np/egp. Bidders, submitting
their bid electronically, should deposit the cost of bidding document in the Project’s
Rajaswa (revenue) account as specified below .

Information to deposit the cost of bidding document in Bank:


Name of the Bank: Rastriya Banijya Bank, Teku Kathmandu Name of Office : Project
Office of Urban Development and Building Construction, Babarmahal, Kathmandu
Office Code no. : 347013511 Office Account no.: 100200010000
Rajaswa (revenue) Shirshak no. :14229

6. Pre-bid meeting shall be held at Procurement Unit, PUDBC, Barmahal,Kathmandu at


2020/10/18, 14.00 hours.
7. Electronic bids must be submitted through PPMO’s e-GP system
www.bolpatra.gov.np/egp on or before 12.00 hours on 2020/11/08 . Bids received after
this deadline will be rejected.
8. The bids will be opened in the presence of Bidders' representatives who choose to attend
at 13.00 hours on 2020/11/08 at the office of Procurement Unit, PUDBC, Babarmahal,
Kathmandu. Bids must be valid for a period of 120 days after bid opening and must be
accompanied by a scanned copy of the bid security in pdf format in case of e-bid,
5

amounting to a minimum of NPR 1,10,00,000/- which shall be valid for 30 days beyond
the validity period of the bid.
9. If the last date of purchasing and /or submission falls on a government holiday, then the
next working day shall be considered as the last date. In such case the validity period of
the bid security shall remain the same as specified for the original last date of bid
submission.
Part I: BIDDING PROCEDURES
7

Table of Clauses
A. General ............................................................................................................................ 9
1. Scope of Bid ................................................................................................................................. 9
2. Source of Funds ........................................................................................................................... 9
3. Fraud and Corruption .................................................................................................................. 9
4.Eligible Bidders............................................................................................................................ 12
5. Eligible Materials, Equipment and Services ............................................................................... 13
B. Contents of Bidding Documents ...................................................................................... 14
6. Sections of Bidding Document ................................................................................................... 14
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ................................................. 14
8. Amendment of Bidding Document........................................................................................... 15
9. Cost of Bidding ........................................................................................................................... 15
10. Language of Bid ....................................................................................................................... 15
11. Documents Comprising the Bid ............................................................................................... 16
12. Letter of Bid and Schedules ..................................................................................................... 16
13. Alternative Bids....................................................................................................................... 17
14. Bid Prices and Discounts......................................................................................................... 17
15. Currency of Bid and Payment ................................................................................................ 18
16. Documents Comprising the Technical Proposal....................................................................... 18
17. Documents Establishing theQualifications ofthe Bidder........................................................ 18
18. Period of Validity of Bids ......................................................................................................... 18
19. Bid Security ............................................................................................................................. 18
20. Format and Signing of Bid ....................................................................................................... 20
D. Submission and Opening of Bids...................................................................................... 20
21. Sealing and Marking of Bids ..................................................................................................... 20
22. Deadline for Submission of Bids .............................................................................................. 23
23. Late Bids .................................................................................................................................. 23
24. Withdrawal, andModification ofBids ....................................................................................... 23
25. Bid Opening............................................................................................................................. 25
E. Evaluation and Comparison of Bids .................................................................................. 26
26. Confidentiality ......................................................................................................................... 26
27. Clarification of Bids ................................................................................................................. 27
28. Deviations, Reservations, and Omissions ............................................................................... 27
29. Examination of Technical Bid .................................................................................................. 27
30. Determination of Responsiveness of Technical Bid ................................................................ 27
31.NonconformitiesErrors, andOmissions ...................................................................................... 28
32 Qualification of the Bidder........................................................................................................ 29
33. Correction of Arithmetical Errors .......................................................................................... 29
34 Subcontractors .......................................................................................................................... 29
35. Evaluation of Price Bids............................................................................................................ 30
36. Comparison of Bids .................................................................................................................. 31
37. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids .......................................... 31
38. Award Criteria .......................................................................................................................... 31
39. Letter of Intent to Award the Contract/Notification of Award ............................................... 31
40. Performance Security and Line of Credit ................................................................................. 32
41 Signing of Contract ................................................................................................................... 32
42. Complaint and Review ............................................................................................................ 33
9

Section I: Instructions to Bidders

A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid Data
Sheet (BDS), the Employer, as indicated in the BDS, issues this Bidding
Document for the procurement of Works as specified in Section VI (Works
Requirements). The name, identification, and number of Contracts
of the National Competitive Bidding (NCB) are provided in the BDS.
1.2 Throughout this Bidding Document:
(a)the term “in writing” means communicated in written form and
delivered against receipt;
(b) except where the context requires otherwise, words indicating
the singular also include the plural and words indicating the plural
also include the singular; and
(c) “day” means calendar day.
2. Source of Funds 2.1 GoN Funded: In accordance with its annual program and budget,
approved by the GoN, the implementing agency indicated in the BDS
plans to apply a portion of the allocated budget to eligible payments
under the contract(s) for which this Bidding Document is issued.
Or
Public Entities' own Resource Funded: In accordance with its annual
program and budget, approved by the public entity, the implementing
agency indicated in the BDS plans to apply a portion of the allocated
budget to eligible payments under the contract(s) for which this
Bidding Document is issued.
Or
DP Funded: The GoN has applied for or received financing
(hereinafter called “funds”) from the Development Partner (hereinafter
called “the DP”) indicated in the BDS toward the cost of the project
named in the BDS. The GoN intends to apply a portion of the funds to
eligible payments under the contract(s) for which this Bidding Document
is issued.
2.2 DP Funded: Payment by the DP will be made only at the request of the
GoN and upon approval by the DP in accordance with the terms and
conditions of the financing agreement between the GoN and the DP
(hereinafter called the “Loan/Grant Agreement”), and will be subject in
all respects to the terms and conditions of that Loan/Grant Agreement.
No party other than the GoN shall derive any rights from the Loan
Agreement or have any claim to the funds.
3. Fraud and 3.1 Procuring Entities as well as Bidders, suppliers and contractors and their
Corruption sub-contractors shall adhere to the highest standard of ethics during
the procurement and execution of such contracts. In pursuance of this:;

(a) the Employer adopts, for the purposes of this provision, the terms
as defined below:
(i) “corrupt practice” means the offering, giving, recei
ving, or soliciting, directly or indirectly, anything of value to
influence improperly the actions of another party;

(ii) “fraudulent practice” means any act or omission, inclu


ding a misrepresentation, that knowingly or recklessly
misleads, or attempts to mislead, a party to obtain a financial
or other benefit or to avoid an obligation;

(iii) “coercive practice” means impairing or harming, or


threatening to impair or harm, directly or indirectly, any party
or the property of the party to influence improperly the actions
of a party;

(iv) “collusive practice” means an arrangement between two


or more parties designed to achieve an improper purpose,
including influencing improperly the actions of another party.

v) “obstructive practice” means (a) deliberately destroying,


falsifying, altering, or concealing of evidence material to an
investigation; (b) making false statements to investigators in
order to materially impede an investigation; (c) failing to comply
with requests to provide information, documents, or records in
connection with an investigation; (d) threatening, harassing, or
intimidating any party to prevent it from disclosing its knowledge
of matters relevant to the investigation or from pursuing the
investigation; or (e) materially impeding GoN/DP’s contractual
rights of audit or access to information; and

vi) “integrity violation” is any act which violates Anticorruption


Policy, including (i) to (v) above and the following: abuse,
conflict of interest, violations of GoN/DP sanctions, retaliation
against whistleblowers or witnesses, and other violations of
Anticorruption Policy, including failure to adhere to the highest
ethical standard.

(b) the Employer will reject a proposal for award if it determines that
the Bidder recommended for award has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices or other integrity violations in competing for
the contract;
(c) DPwill cancel the portion of the financing allocated to a contract if it
determines at any time that representative(s) of the GoN or of a
beneficiary of DP-financing engaged in corrupt, fraudulent,
collusive, or coercive practices or other integrity violations during
the procurement or the execution of that contract, without the GoN
having taken timely and appropriate action satisfactory to DP to
remedy the situation.

(d) DP will impose remedial actions on a firm or an individual, at any


time, in accordance with DP's Anticorruption Policy and related
Guidelines (as amended from time to time), including declaring
ineligible, either indefinitely or for a stated period of time, to
participate in DP-financed, -administered, or -supported activities or
to benefit from an DP-financed, -administered, or -supported
11

contract, financially or otherwise, if it at any time determines that the


firm or individual has, directly or through an agent, engaged in
corrupt, fraudulent, collusive, coercive, or obstructive practices or
other integrity violations; and

(e) The Contractor shall permit the GoN/DP to inspect the


Contractor’s accounts and records relating to the performance of the
Contractor and to have them audited by auditors appointed by the
GoN/DP, if so required by the GoN/DP.

3.2 The Bidder shall not carry out or cause to carry out the following
acts with an intention to influence the implementation
of the procurement process or the procurement agreement :

(a) give or propose improper inducement directly or indirectly,


(b) distortion or misrepresentation of facts,
(c) engaging in corrupt or fraudulent practice or involving in
such act,
(d) interference in participation of other competing bidders,
(e) coercion or threatening directly or indirectly to cause harm to
the person or the property of any person to be involved in the
procurement proceedings,
(f) collusive practice among bidders before or after submission of bids
for distribution of works among bidders or fixing
artificial/uncompetitive bid price with an intention to deprive
the Employer the benefit of open competitive bid price,
(g) Contacting the Employer with an intention to influence the
Employer with regards to the bids or interference of any kind in
examination and evaluation of the bids during the period from the
time of opening of the bids until the notification of award of
contract.
3.3 PPMO, on the recommendation of the Procuring Entity may blacklist
a Bidder for a period of one (1) to three (3) years for its conduct including
on the following grounds and seriousness of the act committed by the
bidder:

(a) if convicted by a court of law in a criminal offence which disqualifies


the Bidder from participating in the contract,
(b) if it is established that the contract agreement signed by the Bidder
was based on false or misrepresentation of Bidder’s qualification
information,
(c)if it at any time determines that the firm has, directly or through an
agent, engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices in competing for, or in executing, a GoN/DP-
financed contract.
(d) if the Successful Bidder fails to sign the Contract.
3.4 A bidder declared blacklisted and ineligible by the GoN, Public
Procurement Monitoring Office (PPMO) and/or the DP in case of DP
funded project, may be ineligible to bid for a contract during the
period of time determined by the GoN, PPMO and/or the DP.
3.5 In case of a natural person or firm/institution/company which is already
declared blacklisted and ineligible by the GoN, any other new or
existing firm/institution/company owned partially or fully by such
Natural person or Owner or Board of director of blacklisted
firm/institution/company; shall not be eligible bidder.

3.6Furthermore, Bidders shall be aware of the provisions of GCC (GCC


28.3 and 72.3(j).
4.Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government owned
entity subject to ITB 4.5 or any combination of them in the form of a Joint
Venture (JV) under an existing agreement, or with the intent to constitute
a legally-enforceable joint venture. In the case of a JV:
(a) all partners shall be jointly and severally liable for the execution
of the Contract in accordance with the Contract terms. Maximum
number of JV shall be as specified in the BDS. and

(b) the JV shall nominate a Representative who shall have the authority
to conduct all business for and on behalf of any and all the parties
of the JV during the bidding process and, in the event the JV is
awarded the Contract, during Contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section V
(Eligible Countries). A Bidder shall be deemed to have the nationality
of a country if the Bidder is a citizen or is constituted, or incorporated, and
operates in conformity with the provisions of the laws of that country.
This criterion shall also apply to the determination of the nationality of
proposed sub-contractors or suppliers for any part of the Contract
including related services.
4.3 A Bidder shall not have a conflict of interest. A Bidder found to have a
conflict of interest shall be disqualified. A Bidder may be considered to
be in a conflict of interest with one or more parties in this bidding process,
if any of, including but not limited to, the following apply:
(a) they have controlling shareholders in common; or
(b) they receive or have received any direct or indirect subsidy from any
of them; or
(c) they have the same legal representative for purposes of this bid; or
(d) they have a relationship with each other, directly or through common
third parties, that puts them in a position to have access to
material information about or improperly influence the Bid of
another Bidder, or influence the decisions of the Employer regarding
this bidding process; or
(e) a Bidder participates in more than one bid in this bidding process
either individually or as a partner in a joint venture. This will result
in the disqualification of all Bids in which it is involved. However,
subject to any finding of a conflict of interest in terms of ITB 4.3 (a)-
(d) above, this does not limit the participation of the same
13

subcontractor in more than one bid; or


(f) a Bidder or any of its affiliated entity, participated as a consultant in
the preparation of the design or technical specifications of the works
that are the subject of the Bid; or
(g) a Bidder was affiliated with a firm or entity that has been hired (or is
proposed to be hired) by the Employer as Engineer for the Contract.

4.4 A firm that is under a declaration of ineligibility by the GoN in


accordance with ITB 3, at the date of the deadline for bid submission or
thereafter, shall be disqualified.A firm shall not be eligible to participate
in any procurement activities under an DP-financed, -administered, or
-supported project while under temporary suspension or debarment
by DP pursuant to the DP's Anticorruption Policy (see ITB 3), whether
such debarment was directly imposed by the DP, or enforced by other
DPs pursuant to the Agreement for Mutual Enforcement of Debarment
Decisions. A bid from a temporary suspended or debarred firm will be
rejected.

4.5 Enterprises owned by Government shall be eligible only if they can


establish that they are legally and financially autonomous and
operate under commercial law, and that they are not a dependent
agency of the GoN.

4.6 Bidders shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably
request.

4.7 Firms shall be excluded in any of the cases, if


(a) by an act of compliance with a decision of the United Nations
Security Council taken under Chapter VII of the Charter of the
United Nations, Nepal prohibits any import of goods or
Contracting of works or services from that country or any payments
to persons or entities in that country.Where Nepal prohibits
payments to a particular firm or for particular goods by such an
act of compliance, that firm may be excluded;
(b) DP Funded: as a matter of law or official regulation, Nepal
prohibits commercial relations with that country, provided that the
DP is satisfied that such exclusion does not preclude effective
competition for the supply of goods or related services required;
(c) DP Funded: a firm sanctioned or temporarily suspended by the
DP in relation to their guidelines or appropriate provisions on
preventing and combating fraud and corruption in projects
financed by them.

4.8 In case a prequalification process has been conducted prior to the


bidding process, this bidding is open only to prequalified Bidders.

5. Eligible Materials, 5.1 The materials, equipment and services to be supplied under the
Equipment and Contract shall have their origin in any source countries as defined in
Services accordance with Section V (Eligible Countries) and all expenditures
under the Contract will be limited to such materials, equipment, and
services. At the Employer’s request, Bidders may be required to
provide evidence of the origin of materials, equipment and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where the
materials and equipment are mined, grown, produced or
manufactured, and from which the services are provided. Materials
and equipment are produced when, through manufacturing,
processing, or substantial or major assembling of components, a
commercially recognized product results that differs substantially in its
basic characteristics or in purpose or utility from its components.

B. Contents of Bidding Documents


6. Sections of Bidding 6.1 The Bidding Document consist of Parts I, II, and III, which
Document include all the Sections indicated below, and should be read in
conjunction with any Addenda issued in accordance with ITB 8.
PART I Bidding Procedures
Section I Instructions to Bidders (ITB)
Section II Bid Data Sheet (BDS)
Section III Evaluation and Qualification Criteria (EQC)
Section IV Bidding Forms (BDF)
Section V Eligible Countries
PART II Requirements
Section VI Works Requirements (WRQ)
Section VII Bill of Quantities (BOQ)
PART III Conditions of Contract and Contract Forms
Section VIII General Conditions of Contract (GCC)
Section IX Special Conditions of Contract (SCC)
Section X Contract Forms (COF)
6.2 The Invitation for Bids issued by the Employer is not part of the Bidding
Document.
6.3 The Employer is not responsible for the completeness of the Bidding
Document and theirAddenda, if they were not obtained directly from the
source stated by the Employer in the Invitation for Bids.
6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document and to furnish with its bid all
information and documentation as is required by the Bidding
Documents. Failure to furnish all information or documentation required
by the Bidding Document may result in the rejection of the bid.
7. Clarification of 7.1 A prospective Bidder requiring any clarification of the Bidding Document
Bidding Document, shall contact the Employer in writing at the Employer’s address indicated
Site Visit, Pre-Bid in BDS or raise any question or curiosity during the pre-bid meeting
Meeting
if provided for in accordance with ITB 7.4.The Employer will respond
in writing to any request for clarification, provided that such request
is received within the period as mentioned in ITB 7.5. The Employer
shall forward copies of its response to all Bidders who have acquired
the Bidding Document in accordance with ITB 6.3, including a
description of the inquiry but without identifying its source. Should the
Employer deem it necessary to amend the Bidding Document as a
result of a request for clarification, it shall do so following the procedure
under ITB 8 and ITB 22.2.
7.2 The Bidder is advised to visit and examine the Site of Works and
15

its surroundings and obtain for itself, on its own risk and responsibility,
all information that may be necessary for preparing the bid and
entering into a Contract for construction of the Works. The costs of
visiting the Site shall be at the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and lands
for the purpose of such visit, but only upon the express condition that
the Bidder, its personnel, and agents will release and indemnify the
Employer and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury, loss
of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-bid


meeting, if provided for in the BDS. The purpose of the meeting will be
to clarify issues and to answer questions on any matter that may be
raised at that stage.

7.5 The Bidder is requested, to submit any questions in writing, to reach


the Employer as mentioned in BDS.

7.6 Minutes of the pre-bid meeting, including the text of the questions
raised, without identifying the source, and the responses given,
together with any responses prepared after the meeting, will be
transmitted promptly to all Bidders who have acquired the Bidding
Document in accordance with ITB 6.3. Any modification to the Bidding
Document that may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue
of an addendum pursuant to ITB 8 and not through the minutes of the
pre-bid meeting.

7.7 Non attendance at the pre-bid meeting will not be a cause for
disqualification of a Bidder.

8. Amendment of 8.1 At any time prior to the deadline for submission of bids, the Employer
Bidding Document may amend the Bidding Document by issuing agenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall
be communicated in writing to all who have obtained the Bidding
Document from the Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an


addendum into account in preparing their Bids, the Employer may, at its
discretion, extend the deadline for the submission of Bids, pursuant to
ITB 22.2

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Employer shall in no case be responsible
or liable for those costs, regardless of the conduct or outcome of the
bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the
bid exchanged by the Bidder and the Employer, shall be written in
the language specified in the BDS. Supporting documents and
printed literature that are part of the Bid may be in another language
provided they are accompanied by an accurate translation of the
relevant passages in the language specified in the BDS, in which
case, for purposes of interpretation of the Bid, such translation shall
govern.

11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously,
Comprising the Bid one called the Technical Bid containing the documents listed in ITB
11.2 and the other the Price Bid containing the documents listed in
ITB 11.3, both envelopes enclosed together in an outer single
envelope.

11.2 The Technical Bid shall comprise the following:

(a) Letter of Technical Bid;


(b) Bid Security in accordance with ITB 19;
(c) alternative Technical Bid, at Bidder’s option and if permissible,
in accordance with ITB 13;
(d) written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB 20.2;
(e) documentary evidence in accordance with ITB 17, establishing
the Bidder’s qualifications to perform the contract;
(f) Technical Proposal in accordance with ITB 16;
(g) Bids submitted by a Joint Venture shall include a copy of the
Joint Venture Agreement entered into by all partners.
Alternatively, a Letter of Intent to execute a Joint Venture
Agreement in the event of a successful Bid shall be signed by
all partners and submitted with the Bid, together with a copy
of the proposed agreement. The Joint Venture agreement, or
letter of intent to enter into a Joint Venture including a draft
agreement shall indicate at least the parts of the Works to be
executed by the respective partners; and
(h) any other required documents, which is not against the
provision of Procurement Act/Regulation/Directives and
Standard Bidding Document issued by PPMO as specified in
the BDS.
11.3 The Price Bid shall comprise the following:
(a) Letter of Price Bid;
(b) completed Bill of Quantities(BoQ), in accordance with ITB 12
and ITB 14, or as stipulated in the BDS;
(c) alternative price Bids, at Bidder’s option and if permissible, in
accordance with ITB 13;
(d) Any other document required in the BDS.

11.4 The Bidder is solely responsible for the authenticity of the submitted
documents.

12. Letter of Bid and 12.1 The Letters of Technical Bid and Price Bid, Schedules, and all
Schedules documents listed under ITB 11, shall be prepared using the relevant
forms in Section IV (Bidding Forms) and in Section VII (Bill of
17

Quantities). The forms must be completed without any alterations to


the text, and no substitutes shall be accepted. All blank spaces shall
be filled in with the information requested.

13. Alternative Bids 13.1 Unless otherwise specified in the BDS, alternative bids shall not be
considered.

13.2 When alternative times for completion are explicitly invited, a


statement to that effect will be included in the BDS, as will the
method of evaluating different times for completion.

13.3 When specified in the BDS pursuant to ITB 13.1, and subject to ITB
13.4 below, Bidders wishing to offer technical alternatives to the
requirements of the Bidding Document must first price the Employer’s
design as described in the Bidding Document and shall further
provide all information necessary for a complete evaluation of the
alternative by the Employer, including drawings, design calculations,
technical specifications, breakdown of prices, and proposed
construction methodology and other relevant details. Only the
technical alternatives, if any, of the lowest evaluated Bidder
conforming to the basic technical requirements shall be considered
by the Employer.

13.4 When specified in the BDS, Bidders are permitted to submit


alternative technical solutions for specified parts of the Works. Such
parts will be identified in the BDS and described in Section VI (Works
Requirements). The method for their evaluation will be stipulated in
Section III (Evaluation and Qualification Criteria).

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of
Discounts Price Bid and in the Schedules shall conform to the requirements
specified below.

14.2 The Bidder shall submit a bid for the whole of the works
described in ITB 1.1 by filling in prices for all items of the Works,
as identified in Section VII (Bill of Quantities). In case of Unit Rate
Contracts, the Bidder shall fill in rates and prices for all items of the
Works described in the Bill of Quantities. Items against which no rate
or price is entered by the Bidder will not be paid for by the Employer
when executed and shall be deemed covered by the rates for other
items and prices in the Bill of Quantities.

14.3 The price to be quoted in the Letter of Price Bid shall be the total price
of the Bid, excluding any discounts offered. Absence of the total price
in the Letter of Price Bid or the Bid Price in the Bill of Quantities shall
result in rejection of the Bid.

14.4 The Bidder shall quote any discounts and the methodology for their
application in the Letter of Price Bid, in accordance with ITB 12.1.

14.5 If so indicated in ITB 1.1, bids are invited for individual Contracts or for
any combination of Contracts (packages). Bidders wishing to offer any
price reduction for the award of more than one Contract shall
specify in their bid the price reductions applicable to each package, or
alternatively, to individual Contracts within the package. Price
reductions or discounts shall be submitted in accordance with ITB
14.4, provided the Bids for all Contracts are submitted and opened at
the same time.

14.6 Unless otherwise provided in the BDS and the Conditions of


Contract, the prices quoted by the Bidder shall be fixed. If the prices
quoted by the Bidder are subject to adjustment during the performance
of the Contract in accordance with the provisions of the Conditions of
Contract, the Bidder shall furnish the indices and weightings for the
price adjustment formulae in the Table of Adjustment Data in
Section IV (Bidding Forms) and the Employer may require the Bidder
to justify its proposed indices and weightings.

14.7 All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, as of the date 30 days prior to the
deadline for submission of bids, shall be included in the rates and
prices and the total bid price submitted by the Bidder.

15. Currency of Bid 15.1 The currency of the bid and payment shall be in Nepalese
and Payment Rupees.

16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a
Comprising the statement of work methods, equipment, personnel, schedule and
Technical Proposal
any other information as stipulated in Section IV (Bidding Forms), in
sufficient detail to demonstrate the adequacy of the Bidders’
proposal to meet the work requirements and the completion time.

17. Documents 17.1 To establish its qualifications to perform the Contract in accordance
Establishing with Section III (Evaluation and Qualification Criteria) the Bidder
theQualifications
shall provide the information requested in the corresponding
ofthe Bidder
information sheets included in Section IV (Bidding Forms).

18. Period of Validity 18.1 Bids shall remain valid for the period specified in the BDS after the
of Bids bid submission deadline date prescribed by the Employer. A bid valid
for a shorter period shall be rejected by the Employer as
nonresponsive.

18.2 In exceptional circumstances, prior to the expiration of the bid


validity period, the Employer may request Bidders to extend the
period of validity of their Bids. The request and the responses shall
be made in writing. If a bid security is requested in accordance with
ITB 19, it shall also be extended 30 days beyond the deadline of
the extended validity period. A Bidder may refuse the request
without forfeiting its bid security. A Bidder granting the request shall
not be required or permitted to modify its Bid and to include any
additional conditions against the provisions specified in Bid
Documents.

19. Bid Security 19.1 The Bidder shall furnish as part of its bid, in original form, a bid security
as specified in the BDS. In case of e-submission of bid, the Bidder shall
upload scanned copy of Bid security letter at the time of electronic
submission of the bid. The Bidder accepts that the scanned copy of the Bid
security shall, for all purposes, be equal to the original. The details of original
19

Bid Security and the scanned copy submitted with e-bid should be the same
otherwise the bid shall be non-responsive.

19.2 The bid security shall be, at the Bidder’s option, in any of the following
forms:
(a) an unconditional bank guarantee from Commercial Bank or
Financial Institution eligible to issue Bank Guarantee as per
prevailing Law or;
(b) a cash deposit voucher in the Employer's Account as specified
in BDS.
In the case of a bank guarantee, the bid security shall be submitted
either using the Bid Security Form included in Section IV (Bidding
Forms) or in another Form acceptable to the employer. The form must
include the complete name of the Bidder. The bid security shall be valid for
minimum thirty (30) days beyond the original validity period of the bid, or
beyond any period of extension if requested under ITB 18.2.

19.3 The bid security issued by any foreign Bank outside Nepal must be
counter guaranteed by Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law inNepal.

19.4 Any bid not accompanied by an enforceable and substantially


compliant bid security shall be rejected by the Employer as
nonresponsive. In case of e- Submission, if the scanned copy of an
acceptable Bid Security letter is not uploaded with the electronic Bid then
Bid shall be rejected.

19.5 The bid security of unsuccessful Bidders shall be returned within three
days, once the successful Bidder’s furnishing of the required
performance security and signing of the Contract Agreement
pursuant to ITB 40.1 and 41.1

19.6 The bid security shall be forfeited if:


GoN funded :
(a) a Bidder requests for withdrawal or modification of its bid, except
as provided in ITB 18.2:
(i) during the period of bid validity specified by the Bidder on the Letter
of Technical Bid and Price Bid, in case of electronic submission;
(ii) from the period twenty-four hours prior to bid submission deadline
up to the period of bid validity specified by the Bidder on the Letter of
Technical Bid and Price Bid, in case of hard copy submission.
(b)a Bidder changes the prices or substance of the bid while providing
information pursuant to clause 27.1;
(c) a Bidder involves in fraud and corruption pursuant to clause 3.1;
(d) the successful Bidder fails to:
(i) furnish a performance security in accordance with ITB 40.1;
(ii) sign the Contract in accordance with ITB 41.1; or
(iii) accept the correction of arithmetical errors pursuant to clause
33.1
DP funded:
The bid security shall be forfeited
(a) if a Bidder withdraws its bid during the period of bid validity
specified by the Bidder on the Letters of Technical Bid and Price
Bid, except as provided in ITB 18.2; or
(b) if the successful Bidder fails to
(i) furnish a performance security in accordance with ITB 40.1;
or
(ii) sign the Contract in accordance with ITB 41.1;
(iii) accept arithmetical corrections in accordance with ITB 33.1;

19.7 The Bid Security of a Joint Venture shall be in the name of the Joint
Venture that submits the bid. If the Joint Venture has not been legally
constituted at the time of bidding, the Bid Security shall be in the
names of all future partners as named in the letter of intent mentioned
in ITB 4.1.

20. Format and 20.1 The Bidder shall prepare one original set of the Technical Bid and
Signing of Bid one original of the Price Bid comprising the Bid as described in ITB
11 and clearly mark it “ORIGINAL – TECHNICAL BID” and
“ORIGINAL – PRICE BID.” Alternative bids, if permitted in
accordance with ITB 13, shall be clearly marked “ALTERNATIVE”. In
addition, the Bidder shall submit copies of the bid in the number
specified in the BDS, and clearly mark each of them “COPY.” In the
event of any discrepancy between the original and the copies, the
original shall prevail.
In case of e-submission of bid, the Bidder shall submit his bid
electronically in PDF or web forms files as specified in ITB Clause
21.1(b).

20.2 The original and all copies of the bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign on
behalf of the Bidder. This authorization shall consist of a written
confirmation as specified in the BDS and shall be attached to the bid.
The name and position held by each person signing the authorization
must be typed or printed below the signature. All pages of the bid,
except for un amended printed literature, shall be signed or initialed by
the person signing the bid.

20.3 Any amendments such as interlineations, erasures, or overwriting shall


be valid only if they are signed or initialed by the person signing the bid.

D. Submission and Opening of Bids

21. Sealing and 21.1 Unless otherwise specified in BDS, Bidders shall submit their bids by
Marking of Bids electronic or by mail/by hand/by courier. Procedures for submission,
sealing and marking are as follows:
(a) Bidders submitting bids by mail, by hand or by courier
21

shall enclose the original of the Technical Bid, and the original of
the Price Bid and each copy of the Technical Bid and Price Bid,
including alternative bids, if permitted in accordance with ITB 13,
in separate sealed envelopes, duly marking the envelopes as
“ORIGINAL TECHNICAL BID”, “ORIGINAL – PRICE BID”,
“ALTERNATIVE” and “COPY No. – TECHNICAL BID” and
“COPY NO. PRICE BID” These envelopes containing the original
and the copies shall then be enclosed in one single envelope.
(b) Bidders submitting Bids electronically shall follow the electronic
bid submission procedure specified in this clause.
i. The bidder is required to register in the e-GP system
https://www.bolpatra.gov.np/egp following the
procedure specified in e-GP guideline.
ii. Interested bidders may either purchase the bidding
document from the Employer's office as specified in the
Invitation for Bid (IFB) or bidders may download the IFB
and bidding document from e-GP system.
iii. The registered bidders need to maintain their profile
data required during preparation of bids.
iv. In order to submit their bids the cost of the bidding
document can be deposited as specified in IFB. In
addition, electronic scanned copy (.pdf format) of the
bank deposit voucher/cash receipt should also be
submitted along with the technical bid.
v. The bidder can prepare their technical and price bids
using data and documents maintained in bidder’s
profile and forms/format provided in bidding document
by Employer. The bidder may submit bids as a single
entity or as a joint venture. The bidder submitting bid in
joint venture shall have to upload joint venture
agreement along with partner(s) Bolpatra ID provided
during bidder’s registration.
vi. Bidders (all partners in case of JV) should update their
profile data and documents required during preparation
and submission of their technical bids.
vii. In case of bid submission in JV, the consent of the
partners shall be obtained through the confirmation link
sent to the registered email address and the partners
shall have to acknowledge their confirmation.
The required forms and documents shall be part of technical bids.
No. Document Requirement Remarks

1. Letter of Technical Bid Mandatory PDF

2. Bid Security/Bank Mandatory PDF


Guarantee
3. Company registration Mandatory PDF
Certificate
4. VAT registration Mandatory for PDF
Certificate domestic
bidders
5. Business Registration Mandatory PDF
Certificate
6. Tax Clearance Mandatory for PDF
Certificate/Tax return domestic
submission bidders
evidence/evidence of
time extension
7. Power of Attorney of Mandatory PDF
Bid signatory
8. Bank Voucher for cost Mandatory PDF
of bid document
9. Joint venture Mandatory in PDF
agreement case of
JV Bids Only
10. Qualification Mandatory Using profile data(financial
Documents details, contract details etc.)
and Technical Proposal
11. Additional documents] If applicable PDF
specified in ITB 11.2
(h)
The required forms and documents shall be part of price bids.
No. Document Requirement Remarks

1. Letter of Price Bid Mandatory PDF


2. Completed Bill of Quantities (BoQ) Mandatory Online Forms

3. Price Adjustment Table If applicable Online Forms

4. Additional Documents specified in If applicable PDF


ITB 11.3 (d)
Note:

a) Bidders (all partners in case of JV) should verify/update their profile


documents as appropriate for the specific bid before submitting their bid
electronically.

viii. After providing all the details and documents, two separate bid
response documents i.e technical bids and price bids will be
generated from the system. Bidders are advised to download and
verify the response documents prior to bid submission.
ix. For verifying the authentic user, the system will send one time
password (OTP) in the registered e-mail address of the bidder.
System will validate the OTP and allow bidder to submit their bid.
x. Electronically submitted bids can be modified and/or withdrawn
through system. The bidder may modify their bids multiple times
online within bid submission date and time specified in e-GP
system. Once a Bid is withdrawn, bidder won’t be able to submit
another bid response for the same bid.
xi. The Bidder / Bid shall meet the following requirements and
conditions for e-submission of bids;
aa) The e-submitted bids must be readable through PDF reader.
bb) The facility for submission of bid electronically through e-
submission is to promote transparency, non-discrimination,
equality of access, and open competition in the bidding
process. The Bidders are fully responsible to use the e-
submission facility properly in e-GP system as per specified
procedures and in no case the Employer shall be held liable
for Bidder's inability to use this facility.
cc) When a bidder submits electronic bid through the PPMO e-
GP portal, it is assumed that the bidder has prepared the bid
23

by studying and examining the complete set of the Bidding


documents including specifications, drawings and conditions
of contract.
21.2. The inner and outer envelopes shall:
(aa) bear the name and address of the Bidder;
(bb) be addressed to the Employer as provided in BDS 22.1;
(cc) bear the specific identification of this bidding process
indicated in BDS 1.1; and
21.3 The outer envelope and the inner envelope containing Technical
Proposal shall bear a warning not to open before the time and date for the
opening of Technical Bid in accordance with ITB 25.1.
21.4 The inner envelope containing the Price Bid shall bear a warning not
to open until advised by the Employer in accordance with ITB 25.7
21.5 If all envelopes are not sealed and marked as required, the
Employer will assume no responsibility for the misplacement or
premature opening of the bid.

22. Deadline for 22.1 Bids must be received by the Employer at the address and no later
Submission of Bids than the date and time indicated in the BDS.
In case of e-submission, the standard time for e-submission is Nepal
Standard Time as set out in the server. The e-procurement system will
accept the e-submission of bid from the date of publishing of notice and
will automatically not allow the e-submission of bid after the deadline
for submission of bid.

22.2 The Employer may, at its discretion, extend the deadline for the
submission of bids by amending the Bidding Document in
accordance with ITB 8, in which case all rights and obligations of the
Employer and Bidders previously subject to the deadline shall
thereafter be subject to the deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any bid that arrives after the
deadline for submission of bids, in accordance with ITB 22. Any bid
received by the Employer after the deadline for submission of bids shall
be declared late, rejected, and returned unopened to the Bidder.

24. Withdrawal, 24.1 A Bidder may withdraw, or modify its bid- Technical or Price -
andModification after it has been submitted either in hard copy or by e-submission.
ofBids Once a Bid is withdrawn, bidder shall not be able to submit another
bid for this bidding process. Procedures for withdrawal or modification
of submitted bids are as follows:
(i) Bids submitted in Hard Copy
GoN Funded:
a) Bidders may withdraw or modify its bids by sending a written
notice in a sealed envelope, duly signed by an authorized
representative, and shall include a copy of the authorization in
accordance with ITB 20.2. The corresponding modification of
the bid must accompany the respective writtennotice. All notices
must be:
(aa)prepared and submitted in accordance with ITB 20 and ITB
21,and in addition, the respective envelopes shall be
clearly marked “WITHDRAWAL”, “MODIFICATION;” and
(bb) received by the Employer twenty four hour prior to the
deadline prescribed for submission of bids, in accordance
with ITB 22.
DP Funded:
A Bidder may withdraw or modify its Bid – Technical or Price – after
it has been submitted by sending a written notice, duly signed by an
authorized representative, and shall include a copy of the
authorization in accordance with ITB 20.2, (except that withdrawal
notices do not require copies). The corresponding modification of the
Bid must accompany the respective written notice. All notices must
be
i) prepared and submitted in accordance with ITB 20 and ITB
21 (except that withdrawal notices do not require copies),
and in addition, the respective envelopes shall be clearly
marked “WITHDRAWAL,” and “MODIFICATION;” and
ii) received by the Employer prior to the deadline prescribed
for submission of Bids, in accordance with ITB 22.
ii) E-submitted bids.
a) Bidder may submit modification or withdrawal prior to the
deadline prescribed for submission of bids through e-GP
system by using the forms and instructions provided by the
system.
24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall
not be opened. In case of hard copy submission, the Bid will be
returned unopened to the Bidders.

24.3 The following provisions apply for withdrawal or modification of the


Bids:
GoN Funded:
(i) In case of bids submitted in hard copy no bid shall be withdrawn or
modified in the interval between 24 hours prior to the deadline for
submission of bids and the expiration of the period of bid validity
specified by the Bidder on the Letter of Bid or any extension thereof.
(ii) In case of e-submitted bids no bids shall be withdrawn or modified in
the interval between deadline for submission of bids and the
expiration of the period of bid validity specified by the Bidder on the
Letter of Technical Bid and Price Bid or any extension thereof.
DP Funded:
No Bid may be withdrawn or modified in the interval between the deadline
for submission of Bids and the expiration of the period of bid validity
specified by the Bidder on the Letters of Technical Bid and Price Bid or
any extension thereof.

24.4 Except in case of any modification or correction in bid document


made by procuring entity, Bidder may submit request for withdrawal
or modification only one time.
24.5 In case of hard copy bid, no bid may be withdrawn if the bid has
already been modified;except in case of any modification or
correction in bid document by procuring entity.

24.6 Request for withdrawal or modification must be made through the


same medium of submission. Request for withdrawal or modifications
through different medium shall not be considered.
25

25. Bid Opening 25.1 The Employer shall open the Technical Bids in public at the address,
on the date and time specified in the BDS in the presence of Bidders`
designated representatives who choose to attend. The Price Bids will
remain unopened and will be held in custody of the Employer until
the specified time of their opening. If the Technical Bid and Price Bid
are submitted together in one envelope, the Employer shall reject the
entire Bid.

25.2 The Employer shall download the e-submitted Technical Bid. The e-
GP system allows the Employer to download the e-submitted
technical bid only after bid opening date and time after login
simultaneously by at least two members of the Bid Opening
Committee.

25.3 Electronically submitted Technical Bid shall be opened at first in the


same time and date as specified above. Electronic Bids shall be
opened one by one and read out. The e-submitted technical bids
must be readable through open standards interfaces. Unreadable
and or partially submitted bid files shall be considered incomplete.

25.4 Thereafter, envelopes marked “WITHDRAWAL” shall be opened and


read out and the envelope with the corresponding Bid shall not be
opened, but returned to the Bidder. No bid withdrawal shall be Permitted
unless the corresponding withdrawal notice contains a valid
authorization to request the withdrawal and is read out at bid opening.
Next, envelopes marked “MODIFICATION”shall be opened and read
out with the corresponding bid. No Technical Bid and/or Price Bid
modification shall be permitted unless the corresponding
modification notice contains a valid authorization to request the
modification and is read out and recorded at bid opening. Only the
Technical Bid, both Original as well as Modification, are to be opened,
read out, and recorded at the opening. Price Bids, both Original and
Modification, will remain unopened in accordance with ITB 25.1.

25.5 All other envelopes holding the Technical Bid shall be opened one
at a time, reading out: the name of the Bidder; whether there is a
modification; the presence of a bid security and any other details as the
Employer may consider appropriate.
Only Technical Bids read out and recorded at bid opening shall be
considered for evaluation.
No bid shall be rejected at opening of Technical Bids except for late
bids, in accordance with ITB 23.1.
25.6The Employer shall prepare a record of the opening of Technical Bids
that shall include, as a minimum: the name of the Bidder and whether
there is a withdrawal, or modification; and the presence or absence of
a bid security. The Bidders’ representatives who are present shall be
requested to sign the record. The omission of a Bidder’s signature on
the record shall not invalidate the contents and effect of the record.

25.7 At the end of the evaluation of the Technical Bids, the Employer will
invite bidders who have submitted substantially responsive Technical
Bids and who have been determined as being qualified for award to
attend the opening of the Price Bids. The date, time, and location of
the opening of Price Bids will be advised in writing by the Employer.
Bidders shall be given at least 7 days notice for the opening of Price
Bids.

25.8 The Employer will notify Bidders in writing who have been rejected
on the grounds of their Technical Bids being substantially
nonresponsive to the requirements of the Bidding Document and
return their Price Bids unopened.

25.9 The Employer shall conduct the opening of Price Bids of all Bidders
who submitted substantially responsive Technical Bids, in the
presence of Bidders` representatives who choose to attend at the
address, on the date, and time specified by the Employer. The
Bidder’s representatives who are present shall be requested to sign
a register evidencing their attendance.

25.10 All envelopes containing Price Bids shall be opened one at a time
and the following read out and recorded:
(a) the name of the Bidder;
(b) whether there is a modification;
(c) the Bid Prices, including any discounts and alternative offers;
and
(d) any other details as the Employer may consider appropriate.
Only Price Bids, discounts, modifications, and alternative offers read
out and recorded during the opening of Price Bids shall be considered
for evaluation. No Bid shall be rejected at the opening of Price Bids.

25.11 The Employer shall prepare a record of the opening of Price Bids
that shall include, as a minimum, the name of the Bidder, the Bid
Price (per lot if applicable), any discounts, modifications and
alternative offers. The Bidders’ representatives who are present shall
be requested to sign the record. The omission of a Bidder’s signature
on the record shall not invalidate the contents and effect of the
record.

E. Evaluation and Comparison of Bids


26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and
post-qualification of bids and recommendation of Contract award, shall
not be disclosed to Bidders or any other persons not officially
concerned with such process until information on Contract award is
communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation of


the bids or Contract award decisions may result in the rejection of its
bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of
Contract award, if any Bidder wishes to contact the Employer on
27

any matter related to the bidding process, it may do so in writing.

27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the
Bids Technical and Price Bids, the Employer may, at its discretion, ask
any Bidder for a clarification of its Bid. Any clarification submitted by
a Bidder that is not in response to a request by the Employer shall not
be considered. The Employer’s request for clarification and the
response shall be in writing. No change in the substance of the
Technical Bid or prices in the Price Bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic errors
discovered by the Employer in the evaluation of the Price Bids, in
accordance with ITB 33. In case of e-submission of bid, upon notification
from the employer, the bidder shall also submit the original of documents
comprising the Technical and Price Bid as per ITB 11.2 and ITB 11.3 for
verification of submitted documents for acceptance of the e-submitted
bid.

27.2 If a Bidder does not provide clarifications of its Bid by the date and
time set in the Employer’s request for clarification, its Bid may be
rejected.

28. Deviations, 28.1 During the evaluation of bids, the following definitions apply:
Reservations, and
Omissions (a) “Deviation” is a departure from the requirements specified in the
Bidding Document;
(b) “Reservation” is the setting of limiting conditions or withholding
from complete acceptance of the requirements specified in the
Bidding Document; and
(c) “Omission” is the failure to submit part or all of the information or
documentation required in the Bidding Document.

29. Examination of 29.1The Employer shall examine the Technical Bid to confirm that all
Technical Bid documents and technical documentation requested in ITB 11.2 have
been provided, and to determine the completeness of each
document submitted.

29.2 The Employer shall confirm that the following documents and
information have been provided in the Technical Bid. If any of these
documents or information is missing, the offer shall be rejected.
(a) Letter of Technical Bid;
(b) written confirmation of authorization to commit the Bidder;
(c) Bid Security; and
(d) Technical Proposal in accordance with ITB 16

30. Determination of 30.1 The Employer’s determination of a Bid’s responsiveness is to be based


Responsiveness of on the contents of the bid itself, as defined in ITB11.2.
Technical Bid
30.2 A substantially responsive Technical Bid is one that meets the
requirements of the Bidding Document without material deviation,
reservation, or omission. A material deviation, reservation, or
omission is one that,
(a) if accepted, would:
(i) affect in any substantial way the scope, quality, or
performance of the Works specified in the Contract;
or
(ii) limit in any substantial way, inconsistent with the Bidding
Document, the Employer’s rights or the Bidder’s
obligations under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of other
Bidders presenting substantially responsive bids.

30.3 The Employer shall examine the technical aspects of the Bid
submitted in accordance with ITB 16, Technical Proposal, in
particular, to confirm that all requirements of Section VI (Works
Requirements) have been met without any material deviation,
reservation or omission.

30.4 If a bid is not substantially responsive to the requirements of the


Bidding Document, it shall be rejected by the Employer and may not
subsequently be made responsive by correction of the material
deviation, reservation, or omission.

30.5 In case of e-submission bids, the Employer evaluates the bid on the
basis of the information in the electronically submitted bid files. If the
Bidder cannot substantiate or provide evidence to establish the
information provided in e-submitted bid through documents/
clarifications as per ITB Clause 27.1, the bid shall not be
considered for further evaluation.

30.6 In Case, a corruption case is being filed to Court against the Natural
Person or Board of Director of the firm/institution /company or any
partner of JV, such Natural Person or Board of Director of the
firm/institution /company or any partner of JV such bidder’s bid shall
be excluded from the evaluation, if public entity receives instruction
from Government of Nepal.
30.7Except in case of e-submission, the Financial Bid of the bidder, which
is evaluated as substantially non-responsive in technical bid, shall be
returned to the respective bidders.

31.NonconformitiesEr 31.1 Provided that a bid is substantially responsive, the Employer may
rors, and Omissions waive any non-conformities in the bid that do not constitute a material
deviation, reservation, or omission.

31.2 Provided that a Technical Bid is substantially responsive, the


Employer may request that the Bidder submit the necessary
information or documentation, within a reasonable period of time, to
rectify nonmaterial nonconformities in the Technical Bid related to
documentation requirements. Requesting information or
documentation on such nonconformities shall not be related to any
aspect of the Price Bid. Failure of the Bidder to comply with the
request may result in the rejection of its bid.
29

31.3 Provided that a Technical Bid is substantially responsive, the


Employer shall rectify quantifiable nonmaterial nonconformities
related to the Bid Price. To this effect, the Bid Price shall be
adjusted, for comparison purposes only, to reflect the price of a
missing or non-conforming item or component. The adjustment shall
be made using the methods indicated in Section III (Evaluation and
Qualification Criteria).

31.4 If the monetary value of such non-conformities is found to be more


than fifteen percent of the Bid Price of the bidder pursuant to ITB
31.3, such bid shall be considered nonresponsive and shall not be
involved in evaluation.

32 Qualification of the 32.1 The Employer shall determine to its satisfaction during the
Bidder evaluation of Technical Bids whether Biddersmeet the qualifying
criteria specified in Section III (Evaluation and Qualification Criteria).

32.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted by
the Bidder, pursuant to ITB 17.1.

32.3 An affirmative determination shall be a prerequisite for the opening


and evaluation of a Bidder’s Price Bid. A negative determination
shall result into the disqualification of the Bid, in which event the
Employer shall return the unopened Price Bid to the Bidder.

33. Correction of 33.1 During the evaluation of Price Bids, the Employer shall correct
Arithmetical Errors arithmetical errors on the following basis:
(a) only for unit price Contracts, if there is a discrepancy between the
unit price and the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail and the total price
shall be corrected, unless in the opinion of the Employer there is
an obvious misplacement of the decimal point in the unit price, in
which case the total price as quoted shall govern and the unit price
shall be corrected;
(b) if there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected;
(c) If there is a discrepancy between the bid price in the Summary
of Bill of Quantities and the bid amount in item (c) of the Letter
of Price Bid, the bid price in the Summary of Bill of Quantities
will prevail and the bid amount in item (c) of the Letter of Price
Bid will be corrected.
(d) if there is a discrepancy between words and figures, the amount
in words shall prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in
figures shall prevail subject to (a), (b) and (c) above.

33.2 If the Bidder that submitted the lowest evaluated bid does not accept
the correction of errors, its bid shall be disqualified and its bid security
shall be forfeited.

34 Subcontractors 34.1 In case of Prequalification, the Bidder’s Bid shall name the same
subcontractor as submitted in the prequalification application and
approved by the Employer.
In case of Post-qualification, the Employer may permit subcontracting
for certain specialized works as indicated in Section III When
subcontracting is permitted by the Employer, the sub-contractor shall
meet the qualifications criteria as indicated in section III.
Sub-contractors’ qualification and experience will not be considered
for evaluation of the Bidder. The Bidder on its own (without taking
into account the qualification and experience of the sub-contractor)
should meet the qualification criteria.
Bidders may propose subcontracting up to the percentage of total
value of contracts or the volume of works as specified in the BDS.

35. Evaluation of 35.1 The Employer shall use the criteria and methodologies listed in this
Price Bids Clause. No other evaluation criteria or methodologies shall be
permitted.

35.2 To evaluate a Price Bid, the Employer shall consider the following:
(a) the bid price, excluding Value Added Tax , Provisional Sums, and
the provision, if any, for contingencies in the Summary Bill of
Quantities, for Unit Rate Contracts, or Schedule of Prices for lump
sum Contracts, but including Day work items, where priced
competitively;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB 33.1;
(c) price adjustment due to discounts offered in accordance with
ITB 14.4;
(d) adjustment for nonconformities in accordance with ITB 31.3;
(e) application of all the evaluation factors indicated in Section III (Evaluation
and Qualification Criteria);

35.3 The estimated effect of the price adjustment provisions of the


Conditions of Contract, applied over the period of execution of the
Contract, shall not be taken into account in bid evaluation.

35.4 If this Bidding Document allows Bidders to quote separate prices


for different Contracts, and to award multiple Contracts to a single
Bidder, the methodology to determine the lowest evaluated price of
the Contract combinations, including any discounts offered in the
Letter of Price Bid, is specified in Section III (Evaluation and
Qualification Criteria).
31

35.5 if the bid for an Unit Rate Contract, which results in the lowest
Evaluated Bid Price is seriously unbalanced or front loadedor
extremely low in the opinion of the Employer, the Employer may
require the Bidder to produce detailed price analysis for any or all items
of the Bill of Quantities, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed. After
evaluation of the price analysis, taking into consideration the schedule
of estimated Contract payments, the Employer may require that the
amount of the performance security be increased at the expense of the
Bidder as mentioned in BDS to protect the Employer against financial
loss in the event of default of the successful Bidder under the
Contractor may consider the bid as non-responsive.

35.6 In case of e-submission bids, the Employer evaluates the bid on the
basis of the information in the electronically submitted bid files. If the
Bidder cannot substantiate or provide evidence to establish the
information provided in e-submitted bid through documents/
clarifications as per ITB Clause 27.1, the bid shall not be
considered for further evaluation.

35.7 In Case, a corruption case is being filed to Court against the Natural
Person or Board of Director of the firm/institution /company or any
partner of JV, such Natural Person or Board of Director of the
firm/institution /company or any partner of JV such bidder’s bid shall be
excluded from the evaluation, if public entity receives instruction from
Government of Nepal.

36. Comparison of 36.1 The Employer shall compare all substantially responsive bids in
Bids accordance with ITB 35.2 to determine the lowest evaluated bid.

37. Employer’s Right 37.1 The Employer reserves the right to accept or reject any bid, and to
to Accept Any Bid, annul the bidding process and reject all Bids at any time prior to
and to Reject Any or contract award, without thereby incurring any liability to Bidders. In
All Bids case of annulment, all Bids submitted and specifically, bid securities,
shall be promptly returned to the Bidders.

F. Award of Contract

38. Award Criteria 38.1 The Employer shall award the Contract to the Bidder whose offer
has been determined to be the lowest evaluated bid and is
substantially responsive to the Bidding Document, provided further
that the Bidder is determined to be qualified to perform the Contract
satisfactorily.

39. Letter of Intent to 39.1 The Employer shall notify the concerned Bidder whose bid has been
Award the selected in accordance with ITB 38.1 within seven days of the selection
Contract/Notification of the bid, in writing that the Employer has intention to accept its bid and
of Award the information regarding the name, address and amount of selected
bidder shall be given to all other bidders who submitted the bid.

39.2 If no bidder submits an application pursuant to ITB 42 within a period


of seven days of the notice provided under ITB 39.1, the Employer
shall, accept the bid selected in accordance with ITB 38.1 and Letter
of Acceptance shall be communicated to the selected bidder prior to
the expiration of period of Bid validity, to furnish the performance
security and sign the contract within fifteen days.

39.3 In Case, a corruption case is being filed to Court against the Natural
Person or Board of Director of the firm/institution /company or any
partner of JV, such Natural Person or Board of Director of the
firm/institution /company or any partner of JV such bidder’s bid shall
be excluded from the evaluation, if public entity receives instruction
from Government of Nepal.

40. Performance 40.1 Within Fifteen (15) days of the receipt of Letter of Acceptance from
Security and Line of the Employer, the successful Bidder shall furnish the performance
Credit security in accordance with the Conditions of Contract, subject to ITB
35.5, as specified below from Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law in Nepal using
Sample Form for the Performance Security included in Section X
(Contract Forms), or another form acceptable to the Employer. The
performance security issued by any foreign Bank outside Nepal must be
counter guaranteed by Commercial Bank or Financial Institution eligible to
issue Bank Guarantee as per prevailing Law in Nepal.
i) If bid price of the bidder selected for acceptance is up to 15 (fifteen) percent
below the approved cost estimate, the performance security amount shall be
5 (five) percent of the bid price.
ii) For the bid price of the bidder selected for acceptance is more than 15
(fifteen) percent below of the cost estimate, the performance security amount
shall be determined as follows:
Performance Security Amount = [(0.85 x Cost Estimate –Bid Price) x 0.5]
+ 5% of Bid Price.
The Bid Price and Cost Estimate shall be inclusive of Value Added Tax.
Within Fifteen (15) days of the receipt of Letter of Acceptance from the
Employer, the successful Bidder shall furnish the Letter of Commitment
for Bank’s Undertaking for Line of Credit of the amount as specified in the
BDS, using Sample Form for the Line of Credit included in Section X
(Contract Forms) at the time of contract agreement.

40.2 Failure of the successful Bidder to submit the above-mentioned


Performance Security and Line of Credit or to sign the Contract
Agreement shall constitute sufficient grounds for the annulment of
the award and forfeiture of the bid security. In that event the
Employer may award the Contract to the next lowest evaluated
Bidder whose offer is substantially responsive and is determined by
the Employer to be qualified to perform the Contract satisfactorily. The
process shall be repeated according to ITB 39.

41 Signing of 41.1 The Employer and the successful Bidder shall sign the Contract
Contract Agreement within the period as stated ITB 40.1.

41.2 At the same time, the Employer shall affix a public notice on the result
33

of the award on its notice board and make arrangement for causing
such notice to be affixed on the notice board also of the District
Coordination Committee, District Administration Office,
Provincial Treasury and Controller Office and District Treasury
and Controller Office. The Employer may make arrangements to
post the notice into its website, if it has; and if it does not have, into the
website of the Public Procurement Monitoring Office, identifying the bid
and lot numbers and the following information: (i) the result of
evaluation of bid; (ii) date of publication of notice inviting bids; (iii)
name of newspaper; (iv) reference number of notice; (v) item of
procurement; (vi) name and address of bidder making contract and
(viii) contract price

41.3 Within thirty (30) days from the date of issuance of notification
pursuant to ITB 39.1 unsuccessful bidders may request in writing to the
Employer for a debriefing seeking explanations on the grounds on
which their bids were not selected. The Employer shall promptly
respond in writing to any unsuccessful Bidder who, requests for
debriefing.

41.4 If the bidder whose bid has been accepted fails to sign the contract as
stated ITB 40.1, the Public Procurement Monitoring Office shall blacklist
the bidder on recommendation of the Public Entity.

42. Complaint and 42.1 If a Bidder is dissatisfied with the Procurement proceedings or
Review thedecision made by the Employer in opening of the price bid or the
intention to award the Contract, it may file an application to the Chief
of the Public Entity or Public Procurement Monitoring Office or office
established as per Clause 145(a) of the Public Procurement
Regulation within Seven (7) days of providing the notice under ITB
25.8 and ITB 39.1 by the Public Entity, for review of the proceedings
stating the factual and legal grounds.

42.2 Late application filed after the deadline pursuant to ITB 42.1 shall
not be processed.

42.3 The chief of Public Entity shall, within five (5) days after
receiving the application, give its decision with reasons, in writing
pursuant to ITB 42.1:
(a) whether to suspend the procurement proceeding and indicate the
procedure to be adopted for further proceedings; or
(b) to reject the application.
The decision of the chief of Public Entity shall be final for the Bid
amount up to the value as stated in 42.4.

42.4 If the Bidder is not satisfied with the decision of the Public Entity in
accordance with ITB 42.3, is not given within five (5) days of receipt of
application pursuant to ITB 42.1, it can, within seven (7) days of
receipt of such decision, file an application to the Review
Committee of the GoN, stating the reason of its disagreement on the
decision of the chief of Public Entity and furnishing the relevant
documents, provided that itsBid amount ,equal or more than Rupees
Twenty Million (NRs. 20,000,000). The application may be sent by
hand, by post,by courier, or by electronic media at the risk of the
Bidder itself.

42.5 Late application filed after the deadline pursuant to ITB 42.4 shall
not be processed.

42.6 Within three (3) days of the receipt of application from the Bidder,
pursuant to ITB 42.4, the Review Committee shall notify the
concerning Public Entity to furnish its procurement proceedings,
pursuant to ITB 42.3.

42.7 Within three (3) days of receipt of the notification pursuant to ITB
42.6, the Public Entity shall furnish the copy of the related documents
to the Review Committee.

42.8 The Review Committee, after inquiring from the Bidder and the
Public Entity, if needed, shall give its decision within one (1) month
of the receipt of the application filed by the Bidder, pursuant to ITB
42.4.

42.9 The Bidder, filing application pursuant to ITB 42.4, shall have to
furnish a cash amount or Bank guarantee from Commercial Bank
or Financial Institution eligible to issue Bank Guarantee as per
prevailing Law equivalent to one percent (1%) of its quoted Bid
amount with the validity period of at least ninety (90) days from the
date of the filing of application pursuant to ITB 42.4.

42.10 If the claim made by the Bidder pursuant to ITB 42.4 is justified, the
Review Committee shall have to return the security deposit to the
applicant, pursuant to ITB 42.9, within seven (7) days of such decision
made.
35

Section II: Bid Data Sheet

A. General

ITB 1.1 The number of the Invitation for Bids is: PUDBC/KTM/NCB/WORKS-01/077/78

ITB 1.1 The Employer is: Project office of Urban Developmnet and Building Construction
Office (PUDBC), Kathmandu

ITB 1.1 The number and identification of lots comprising this bidding process is: [1]

ITB 2.1 The name of the Project is“Main Retrofitting Works in Bhaktapur Hospital”
The main retrofitting works including construction of a 4 storey new building
block with about 400 sq.m.
The DP is DFID (Department for International Development)
The implementing agency is (PUDBC, Kathmandu)

ITB 4.1 (a) For GoN Funded:


Maximum number of partner in a joint venture shall be : 3 (three)

B. Bidding Document
For clarification purposes only, the Employer’s address is:
ITB 7.1
Attention: Project Chief, PUDBC
Address: Babarmahal, Kathmandu
Telephone: 01-4262408
Electronic mail address: [email protected]
ITB 7.4 A Pre-Bid meeting “shall” takes place. Pre-Bid Meeting will

Take place at the following date, time and place:


Date: 2020/10/18
Time: 14.00 hours
Place: Procurement Unit, PUDBC, Babarmahal, Kathmandu
A site visit [“shall not be”] organized by the Employer.
ITB 7.5 Time for request: Requests for clarification should be received by the Employer no later
than 10 days prior to the deadline for submission of bids.

C. Preparation of Bids

ITB 10.1 The language of the bid is: English / Nepali

ITB 11.2 (h) The Bidder shall submit with its Technical Bid the following additional documents:
None

ITB 11.3 (b) In accordance with ITB 12 and ITB 14, the following schedules shall be submitted with
the bid, including the priced Bill of Quantities for Unit Rate Contracts and Schedule of
Prices for lump sum contracts: None

11.3 (d) The Bidder shall submit with its Price Bid the following additional documents:
None
ITB 13.1 Alternative bids “shall not be” permitted.

ITB 13.2 Alternative times for completion “shall not be” permitted.

ITB 13.4 Not Applicable

ITB 14.6 The prices quoted by the Bidder “shall be” subject to adjustment during the
performance of the Contract.
“Bidder shall submit the Table of Price Adjustment Data as a part of price bid."

ITB 18.1 The bid validity period shall be: 120 days (One Hundred Twenty days)

ITB 19.1 The Bidder shall furnish a bid security, from Commercial Bank or Financial Institution
eligible to issue Bank Guarantee as per prevailing Law with a minimum of
[1,10,00,000.00 NPR], which shall be valid for 30 days beyond the validity period of the
bid.
Office Name: Project Office of Urban Development and Building Construction
ITB 19.2 (b)
(PUDBC).
Bank Name: Nepal Rastra Bank
Bank Address: Kathmandu
Account Number: 1201200001002524
Office Code: 347013511
ITB 20.1 In addition to the original of the bid, the number of copy/ies is/are: Not Applicable

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
indicate:
(a) The name and description of the documentation required to demonstrate the
authority of the signatory to sign the Bid such as a Power of Attorney; and
(b) In the case of Bids submitted by an existing or intended JV, an undertaking
signed by all parties (i) stating that all parties shall be jointly and
severally liable, and (ii) nominating a Representative who shall have the
authority to conduct all business for and on behalf of any and all the parties
of the JV during the bidding process and, in the event the JV is awarded
the Contract, during contract execution.

D. Submission and Opening of Bids


Bidders shall have the option of submitting their bids "by electronic only"
ITB 21.1
For bid submission purposes only, the Employer’s address is :
ITB 22.1
www.bolpatra.gov.np/egp
The deadline for bid submission is :
Date : 2020/11/08
Time : 12:00 hours
The Technical Bid opening shall take place at :
ITB 25.1
Address : Procurment Unit, PUDBC
Date : 2020/11/08
Time : 13:00 hours

E. Evaluation and Comparison of Bids


Not Applicable
ITB 34.1
37

ITB 40.1 Letter of Commitment for Bank’s Undertaking for Line of Credit shall be of NRs.
5,98,00,000.00

ITB 35.5 The amount of the performance security be increased by Eight (8) percent of the
quoted bid price.
Section III: Evaluation and Qualification Criteria
This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders
by post-qualification exercise. GoN/DP requires bidders to be qualified by meeting predefined,
precise minimum requirements. The method sets pass-fail criteria, which, if not met by the bidder,
results in disqualification. In accordance with ITB 32 and ITB 35, no other methods, criteria and
factors shall be used. The Bidder shall provide all the information requested in the forms included
in Section IV (Bidding Forms).

1. Evaluation
In addition to the criteria listed in ITB 35.2 (a) - (e) the following criteria shall apply:

Note:
Use the evaluation criteria listed below as appropriate and required for the project.

1.1 Adequacy of Technical Proposal


Evaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's
technical capacity, to mobilize key equipment and personnel for the contract consistent with
its proposal regarding work methods, scheduling, and material sourcing in sufficient detail and
fully in accordance with the requirements stipulated in Section VI (Works Requirements).

1.2 Multiple Contracts


Multiple Contracts, if permitted under ITB 35.4, will be evaluated as follows:
Award Criteria for Multiple Contracts [ITB 35.4:
Bidders have the option to Bid for any one or more Contracts. Bids will be evaluated taking
into account discounts offered, if any, for combined contracts. The contract(s) will be
awarded to the Bidder or Bidders offering the lowest evaluated cost to the Employer for
combined contracts, subject to the selected Bidder(s) meeting the required qualification
criteria for combination of multiple contracts as the case may be.
Qualification Criteria for Multiple Contracts:
The criteria for qualification shall be the sum of the minimum requirements for respective
individual contracts as specified under items 2.3.2, 2.3.3, and 2.4.2b.
With respect to the Contracts of Similar Size and Nature under item 2.4.2(a). of Section III,
the evaluation shall be done as below:
N is the minimum number of contracts as per Note (2) of 2.4.2 Specific Construction
Experience

V is the minimum value of a single contract as per Note (3) of 2.4.2 Specific Construction
Experience
39

i. Minimum requirements for combined contract(s) shall be the aggregate requirements


for each contract for which the bidder has submitted bids as follows, and N1,N2,N3,
etc. shall be different contracts:
Contract 1: N1 contracts, each of minimum value V1;
Contract 2: N2 contracts, each of minimum value V2;
Contract 3: N3 contracts, each of minimum value V3;
----etc.
and
ii. Total number of contracts is equal or less than N1 + N2 + N3 +--but the total value
of all such contracts is equal or more than N1 x V1 + N2 x V2 + N3 x V3 +---.

1.3In Case, other than Multiple Contracts


Bidders have the option to Bid for any one or more Contracts. The contracts will be awarded
to the Bidder or Bidders offering the lowest evaluated cost to the Employer, subject to the
selected Bidder(s) meeting the required qualification which shall be the sum of the minimum
requirements for respective individual contracts as specified under items Required Bid
Capacity as per 2.3.3. Under this case, Contract shall be awarded based on Least Cost
Combination to the Employer.

1.4 Completion Time

An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows:

[insert project specific requirements]

1.5 Alternative Technical Solutions

Alternative technical solutions, if permitted under ITB 13.4, will be evaluated as follows:

[insert project specific requirements]

1.6 Quantifiable Nonconformities and Omissions


Subject to ITB 14.2 and ITB 35.2, the evaluated cost of quantifiable nonconformities including
omissions, is determined as follows:

“Pursuant to ITB 31.3, the cost of all quantifiable nonmaterial nonconformities and ommissions
shall be calculated. The employer will assess the cost of any quantifiable nonmaterial
nonconformities and omissions for the purposes of comparision.

2. Qualification
2.1 Eligibility

Criteria Compliance Requirements Documents


Requirement Single Joint Venture Submission
Entity Requirements
All Partners Each One
Combined Partner Partner

2.1.1 Nationality
Letter of
Nationality in must meet must meet must meet not
Technical Bid
accordance with requirement requirement requirement applicable
Forms
ITB sub-clause 4.2
ELI –1; ELI
–2
with
attachments
2.1.2 Conflict of Interest

No conflicts of must meet existing or must meet not Letter of


interest in requirement intended JV requirement applicable Technical Bid
accordance with must meet
ITB Sub-Clause requirement
4.3.

2.1.3 Government/DP Eligibility

Not having been must meet must meet must meet not Letter of
declared ineligible requirement requirement requirement applicable Technical Bid
by
government/DP,
as described in ITB
Sub-Clause 4.4.

2.1.4 Government-owned Entity

Bidder required to must meet existing or must meet not Forms ELI - 1,
meet conditions of requirement intended JV requirement applicable ELI - 2, with
ITB Sub-Clause must meet attachments
4.5. requirement

2.1.5 UN Eligibility

Not having been must meet existing or must meet not Letter of
declared ineligible requirement intended JV requirement applicable Technical Bid
based on a United must meet
Nations resolution requirement
or Employer's
country law, as
described in ITB
Sub-Clause 4.8.

2.1.6 Other Eligibility

Firm Registration must meet not must meet not Document


Certificate requirement applicable requirement applicable attachment
41

Business must meet not must meet not Document


Registration requirement applicable requirement applicable attachment
Certificate

VAT and PAN must meet not must meet not Document
Registration requirement applicable requirement applicable attachment
certificate (only for
domestic
bidders)

Tax Clearance must meet not must meet not Document


Certificate/Tax requirement applicable requirement applicable attachment
return submission
evidence/evidence
of time extension
for the (F/Y
2076/77

Additional ……………. ………… …………… ………… …………


requirements
[Insert if any]

2.2 Pending Litigation


Criteria Compliance Requirements Documents

Requirement Single Joint Venture Submission


Entity Requirements
All Partners Each One
Combined Partner Partner

2.2.1 Pending Litigation

All pending must meet not must meet not Form LIT - 1
litigation shall be requirement applicable requirement by applicable
treated as by itself or itself or as
resolved against as partner partner to past
the Bidder and to past or or existing JV
so shall in total existing JV
not represent
more than 50 %
of the Bidder's
net worth.

2.3 Financial Situation

Criteria Compliance Requirements Documents

Requirement Single Joint Venture Submission


Entity Requiremen
All Partners Each One ts
Combined Partner Partner
2.3.1 Historical Financial Performance

Submission of audited must meet not applicable must meet not Form FIN - 1
balance sheets and requirement requirement applicable with
income statements, for attachments
the last 3 (three) years
to demonstrate the
current soundness of
the Bidder's financial
position. As a minimum,
a Bidder's net worth
calculated as the
difference between total
assets and total
liabilities should be
positive.

2.3.2 Average Annual Construction Turnover

Minimum average must meet must meet must meet must meet Form FIN
annual construction requirement requirement 25 % 40 % -2
turnover of NRs
of the of the
31,76,49,000.00
requirement requirement
calculated as total
certified payments
received for
construction contracts
in progress or
completed, within best
three years out of last
ten fiscal years.
Only the net amount shall be calculated after deducting the amount for VATand such amount shall be adjusted
to present value by applying wholesale price index of Nepal Rastra Bank.

2.3.3 Required Bid Capacity

The bidding capacity of the must meet must meet must meet must meet Form FIN
bidder should be equal to or requirement requirement 40 % -3,4
more than the NRs 25 %
37,05,90,000.00 of the
of the
requirement
requirement

2.4 Experience

Criteria Compliance Requirements Documents


Requirement Single Joint Venture Submission
Entity All Partners Each One Requirement
Combined Partner Partner
2.4.1 General Construction Experience
Experience under must meet not must meet not Form EXP - 1
43

construction contracts requirement applicable requirement applicabl


in the role of contractor, e
subcontractor, or
management
contractor for at least
the last 5 years prior
to the applications
submission deadline.
2.4.2 Specific Construction Experience
(a) Contracts of Similar Size and Nature
Participation as Prime must meet must meet not not Form EXP –
contractor, management requirement requirement applicable applicable 2(a)
contractor, or
subcontractor, in at least
1 (One) Contract of
building construction
work within the last ten
(10) years, each with a
value of at least NRs
29,64,72,000.00 that
have been successfully or
are substantially
completed and that are
similar to the proposed
works. The similarity shall
be based on the physical
size, complexity,
methods, technology or
other characteristics as
described in Section VI,
Works Requirements.

Only the net amount shall be calculated after deducting the amount for VAT and such amount shall be adjusted
to present value by applying wholesale price index of Nepal Rastra Bank.

(b) Construction Experience in Key Activities


For the above or other must meet must meet not not Form
contracts executed during the all all applicable applicable EXP -
period stipulated in 2.4.2(a) requirements requirements 2(b)
above, a minimum
construction experience in the
following key activities:
1. Splint and Bandage works or
Shotcrete work or Concrete
Jacketing or the
combination of above three in
retrofitting work: 3000 sq.m
2.PCC for RCC Works:1630
cu.m
3.Reinforcement: 350 Ton
45

2.5 Personnel

The Bidder must demonstrate that it has the personnel for the key positions that meet the
following requirements:

SN. Position Required No. Academic Total Work Experience in


Qualification Experience Similar
[Years] Works
[When position
[years]
demands]

1 Masters in 10 years
Construction after
Management or completion
Construction Equivalent of Bachelor 5 years in
1. / Project degree in building
Manager civil construction
engineering
or
equivalent

1 Bachelor in Civil 3 years in


Site
2. Engineering or 5 years building
Engineer
equivalent construction

In case the bidder proposes to consider Personnel that may be spared from committed/ongoing
contracts for evaluation, the bidder shall provide details of personnel which will be spared from such
committed/ongoing contracts based on the physical progress at the date of bid submission.

The Bidder shall provide details of the proposed personnel and their experience records in the relevant
Information Forms included in Section IV (Bidding Forms).

2.6 Equipment

The Bidder must demonstrate that it has the key equipment listed hereafter:

No. Equipment Type and Characteristics Min. Number Requirement

1. Truck/ Tripper 1

2. Concrete Mixer (1 bag capacity) 1

3. Concrete Mixer (2 bag capacity) 1

4. Total Station 1
In case the Bidder proposes to consider Equipment that may be spared from committed/ongoing
contracts for evaluation, the Bidder shall provide details of Equipment which will be spared from
committed / ongoing contracts clearly demonstrating the availability of such equipment with
respect to the physical progress of the ongoing contracts on the date of bid submission.

In case of Equipment to be leased/hired the same procedure as mentioned above shall apply.

The Bidder shall provide further details of proposed items of equipment using the relevant Form
in Section IV (Bidding Forms)

2.7Subcontractors
Not Applicable
47

Section IV: Bidding Forms

This Section contains the forms which are to be completed by the Bidder and submitted as part
of its Bid.
Letter of Technical Bid

The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the
Bidder’s complete name and address.

Date: .........................................................

Name of the contract: .........................................................

Invitation for Bid No.: .......................................................

To:…………………………………………………………………………………………………….....

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) Clause 8.

(b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of [insert
validity period as specified in ITB 18.1 of the BDS] days from the date fixed for the bid
submission deadline in accordance with the Bidding Documents, and it shall remain binding
upon us and may be accepted at any time before the expiration of that period.

(d) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities
from eligible countries in accordance with ITB 4.2and meet the requirements of ITB 3.4,& 3.5

(e) We are not participating, as a Bidder or as a subcontractor, in more than one Bid in this bidding
process in accordance with ITB 4.3(e), other than alternative offers submitted in accordance
with ITB 13.

(f) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part
of the contract, has not been declared ineligible by DP, under the Employer’s country laws or
official regulations or by an act of compliance with a decision of the United Nations Security
Council;

(g) We are not a government owned entity/We are a government owned entity but meet the
requirements of ITB 4.5;1

(h) We declare that, we including any subcontractors or suppliers for any part of the contract do
not have any conflict of interest in accordance with ITB 4.3 and we have not been punished for
an offense relating to the concerned profession or business.

(i) We declare that we are solely responsible for the authenticity of the documents submitted by
us. The document and information submitted by us are true and correct. If any
document/information given is found to be concealed at a later date, we shall accept any legal
actions by the Employer.
(j) We agree to permit the Employer/DP or its representative to inspect our accounts and records
and other documents relating to the bid submission and to have them audited by auditors
appointed by the Employer.
49

(k) If our Bid is accepted, we commit to mobilizing key equipment and personnel in accordance
with the requirements set forth in Section III (Evaluation and Qualification Criteria) and our
technical proposal, or as otherwise agreed with the Employer.

(l) We are committed to submit the Letter of Commitment for Bank’s Undertaking for Line of Credit
of ……………..Millions at the time of contract agreement, if the bid is awarded to us.

Name: .................................................................................................

In the capacity of .............................................................................

Signed …………………………………………………………...

Duly authorized to sign the Bid for and on behalf of …………

Date …………………………………………………………....
Letter of Price Bid

The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the
Bidder’s complete name and address.

Date: .........................................................

Name of the contract: .........................................................

Invitation for Bid No.: .......................................................

To:…………………………………………………………………………………………………….....

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB) Clause 8;

(b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) The total price of our Bid, excluding any discounts offered in item (d) below is: NRs.
…………………………………………..; or when left blank is the Bid Price indicated in the Bill of
Quantities.

(d) The discounts offered and the methodology for their application
are:……………………………………………..

(e) Our bid shall be valid for a period of [insert validity period as specified in ITB 18.1] days from
the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it
shall remain binding upon us and may be accepted at any time before the expiration of that
period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with the
Bidding Document;

(g) We have paid, or will pay the following commissions, gratuities, or fees with respect to the
bidding process or execution of the Contract:1
Name of Recipient Address Reason Amount

......................................... ....................................... ................................ ...................


......................................... ....................................... ................................ .................. .

(h) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed;
(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive; and

1
If none has been paid or is to be paid, indicate “None”.
51

(j) We declare that we are solely responsible for the authenticity of the documents submitted by
us.

(k) We agree to permit the Employer/DP or its representative to inspect our accounts and records
and other documents relating to the bid submission and to have them audited by auditors
appointed by the Employer.
Name: ..............................................................................................

In the capacity of .............................................................................

Signed …………………………………………………………...

Duly authorized to sign the Bid for and on behalf of …………

Date …………………………………………………………....
Table of Price Adjustment Data
[To be used if Price Adjustment is applicable as per GCC 53.1]

Employer's
Base Bidder's
Source Proposed
Index Value Proposed
Code of Weighting
Description and Weighting
Index* Range
Date (coefficient)**
(coefficient)
1 2 3 4 5 6
Non -
0.15 0.15
Adjustable (A)
Labor (b) 0.62 – 0.66
Materials (c) 0.18 – 0.21
Equipment
0.01 – 0.02
usage (d)
Total 1.00 1.00

*Normally following source of index shall apply. Public Entity shall choose applicable Index for
each item.

(a) Labor: "National Salary and Wage Rate Index"- "Construction Labor" of Nepal Rastra Bank
or rate fixed by District Rate Fixation Committee

(b) Material:"National Wholesale Price Index" - Construction Materials" of Nepal Rastra Bank

(c) Equipment usage: "National Wholesale Price Index" - Machinery and Equipment" of Nepal
Rastra Bank or "Fuel" Price fixed by Nepal Oil Corporation.

** Bidders proposed weightings should be within the range specified by the Employer in column -
5
53

Table of Price Adjustment Data


[To be used if Price Adjustment is applicable as per GCC 53.6]

Code Construction Unit Base Price (NRs/Unit) Source


Material* (Ex-factory) (Factory)**
1 2 3 4 5

* Major construction materials to be specified by Employer in column - 2.

** Base Price and source normally to be specified by Employer (or alternatively informed to be
proposed by bidder) in column 4 and 5.

Note:
The base prices of the construction materials shall be taken as of 30 days before the deadline for submission
of the Bid as quoted by the Bidder and verified by the Employer. For the purpose of calculation of price
adjustment, the Ex-factory price of the same source shall be taken into consideration.
Bid Security
Bank Guarantee
Bank’s Name, and Address of Issuing Branch or Office
(On Letter head of the Commercial bank or any Financial Institution eligible to issue Bank
Guarantee as per prevailing Law)
Beneficiary: .............................. name and address of Employer ………………………………
Date: ……………………………………………Bid Security No.: ..............................................
We have been informed that. …………. [insert name of the Bidder] (hereinafter called “the
Bidder”)intends to submit its bid (hereinafter called “the Bid”) to you for the execution of
…………...name of Contract . …………… under Invitation for Bids No. ……………… (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by a bid
guarantee.
At the request of the Bidder, we…………………. . name of Bank ……………….. hereby
irrevocably undertake to pay you any sum or sums not exceeding in total an amount of . .
………...amount in figures ………………………. (. …………..amount in words ……………….)
upon receipt by us of your first demand in writing accompanied by a written statement stating that
the Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn or modifies its Bid:
i) during the period of bid validity specified by the Bidder on the Letter of Technical and PriceBid,
in case of electronic submission
(ii) from the period twenty-four hours prior to bid submission deadline up to the period of bid
validity specified by the Bidder on the Letter of Technical Bid and Price Bid, in case of hard copy
submission; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or
(c) changes the prices or substance of the bid while providing information pursuant to clause 27.1
of ITB; or
(d) having been notified of the acceptance of its Bid by the Employer during the period of bid
validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish
the performance security, in accordance with the ITB.
(e) is involved in fraud and corruption in accordance with the ITB
This guarantee will remain in force up to and including the date ………number…………days
after the deadline for submission of Bids as such deadline is stated in the instructions to Bidders
or as it may be extended by the Employer, notice of which extension(s) to the Bank is hereby waived.
Any demand in respect of this guarantee should reach the Bank not letter than the above date.
This Bank guarantee shall not be withdrawn or released merely upon return of the original guarantee
by the Bidder unless notified by you for the release of the guarantee.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.
. . .Bank’s seal and authorized signature(s) . . .
Note:
The bid security of ………..……………. has been counter guaranteed by the Bank ……..………..…… on
…………... .................................................……..………. (Applicable for Bid Security of Foreign Banks).

Technical Proposal Format


55

Personnel

Equipment

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Others
Personnel
Form PER - 1: Proposed Personnel

Bidders should provide the names of suitably qualified personnel to meet the specified
requirements for each of the positions listed in Section III (Evaluation and Qualification Criteria). The
data on their experience should be supplied using the Form below for each candidate.

Academic Experience
Total Work
Qualification in Similar
No. Name Position* Experience
Works
[Years]
[years]

1.

2.

3.

4.

5.

 As listed in Section III (Evaluation and Qualification Criteria).


57

Form PER - 2: Resume of Proposed Personnel

The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be used
for evaluation.

Position*
Personal Information Name Date of Birth
Professional qualifications
Present employment Name of employer
Address of employer
Telephone Contact (manager/personnel officer)
Fax E-mail
Job title Years with present employer

Summarize professional experience over the last twenty years in reverse chronological order.
Indicate particular technical and managerial experience relevant to the project.

From* To* Company, Project, Position and Relevant Technical and


Management Experience*

Note:

In case of e-submission the Resume of Proposed Personnel shall be submitted on notification by the Employer
as per ITB 27.
Equipment
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet
the requirements for the key equipment listed in Section III (Evaluation and Qualification Criteria).
A separate Form shall be prepared for each item of equipment listed, or for alternative equipment
proposed by the Bidder.The Bidder shall provide all the information requested below, to the extent
possible. Fields with asterisk (*) shall be used for evaluation.
(i) For the equipment under Bidder's ownership

Total Nos. of No. of Equipment


Equipment Type Equipment under engaged/proposed for Nos. of Equipment
No. and Bidder's ongoing/committed proposed for this
Characteristics Ownership contracts contract

1.
2.
3.
4.
5.

(ii) For the Equipment to be leased/hired


Total Nos. of No. of Equipment Nos. of Equipment
Equipment Type
Equipment under the engaged/committe proposed to be
No. and
ownership of d for other works leased/hired for
Characteristics
lease/hire provider this contract
1.
2.
3.
4.
5.

Type of Equipment*

Equipment Information Name of manufacturer Model and power rating

Capacity* Year of manufacture

Current Status Current location

Details of current commitments

Source Indicate source of the equipment

 Owned  Rented  Leased  Specially manufactured

The following information shall be provided only for equipment not owned by the Bidder.

Owner Name of owner


59

Address of owner

Telephone Contact name and title

Fax email

Agreements Details of rental / lease / manufacture agreements specific to

the project

The Bidder shall be solely responsible for the data provided. However, this shall not
limit the right of Employer to verify the authenticity of submitted information.

Note:
In case of e-submission the “Agreements” shall be submitted on notification by the Employer as per ITB 27.1
Bidder’s Information and Qualification Format

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Others
61

Bidder’s Qualification
To establish its qualifications to perform the contract in accordance with Section III (Evaluation
and Qualification Criteria) the Bidder shall provide the information requested in the corresponding
Information Sheets included hereunder.

Form ELI - 1: Bidder’s Information Sheet

Bidder's Information

Bidder's legal name

In case of JV, legal name of each partner

Bidder's country of constitution

Bidder's year of constitution

Bidder's legal address in country of

constitution

Bidder's authorized representative (name,

address, telephone numbers, fax numbers, e-

mail address)

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity named
above, in accordance with ITB 4.1 and 4.2.
2. Authorization to represent the firm or JV named in above, in accordance with ITB 20.2.

3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

4. In case of a government-owned entity, any additional documents not covered under 1 above
required to comply with ITB 4.5.
Form ELI - 2: JV Information Sheet
Each member of a JV must fill in this form

JV / Specialist Subcontractor Information

Bidder's legal name

JV Partner's or Subcontractor's legal name

JV Partner's or

Subcontractor's country of constitution

JV Partner's or

Subcontractor's year of constitution

JV Partner's or

Subcontractor's legal address in country of

constitution

JV Partner's or

Subcontractor's authorized representative

information (name, address, telephone

numbers, fax numbers, e-mail address)

Attached are copies of the following original documents.

1. articles of incorporation or constitution of the legal entity named above, in accordance


with ITB 4.1 and 4.2.
2. Authorization to represent the firm named above, in accordance with ITB 20.2.
3. In the case of government-owned entity, documents establishing legal and financial
autonomy and compliance with commercial law, in accordance with ITB 4.5.
63

Form LIT - 1: Pending Litigation


Each member of a JV must fill in this form

Pending Litigation

 No pending litigation in accordance with Criteria 2.2 of Section III (Evaluation and
Qualification Criteria)
 Pending litigation in accordance with Criteria 2.2 of Section III (Evaluation and Qualification
Criteria)

Value of Pending
Value of Pending Claim as a
Year Matter in Dispute
Claim in NRS Percentage on Net
Worth
Form FIN - 1: Financial Situation

Each Bidder or member of a JV must fill in this form

Financial Data for Previous 3 Years [in NRS]

Year 1 : Year 2 : Year 3 :

Information from Balance Sheet

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement

Total Revenues

Profit Before Tax

Profit After Tax

o Attached are copies of financial statements (balance sheets including all related notes, and income
statements) for the last three or above years, as indicated above, complying with the following
conditions.
o All such documents reflect the financial situation of the Bidder or partner to a JV, and not sister
or parent companies.
o Historic financial statements must be audited by a certified auditor.
o Historic financial statements must be complete, including all notes to the financial statements.
o Historic financial statements must correspond to accounting periods already completed and audited
(no statements for partial periods shall be requested or accepted).

Note:
In case of e-submission the attachments should not be uploaded but shall be submitted on
notification by the Employer as per ITB 27.1
65

Form FIN - 2: Average Annual Construction Turnover

Each Bidder or member of a JV must fill in this form

The information supplied should be the Annual Turnover of the Bidder or each member of a JV
in terms of the amounts billed to clients for each year for work in progress or completed to NRs at
the end of the period reported.

Annual Turnover Data for the Last 10 Years


(Construction only)

Year Amount Currency

- Average Annual Construction Turnover


(Best three years within the last 10 years)
Form FIN - 3: Bid Capacity

Each Bidder or member of a JV must fill in this form

Bid Capacity = [(7 x A) – B]

A = Average Annual Turnover of best three years out of last ten fiscal years.
B = Annual Value of the existing commitments and works (ongoing) to be completed, calculated
from FIN-4.

A, in B, in Bid Capacity,
SN Name of Bidder Pan No.
Million Million in Million

Total Bid Capacity :

Signature of Bidder
Procurement of Works- Single Stage Two Envelope Procedure | 67

Form FIN-4: Current Contract Commitments / Works in Progress

Bidders and each partner to a JV should provide information on their current commitments on all contracts that have been awarded, or for which a letter
of intent or acceptance has been received, or for contracts approaching completion, but for which an unqualified, full completion certificate has yet to be
issued.
Current Contract Commitments ( For Calculation of B with reference of FIN-3)
Initial or Estimated Time in
Contract Value of
Employer's Contract Revised Month to Complete the
Contract Amount outstanding
Name of Name of the Contact Date(yyyy- Contract outstanding works
No. Share in % in works [In
Contract Contractor/s Address, mm) Duration (f) = (c) + (d) – Date of
(a) Millions Millions,NRS]#
Tel, Fax (c) (months) Invitation of Bid
(b) (e)
(d) (f)
1

Signature of Bidder
# The Outstanding Works means Contract Price (excluding Vat) minus Work Evaluated by Employer till the reference date.Bidder shall have to
submit the relevant documentary evidence to substantiate the facts/figures.
 ( e)  ( a ) 
Note 1: “B” shall be calculated as : B =   ( f )  x12 , If (f) is less than 12, then value of (f) shall be taken as 12.
 
Note 2: If Initial or Revised Contract Date is run out with respect to Date of Invitation of Bid, the Estimated Time in Month to Complete the outstanding
works shall be taken equal to 12 months.
Form EXP - 1: General Construction Experience
Each Bidder or member of a JV must fill in this form.

General Construction Experience

Starting Ending Year Contract Identification and Name and Role of


Month Year Month Address of Employer Brief Description of Bidder
Year the Works Executed by the Bidder
Procurement of Works- Single Stage Two Envelope Procedure | 69
Form EXP - 2(a): Specific Construction Experience

Fill up one (1) form per contract.

Contract of Similar Size and Nature


Contract No………… of….. Contract Identification
Award Date Completion
Date
Role in Contract   
Contractor Management Subcontractor
Contractor
Total Contract Amount  NRS
………..
If Partner in a JV or subcontractor, Percent of Amount
specify participation of total contract Total
amount
Employer's Name
Address
Telephone/Fax
Number
E-mail

Description of the similarity in accordance with Criteria 2.4.2 (a) of Section III

Note :
The Employer should insert here contract
size, complexity, methods, technology, or
other characteristics as described in
Section VI (Work Requirements) against
which the bidder demonstrates similarity
in the box on the right-hand-side.
Form EXP - 2(b): Specific Construction Experience in Key Activities

Fill up one (1) form per contract.


Contract of Similar Size and Nature

Contract No………… of……….. Contract Identification

Award Date Completion


Date

Role in Contract   
Contractor Management Subcontractor
Contractor

Total Contract Amount  NRS


………..

If Partner in a JV or subcontractor, specify Percent of Amount


participation of total contract amount Total

Employer's Name
Address
Telephone/Fax
Number
E-mail

Description of the similarity in accordance with Criteria 2.4.2 (a) of Section III

Note :
The Employer should insert here production
rate(s) for the key activity (activities) subject
contract against which the bidder
demonstrates in the box on the right-hand-
side production rates achieved by him on
previous contracts.
Procurement of Works- Single Stage Two Envelope Procedure | 71

Section V - Eligible Countries

For GoN funded: [with estimate up to NRs. 1 Billion]


For the purpose of ITB 4.2: “Nepal”; and
For the purpose of Country of Origin ITB 5.1 and GCC 79.2: “all Countries”
Part II :BIDDING PROCEDURES
Procurement of Works- Single Stage Two Envelope Procedure | 73

Table of Clauses
Scope of Work ................................................................................................................... 75

Specifications .................................................................................................................... 76

Notes on the Specifications .............................................................................................. 76


Sample Clause: Equivalency of Standards and Codes ..................................................... 77
Drawings ............................................................................................................................ 79

Supplementary Information ............................................................................................... 80

Section VI: Bill of Quantities ............................................................................................. 81

Notes for Unit Rate Contracts: .......................................................................................... 81


Preamble of Bill of Quantities............................................................................................ 83
A. General ........................................................................................................................ 83
B. Day work Schedule ...................................................................................................... 84
Provisional Sums .............................................................................................................. 86
Bill of Quantities ................................................................................................................. 87
Section VI: Works Requirements

This Section contains the Specification, the Drawings, and supplementary information that
describe the Works to be procured.

The employer has envisaged the following work requirement during the implementation of the
project. the successful bidder/s shall have to provide and mobilize the following requirements.

Personnel requirement:

The successful bidder/s have to mobilize the different personnel having relevant works
experiences as per need (full time or part time) which might be required during the construction
work.

1. Architect
2. Electrical Engineer
3. Sanitary Engineer
4. HVAC Expert
5. Quantity Surveyors
6. Sub-Engineer
7. Safety instructor

Equipment Requirement

The successful bidder/s have to mobilize different construction equipment which might be required
during the construction work as per need as follows:

1. Concrete Cutter
2. Rebar cutter
3. Hammer drill
4. Drilling machines
5. Concrete breaker
6. MS props
7. Shotcrete machine
8. Monkey jumper
Procurement of Works- Single Stage Two Envelope Procedure | 75

Scope of Work

Bhaktapur Hospital located in Bhaktapur Municipality, which has been categorized as secondary
level hospital as per NHIDS which is under the jurisdictions of Province government, Ministry of
Social Development, Province 3. The hospital has been selected for the retrofitting. The project is
of highest priority of Ministry of Health and Population and Department of Urban Development and
Building Construction is implementing the project. This retrofitting project is funded by DFID
earmark fund through Red book.
Retrofitting Works in Bhaktapur Hospital:
The scope of the works under this procurement consist of retrofitting of main block, maternity block
and emergency block using the splint and bandage techniques. Construction of 4- storied new
building block with about 400 sq.m., construction of mortuary block, public toilet and hospital
kitchen. Electrical, Sanitary and HVAC works in all buildings. All construction works as per design,
drawings and specification
Specifications
Notes on the Specifications

A set of precise and clear specifications is a prerequisite for Bidders to respond realistically
and competitively to the requirements of the Employer without qualifying or conditioning their
Bids. The specifications must be drafted to permit the widest possible competition and, at the
same time, present a clear statement of the required standards of workmanship, materials, and
performance of the goods and services to be procured. Only if this is done will the objectives of
economy, efficiency and fairness in procurement be realized, responsiveness of Bids be ensured,
and the subsequent task of bid evaluation facilitated. The specifications should require that all
goods and materials to be incorporated in the Works be new, unused, of the most recent or current
models, and incorporate all recent improvements in design and materials unless provided
otherwise in the Contract.

Samples of specifications from previous similar projects are useful in this respect. The use of metric
units is encouraged by the Funding Agency in case of funding assisted projects. Most specifications
are normally written specially by the Employer or Project Manager to suit the Contract Works in
hand. The available standard specification of works of Ministry of Physical Infrastructure and
Transport, DoLIDAR and Other line Ministries can be adopted for respective civil construction
works.

There are considerable advantages in standardizing General Specifications for repetitive Works
in recognized public sectors, such as highways, urban housing, irrigation, and water supply,
in the same country or region where similar conditions prevail. The General Specifications should
cover all classes of workmanship, materials, and equipment commonly involved in construction,
however it may not necessarily be adequate to be used in a particular Works Contract and may
necessitate preparation of Particular (Special) Specifications to amend and or supplement the
provision of the General Specifications to meet the requirement of the particular Works.

Care must be taken in drafting specifications to ensure that they are not restrictive. In the specification
of standards for goods, materials, and workmanship, recognized international standards should
be used as much as possible. Where other particular standards are used, whether national
standards of Nepal or other standards, the specifications should state that goods, materials, and
workmanship that meet other authoritative standards, and which ensure substantially equal or
higher quality than the standards mentioned, will also be acceptable.

Employers should decide whether technical solutions to specified parts of the Works are to be
permitted. Alternatives are appropriate in cases where obvious (and potentially less costly)
alternatives are possible to the technical solutions indicated in the Procurement Documents for
certain elements of the Works, taking into consideration the comparative specialized advantage of
potential bidders. For example:

The Employer should provide a description of the selected parts of the Works with appropriate
references to Drawings, Specifications, Bill of Quantities, and Design or Performance criteria, stating
that the alternative solutions if applicable shall be at least structurally and functionally
equivalent to the basic design parameters and specifications.

Such alternative solutions shall be accompanied by all information necessary for a complete
evaluation by the Employer, including drawings, design calculations, technical specifications,
Procurement of Works- Single Stage Two Envelope Procedure | 77
breakdown of prices, proposed construction methodology, and other relevant details.

Sample Clause: Equivalency of Standards and Codes


Wherever reference is made in the Contract to specific standards and codes to be met by the goods
and materials to be furnished, and work performed or tested, the provisions of the latest current
edition or revision of the relevant standards and codes in effect shall apply, unless otherwise
expressly stated in the Contract. Where such standards and codes are national, or relate to a
particular country or region, other authoritative standards that ensure a substantially equal or higher
quality than the standards and codes specified will be accepted subject to the Project Manager’s
prior review and written consent. Differences between the standards specified and the proposed
alternative standards shall be fully described in writing by the Contractor and submitted to the
Project Manager at least 30 days prior to the date when the Contractor desires the Project
Manager’s consent. In the event the Project Manager determines that such proposed deviations
do not ensure substantially equal or higher quality, the Contractor shall comply with the standards
specified in the documents.

These Notes for Preparing Specifications are intended only as information for the Employer or the
person drafting the Procurement Documents. They should not be included in the final documents.
General and Particular Specification
Attached
Procurement of Works- Single Stage Two Envelope Procedure | 79

Drawings
Note:

1. It is customary to bind the drawings in a separate volume, which is often larger than other
volumes of the contract documents. The size will be dictated by the scale of the drawings,
which must not be reduced to the extent that details are reduced illegible.

2. A simplified map showing the location of the Site in relation to the local geography, indicating
major roads, posts, airports, and railroads, is helpful.

3. The construction drawings, even if not fully developed, must show sufficient details to enable
bidders to understand the type and complexity of the work involved and the price the Bill of
Quantities.

Attached
For details, one can contact the office of PUDBC
Supplementary Information

As this retrofitting work is being implemented in the running hospital, there shall not be any
disturbances for the running hospital in course of construction execution. There will be a service
decanting contract being implemented parallel during the execution of the works. So, the
retrofitting works shall be executed in line with other schedules of works like decanting schedule,
employer’s master schedule. Therefore, coordination and cooperation with different stakeholders
during the construction work is highly required in this project
Procurement of Works- Single Stage Two Envelope Procedure | 81

Section VI: Bill of Quantities2

Notes for Unit Rate Contracts:


Objectives

The objectives of the Bill of Quantities are


(a) to provide sufficient information on the quantities of Works to be performed to enable Bids to
be prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the
periodic valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient
detail to distinguish between the different classes of Works, or between Works of the same nature
carried out in different locations or in other circumstances which may give rise to different
considerations of cost. Consistent with these requirements, the layout and content of the Bill of
Quantities should be as simple and brief as possible.

Content
The Bill of Quantities should be divided generally into the following sections:
(a) Preamble;
(b) Work Items (grouped into parts);
(c) Day works Schedule;
d) Provisional Sums; and
(d) Summary.

Preamble
The Preamble should indicate the inclusiveness of the unit prices, and should state the methods
of measurement which have been adopted in the preparation of the Bill of Quantities and which
are to be used for the measurement of any part of the works.

Work Items
The items in the Bill of Quantities should be grouped into sections to distinguish between those
parts of the Works which by nature, location, access, timing, or any other special characteristics
may give rise to different methods of construction, or phasing of the Works, or considerations of
cost. General items common to all parts of the works may be grouped as a separate section in
the Bill of Quantities.

Day work Schedule


A Day work Schedule should be included only if the probability of unforeseen work, outside the
items included in the Bill of Quantities, is high. To facilitate checking by the Employer of the
realism of rates quoted by the Bidders, the Day work Schedule should normally comprise the
following:

(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day
work rates or prices are to be inserted by the Bidder, together with a statement of the
conditions under which the Contractor will be paid for work executed on a day work basis.

In lump sum contracts, delete “Bill of Quantities” and replace with “Schedule of Activities” throughout this section.
2
(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates
as bid. The rate to be entered by the Bidder against each basic Day work item should include
the Contractor’s profit, overheads, supervision, and other charges.

Provisional Sums

Provisional Sums included and so designated in the Bill of Quantities shall be expended in
whole or in part at the direction and discretion of the Project Manager in accordance with the
Conditions of Contract.

Summary
The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried
forward, with provisional sums for Day work, for physical (quantity) contingencies, and for price
contingencies (upward price adjustment) where applicable.
Procurement of Works- Single Stage Two Envelope Procedure | 83
Preamble of Bill of Quantities

A. General
1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, General and
Special Conditions of Contract, Technical Specifications, and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and are given
to provide a common basis for bidding. The basis of payment will be the actual quantities
of work ordered and carried out, as measured by the Contractor and verified by the Project
Manager and valued at the rates and prices bid in the priced Bill of Quantities, where
applicable, and otherwise at such rates and prices as the Project Manager may fix within the
terms of the Contract.

3. For any item for which measurement is based on records made before or during construction
the records shall be prepared and agreed between the Engineer and the Contractor. Should the
Contractor carry out such work without the prior agreement of the Engineer, the Engineer may
request the Contractor to carry out investigations to confirm the extent of the work and the
quantity of work certified for payment shall be solely at the Engineer's discretion. The cost of any
such investigation shall be borne by the Contractor.

4. The rates and prices bid in the priced Bill of Quantities shall, except as otherwise provided
under the Contract, include all construction equipment, labor, supervision, materials, erection,
maintenance, insurance, profit, taxes, and duties, together with all general risks, liabilities, and
obligations set out or implied in the Contract.

5. A rate or price shall be entered against each item in the priced Bill of Quantities, whether
quantities are stated or not. The cost of items against which the Contractor has failed to enter
a rate or price shall be deemed to be covered by other rates and prices entered in the Bill of
Quantities.

6. The whole cost of complying with the provisions of the Contract shall be included in the Items
provided in the priced Bill of Quantities, and where no Items are provided, the cost shall be
deemed to be distributed among the rates and prices entered for the related Items of Work.

7. General directions and descriptions of work and materials are not necessarily repeated nor
summarized in the Bill of Quantities. References to the relevant sections of the Contract
documentation shall be made before entering prices against each item in the priced Bill of
Quantities. The Specification Clause references where given in the item description of the Bills
of Quantities are for the convenience of bidders and generally refer to the principal relevant-
specification clause but do not necessarily represent the whole of the specification requirements
for the work required within the item. The presence of a Specification clause reference shall not
in any way reduce the Bidders obligation to complete work in accordance with all the
requirements of the Specification.
8. Provisional Sums included and so designated in the Bill of Quantities shall be expended in
whole or in part at the direction and discretion of the Project Manager in accordance with the
Conditions of Contract.
9. The method of measurement of completed work for payment shall be in accordance with the
Specifications.
10. Arithmetic errors will be corrected by the employer as follows:
a. If there is a discrepancy between the unit price and the total price that is obtained by multiplying
the unit price and quantity, the unit price shall prevail and the total price shall be corrected, unless
in the opinion of the employer there is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted shall govern and the unit price shall be corrected.
b. If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals
shall prevail and the total shall be corrected
c. If there is a discrepancy between the bid price in the summary of bill of quantities and the bid
amount in item (c) of the letter of price bid, the bid price in the summary of bill of quantities will
prevail and the bid amount in item (c) of the letter of price bid will be corrected.
d. If there is a discrepancy between words and figures, the amount in words shall prevail, unless
the amount expressed in words is related to an arithmetic error, in which case the amount in
figures shall prevail subject to (a), (b) and (c) above.
11. The abbreviations and symbols used in this Bill of Quantities for unit of measurements are:

Unit Abbreviation Unit Abbreviation

meter m millimeter mm

kilometer km Calendar month mon

cubic meter m3 or cu.m. number Nos.

hectare ha square meter m2 or sq.m.

Hour h square millimeter mm2 or sq.mm

Kilogram kg Week W

Lump sum LS Hour Hr.

metric ton
T Per ton per kilometer ton/km
(1,000kg)

Litre L

B. Day work Schedule


a)General
1. Work shall not be executed on a day work basis except by written order of the Project Manager.
Bidders shall enter basic rates for day work items in the Schedules. These rates shall apply to
any quantity of day work ordered by the Project Manager. Nominal quantities have been indicated
against each item of day work, and the extended total for day work shall, be carried forward as a
Provisional Sum to the Summary Total Bid Amount. Unless otherwise adjusted, payments for day
work shall be subject to price adjustment in accordance with the provisions in the Conditions of
Contract.
b) Day work Labor
1. In calculating payments due to the Contractor for the execution of day works, the hours for labor
will be reckoned from the time of arrival of the labor at the job site to execute the particular item
of day work to the time of departure from the job site, but excluding meal breaks and rest periods.
Only the time of classes of labor directly doing work ordered by the Project Manager and are
competent to perform such work will be measured. The time of gangers (charge hands) actually
doing work with the gangs will also be measured but not the time of foremen or other supervisory
personnel.
2. The Contractor shall be entitled to payment in respect of the total time that labor is employed on
Procurement of Works- Single Stage Two Envelope Procedure | 85
day work, calculated at the basis rates entered by it in the " SCHEDULE OF DAY WORK RATES:
1. LABOR". The rates for labor shall be deemed to cover all costs to the Contractor including (but
not limited to) i) the amount of wages paid to such labor, transportation time, overtime,
subsistence allowances, ii) any sums paid to or on behalf of such labor for social benefits in
accordance with Nepal law, iii) Contractor's profit, overheads, superintendence, liabilities and
insurance and iv) charges incidental to the foregoing.
c) Day work Equipment
1. The Contractor shall be entitled to payments in respect of Constructional Plant already on site
and employed on day work at the basis rental rates entered by him in the “SCHEDULE OF DAY
WORK RATES:2 EQUIPMENT ”. The said rates shall be deemed to include due and complete
allowance for depreciation, interest, indemnity and insurance, repairs, maintenance, supplies,
fuel, lubricant, and other consumables and all overhead, profit and administrative costs related to
the use of such equipment. The cost of drivers, operators and assistants also shall be included
in the rate of the equipment and no separately payment shall be made for it.
2. In calculating the payment due to the Contractor for Constructional Plant employed on day work,
only the actual number of working hours will be eligible for payment, except that where applicable
and agreed with the Project Manager, the travelling time from the part of the Site where the
Construction Plant was located when ordered by the Project Manager to be employed on day
work and the time for return journey there to shall be included for payment.
d) Day work Materials
1. The Contractor shall be entitled to payment in respect of materials used for day work (except for
materials for which the cost is included in the percentage addition to labor costs as detailed
heretofore), at the rates entered by him in the "SCHEDULE OF DAY WORK RATES: 3
MATERIALS" and shall be deemed to include overhead charges and profit as follows;
(i) the rates for materials shall be calculated on the basis of the invoiced price, freight, insurance,
handling expenses, damage, losses, etc. and shall provide for delivery to store for stockpiling
at the Site.
(ii) the cost of hauling materials for use on work ordered to be carried out as day work, from the
store or stockpile on the Site to the place where it is to be used also shall be include in the
same rate.
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a
provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible
price increases should be provided as a provisional sum in the Summary Bill of Quantities. The
inclusion of such provisional sums often facilitates budgetary approval by avoiding the need to
request periodic supplementary approvals as the future need arises. Where such provisional sums
or contingency allowances are used, the SCC should state the manner in which they will be used,
and under whose authority (usually the Project Manager’s).

The estimated cost of specialized work to be carried out, or of special goods to be supplied, by
other contractors should be indicated in the relevant part of the Bill of Quantities as a particular
provisional sum with an appropriate brief description. A separate procurement procedure is
normally carried out by the Employer to select such specialized contractors. To provide an element
of competition among the Bidders in respect of any facilities, amenities, attendance, etc., to be
provided by the successful Bidder as prime Contractor for the use and convenience of the
specialist contractors, each related provisional sum should be followed by an item in the Bill of
Quantities inviting the Bidder to quote a sum for such amenities, facilities, attendance, etc.
Procurement of Works- Single Stage Two Envelope Procedure | 87

Bill of Quantities
Attached
Part III:CONDITIONS OF CONTRACT
AND CONTRACT FORMS
Procurement of Works- Single Stage Two Envelope Procedure | 89

Table of Clauses
A. General ................................................................................................................... 92
1. Definitions ..........................................................................................................................92
2. Interpretation .....................................................................................................................93
3. Language and Law ............................................................................................................94
4. Contract Agreement...........................................................................................................94
5. Assignment ........................................................................................................................94
6. Care and Supply of Documents .........................................................................................95
7. Confidential Details ............................................................................................................95
8. Compliance with Laws .......................................................................................................95
9. Joint and Several Liability ..................................................................................................95
10. Project Manager's Decisions ............................................................................................96
11. Delegation .......................................................................................................................96
12. Communications ..............................................................................................................96
13. Subcontracting .................................................................................................................96
14. Other Contractors ............................................................................................................96
15 Personnel and Equipment.................................................................................................96
16. Employer’s and Contractor's Risk ....................................................................................97
17. Employer’s Risks ............................................................................................................97
18. Contractor’s Risks...........................................................................................................97
19. Insurance .......................................................................................................................97
20. Site Investigation Reports ...............................................................................................98
21. Contractor to Construct the Works ...................................................................................98
22. The Works to Be Completed within intended Completion Date .......................................98
23. Design by contractor and Approval by the Project Manager ............................................98
24. Safety, Security and Protection of the Environment .........................................................98
25. Discoveries .....................................................................................................................99
26. Possession of the Site ....................................................................................................99
27. Access to the Site ...........................................................................................................99
28. Instructions, Inspections and Audits ................................................................................99
29. Dispute Settlement .........................................................................................................99
30. Procedures for Disputes ............................................................................................... 100
B. Staff and Labor ........................................................................................................... 100
31. Forced Labor ................................................................................................................. 100
32. Child Labor .................................................................................................................... 100
33. Nondiscrimination and Equal Opportunity ...................................................................... 100
B. Time Control......................................................................................................... 100
34. Program ....................................................................................................................... 100
35. Extension of the IntendedCompletion Date .................................................................... 101
36. Acceleration.................................................................................................................. 101
37. Delays Ordered by the Project Manager ....................................................................... 101
38. Management Meetings ................................................................................................. 101
39. Early Warning ............................................................................................................... 101
C. Quality Control ............................................................................................................ 102
40. Identifying Defects ......................................................................................................... 102
41. Tests.............................................................................................................................. 102
42. Correction of Defects ..................................................................................................... 102
43. Uncorrected Defects ...................................................................................................... 102
D. Cost Control ................................................................................................................ 102
44. Contract Price ............................................................................................................... 102
45. Changes in the Contract Price ....................................................................................... 102
46. Variations ...................................................................................................................... 103
47. Cash Flow Forecasts ..................................................................................................... 103
48. Payment Certificates ...................................................................................................... 104
49. Payments...................................................................................................................... 104
50. Compensation Events ................................................................................................... 104
51. Tax .............................................................................................................................. 105
52. Currency ....................................................................................................................... 105
53. Price Adjustment........................................................................................................... 105
54. Retention ...................................................................................................................... 107
55. Liquidated Damages ...................................................................................................... 107
56. Bonus ........................................................................................................................... 108
57. Advance Payment.......................................................................................................... 108
58. Securities ...................................................................................................................... 109
59. Dayworks ....................................................................................................................... 109
60. Cost of Repairs ............................................................................................................. 109
F. Force Majeure ............................................................................................................ 109
61. Definition of Force Majeure ............................................................................................ 109
62. Notice of Force Majeure................................................................................................. 110
63. Duty to Minimize Delay .................................................................................................. 110
64. Consequences of Force Majeure ................................................................................... 110
65. Force Majeure Affecting Subcontractor .......................................................................... 111
66. Optional Termination, Payment and Release ................................................................. 111
67. Release from Performance ............................................................................................ 111
G. Finishing the Contract .............................................................................................. 112
68. Completion .................................................................................................................. 112
69. Taking Over ................................................................................................................. 112
70. Final Account ................................................................................................................ 112
71. Operating and Maintenance Manuals ........................................................................... 112
72. Termination................................................................................................................... 112
73. Fraud and Corruption .................................................................................................... 113
74. Black Listing ................................................................................................................. 114
75. Payment upon Termination ........................................................................................... 114
76. Property ........................................................................................................................ 115
77. Release from Performance ........................................................................................... 115
78. Suspension of DP Loan/Credit/Grant ............................................................................ 115
79. Eligibility ........................................................................................................................ 115
80. Project Manager’s Duties and Authorities ..................................................................... 116
81. Quarries and Spoil Dumps ........................................................................................... 116
82. Local Taxation .............................................................................................................. 116
83. Value Added Tax .......................................................................................................... 116
84. Income Taxes on Staff .................................................................................................. 116
85. Duties, Taxes and Royalties ......................................................................................... 116
86. Member of Government, etc, not Personally Liable ....................................................... 117
87. Approval of Use of Explosives ...................................................................................... 117
89. Permission for Blasting ................................................................................................. 117
90. Records of Explosives ................................................................................................. 117
91. Traffic Diversion ............................................................................................................. 117
Procurement of Works- Single Stage Two Envelope Procedure | 91

Section VIII:General Conditions of Contract

[Name of Employer]

[Name of Contract]
General Conditions of Contract
A. General
1. Definitions 1.1 Boldface type is used to identify defined terms.
(a) The Accepted Contract Amount means the amount accepted in the
Letter of Acceptance for the execution and completion of the Works and
the remedying of any defects.
(b) The Activity Schedule is a schedule of the activities comprising
the construction, installation, testing, and commissioning of the Works
in a lump sum contract. It includes a lump sum price for each activity, which
is used for valuations and for assessing the effects of Variations and
Compensation Events.
(c) The Adjudicator is the person appointed jointly by the Employer and
the Contractor to resolve disputes in the first instance, as provided for in GCC
23.2 hereunder.
(d) Bill of Quantities means the priced and completed Bill of Quantities
forming part of the Bid.
(e) Compensation Events are those defined in GCC 50 hereunder.
(f) The Completion Date is the date of completion of the Works as
certified by the Project Manager, in accordance with GCC 68.1.
(g) The Contract is the Contract between the Employer and the Contractor
to execute, complete, and maintain the Works. It consists of the
documents listed in GCC 2.3 below.
(h) The Contractor is the party whose Bid to carry out the Works has
been accepted by the Employer.
(i) The Contractor’s Bid is the completed bidding document submitted by
the Contractor to the Employer.
(j) The Contract Price is the Accepted Contract Amount stated in the Letter
of Acceptance and thereafter as adjusted in accordance with the Contract.
(k) Days are calendar days; months are calendar-months.
(l) Dayworks are varied work inputs subject to payment on a time basis for
the Contractor’s employees and Equipment, in addition to payments for
associated Materials and Plant.
(m) A Defect is any part of the Works not completed in accordance
with the Contract.
(n) The Defects Liability Certificate is the certificate issued by Project
Manager upon correction of defects by the Contractor.
(o) The Defects Liability Period is the period calculated from the
Completion Date where the Contractor remains responsible for remedying
defects.
(p) Drawings include calculations and other information provided or
approved by the Project Manager for the execution of the Contract.
(q) The Employer is the party who employs the Contractor to carry out the
Works, as specified in the SCC.
(r) Equipment is the Contractor’s machinery and vehicles brought
temporarily to the Site to construct the Works.
(s) Force Majeure means an exceptional event or circumstance: which is
beyond a Party's control; which such Party could not reasonably have
provided against before entering into the Contract; which, having arisen,
such Party could not reasonably have avoided or overcome; and, which is
Procurement of Works- Single Stage Two Envelope Procedure | 93
not substantially attributable to the other Party.
(t) The Initial Contract Price is the Contract Price listed in the Employer’s
Letter of Acceptance.
(u) In writing or written means hand written, type written, printed or
electronically made, and resulting in permanent record.
(v) The Intended Completion Date is the date on which it is intended that
the Contractor shall complete the Works. The Intended Completion Date
is specified in the SCC. The Intended Completion Date may be revised
only by the Project Manager by issuing an extension of time or an acceleration
order.
(w) Letter of Acceptance means the formal acceptance by the Employer
of the Bid and denotes the formation of the contract at the date of acceptance.
(x) Materials are all supplies, including consumables, used by the Contractor
for incorporation in the Works.
(y) Party means the Employer or the Contractor, as the context requires.
(z) SCC means Special Conditions of Contract
(aa) Plant is any integral part of the Works that shall have a mechanical,
electrical, chemical, or biological function.
(bb) The Project Manager is the person named in the SCC (or any other
competent person appointed by the Employer and notified to the Contractor,
to act in replacement of the Project Manager) who is responsible for
supervising the execution of the Works and administering the Contract.
(cc) Retention Money means the aggregate of all monies retained by the
Employer pursuant to GCC 54.1.
(dd) Schedules means the document(s) entitled schedules, completed by
the Contractor and submitted with the Letter of Bids, as included in the
Contract. Such document may include the Bill of Quantities, data, lists, and
schedules of rates and/or prices.
(ee) The Site is the area defined as such in the SCC
(ff) Site Investigation Reports are those that were included in the bidding
documents and are factual and interpretative reports about the surface and
subsurface conditions at the Site.
(gg) Specification means the Specification of the Works included in the
Contract and any modification or addition made or approved by the Project
Manager.
(hh) The Start Date is given in the SCC. It is the latest date when the
Contractor shall commence execution of the Works. It does not necessarily
coincide with any of the Site Possession Dates.
(ii) A Subcontractor is a person or corporate body who has a Contract with
the Contractor to carry out a part of the work in the Contract, which includes
work on the Site.
(jj) Temporary Works are works designed, constructed, installed, and
removed by the Contractor that are needed for construction or installation
of the Works.
(kk) A Variation is an instruction given by the Project Manager which varies
the Works
(ll) The Works are what the Contract requires the Contractor to construct,
install, and turn over to the Employer, as defined in the SCC.
2. Interpretation
2.1 In interpreting these GCC, singular also means plural, male also means
female or neuter, and the other way around.Headings have no
significance. Words have their normal meaning under the language of
the Contract unless specifically defined. The Project Manager shall
provide instructions clarifying queries about these GCC.
2.2 If sectional completion is specified in the SCC, references in the
GCC to the Works, the Completion Date, and the Intended Completion
Date apply to any Section of the Works (other than references to the
Completion Date and Intended Completion Date for the whole of the
Works).
2.3 The documents forming the Contract shall be interpreted in the following
order of priority:
(a) Contract Agreement,
(b) Letter of Acceptance,
(c) Letters of Technical Bid and Price Bid,
(d) Special Conditions of Contract,
(e) General Conditions of Contract,
(f) Specifications,
(g) Drawings,
(h) Bill of Quantities (or Schedules of Prices for lump sum contracts),
and
(i) Any other document listed in the SCC as forming part of the
Contract.
3. Language and
3.1 The language of the Contract and the law governing the Contract are
Law stated in the SCC.

3.2. Throughout the execution of the Contract, the Contractor shall comply
with the import of goods and services prohibitions in the Employer’s
country when
(a) by an act of compliance with a decision of the United Nations
Security Council taken under Chapter VII of the Charter of the
United Nations, the Borrower’s Country prohibits any import of
goods from, or any payments to, a particular country, person, or
entity. Where the borrower’s country prohibits payments to a
particular firm or for particular goods by such an act of compliance,
that firm may be excluded.
4. Contract
4.1 The Parties shall enter into a Contract Agreement within 15 days after
Agreement the Contractor receives the Letter of Acceptance, unless the Special
Conditions establish otherwise. The Contract Agreement shall be
based upon the attached Contract forms in Section X.
5. Assignment
5.1 Neither Party shall assign the whole or any part of the Contract or any
benefit or interest in or under the Contract. However, either Party
(a) may assign the whole or any part with the prior agreement of
the other Party, at the sole discretion of such other Party; and
Procurement of Works- Single Stage Two Envelope Procedure | 95
(b) may, as security in favor of a bank or financial institution,
assign its right to any moneys due, or to become due, under
the Contract.
6. Care and Supply
6.1 The Specification and Drawings shall be in the custody and care of
of Documents the Employer. Unless otherwise stated in the Contract, one copy of the
Contract and of each subsequent Drawing shall be supplied to the
Contractor, who may make or request further copies at the cost of the
Contractor.

6.2 Each of the Contractor’s Documents shall be in the custody and care
of the Contractor, unless and until taken over by the Employer. Unless
otherwise stated in the Contract, the Contractor shall supply to the
Engineer six copies of each of the Contractor’s Documents.

6.3 The Contractor shall keep, on the Site, a copy of the Contract,
publications named in the Specification, the Contractor’s Documents
(if any), the Drawings and Variations and other communications given
under the Contract. The Employer’s Personnel shall have the right of
access to all these documents at all reasonable times.
6.4 If a Party becomes aware of an error or defect in a document which
was prepared for use in executing the Works, the Party shall promptly
give notice to the other Party of such error or defect.
7. Confidential
7.1 The Contractor’s and the Employer’s Personnel shall disclose all such
Details confidential and other information as may be reasonably required in
order to verify the Contractor’s compliance with the Contract and allow
its proper implementation.

7.2 Each of them shall treat the details of the Contract as private and
confidential, except to the extent necessary to carry out their respective
obligations under the Contract or to comply with applicable Laws. Each
of them shall not publish or disclose any particulars of the Works
prepared by the other Party without the previous agreement of the
other Party. However, the Contractor shall be permitted to disclose
any publicly available information, or information otherwise required to
establish his qualifications to compete for other projects.

7.3 Notwithstanding the above, the Contractor may furnish to its


Subcontractor(s) such documents, data and other information it
receives from the Employer to the extent required for the
Subcontractor(s) to perform its work under the Contract, in which event
the Contractor shall obtain from such Subcontractor(s) an undertaking
of confidentiality similar to that imposed on the Contractor under this
Clause.
8. Compliance with
8.1 The Contractor shall, in performing the Contract, comply with applicable
Laws Laws.
9. Joint and
9.1 If the Contractor is a joint venture of two or more entities , all such
Several Liability entities shall be jointly and severally liable to the Employer for the
fulfillment of the provisions of the Contract, and shall designate one of
such persons to act as a leader with authority to bind the joint
venture.The contractor shall not handover the responsibility of the
contract to any one member or some members of Joint Venture
or any other parties, not involved in the contract. The composition
or the constitution of the joint venture shall not be altered without the
prior consent of the Employer.
10. Project
10.1 Except where otherwise specifically stated, the Project Manager shall
Manager's decide contractual matters between the Employer and the Contractor in
Decisions the role representing the Employer.

11. Delegation
11.1 The Project Manager may delegate any of his duties andresponsibilities
to other people after notifying the Contractor, and may cancel any
delegation after notifying the Contractor.
12.
12.1 Communications between parties that are referred to in the Conditions
Communications shall be effective only when in writing. A notice shall be effective only
when it is delivered.
13. Subcontracting
13.1 For GoN Funded:
A list of approved Subcontractorsincluding its value/works is
includedasArticle 2 (k) of contract Agreement. Approval by the Employer
for any of the Subcontractors shall not relieve the Contractor from any
of its obligations, duties, or responsibilities under the contract.
For DP Funded :
The Contractor may subcontract with the approval of the Project Manager,
but may not assign the Contract without the approval of the Employer in
writing. Subcontracting shall not alter the Contractor’s obligations.
Bidders may propose subcontracting up to the percentage of total
value of contracts as specified in the SCC.The Sub contractor shall
meet the qualification requirement as specified in SCC.
14. Other
14.1 The Contractor shall cooperate and share the Site with other
Contractors contractors, public authorities, utilities, and the Employerbetween the
dates given in the Schedule of Other Contractors, as referred to in the
SCC. The Contractor shall also provide facilities and services for them
as described in the Schedule. The Employer may modify the Schedule
of Other Contractors, and shall notify the Contractor of any such
modification
15 Personnel and
15.1 The Contractor shall employ the key personnel and use the
Equipment
equipment identified in its Bid to carry out the Works, or other
personnel and equipment approved by the Project Manager. The Project
Manager shall approve any proposed replacement of key personnel and
equipment only if their relevant qualifications or characteristics are
substantially equal to or better than those proposed in the Bid.
15.2 If the Project Manager asks the Contractor to remove a person who is a
member of the Contractor’s staff or work force, stating the reasons, the
Contractor shall ensure that the person leaves the Site within seven
days and has no further connection with the work in the Contract.
15.3 If the Employer, Project Manager, or Contractor determines, that any
employee of the Contractor be determined to have engaged in corrupt,
fraudulent, collusive, coercive, or other prohibited practices during the
execution of the Works, then that employee shall be removed in
accordance with Clause 15.2 above.
Procurement of Works- Single Stage Two Envelope Procedure | 97
16. Employer’s and
16.1 The Employer carries the risks which this Contract states are
Contractor's Risk Employer’s risks, and the Contractor carries the risks which this
Contract states are Contractor’s risks.
17. Employer’s
17.1 From the Start Date until the Defects Liability Certificate has been
Risks
issued, the following are Employer’s risks:
(a) The risk of personal injury, death, or loss of or damage
to property (excluding the Works, Plant, Materials, and Equipment),
which are due to
(i) use or occupation of the Site by the Works or for the purpose of
the Works, which is the unavoidable result of the Works or
(ii) negligence, breach of statutory duty, or interference with any
legal right by the Employer or by any person employed by
or contracted to him except the Contractor.
(b) The risk of damage to the Works, Plant, Materials, and
Equipment to the extent that it is due to a fault of the Employer
or in the Employer’s design, or due to war or radioactive
contamination directly affecting the country where the Works are
to be executed.
17.2 From the Completion Date until the Defects Liability Certificate has been
issued, the risk of loss of or damage to the Works, Plant, and Materials is
an Employer’s risk except loss or damage due to
(a) a Defect which existed on the Completion Date,
(b) an event occurring before the Completion Date, which was not itself
an Employer’s risk, or
(c) the activities of the Contractor on the Site after the Completion
Date.
18. Contractor’s 18.1 From the Starting Date until the Defects Liability Certificate has been
Risks issued, the risks of personal injury, death, and loss of or damage to
property (including, without limitation, the Works, Plant, Materials,
and Equipment) which are not Employer’s risks are Contractor’s
risks.
19. Insurance
19.1 The Contractor shall provide insurance in the joint names of the
Employer and the Contractor from the Start Date to the end of the
Defects Liability Period, in the amounts and deductibles stated in the
SCC for the following events which are due to the Contractor’s risks:
(a) loss of or damage to the Works, Plant, and Materials;
(b) loss of or damage to Equipment;
(c) loss of or damage to property (except the Works, Plant, Materials,
and Equipment) in connection with the Contract; and
(d) Personal injury or death.

19.2 Policies and certificates for insurance shall be delivered by the


Contractor to the Project Manager for the Project Manager’s approval
before the Start Date. All such insurance shall provide for
compensation to be payable in the proportions of Nepalese Rupees
required to rectify the loss or damage incurred.
19.3 If the Contractor does not provide any of the policies and
certificates required, the Employer may affect the insurance which
the Contractor should have provided and recover the premiums the
Employer has paid from payments otherwise due to the Contractor or,
if no payment is due, the payment of the premiums shall be a debt due.
19.4 Alterations to the terms of insurance shall not be made without the
approval of the Project Manager.
19.5 Both parties shall comply with any conditions of the insurance policies.
20. Site
20.1 The Contractor, in preparing the Bid, shall rely on any Site
Investigation Investigation Reports referred to in the SCC, supplemented by any
Reports information available to the Contractor.

21. Contractor to
21.1 The Contractor shall construct and install the Works in accordance with
Construct the the Specifications and Drawings.
Works

22. The Works to


22.1 The Contractor may commence execution of the Works on the Start
Be Completed Date and shall carry out the Works in accordance with the Program
within intended submitted by the Contractor, as updated with the approval of the
Completion Date Project Manager, and complete them within the intended Completion
Date.
23. Design by
23.1 The contractor shall be responsible for the design of permanent works
contractor and as specified in SCC.
Approval by the
23.2 Contractor shall be responsible for design of the Temporary Works. The
Project Manager
Contractor shall submit Specifications and Drawings showing the
proposed Temporary Works to the Project Manager, for his approval.
23.3 All Drawings prepared by the Contractor for the execution of the
temporary or permanent Works, shall be subject to prior approval by
the Project Manager before their use.
23.4 The Project Manager’s approval shall not alter the Contractor’s
responsibility for design of temporary works.
24. Safety,
24.1 The Contractor shall, throughout the execution, and completion of
Security and the works and remedying of any defects therein:
Protection of the
a. Have full regard for the safety of all persons entitled to be upon the
Environment
site and keep the site (so as the same is under his control) and the
works (so far as the same are not completed or occupied by the
Employer) in an orderly state appropriate to the avoidance of danger
to such persons.
b. Provide and maintain at his own cost all lights, guards, fencing,
warning signs and watching, when necessary or required by the
Project Manager or by any duly constituted authority, for the
protection of the Works of for the safety and convenience of the public
or others.
c. Take all reasonable steps to protect the environment on and off the
site and to avoid damage or nuisance to persons
or to property of the public or others resulting from pollution, noise or
other causes arising as a consequence of his methods of
operation.
d. Ensure that any cut or fill slopes are planted in grass or other plant
Procurement of Works- Single Stage Two Envelope Procedure | 99
cover as soon as possible to protect them from erosion.
e. Any spoil or material removed from drains shall be disposed of to
designated stable tipping areas as directed by the Project
Manager.
f. Shall not use fuel wood as a means of heating during the
processing or preparation of any materials forming part of the works.
g. The Project Manager shall have the power to disallow any
working practice or activity of the Contractor or direct that such
practices or activities be modified should the Project Manager
consider, on the advice of the relevant Government Departments,
that the practices or activities will be harmful to wildlife.
h. Provide on the Site such lifesaving apparatus as may be
appropriate and an adequate and easily accessible first aid outfit
or such outfits as may be required by any government ordinance,
factory act, etc., subsequently published and amended from time
to time.
25. Discoveries
25.1 Anything of historical or other interest or of significant value
unexpectedly discovered on the Site shall be the property of the
employer. The Contractor shall notify the Project Manager of such
discoveries and carry out the Project Manager’s instructions for dealing
with them.
26. Possession of
26.1 The Employer shall give possession of all parts of the Site to the
theSite Contractor. If possession of a part is not given by the date stated in the
SCC, the Employer shall be deemed to have delayed the start of the
relevant activities, and this shall be a Compensation Event.
27. Access to the
27.1 The Contractor shall allow the Project Manager and any person
Site authorized by the Project Manager access to the Site and to any place
where work in connection with the Contract is being carried out or is
intended to be carried out.
28. Instructions,
28.1 The Contractor shall carry out all instructions of the Project Manager
Inspections and which comply with the applicable laws where the Site is located.
Audits
28.2 The Contractor shall keep, and shall make all reasonable efforts to
cause its Subcontractors and sub consultants to keep accurate and
systematic accounts and records in respect of the Works in such form
and details as will clearly identify relevant time changes and costs.
28.3 The Contractor shall permit the GoN/DP and/or persons appointed by
the GoN/DP to inspect the Site and/or the accounts and records of the
Contractor and its sub-contractors relating to the performance of the
Contract, and to have such accounts and records audited by auditors
appointed by the GoN/DP if required by the GoN/DP. The Contractor’s
attention is drawn to Sub-Clause 73.2 which provides, inter alia, that acts
intended to materially impede the exercise of the GoN’s/DP’s inspection
and audit rights provided for under this Sub-Clause constitute a
obstructive practice subject to contract termination.
29. Dispute 29.1 The Employer and the Contractor shall attempt to settle amicably by
Settlement direct negotiation any disagreement or dispute arising between them
under or in connection with the Contract.
29.2 Any dispute between the Parties as to matters arising pursuant to this
Contract which cannot be settled amicably within thirty (30) days after
receipt by one Party of the other Party‘s request for such amicable
settlement may be referred to Arbitration within 30 days after the
expiration of amicable settlement period.
30. Procedures for
30.1 In case of arbitration, the arbitration shall be conducted in accordance
Disputes
with the arbitration procedures published by the Nepal Council of
Arbitration (NEPCA) at the place given in the SCC.
B. Staff and Labor
31. Forced Labor
31.1 The Contractor shall not employ forced labor, which consists of any
work or service, not voluntarily performed, that is exacted from an
individual under threat of force or penalty. This covers any kind of
involuntary or compulsory labor, such as indentured labor, bonded
labor, or similar labor–contracting arrangements.
32. Child Labor
32.1 The Contractor shall not employ children in a manner that is
economically exploitative, or is likely to be hazardous, or to interfere
with, the child's education, or to be harmful to the child's health or
physical, mental, spiritual, moral, or social development. Where
national laws have provisions for employment of minors, the
Contractor shall follow those laws applicable to the Contractor.
Children below the age of 18 years shall not be employed in
dangerous work.

33.Non-
34.1 The Contractor shall not make employment decisions on the basis of
discrimination and personal characteristics unrelated to inherent job requirements. The
Equal Opportunity Contractor shall base the employment relationship on the principle of
equal opportunity and fair treatment, and shall not discriminate with
respect to aspects of the employment relationship, including
recruitment and hiring, compensation (including wages and benefits),
working conditions and terms of employment, access to training,
promotion, termination of employment or retirement, and discipline. In
countries where national law provides for non-discrimination in
employment, the Contractor shall comply with national law. When
national laws are silent on nondiscrimination in employment, the
Contractor shall meet this Sub clause's requirements. Special
measures of protection or assistance to remedy past discrimination or
selection for a particular job based on the inherent requirements of the
job shall not be deemed discrimination.
B. Time Control
34. Program
34.1 Within the time stated in the SCC, after the date of the Letter of
Acceptance, the Contractor shall submit to the Project Manager for
approval a Program showing the general methods, arrangements, order,
and timing for all the activities in the Works. In the case of a lump sum
contract, the activities in the Program shall be consistent with those in
the Activity Schedule.
34.2 An update of the Program shall be a program showing the actual
progress achieved on each activity and the effect of the progress
achieved on the timing of the remaining work, including any changes to
the sequence of the activities.
34.3 The Contractor shall submit to the Project Manager for approval an
updated Program at intervals no longer than the period stated in the
Procurement of Works- Single Stage Two Envelope Procedure | 101
SCC. If the Contractor does not submit an updated Program within
this period, the Project Manager may withhold the amount stated in the
SCC from the next payment certificate and continue to withhold this
amount until the next payment after the date on which the overdue
Program has been submitted. In the case of a lump sum contract, the
Contractor shall Provide an updated Activity Schedule within 15 days of
being instructed to by the Project Manager.
34.4 The Project Manager’s approval of the Program shall not alter the
Contractor’s obligations. The Contractor may revise the Program and
submit it to the Project Manager again at any time. A revised Program
shall show the effect of Variations and Compensation Events.
35. Extension
35.1 The Project Manager shall extend the Intended Completion Date if a
ofthe Compensation Event occurs or a Variation is issued which makes it
IntendedCompletio impossible for Completion to be achieved by the Intended
n Date Completion Date without the Contractor taking steps to accelerate
the remaining work, which would cause the Contractor to incur
additional cost.
35.2 The Project Manager shall decide whether and by how much to
extend the Intended Completion Date within 21 days of the Contractor
asking the Project Manager for a decision upon the effect of a
Compensation Event or Variation and submitting full supporting
information at least 21 days prior to the intended completion date. If the
Contractor has failed to give early warning of a delay or has failed to
cooperate in dealing with a delay, the delay by this failure shall not be
considered in assessing the new Intended Completion Date.
36. Acceleration
36.1 When the Employer wants the Contractor to finish before the
Intended Completion Date, the Project Manager shall obtain priced
proposals for achieving the necessary acceleration from the Contractor.
If the Employer accepts these proposals, the Intended Completion
Date shall be adjusted accordingly and confirmed by both the Employer
and the Contractor.
36.2 If the Contractor’s priced proposals for acceleration are accepted by the
Employer, they are incorporated in the Contract Price and treated as a
Variation.
37. Delays
37.1 The Project Manager may instruct the Contractor to delay the start or
Ordered by the progress of any activity within the Works.
Project Manager

38. Management
38.1 Either the Project Manager or the Contractor may require the other to
Meetings attend a management meeting. The business of a management
meeting shall be to review the plans for remaining work and to deal with
matters raised in accordance with the early warning procedure.
38.2 The Project Manager shall record the business of management
meetings and provide copies of the record to those attending the
meeting and to the Employer. The responsibility of the parties for
actions to be taken shall be decided by the Project Manager either at
the management meeting or after the management meeting and
stated in writing to all who attended the meeting.
39. Early Warning
39.1 The Contractor shall warn the Project Manager at the earliest
opportunity of specific likely future events or circumstances that may
adversely affect the quality of the work, increase the Contract Price, or
delay the execution of the Works. The Project Manager may require the
Contractor to provide an estimate of the expected effect of the future
event or circumstance on the Contract Price and Completion Date.
The estimate shall be provided by the Contractor as soon as
reasonably possible.
39.2 The Contractor shall cooperate with the Project Manager in making
and considering proposals for how the effect of such an event or
circumstance can be avoided or reduced by anyone involved in the
work and in carrying out any resulting instruction of the Project Manager.
C. Quality Control
40.Identifying
40.1 The Project Manager shall check the Contractor’s work and notify the
Defects Contractor of any Defects that are found. Such checking shall not
affect the Contractor’s responsibilities. The Project Manager may
instruct the Contractor to search for a Defect and to uncover and test
any work that the Project Manager considers may have a Defect.
41. Tests
41.1 If the Project Manager instructs the Contractor to carry out a test not
specified in the Specification to check whether any work has a Defect and
the test shows that it does, the Contractor shall pay for the test and any
samples. If there is no Defect, the test shall be a Compensation Event.
42. Correction of
42.1 The Project Manager shall give notice to the Contractor of any Defects
Defects before the end of the Defects Liability Period, which begins at
Completion, and is defined in the SCC. The Defects Liability Period
shall be extended for as long as Defects remain to be corrected.
42.2 Every time notice of a Defect is given, the Contractor shall correct
the notified Defect within the length of time specified by the Project
Manager’s notice.
43.Uncorrected
43.1 If the Contractor has not corrected a Defect within the time specified
Defects in the Project Manager’s notice, the Project Manager shall assess the
cost of having the Defect corrected, and the Contractor shall pay this
amount.
D. Cost Control
44. Contract Price
44.1 In the case of a Unit Rate contract, the Bill of Quantities shall
contain priced items for the Works to be performed by the Contractor.
The Bill of Quantities is used to calculate the Contract Price. The
Contractor will be paid for the quantity of the work accomplished at the
rate in the Bill of Quantities for each item.
44.2 In the case of a lump sum contract, the Activity Schedule shall contain
the priced activities for the Works to be performed by the Contractor. The
Activity Schedule is used to monitor and control the performance of
activities on which basis the Contractor will be paid. If payment for
Materials on Site shall be made separately, the Contractor shall show
delivery of Materials to the Site separately on the Activity Schedule.
45. Changes in the
45.1 In the case of an Unit Rate contract:
Contract Price
(a) If the final quantity of the work done differs from the quantity in the
Bill of Quantities for the particular item by more than 25 percent,
provided the change exceeds 2 percent of the Initial Contract Price,
the Project Manager shall adjust the rate to allow for the change.
(b) The Project Manager shall not adjust rates from changes in
Procurement of Works- Single Stage Two Envelope Procedure | 103
quantities if thereby the Initial Contract Price is exceeded by more
than 10 percent, except with the prior approval of the Employer.
(c) If requested by the Project Manager, the Contractor shall provide
the Project Manager with a detailed cost breakdown of any rate in
the Bill of Quantities.
45.2 In the case of a lump sum contract, the Activity Schedule shall be
amended by the Contractor to accommodate changes of Program or
method of working made at the Contractor’s own discretion. Prices in the
Activity Schedule shall not be altered when the Contractor makes such
changes to the Activity Schedule.
46. Variations
46.1 All Variations shall be included in updated Programs, and, in the case
of a lump sum contract, also in the Activity Schedule, produced by the
Contractor.

46.2 The Contractor shall provide the Project Manager with a quotation for
carrying out the Variation when requested to do so by the Project
Manager. The Project Manager shall assess the quotation, which
shall be given within seven (7) days of the request or within any
longer period stated by the Project Manager and before the Variation
is ordered.
46.3 If the Contractor’s quotation is unreasonable, the Project Manager
may order the Variation and make a change to the Contract Price,
which shall be based on the Project Manager’s own forecast of the
effects of the Variation on the Contractor’s costs.
46.4 If the Project Manager decides that the urgency of varying the work
would prevent a quotation being given and considered without
delaying the work, no quotation shall be given and the Variation shall
be treated as a Compensation Event.
46.5 The Contractor shall not be entitled to additional payment for costs that
could have been avoided by giving early warning.

46.6 In the case of an Unit Rate contract, if the work in the Variation
corresponds to an item description in the Bill of Quantities and if, in the
opinion of the Project Manager, the quantity of work above the limit
stated in GCC 45.1 or the timing of its execution do not cause the cost
per unit of quantity to change, the rate in the Bill of Quantities shall be
used to calculate the value of the Variation. If the cost per unit of quantity
changes, or if the nature or timing of the work in the Variation does not
correspond with items in the Bill of Quantities, the quotation by the
Contractor shall be in the form of new rates for the relevant items of work.
47. Cash Flow
47.1 When the Program, or, in the case of a lump sum contract, the Activity
Forecasts Schedule, is updated, the Contractor shall provide the Project
Manager with an updated cash flow forecast.
48. Payment
48.1 The Contractor shall submit to the Project Manager monthly statements
Certificates of the estimated value of the work executed less the cumulative amount
certified previously.
48.2 The Project Manager shall check the Contractor’s monthly statement
and certify the amount to be paid to the Contractor within 30 days of
submission by contractor.
48.3 The value of work executed shall be determined by the Project Manager.
48.4 The value of work executed shall comprise:
(a) In the case of an Unit Rate contract, the value of the quantities
of work in the Bill of Quantities that have been completed; or
(b) In the case of a lump sum contract, the value of work executed
shall comprise the value of completed activities in the Activity
Schedule.
48.5 The value of work executed shall include the valuation of Variations
and Compensation Events.
48.6 The Project Manager may exclude any item certified in a previous
certificate or reduce the proportion of any item previously certified in
any certificate in the light of later information.
49. Payments
49.1 Payments shall be adjusted for deductions for advance payments and
retention. The Employer shall pay the Contractor the amounts certified
by the Project Manager within 30 days of the date of each certificate. If
the Employer makes a late payment, the Contractor shall be paid
interest as indicated in the SCC on the late payment in the next
payment. Interest shall be calculated from the date by which the payment
should have been made up to the date when the late payment is made.

49.2 If an amount certified is increased in a later certificate or as a result


of an award by an Arbitrator, the Contractor shall be paid interest
upon the delayed payment as set out in this clause. Interest shall be
calculated from the date upon which the increased amount would have
been certified in the absence of dispute.

49.3 Items of the Works for which no rate or price has been entered in BOQ
shall not be paid for by the Employer and shall be deemed covered by
other rates and prices in the Contract.
50. Compensation
50.1 The following shall be Compensation Events:
Events
(a) The Employer does not give access to a part of the Site by the Site
Possession Date pursuant to GCC 26.1.
(b) The Employer modifies the Schedule of Other Contractors in a way
that affects the work of the Contractor under the Contract.
(c) The Project Manager orders a delay or does not issue
Drawings, Specifications, or instructions required for execution of
the Works on time.
(d) The Project Manager instructs the Contractor to uncover or to carry
out additional tests upon work, which is then found to have no Defects.
(e) The Project Manager unreasonably does not approve a
Procurement of Works- Single Stage Two Envelope Procedure | 105
subcontract to be let.
(f) Ground conditions are substantially more adverse than could
reasonably have been assumed before issuance of the Letter of
Acceptance from the information issued to bidders (including the
Site Investigation Reports), from information available publicly and
from a visual inspection of the Site.
(g) The Project Manager gives an instruction for dealing with an
unforeseen condition, caused by the Employer, or additional work
required for safety or other reasons.
(h) Other contractors, public authorities, utilities, or the Employer
does not work within the dates and other constraints stated in
the Contract, and they cause delay or extra cost to the Contractor.
(i) The advance payment is delayed.
(j) The effects on the Contractor of any of the Employer’s Risks.
(k) The Project Manager unreasonably delays issuing a Certificate of
Completion.

50.2 If a Compensation Event would cause additional cost or would prevent


the work being completed before the Intended Completion Date, the
Contract Price shall be increased and/or the Intended Completion Date
shall be extended. The Project Manager shall decide whether and by
how much the Contract Price shall be increased and whether and by
how much the Intended Completion Date shall be extended.
50.3 As soon as information demonstrating effect of each Compensation
Event upon the Contractor’s forecast cost has been provided by the
Contractor, it shall be assessed by the Project Manager, and the
Contract Price shall be adjusted accordingly. If the Contractor’s forecast
is deemed unreasonable, the Project Manager shall adjust the
Contract Price based on the Project Manager’s own forecast. The
Project Manager shall assume that the Contractor shall react
competently and promptly to the event.
50.4 The Contractor shall not be entitled to compensation to the
extent that the Employer’s interests are adversely
affected by the Contractor’s not having given early warning or not
having cooperated with the Project Manager.
51. Tax
51.1 The Project Manager shall adjust the Contract Price if taxes, duties,
and other levies are changed between the date 30 days before the
submission of bids for the Contract and the date of the last Completion
certificate. The adjustment shall be the change in the amount of tax
payable by the Contractor, provided such changes are not already
reflected in the Contract Price or are a result of GCC 53.
52. Currency
52.1 The currency of Contracts shall be Nepalese Rupees.
53. Price 53.1 Prices shall be adjusted for fluctuations in the cost of inputs only if
Adjustment provided for in the SCC. If so provided, the amounts certified in each
payment certificate, before deducting for Advance Payment, shall be
adjusted by applying the respective price adjustment factor to the
payment amounts due.
53.2 Adjustment Formulae3: The formulae will be of the following general
type:

𝐿𝑛 𝑀𝑛 𝐸𝑛
𝑝𝑛 = 𝐴 + 𝑏 + 𝑐 + 𝑑 + 𝑒𝑡𝑐.
𝐿𝑜 𝑀𝑜 𝐸𝑜
Where:
pn is a price adjustment factor to be applied to the amount for the
payment of the work carried out in the subject month, determined in
accordance with Clause 49;
A is a constant, specified in the Bidding Forms- Table of Price
Adjustment data, representing the nonadjustable portion in
contractual payments;4b, c, d, etc., coefficients representing the
estimated proportion of each cost element (labor, materials, equipment
usage, etc.) in the Works or sections thereof, net of Provisional Sums,
as specified in the SCC;
Ln, Mn, En, etc., are the current cost indices or reference prices of the
cost elements for month “n,” determined pursuant to Sub-Clause 53.4,
applicable to each cost element; and
Lo, Mo, Eo, etc., are the base cost indices or reference prices
corresponding to the above cost elements at the date specified in Sub-
Clause 53.4

53.3 Sources of Indices and Weightings: The sources of indices shall


be those listed in the Bidding Forms- Table of Price Adjustment data,
as approved by the Project Manager and stated in SCC. Indices shall
be appropriate for their purpose and shall relate to the Contractor’s
proposed source of supply of inputs on the basis of which his Contract
shall have been computed. As the proposed basis for price
adjustment, the Contractor shall have submitted with his bid the
tabulation of Weightings and Source of Indices in the Bidding Forms,
which shall be subject to approval by the Project Manager.
53.4 Base, Current and Provisional Indices: The base cost indices or
prices shall be those prevailing on the day 30 days prior to the latest
date for submission of bids. Current indices or prices shall be those
prevailing on the day 30 days prior to the last day of the period to
which a particular Interim Payment Certificate is related. If at any time
the current indices are not available, provisional indices as
determined by the Project Manager will be used, subject to
subsequent correction of the amounts paid to the Contractor when the
current indices become available.
53.5 Weightings: The weightings for each of the factors of cost given in the
Bidding Forms shall be adjusted if, in the opinion of the Project
Manager, they have been rendered unreasonable, unbalanced or

3 For complex Works involving several types of construction work with different inputs, a family of
Formulae will be necessary. The various items of Day work may also require different formulae, depending
on the nature and source of the inputs
4 Insert a figure for factor A only where there is a part of the Contractors’ expenditures which will not be
subject to fluctuation in cost or to compensate for the unreliability of some indices. A should normally be
0.15. The sum of A, b, c, d, etc., should be one.
Procurement of Works- Single Stage Two Envelope Procedure | 107
inapplicable as a result of varied or additional work already executed
or instructed under Clause 46 or for any other reason.

53.6 Where, price adjustment provision is not applicable pursuant to Sub-


clause 53.1 then the Contract is subject to price adjustment only for
construction material in accordance with this clause. If the prices of
the construction materials stated in the contract is increased or
decreased in an unexpected manner in excess of ten (10%) percent
in comparison to the base price construction material stated in
Section –IV, Bidding Forms-Table of Price Adjustment Data, then
the price adjustment for the increase or decrease of price of the
construction material beyond 10% shall be made by applying the
following formulas:
For unexpected increase in price
P =[R1 -(R0 ×1.10)]× Q
For unexpected decrease in price P
= [R1 -(R0 ×0.90)]× Q
Where:
“P” is price adjustment amount
“R1” is the present price of the construction material (Source of indices
shall be those listed in the Bidding forms)
“R0” is the base price of the construction material
“Q” is quantity of the construction material consumed in construction
during the period of price adjustment consideration If the Base price and
source is to be proposed by the Bidder as per the provision made in
Section –IV, Bidding Forms-Table of Price Adjustment Data then
the Base price and source filled by Bidder for the construction
material stated in the Bidding Form shall be subject to the approval
of the Project manager and shall be as stated in SCC..
53.7 The Price Adjustment amount shall be limited to a maximum of the initial
Contract Amount as specified in the SCC.
53.8 The Price Adjustment provision shall not be applicable for delayed
period if the contract is not completed in time due to the delay caused
by the contractor or the contract is a Lump sum Contract
54. Retention
54.1 The Employer shall retain from each payment due to theContractor
the proportion stated in the SCC until Completion of the whole of the
Works.
54.2 Upon the issue of a Defects Liability Certificate by the Project Manager,
in accordance with GCC 70.1, half the total amount retained shall be
repaid to the Contractor and half when the Contractor has submitted
the evidence of submission of tax return to the concerned Internal
Revenue Office. On completion of the whole works,the Contractor may
substitute retention money with an “on demand” bank guarantee.
55. Liquidated
55.1 The Contractor shall pay liquidated damages to the Employer at the rate
Damages
per day stated in the SCC for each day that the Completion Date is later
than the Intended Completion Date. The total amount of liquidated
damages shall not exceed the amount defined in the SCC. The
Employer may deduct liquidated damages from payments due to the
Contractor. Payment of liquidated damages shall not affect the
Contractor’s liabilities.
55.2 If the Intended Completion Date is extended after liquidated damages
have been paid, the Project Manager shall correct any overpayment of
liquidated damages by the Contractor by adjusting the next payment
certificate. The Contractor shall be paid interest on the overpayment,
calculated from the date of payment to the date of repayment, at the
rates specified in GCC.49
56. Bonus
56.1 The Contractor shall be paid a Bonus calculated at the rate per
calendar day stated in the SCC for each day (less any days for
which the Contractor is paid for acceleration) that the Completion is
earlier than the Intended Completion Date. The Project Manager shall
certify that the Works are complete, although they may not be due to be
complete.
57. Advance
57.1 The Employer shall make advance payment to the Contractor of the
Payment
amounts stated in the SCC in two equal installments by the date
stated in the SCC, against provision by the Contractor of an
unconditional bank guarantee from Commercial Bank or Financial
Institution eligible to issue Bank Guarantee as per prevailing Law in
Nepal.in a form acceptable to the Employer in amounts equal to the
advance payment. The guarantee shall remain effective until the
advance payment has been repaid, but the amount of the guarantee
shall be progressively reduced by the amounts repaid by the Contractor.
Interest shall not be charged on the advance payment.

57.2 The Contractor is to use the advance payment only to pay for
Equipment, Plant, Materials, and mobilization expenses required
specifically for execution of the Contract. The Contractor shall
demonstrate that advance payment has been used in this way by
supplying copies of invoices or other documents to the Project
Manager.
57.3 The advance payment shall be repaid by deducting proportionate
amounts, as stated in SCC, from payments otherwise due
Contractor, following the schedule of completed percentages of the
Works on a payment basis. No account shall be taken of the advance
payment or its repayment in assessing valuations of work done,
Variations, price adjustments, Compensation Events, Bonuses, or
Liquidated Damages.
Procurement of Works- Single Stage Two Envelope Procedure | 109
58. Securities
58.1 The Performance Security, including any additional security required
as per ITB 35.5 and ITB 40.1, shall be provided to the Employer no
later than the date specified in the Letter of Acceptance and shall be
issued in an amount specified in the SCC, by a Commercial Bank
or Financial Institution eligible to issue Bank Guarantee as per
prevailing Law in Nepal.acceptable to the Employer, and denominated
in Nepalese Rupees. The Performance Security shall be valid until a
date 30 days from the date of issue of the Defect Liability Certificate in
the case of a bank guarantee.
Any additional performance security required as per ITB 35.5 shall be
valid until a date 30 days from the date of issue of the certificate of
Completion in the case of a bank guarantee.
Any additional performance security required as per ITB 40.1 shall be
valid until a date 30 days from the date of issue of the certificate of DLP
in the case of a bank guarantee.
58.2 The performance security issued by any foreign Bank outside
Nepal must be counter guaranteed by Commercial Bank or Financial
Institution eligible to issue Bank Guarantee as per prevailing Law in
Nepal.
59. Dayworks
59.1 If applicable, the Dayworks rates in the Contractor’s Bid shall be used
for small additional amounts of work only when the Project Manager
has given written instructions in advance for additional work to be paid
for in that way.
59.2 All work to be paid for as Dayworks shall be recorded by the Contractor
on forms approved by the Project Manager. Each completed form
shall be verified and signed by the Project Manager within two days
of the work being done.
59.3 The Contractor shall be paid for Dayworks subject to obtaining signed
Dayworks forms.
60. Cost of
60.1 Loss or damage to the Works or Materials to be incorporated in the
Repairs Works between the Start Date and the end of the Defects Correction
periods shall be remedied by the Contractor at the Contractor’s cost
if the loss or damage arises from the Contractor’s acts or omissions.
F. Force Majeure
61. Definition of
61.1 In this Clause, “Force Majeure” means an exceptional event or
Force Majeure
circumstance,
(a) which is beyond a Party’s control;
(b) which such Party could not reasonably have provided against
before entering into the Contract;
(c) which, having arisen, such Party could not reasonably have
avoided or overcome; and
(d) which is not substantially attributable to the other Party.

61.2 Force Majeure may include, but is not limited to, exceptional events
or circumstances of the kind listed below, so long as conditions (a) to
(d) above are satisfied:
(a) war, hostilities (whether war be declared or not), invasion, act of
foreign enemies;
(b) rebellion, terrorism, sabotage by persons other than the
Contractor’s Personnel, revolution, insurrection, military or
usurped power, or civil war;
(c) riot, commotion, disorder, strike or lockout by persons other than
the Contractor’s Personnel;
(d) munitions of war, explosive materials, ionizing radiation or
contamination by radio-activity, except as may be attributable to
the Contractor’s use of such munitions, explosives, radiation or
radio-activity; and
(e) natural catastrophes such as earthquake, hurricane, typhoon or
volcanic activity.
62. Notice of Force
62.1 If a Party is or will be prevented from performing its substantial
Majeure
obligations under the Contract by Force Majeure, then it shall give
notice to the other Party of the event or circumstances constituting the
Force Majeure and shall specify the obligations, the performance of
which is or will be prevented. The notice shall be given within 14 days
after the Party became aware, or should have become aware, of the
relevant event or circumstance constituting Force Majeure.

62.2 The Party shall, having given notice, be excused performance of its
obligations for so long as such Force Majeure prevents it from
performing them.

62.3 Notwithstanding any other provision of this Clause, Force Majeure


shall not apply to obligations of either Party to make payments to the
other Party under the Contract.
63. Duty to
63.1 Each Party shall at all times use all reasonable endeavors to minimize
Minimize Delay
any delay in the performance of the Contract as a result of Force
Majeure.

63.2 A Party shall give notice to the other Party when it ceases to be
affected by the Force Majeure.
64. Consequences
64.1 If the Contractor is prevented from performing its substantial
of Force Majeure
obligations under the Contract by Force Majeure of which notice has
been given under GCC 62, and suffers delay and/or incurs Cost by
reason of such Force Majeure, the Contractor shall be entitled subject
to GCC 30 to
(a) an extension of time for any such delay, if completion is or will
be delayed, under GCC35 ; and
(b) if the event or circumstance is of the kind described in sub-
paragraphs (a) to (d) of GCC 61.2 and, in the case of
subparagraphs (b) to (d), occurs in the Country, payment of any
such Cost, including the costs of rectifying or replacing the
Procurement of Works- Single Stage Two Envelope Procedure | 111
Works and/or Goods damaged or destructed by Force Majeure,
to the extent they are not indemnified through the insurance
policy referred to in GCC 19.

64.2 After receiving this notice, the Project Manager shall proceed in
accordance with GCC 10 to agree or determine these matters.
65. Force Majeure
65.1 If any Subcontractor is entitled under any contract or agreement
Affecting
relating to the Works to relief from force majeure on terms additional
Subcontractor
to or broader than those specified in this Clause, such additional or
broader force majeure events or circumstances shall not excuse the
Contractor’s nonperformance or entitle him to relief under this Clause.
66. Optional
66.1 If the execution of substantially all the Works in progress is prevented
Termination,
for a continuous period of 90 days by reason of Force Majeure of
Payment and
which notice has been given under GCC 62, or for multiple periods
Release
which total more than 150 days due to the same notified Force
Majeure, then either Party may give to the other Party a notice of
termination of the Contract. In this event, the termination shall take
effect 7 days after the notice is given, and the Contractor shall proceed
in accordance with GCC 72.5.

66.2 Upon such termination, the Project Manager shall determine the value
of the work done and issue a Payment Certificate, which shall include
(a) the amounts payable for any work carried out for which a price
is stated in the Contract;
(b) the Cost of Plant and Materials ordered for the Works which
have been delivered to the Contractor, or of which the
Contractor is liable to accept delivery: this Plant and Materials
shall become the property of (and be at the risk of) the Employer
when paid for by the Employer, and the Contractor shall place
the same at the Employer’s disposal;
(c) other Costs or liabilities which in the circumstances were
reasonably and necessarily incurred by the Contractor in the
expectation of completing the Works;
(d) the Cost of removal of Temporary Works and Contractor’s
Equipment from the Site and the return of these items to the
Contractor’s works in his country (or to any other destination at
no greater cost); and
(e) the Cost of repatriation of the Contractor’s staff and labor
employed wholly in connection with the Works at the date of
termination.
67. Release from 67.1 Notwithstanding any other provision of this Clause, if any event or
Performance circumstance outside the control of the Parties (including, but not
limited to, Force Majeure) arises, which makes it impossible or
unlawful for either or both Parties to fulfill its or their contractual
obligations or which, under the law governing the Contract, entitles the
Parties to be released from further performance of the Contract, then
upon notice by either Party to the other Party of such event or
circumstance,
(a) the Parties shall be discharged from further performance,
without prejudice to the rights of either Party in respect of any
previous breach of the Contract; and
(b) the sum payable by the Employer to the Contractor shall be the
same as would have been payable under GCC 66 if the Contract
had been terminated under GCC 66.
G. Finishing the Contract
68. Completion
68.1 The Contractor shall request the Project Manager to issue a
certificate of Completion of the Works, and the Project Manager shall do
so upon deciding that the work is completed.
68.2 In addition to the other provisions, before acceptance of the completed
works, Employer shall verify and assure that such worksare within the
set objective, quality and appropriate to operate and use.
69. Taking Over
69.1 The Employer shall take over the Site and the Works within seven
days of the Project Manager’s issuing a certificate of Completion.
70. Final Account
70.1 The Contractor shall supply the Project Manager with a detailed account
of the total amount that the Contractor considers payable under the
Contract before the end of the Defects Liability Period. The Project
Manager shall issue a Defects Liability Certificate and certify any final
payment that is due to the Contractor within 60 days of receiving the
Contractor’s account if it is correct and complete. If it is not, the
Project Manager shall issue within 60 days a schedule that states
the scope of the corrections or additions that are necessary. If the
Final Account is still unsatisfactory after it has been resubmitted, the
Project Manager shall decide on the amount payable to the Contractor
and issue a payment certificate.
71. Operating and
71.1 If “as built” Drawings and/or operating and maintenance manuals are
Maintenance required, the Contractor shall supply them by the dates stated in the
Manuals SCC.
71.2 If the Contractor does not supply the Drawings and/or manuals by the
dates stated in the SCC pursuant to GCC 71.1, or they do not receive
the Project Manager’s approval, the Project Manager shall withhold the
amount stated in the SCC from payments due to the Contractor.

72. Termination
72.1 The Employer may terminate the Contract at any time if the
contractor;
a. does not commence the work as per the Contract,
b. abandons the work without completing,
c. fails to achieve progress as per the Contract.
72.2 The Employer or the Contractor may terminate the Contract if the other
party causes a fundamental breach of the Contract.
72.3 Fundamental breaches of Contract shall include, but shall not be limited
to, the following :
Procurement of Works- Single Stage Two Envelope Procedure | 113
(a) The Contractor uses the advance payment for matters other than the
contractual obligations,
(b) the Contractor stops work for 30 days when no stoppage of work is shown
on the current Program and the stoppage has not been authorized by the
Project Manager;
(c) the Project Manager instructs the Contractor to delay the progress of the
Works, and the instruction is not withdrawn within 30 days;
(d) the Employer or the Contractor is made bankrupt or goes into
liquidation other than for a reconstruction or amalgamation.
(e) a payment certified by the Project Manager is not paid by the Employer
to the Contractor within 90 days of the date of the Project Manager’s
certificate;
(f) the Project Manager gives Notice that failure to correct a particular
Defect is a fundamental breach of Contract and the Contractor fails to
correct it within a reasonable period of time determined by the Project
Manager;
(g) the Project Manager gives two consecutive Notices to update the
Program and accelerate the works to ensure compliance with GCC
Sub clause 22.1 and the Contractor fails to update the Program and
demonstrate acceleration of the works within a reasonable period of
time determined by the Project Manager;
(h) the Contractor does not maintain a Security, which is required;
(i) the Contractor has delayed the completion of the Works by the number
of days for which the maximum amount of liquidated damages can be
paid, as defined in the SCC; and
(j) If the Contractor, in the judgment of the Employer has engaged in
corrupt or fraudulent practices in competing for or in executing the
Contract, pursuant to GCC 73.1.
72.4 When either party to the Contract gives notice of a breach of Contract
to the Project Manager for a cause other than those listed under GCC
72.3 above, the Project Manager shall decide whether the breach is
fundamental or not.
72.5 Notwithstanding the above, the Employer may terminate the
Contract for convenience.
72.6 If the Contract is terminated, the Contractor shall stop work
immediately, make the Site safe and secure, and leave the Site as soon
as reasonably possible.
73. Fraud and
73.1 If the Employer determines that the Contractor has engaged in corrupt,
Corruption fraudulent, collusive, coercive or obstructive practices, in competing for
or in executing the Contract, then the Employer may, after giving 15
daysnotice to the Contractor, terminate the Contractor's employment
under the Contract and expel him from the Site.
73.2 Should any employee of the Contractor be determined to have engaged
in corrupt, fraudulent, collusive, coercive, or obstructive practice during the
execution of the Works, then that employee shall be removed in
accordance with GCC Clause 15.
For the purposes of this GCC 73;
(i) “corrupt practice” is the offering, giving, receiving or soliciting,
directly or indirectly, of anything of value to influence improperly
the actions of another party.
(ii) “fraudulent practice”5 is any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit or
to avoid an obligation;
(iii) “collusive practice”6 is an arrangement between two or more
parties designed to achieve an improper purpose, including to
influence improperly the actions of another party;
(iv) “coercive practice”7 is impairing or harming, or threatening to impair
or harm, directly or indirectly, any party or the property of the party
to influence improperly the actions of a party;
(v) “obstructive practice” is
(aa) deliberately destroying, falsifying, altering or concealing
of evidence material to the investigation or making false
statements to investigators in order to materially impede a
investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice;
and/or threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of matters relevant
to the investigation or from pursuing the investigation; or
(bb) acts intended to materially impede the exercise of the
GON’s/DP’s inspection and audit rights provided for under
GCC28.3.
74. Black Listing
74.1 Without prejudice to any other rights of the Employer under
this Contract, GoN, Public Procurement Monitoring Office
(PPMO), on the recommendation of procuring entity, may
blacklist a Bidder for its conduct for a period of one (1) to three
(3) years on the following grounds and seriousness of the act
committed by the bidder:
(a) if it is established that the Contractor has committed
substantial defect in implementation of the contract or has not
substantially fulfilled its obligations under the contract or the
completed work is not of the specified quality as per the
contract.
(b) If convicted from a court of law in a criminal offense liable to
be disqualified for taking part in procurement contract,
(c) If it is established that the Contractor has engaged in corrupt
or fraudulent practices in competing for or in executing the
Contract.
75. Payment upon
75.1 If the Contract is terminated because of a fundamental breach of
Termination Contract by the Contractor, the Project Manager shall issue a certificate
for the value of the work done and Materials ordered less advance
payments received up to the date of the issue of the certificate.
Additional Liquidated Damages shall not apply. If the total amount due
to the Employer exceeds any payment due to the Contractor, the
difference shall be a debt payable to the Employer.
75.2 If the Contract is terminated for the Employer’s convenience or because
of a fundamental breach of Contract by the Employer, the Project
Manager shall issue a certificate for the value of the work done, Materials
ordered, the reasonable cost of removal of Equipment, repatriation of the
Contractor’s personnel employed solely on the Works, and the
Procurement of Works- Single Stage Two Envelope Procedure | 115
Contractor’s costs of protecting and securing the Works, and less
advance payments received up to the date of the certificate.

75.3 If the Contract is terminated because of fundamental breach of


Contract or for any other fault by the Contractor, the performance
security shall be forfeited by the Employer.
In such case, amount to complete the remaining works as per the
Contract shall be recovered from the Contractor as Government dues.
76. Property
76.1 All Materials on the Site, Plant, Equipment, Temporary Works, and
Works shall be deemed to be the property of the Employer if the Contract
is terminated because of the Contractor’s default.
77. Release from
77.1 If the Contract is frustrated by the outbreak of war or by any other event
Performance entirely outside the control of either the Employer or the Contractor, the
Project Manager shall certify that the Contract has been frustrated. The
Contractor shall make the Site safe and stop work as quickly as possible
after receiving this certificate and shall be paid for all work carried out
before receiving it and for any work carried out afterwards to which a
commitment was made.
78.Suspension of
78.1 In the event that the DP suspends the loan/ credit/grant to the Employer
DPLoan/Credit/Gra from which part of the payments to the Contractor are being made:
nt
a. the Employer is obligated to notify the Contractor of such
suspension within 7 days of having received the DP's
suspension notice; and
b. if the Contractor has not received sums due him within the 30 days
for payment provided for in GCC 49.1, the Contractor may
immediately issue a 15-day termination notice.
79. Eligibility
79.1 The Contractor shall have the nationality of an eligible country as
specified in Section V of the bidding document. The Contractor shall
be deemed to have the nationality of a country if the Contractor is a
citizen or is constituted, or incorporated, and operates in conformity
with the provisions of the laws of that country. This criterion shall also
apply to the determination of the nationality of proposed
subcontractors or suppliers for any part of the Contract including
related services.

79.2 The materials, equipment, and services to be supplied under the


Contract shall have their origin in eligible source countries as specified
in Section V of the bidding document and all expenditures under the
Contract will be limited to such materials, equipment, and services. At
the Employer’s request, the Contractor may be required to provide
evidence of the origin of materials, equipment, and services.

79.3 For purposes of GCC 79.2, “origin” means the place where the
materials and equipment are mined, grown, produced, or
manufactured, and from which the services are provided. Materials
and equipment are produced when, through manufacturing,
processing, or substantial or major assembling of components, a
commercially recognized product results that differs substantially in its
basic characteristics or in purpose or utility from its components.
80. Project
80.1 The Project Manager’s duties and authorities are restricted to the
Manager’s Duties extent as stated in the SCC.
and Authorities

81. Quarries and


81.1 Any quarry operated as part of this Contract shall be maintained
Spoil Dumps and left in a stable condition without steep slopes and be either refilled
or drained and be landscaped by appropriate planting. Rock or gravel
taken from a river shall be removed over some distance so as to limit
the depth of material removed at any one location, not disrupt the river
flow or damage or undermine the river banks. The Contractor shall not
deposit excavated material on land in Government or private
ownership except as directed by the Project Manager in writing or
by permission in writing of the authority responsible for such land in
Government ownership, or of the owner or responsible representative
of the owner of such land in private ownership, and only then in
those places and under such conditions as the authority, owner or
responsible representative may prescribe.
82. Local Taxation
82.1 The prices bid by the Contractor shall include all taxes that may be
levied in accordance to the laws and regulations in being in Nepal on
the date 30 days prior to the closing date for submissions of Bids on
the Contractor’s equipment, plant and materials acquired for the
purpose of the Contract and on the services performed under the
Contract. Nothing in the Contract shall relieve the Contractor from his
responsibility to pay any tax that may be levied in Nepal on profits
made by him in respect of the Contract.
83. Value Added
83.1 The Contract is not exempted from value added tax. An amount
Tax specified in the schedule of taxes shall be paid by the Contractor in the
concerned VAT office within time frame specified in VAT regulation.
84. Income Taxes
84.1 The Contractor’s staff, personnel and labor will be liable to pay
on Staff personal income taxes in Nepal in respect of their salaries and wages,
as are chargeable under the laws and regulations for the time being in
force, and the Contractor shall perform such duties in regard to such
deductions as may be imposed on him by such laws and regulations.
84.2 The issue of the Final Account Certificate pursuant to clause GCC 70
shall be made only upon submittal by the Contractor of a certificate
of income tax clearance from the Government of Nepal.
85. Duties, Taxes
85.1 Any element of royalty, duty or tax in the price of any goods including
and Royalties fuel oil, and lubricating oil, cement, timber, iron and iron goods
locally procured by the Contractor for the works shall be included
in the Contract rates and prices and no reimbursement or payment
in that respect shall be made to the Contractor.
85.2 The Contractor shall familiarize himself with GON the rules and
regulations with regard to customs, duties, taxes, clearing of goods
and equipment, immigration and the like, and it will be necessary for
him to follow the required procedures regardless of the assistance as
may be provided by the Employer wherever possible.
85.3 The Contractor shall pay and shall not be entitled to the reimbursement
of cost of extracting construction materials such as sand,
stone/boulder, gravel, etc. from the river beds or quarries. Such prices
will be levied by the local District Development Committee (DDC)
as may be in force at the time. The Contractor, sub-contractor(s)
Procurement of Works- Single Stage Two Envelope Procedure | 117
employed directly by him and for whom he is responsible, will not be
exempted from payment of royalties, taxes or other kinds of surcharges
on these construction materials so extracted and paid for to the DDC.
86. Member of
86.1 No member or officer of GoN or the Employer or the Project Manager
Government, etc, or any of their respective employees shall be in any way personally
not Personally bound or liable for the act or obligations of the Employer under
Liable the Contract or answerable for any default or omission in the
observance or performance of any of act, matter or thing which
are herein contained.
87. Approval of
87.1 No explosives of any kind shall be used by the Contractor without the
Use of Explosives prior consent of the Employer in writing and the Contractor shall
provide, store and handle these and all other items of every kind
whatsoever required for blasting operations, all at his own expense in a
manner approved in writing by the Employer.

88 Compliance 88.1 The Contractor shall comply with all relevant ordinances, instructions
with and regulations which the Government, or other person or persons
Regulations for having due authority, may issue from time to time regarding the
Explosives handling, transportation, storage and use of explosives.
89. Permission for
89.1 The Contractor shall at all times maintain full liaison with and
Blasting inform well in advance, and obtain such permission as is required
from all Government authorities, public bodies and private parties
whatsoever concerned or affected, or likely to be concerned or affected
by blasting operation.

90. Records of
90.1 Before the beginning of the Defects Liability Period, the Contractor shall
Explosives account to the satisfaction of the Project Manager for all explosives
brought on to the Site during the execution of the Contract and
the Contractor shall remove all unused explosives from the Site on
completion of works when ordered by the Project Manager.

91.Traffic
91.1 The Contractor shall include the necessary safety procedures regarding
Diversion and pedestrian traffic diversion that is needed in execution of the works.
The Contractor shall include in his costing of works, any temporary
works or diversion that are needed during the construction period. All
traffic diversion should be designed for the safety of both the motoring
public and the men at work. It shall ensure the uninterrupted flow of
traffic and minimum inconvenience to the public during the period
concerned. As such, adequate warning signs, flagmen and other
relevant safety precautionary measures shall be provided to warn
motorists and pedestrians well ahead of the intended diversion as
directed by the Project Manager. All traffic devices used shall be
designed in accordance with the instruction of Project Manager.
Section IX: Special Conditions of Contract

The following Special Conditions of Contract shall supplement the GCC. Whenever there is a conflict,
the provisions herein shall prevail over those in the GCC
Procurement of Works- Single Stage Two Envelope Procedure | 119

Special Conditions of Contract


A. General

The Employer is [Project Office of Urban Development and Building


GCC 1.1 (q)
Construction, Kathmandu]

GCC 1.1 (v) The Intended Completion Date for the whole of the Works shall be 21 months
from the start date.

The Project Manager is as appointed by PUDBC


GCC 1.1(bb)
& 10.1

GCC 1.1 (ee) The Site is located at Bhaktapur and is defined in the Drawings

GCC 1.1 (hh) The Start Date shall be after 7 days from the date of issuance of work
order.

GCC 1.1 (ll) The Works consist of:


• Retrofitting works (splint and bandage, Shotcrete/Concrete
Jacketing)
• Civil works for the new building
• Electrical and sanitary works
• steel and truss works
As per design, drawings and specifications

GCC 2.2 Sectional Completions are: Not Applicable

GCC 2.3(i) The following documents also form part of the Contract
• Any addenda to the bidding documents issued by the employer
• Document comprising the contractor’s technical bid

GCC 3.1 The language of the contract is ENGLISH


The law that applies to the Contract is the law of NEPAL

GCC 13.1
Not Applicable

GCC 14.1 Schedule of other contractors:


1.Service Decanting Schedule
2. Master Construction Schedule provided by the employer
3. Schedule as prepared in coordination with hospital authorities
Contractor has to cooperate and coordinate with above schedules during the
construction works
GCC 19.1 The minimum insurance amounts and deductibles shall be:
(a) For loss or damage to the Works, Plant and Materials:
Minimum cover: 115 % of the Contract amount.
Maximum deductible: Rs. 5,00,000.00
(b) For loss or damage to Equipment:
Minimum cover: All equipment/vehicles shall be insured before mobilizing to
the site with a sum sufficient to provide for replacement.
Maximum deductible: Rs. 1,00,000.00. In case of the equipment/vehicles
owned, to be rented or leased for the works, the Contractor shall produce the
insurance policy for the equipment/vehicles to be used for the works under
the contract in the name of owner with a sum sufficient to provide for
replacement.
(c) For loss or damage to property (except the Works, Plant, Materials,
and Equipment) in connection with Contract:
Minimum cover: NRs. 1,50,00,000 (Fifteen million only) with an unlimited
number of occurrences.
Maximum deductible: Rs. 2,00,000.00
(d) For personal injury or death:
(i) Of the Contractor’s employees: As per the Labor Act of Nepal. (contractor's
liability)
(ii) For Employers'/Engineers' staff: NRs. 1,000,000 (One million only) per
person for 10 persons with an unlimited number of occurrences.
i. (iii) Of other people of third parties: NRs. 1,000,000 (One million
only) per person for 10 persons with an unlimited number of
occurrences

GCC 20.1 Site Investigation Reports are:


• Geological Site Investigations Report
• Non-Destructive Test and Destructive Test Report
• Information from the employer or from site visit

GCC 23.1 The following shall be designed by the Contractor


Temporary Works like shoring, props, labor accommodations, site offices as
required

GCC 24.1 Add after the sub-clause GCC 24.1 (h)


i) The contract shall have to develop detailed Environment Management Plan,
Health & Safety Plan and provisions, and Job layout plan. These plans need to
be submitted before commencement of the work and shall take the approval from
the project manager.

j) Environment Management Plan should be prepared considering the Environment,


Social and Safety Measures for Bhaktapur Hospital Retrofitting Works for probable
impact mitigation measures. The major environmental impacts and mitigation
measures are proposed as follows:

• Air and Dust Pollution


Air and dust pollution-related issues may arise from the dismantling works,
transportation of construction materials.
To address these issues, the contractor has to follow the mitigation measures
as:
• Contractor shall give prior information to the site engineer and hospital
management before undertaking any demolition works
Procurement of Works- Single Stage Two Envelope Procedure | 121
• Frequent water spraying will be carried out to prevent dust from spreading
as instructed by the site engineer. Care should be provided to prevent the
floor, access roadway, the path at site for being too wet and slippery.
• Contractor shall ensure that that vehicle used for transporting
construction materials will be covered with plastic sheets to prevent dust
pollution and other hazards
• The contractor has to ensure that burning of construction waste is strictly
prohibited at construction site.
• CGI sheets barriers will be used to shield probable dust coming from
dismantling works especially during the demolition of public toilet and
mortuary
• Ply boards barriers will be used to shield probable dust and air pollution
due to drilling works for retrofitting of main building
• Noise pollution
Noise pollution-related issues may arise from the drilling works, transportation of
construction materials, and use of heavy equipment, mixer, and vibrator.
To address these issues, the contractor has to follow the mitigation measures
as:
• Contractor shall have to use the machines and equipment with less noise
level
• Transportation of construction materials will be carried out during the
night time or during the low density of visitors at the hospital as far as
possible.
• Ply boards barriers will be used to shield probable noise due to drilling
works for retrofitting of main building
• Land and water pollution
Land and water pollution related issues may arise from wastewater, hazardous
waste, and debris (demolished materials) during construction
To address these issues, the contractor has to follow the mitigation measures
as:
• The contractor has to identify the proper place and location for dumping
of dismantled materials in coordination with Employer, hospital
management and other relevant stakeholders. The contractor has to
ensure that maximum percentage of dismantled materials will be reused
for different purposes. For unused materials it will be ensured that the
debris should be dumped in the place where municipality assigns.
• The contractor has to ensure that wastewater from the construction site
is disposed in coordination with hospital management considering the
environment and safety
• The contamination of groundwater is strictly prohibited, so contractor has
to take effective precautions for this.
• The hazardous waste shall be managed in coordination with hospital
management.
• Disturbance to the hospital visitors and hospital staff
Disturbance to the hospital visitors and hospital staff may arise due to heavy
traffic from the vehicle used for transporting materials, stocking piling of
constriction materials
To address these issues, the contractor has to follow the mitigation measures
as:
• The contractor has to ensure regarding the installation of site safety
signs/symbols and signals, hoarding board, cordoning, safety cautions
and alternative route/path inside the hospital premises
• The contractor has to ensure that wire fencing or CGI sheets barriers will
be placed to shield the construction material's stockpiling location.
• Geo-net should be provided during the entire construction works and
dismantling works to prevent from falling.
• It will be ensured that adequate lighting facility provided at the site for the
night to prevent accidents
• Vibration
Vibration related issues may arise from the operation of heavy equipment,
vehicle used for transporting construction materials.
To address these issues, the contractor has to follow the mitigation measures
as:
• The contractor has to ensure that proper precaution will be taken while
using the machines and equipment, during demolition works, retrofitting
works (drilling) and excavation works for new construction. The site
engineer shall instruct and supervise the contractor for this.
• Contractor shall aware the operator for careful handling of machines and
equipment and heavy vehicles like excavators and dump trucks during
work execution
• The contractor shall inform the site engineer and hospital management
in prior to operations that bear the risk of nuisance and accidents and will
be responsible for compensating if the vibration during work execution
will damage any structures.
• Traffic and Pedestrian Road Congestion
Traffic and pedestrian road congestion may arise due to frequent vehicular
movement at the site in transporting the construction materials.
To address these issues, the contractor has to follow the mitigation measures
as:
• The Contractor shall ensure that the vehicle used for transportation of
construction materials vehicles will be parked within the premises of
Hospital in a safe place
• The contractor has to ensure ensured that the schedule for the
transportation of construction materials shall be made not to coincide
during peak traffic hours
• It shall be strictly prohibited to park the vehicle outside the project site
• Transportation of construction materials will be carried out during the
night time and low traffic density period only
• Hoarding board will be placed in different sites to inform the hospital
management and visitors
• Impacts due to the disposal of waste materials
Waste materials may arise from the demolition of the existing buildings like
mortuary, public toilet and drilling works.
To address these issues, the contractor has to follow the mitigation measures
as:
• The contractor has to ensure that the bio-degradable and solid waste will
be segregated at source level and collected in a separate container which
shall be disposed in coordination with the hospital management like their
regular waste management activities.
Procurement of Works- Single Stage Two Envelope Procedure | 123
• The waste management area (solid, liquid, debris) shall be designated
before the demolition in consultation with Hospital management and
Bhaktapur Municipality as necessary.
• Impacts on the existing public utilities near to the Hospital buildings
• The contractor has to ensure that Public utilities like road, electric poles,
telecom poles will not be disturbed from the demolition and construction
activities
• Transportation route for construction activity will be provisioned from the
different gate (besides main gate) in coordination with hospital
management and respective authority like municipality
• Social Concerns
• The contractor shall not use fuelwood as a means of heating during the
processing or preparation of any materials forming part of the Works and
for labor camps.
• Pay at least the minimum wage rate to the labor fixed by the project
district/municipality and wage payment for both males and females shall
be equal.
• Child labor is strictly prohibited in all the activities executed by the
contractor.

k) Health and Safety Plan should be prepared considering the Safety for the workers
(Demolition Works, retrofitting works and new construction) and other
provisions has follows:
• The employer shall ensure that all the measures which are to be applied
at every stage of construction work in order to ensure the occupational
health and safety of workers.
• The contractor has to ensure the mandatory use of safety gear (helmets,
safety belts, masks, gloves, earplugs and boot) depending on nature of
work. Contractor shall have to take the cost burden for this from its own
overhead profit.
• The site engineer will check whether the provisions have been made or
not. The contractor will be asked to prepare the site safety approach for
rescue during emergency.
• The contractor has to ensure that all workers engaged in the construction
site have insurance against accidents as per the labor act of Nepal. The
contractor shall have to take the cost burden for this from its own
overhead profit.
• At the temporary construction worksites, where fifty or more workers are
engaged, the contractor shall have to make arrangements for quarters,
foodstuffs, drinking water, etc. for the workers who do not have residence
nearby. Contractor shall have to take the cost burden for this from its own
overhead profit.
• First Aid Provision:
• A contractor shall ensure that first aid can be provided to workers who
have an accident or have suddenly been taken ill on site.
• Provide on the site such lifesaving apparatus as may be appropriate and
an adequate and easily accessible first aid outfit
• The contractor shall designate workers for that purpose and organize
appropriate training for them. At least one worker who knows how to
provide first aid shall be present on the site while work is being performed.
• Construction sites shall be equipped with first aid kits fitted with essential
first aid equipment, and stretchers, rigid splint sets, eyewash, etc. First
aid equipment shall be marked in accordance with the requirements.
• Site selection of waste disposal (debris management)
• The waste from the demolition activities will be disposed of in the
approved prescribed area in consultation and with hospital and
municipality authority.
• The waste disposal should not be near to any type of water resource
(Siddha Pokhari) or environmentally sensitive area
• It will be ensured that the disposal of waste should not further deteriorate
the surrounding environment
l) Job layout Plan should be prepared considering the following concerns:

• The contractor has to prepare the job layout plan not limiting the following
provisions like the places for the unloading and storage of construction
materials; the places for the storage and disposal or removal of waste and
debris, the provision of sufficient rest rooms and/or accommodation areas for
workers; construction route, service route
• Construction sites need to be cordoning without disrupting the service route
and should be fenced to prevent the entry of unauthorized persons. The
fencing mechanism should be developed and approved by the project
manager before its application on-site.

m) any other provisions and measures as per Labor Act 2017 of Nepal
GCC 26.1 The Site Possession Date(s) shall be:
GCC 26.1 has been deactivated for this contract and following condition apply.
The employer shall give possession of a part of site as per the employer’s master
schedule within 7 days after issue of work order. Contractor has to agree and shall
be allowed to possess the whole or part of the site as per the master schedule of
the Employer during the construction works.

GCC 30.1 The place of arbitration shall be: Kathmandu and is as per NEPCA rules

C. Time Control

GCC 34.1 The Contractor shall submit for approval a Program for the Works within
15 (fifteen) from the date of the Letter of Acceptance.

GCC 34.3 The period between Program updates is 30 days.


The amount to be withheld for late submission of an updated Program is
50,000 (fifty thousand)

D. Quality Control
The Defects Liability Period is: 365 days which starts only after the
GCC 42.1
completion of the whole project

E. Cost Control

GCC 49.1 5%
Procurement of Works- Single Stage Two Envelope Procedure | 125

GCC 53.1 The Contract is subject to price adjustment, and the following information
regarding coefficients “does” apply.
The coefficients and indices for adjustment of prices in Nepalese Rupees shall
be as specified in the Table of Adjustment Data submitted by bidder together
with the Letter of Price Bid which is approved by the Project manager.

GCC 53.6 Not applicable.

GCC 53.7 The Price Adjustment amount shall be limited to a maximum of: 25 % of the
initial contract amount

GCC 54.1 The proportion of payments retained is: 5 (five) percent

GCC 55.1 The liquidated damages for the whole of the Works are 0.05 Percent of the
final Contract Price per day. The maximum amount of liquidated damages for
the whole of the Works is 10 Percent of the final Contract Price.

GCC 56.1 The Bonus for the whole of the Works is 0.05 Percent per day. The maximum
amount of Bonus for the whole of the Works is 10 percent of the final Contract
Price.

GCC 57.1 The Advance Payments shall be: 20% of the contract price and shall be
paid to the contractor as follows:
10 % after contract agreement upon submission of equivalent
acceptable bank guarantee.
Remaining 10 % shall be made after contractor completes full
mobilization at site upon verification from project manager and has
fulfilled contractual obligations such as submission of insurance
policies, work programme and acceptable bank guarantee to the
Employer.

GCC 57.3 Deductions from Payment Certificates will commence in the first certificate in
which the value of works executed exceeds 30% of the Contract Price.
Deduction will be at the rate of 40% of the respective Monthly Interim Payment
Certificate until such time as the advance payment has been repaid; provided
that the advance payment shall be completely repaid prior to the end of 80
% of the approved contract period.

GCC 58.1 The Performance Security amount is:


i) If bid price of the bidder selected for acceptance is up to 15 (fifteen) percent
below the approved cost estimate, the performance security amount shall be 5
(five) percent of the bid price.
ii) For the bid price of the bidder selected for acceptance is more than 15 (fifteen)
percent below of the cost estimate, the performance security amount shall be
determined as follows:
Performance Security Amount = [(0.85 x Cost Estimate –Bid Price) x 0.5] +
5% of Bid Price.
The Bid Price and Cost Estimate shall be inclusive of Value Added Tax. [insert
amount including an additional amount based on ITB 40.1 and/or ITB 35.5 if the
Employer has increased the Performance Security amount]
G. Finishing the Contract

GCC 71.1 The date by which operating and maintenance manuals are required is;
Within 15 days from work acceptance by the employer

GCC 71.2 The date by which “as built” drawings are required is: within 15 days from
work acceptance by the employer

The amount to be withheld for failing to produce “as built” drawings


and/or Operating and maintenance manuals is: 1,00,000 (one hundred
thousand only)

GCC 72.3 (i) The maximum number of days is: 200

GCC 80 The Project Manager has to obtain the specific approval of the Employer for
taking any of the following actions :
a. Approving subcontracting of any part of the works under General
Conditions of Contract Clause 13;
b. Certifying additional costs determined under General Conditions of
Contract Clause 50;
c. Determining start date under General Conditions of Contract Clause 1;
d. Determining the extension of the intended Completion Date under
General Conditions of Contract Clause 35;
e. Issuing a Variation under General Conditions of Contract Clause 1 and
46, except in an emergency situation, as reasonably determined by the
Project Manager; emergency situation may be defined as the
situation when protective measures must be taken for the safety of life
or of the works or of adjoining property.
f. Adjustment of rates under General Conditions of Contract Clause 45;
Procurement of Works- Single Stage Two Envelope Procedure | 127

Section X: Contract Forms

This Section contains forms which, once completed, will form part of the Contract. The forms for
Performance Security and Advance Payment Security, when required, shall only be completed by
the successful Bidder after contract award.
Letter of Intent
[on letterhead paper of the Employer]

Date: ... …………………

To: .................................................Name and address of the Contractor..........................

Subject: …………………… Issuance of letter of intent to award the contract............


This is to notify you that, it is our intention to award the contract .................................... [insert
date] ............................for execution of the ... .................................................................. [insert
name of the contract and identification number, as given in the Contract Data/SCC] to you
as your bid price ............................................ [insert amount in figures and words in Nepalese
Rupees] as corrected and modified in accordance with the Instructions to Bidders is hereby
selected as substantially responsive lowest evaluated bid.

Authorized Signature: ………………………………

Name: ... …………………………………………….

Title: ……………………………………………….

CC:
[Insert name and address of all other Bidders, who submitted the bid]

[Notes on Letter of Intent


The issuance of Letter of Intent is the information of the selection of the bid of the successful bidder by the
Employer and for providing information to other unsuccessful bidders who participated in the bid as regards
to the outcome of the procurement process. This standard form of Letter of Intent to Award should be filled in
and sent to the successful Bidder only after evaluation and selection of substantially responsible lowest
evaluated bid.]
Procurement of Works- Single Stage Two Envelope Procedure | 129

Letter of Acceptance
[on letterhead paper of the Employer]

Date: ……………………..

To: ……………………………………Name and address of the Contractor……………...


Subject: …………………….Notification of Award

This is to notify that your Bid dated ................................date …………………………..for execution


of the……………………..name of the contract and identification number, as given in the
Contract Data/SCC ……………………... for the Contract price of Nepalese Rupees [insert
amount in figures and words in Nepalese Rupees], as corrected in accordance with the
Instructions to Bidders is hereby accepted in accordance with the Instruction to Bidders.

You are hereby instructed to contact this office to sign the formal contract agreement within 15
days with Performance Security of NRs. ………. in accordance with the Conditions of Contract,
using for that purpose the Performance security Form included in Section X (Contract Forms) of
this Bidding Document.

Authorized Signature: …………………………………...

Name and Title of Signatory: ……………………………


Contract Agreement
THIS AGREEMENT made the ...............................dayof…..between……………………. name
of the Employer ………………(hereinafter “the Employer”), of the one part, and
……………………………name of the Contractor …………………(hereinafter “the Contractor”),
of the other part:
WHEREAS the Employer desires that the Works known as ……………………….... name of the
Contract ..............................should be executed by the Contractor, and has accepted a Bid by
the Contractor for the execution and completion of these Works and the remedying of any defects
in the sum of NRs …..........…..[insert amount of contract price in words and figures including
taxes](hereinafter “the Contract Price”).

The Employer and the Contractor agree as follows:


1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this
Agreement.This Agreement shall prevail over all other Contract documents.
(a) the Letter of Acceptance;
(b) the Letters of Technical and Price Bid;
(c) the Addenda Nos ................................... Insert addenda numbers if any ……………
(d) the Special Conditions of Contract;
(e)the List of Eligible Countries that was specified in Section V of the bidding document,
(f) the General Conditions of Contract;
(g) the Specification;
(h) the Drawings;
(i) Bill of Quantities (or Schedules of Prices for lump sum contracts), and
(j) Table of Price Adjustment Data
(k)List of Approved Subcontractors [For GoN funded project]
(l) .................................................... ..[Specify if there are any other document]

3. In consideration of the payments to be made by the Employer to the Contractor as indicated in


this Agreement, the Contractor hereby covenants with the Employer to execute the Works and to
remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of Nepal on the day, month and year indicated above.

Signed by ………………………….
for and on behalf the Contractor in the presence of

Witness, Name Signature, Address, Date

Signed by…………………………..
for and on behalf of the Employer in the presence of

Witness, Name, Signature, Address, Date


Procurement of Works- Single Stage Two Envelope Procedure | 131
List of Approved Subcontractors

In accordance with GCC Sub-Clause 13.1,The following Subcontractors are approved for
carrying out the work as specified below.

Name of Value/Percentage
Description of Works
Subcontractors of subcontract
Letter of Commitment for Bank’s Undertaking for Line
of Credit
Bank’s Name, and Address of Issuing Branch or Office
(On Letter head of the Commercial bank or any Financial Institution eligible to issue Bank
Guarantee as per prevailing Law)

Date:
Contract No:

Name of Contract :

To:

[Name and address of the Employer]

CREDIT COMMITTMENT No: [insert number]


We are pleased to know that [name of Contractor] (hereinafter called “the Contractor”) has been
awarded the Contract for the execution of the Works of [description of works] for above
contract.
Furthermore, we understand that, according to your conditions, the Contractor’s Financial
Capacity i.e. Liquid Asset must be substantiated by a Letter of Commitment of Bank’s
Undertaking for Line of Credit.
At the request of, and arrangement with, the Contractor, we [name and address of the Bank] do
hereby agree and undertake that [name and address of the Contractor] will be provided by us
with a revolving line of credit, for execution of the Works viz. [insert name of the works], for an
amount not less than NRs …….[in figure] ( in words) for the sole purpose of the execution of the
above Contract. This Revolving Line of Credit will be maintained by us until [Insert “Initial
Contract Period”] months by the Procuring Entity.
This committed line of credit shall not be terminated or cancelled without the prior written approval
of Employer.
In witness whereof, authorised representative of the Bank has hereunto signed and sealed this
Letter of Commitment.

Signature Signature

Name : Name :

Designation: Designation:
Procurement of Works- Single Stage Two Envelope Procedure | 133

Performance Security
(On letterhead paper of the Commercial Bank or Financial Institution eligible
to issue Bank Guarantee as per prevailing Law in Nepal.)

............................ Bank’s Name, and Address of Issuing Branch or Office ...................................


Beneficiary: .............................................. Name and Address of Employer ………………….......
Date: ..................................................

Performance Guarantee No.:………………………………………………….

We have been informed that ... ... [insert name of the Contractor] (hereinafter called "the
Contractor") has been notified by you to sign the Contract No. ……………….. [insert reference
number of the Contract] for the execution of ……….. [insert name of contract and brief
description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance


guaranteeis required.

At the request of the Contractor, we... .................................. . [insert name of the Bank] hereby
irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ...............[insert
name of the currency and amount in figures*] (... ........... .. insert amount in words) such sum
being payable in Nepalese Rupees, upon receipt by us of your first demand in writing accompanied
by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract,
without your needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the………………………..Day of ………………… **,


and any demand for payment under it must be received by us at this office on or before that date.

…………………………………………
Seal of Bank and Signature(s)
Note:
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final
document.
 The Guarantor shall insert an amount representing the percentage of the Contract Price specified in the
Contract in Nepalese Rupees.
** Insert the date thirty days after the date specified for the Defect Liability Period. The Employer should note
that in the event of an extension of the time for completion of the Contract, the Employer would need to
request an extension of this guarantee from the Guarantor. Such request must be in writing and must be
made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer
might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor
agrees to a one-time extension of this guarantee for a period not to exceed [six months], in response to the
Employer’s written request for such extension, such request to be presented to the Guarantor before the
expiry of the guarantee”.
Advance Payment Security
(On letterhead paper of the Commercial Bank or Financial Institution eligible
to issue Bank Guarantee as per prevailing Law in Nepal.)

…………………………….. Bank’s Name, and Address of Issuing Branch or Office....................


Beneficiary: ………………………Name and address of employer
Date : …………………………………
Advance Payment GuaranteeNo……………………………..

We have been informed that ………………has entered into Contract No. ..... Name and Address
of Employer………………name of the Contractor……………(hereinafter called "the
Contractor")..reference number of the Contract……………dated …………… with you, for the
execution of ...contract and brief description of Works ……………. (hereinafter called "the
Contract").

Furthermore, we understand that, according to the Conditions of the Contract, an advance


payment in the sum……………. name of the currency and amount in figures*…(.... amount in
words .....) is tobe made against an advance payment guarantee.

At the request of the Contractor, we... ......................... . name of the Bank ………………….
hereby irrevocably undertake topay you any sum or sums not exceeding in total an amount
of………………….name of the currency and amount infigures*......................... .(…… amount in
words ... ...................................................................... .) upon receipt by us of your first demand in
writing accompanied by a written statement stating that the Contractor is in breach of its obligation
under the Contract because the Contractor used the advance payment for purposes other than the
costs of mobilization in respect of the Works.
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Contractor as indicated in copies of interim statements or payment
certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our
receipt of a copy of the interim payment certificate indicating that eighty (80) percent of the
Contract Price has been certified for payment, or on the ....... day of ......**, whichever is earlier.
Consequently, any demand for payment under thisguarantee must be received by us at this office
on or before that date.

……………………………………………………
Seal of Bank and Signature(s)
Note:
All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document.
*The Guarantor shall insert an amount representing the amount of the advance payment in Nepalese Rupees of the
advance payment as specified in the Contract.
** Insert the date Thirty days after the expected completion date. The Employer should note that in the event of an
extension of the time for completion of the Contract, the Employer would need to request an extension of this
guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date
established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the
form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period
not to exceed [six months], in response to the Employer’s written request for such extension, such request to be presented
to the Guarantor before the expiry of the guarantee”.
Specifications of Building Construction (Civil) Works

1. General
The Work shall be carried out according to these Specifications whether specifically mentioned
elsewhere or not. No extra in any form will be paid unless it is definitely stated as an item in the Bill
of Quantities.
Whenever the Specifications are not given or when the Specifications are ambiguous, the relevant
Nepal Standards or Indian Standards and further amendments will be considered as final and
binding.

All Works shall be carried out simultaneously with electrical, plumbing, sanitary and other services
and in co-operation with the Contractors of the above services. The Work shall be carried on till it
is completed satisfactorily along with the completion of other essential services. The building
Contractor shall keep the other Contractors informed of the proposed program of Work, well in
advance, so that the building Work is not hindered. The Contractor shall further cooperate with
other Contractors in respect of any facility required by them e.g. making holes in shuttering for
sanitary, pipes, electric conduits, fan hook etc. However, no extra payment shall be admissible for
such reasonable assistance and facilities afforded to other Contractors and the building
Contractors shall be deemed to have taken these factors into consideration while quoting the
rates.

The Work shall be related to the drawings which the Contractor is presumed to have studied.
Nothing extra will be paid for any item because of its shape, location or other difficult
circumstances, even if the schedule makes no distinction, as long as the item is shown in the
drawings.

The sources of materials stated in the Specifications are those from which materials are generally
available. However, materials not conforming to Specifications shall be rejected even if they come
from the stated sources. The Contractor should satisfy himself that sufficient quantity of materials
of acceptable Specification is available form the stated or other sources.

The requirements of Specifications shall be fulfilled by the Contractor without extra charges i.e. the
item rates quoted shall be deemed to have taken these Specifications into account.

These are requirements the Contractor shall fulfil after the issue of Letter of Acceptance but before
the Date of Commencement.

1.1 Definitions
General:
Acceptable/Approved (Approval) - Acceptable to/approved by the Engineer.
Agreed - Agreed in writing.
As detailed - As detailed on the drawings.
Authorized/ordered/rejected - Authorized/ordered/rejected by the Engineer.
Designated - Shown on the drawings or otherwise specified by the Engineer or, in relation
to an item scheduled in the bid documents, descriptive of an item to be
priced by a bidder.
Indicated - Indicated in or reasonably to be inferred from the contract, or indicated in

Detailed Specifications Of Building Works (Civil)   Page 1 


writing by the Engineer.
Instructed/directed/permitted -Instructed/directed/ permitted by the Engineer.
Satisfactory - Capable of fulfilling or having fulfilled the intended function.
Service - Any pipeline, cable, duct etc. for conveying or transmitting any fluid or other
matter.
Submitted - Submitted with the tender or submitted to the Engineer, as appropriate.

Tolerances:
Deviation - The difference between the actual (i.e., measured) size or position and the
specified size or position.
Permissible deviation - The specified limit(s) of deviation.
Tolerance - The range between the limits within which a size or position must lie.
Measurement and Payment:
Bill/schedule - The bill/schedule of quantities.
Billed/scheduled rate - The unit rate or price entered in the bill/schedule at which the
Contractor undertakes to execute the particular work or to
provide the required material, article or service, or to do any or
all of these things, as set out in the item concerned.
Billed/scheduled - Listed in the bill/schedule of quantities.
Fixed charge - A charge for work that is executed without reference to time.
Method-related charge - The sum for an item inserted in the bill by the Contractor when
tendering, to cover items of work relating to his intended method
of executing the Works.
Time-related charge - A charge for work the cost of which, to the Employer, is varied in
proportion to the length of time taken to execute the particular item
scheduled.
Value-related charge - A charge that is directly proportional to the value of the contract.

1.2 Contractor’s Office & Accommodation


Various works defined under this item are for the provision and maintenance of the Contractor's
office, camps, stores, equipment yard, and workshops. The structure of the buildings shall be
adequate, rainproof, spacious, airy and hygienic with proper lighting and toilet facilities. The area
shall be kept neat and clean. Any garbage or sewage shall be disposed at a location and in a
manner approved by the Engineer.
Space allocated for storage of various materials such as cement, reinforcement steel, and
petroleum products etc. shall be clearly separated to avoid contamination.
Petroleum products shall be stored and handled in a way that avoids contamination of ground
water. Workshops shall be installed with oil and grease traps for the same purpose.

Written information shall be given to and approval taken from the Engineer regarding proper
establishment and maintenance of such camps. Failure in compliance with Engineer's instructions
in respect of overall standard will lead to reduction or withholding of any payment due to the
Contractor.

The Contractor shall provide at his own expense adequate temporary accommodation and toilet
facilities for his Workmen and keep the same in good conditions. This may `be done to suit Site
conditions with the approval of Project Engineer. The above mentioned temporary structures shall
be removed on the completion of Works at Contractor's own cost. All materials shall belong to the
Contractor.

The Contractor shall make his own arrangement for the supply of electric power and lighting as

Page 2   Detailed Specifications Of Building Works (Civil) 


required for construction purpose.

The Contractor shall make his own arrangement for all internal and external telephones and other
communication means deemed necessary for the Works.
The Contractor shall make his own arrangement for office equipment and other consumable for his
use for the Works.

1.3 Office for Engineer

The contractor shall provide and maintain offices for the use of the Engineer and his staff if
provided in the contract

1.4 Safety Measures

The Contractor shall be responsible for safety of all workmen and other persons entering the
Works and shall at his own expense; where not stated otherwise take all measures, subject to the
Engineer's approval, necessary to ensure their safety. Such measures shall include but not be
limited to:
• Provision of safety and emergency regulations for fire, gas, and electric shock prevention,
together with rescue operation plan
• Safe control of flowing water
• Provision and maintenance of suitable lighting to provide adequate illumination at place of
work with appropriate spares and standby unit
• Provision and maintenance of safe, sound slings, pulleys, ropes, and other lifting device
• Provision of safe access to any part of the works.
• Provision of notices in local dialect temporarily or permanently during construction at
locations likely to be used by the public. Placement of such notices shall depend on the
existence of the nature of work in the vicinity. These notices shall be in addition to any
other statutory requirements demanded of the Contractor

The Contractor shall submit a proposal with detailed safety and emergency measures for the
Engineer's approval. When the proposal has been approved, English and Nepali version of the
regulations shall be made available to all of his Employees and the Engineer.

The Contractor shall ensure that all his Employees are fully conversant with the regulations,
emergency and rescue procedures etc. and shall enforce a rule that will instantly dismiss any
employee committing a serious breach of such regulations.

1.5 Notice Boards

The Contractor shall erect notice boards (1.2 m x 1.8 m) at the site giving details of the Contract in
the format and wordings directed by the Engineer. These boards shall be erected within 14 days
after the Contractor has been given the Possession of Site
The Contractor shall not erect any advertisement sign board on or along the work. The board shall
be removed by the Contractor by the end of the Defects Liability Period.

Detailed Specifications Of Building Works (Civil)   Page 3 


2. Temporary Facilities:
2.1 Provision of Temporary Services

When the rehabilitation or replacement of existing public utilities requires their temporary
disconnection, the Contractor shall provide the affected users with temporary services in at least
the same standard as the original services. For water supply he may install temporary lines or
arrange for regular supply by tankers. When forced to disconnect existing sewers the Contractor
shall install temporary pipes of adequate size to carry off sewage from any private sewer facilities
cut off by construction work. Connections to temporary pipes shall be made immediately by the
Contractor upon cutting off the existing facility. No sewage shall be allowed to flow from any
severed facility upon the ground surface or into trench excavation. Pipes used in temporary
sewers may be plastic or approved flexible material.

Upon completion of work the Contractor shall replace all severed connections and restore to
operating order the existing sanitary facilities. The Contractor without approval of the Engineer
shall operate no valve or other controls in public service facilities. All users affected by such
operation shall be notified by the Contractor at least one hour before the operation and advised of
the probable time when service will be restored.

2.2 Protection of Adjoining Property

The Contractor shall control the movement of his crews and equipment on right-of-way including
access routes approved by the Engineer so as to minimize damage to crops and property and
shall endeavour to avoid marring the lands. Ruts and scars shall be obliterated and damage to
land shall be corrected and the land shall be restored as closely as possible to its original
conditions before final taking-over of the Works.
The Contractor shall be responsible directly to the Employer for any excessive or avoidable
damage to crops or lands resulting from his operations whether on lands adjacent to right-of-way
or on approved access road and deductions will be made from payment due to the Contractor to
cover the amount of such excessive or avoidable damage as determined by the Engineer.

2.3 Reinstatement upon Completion

Temporary facilities shall be provided by the Contractor, only for as long as required after which he
shall dismantle and remove the same from their place of use as speedily as possible. The
Contractor in his yard shall safely store re-usable components. The place of use shall be cleared
and reinstated immediately to at least the condition existing before the temporary facilities were
provided to the satisfaction of the Engineer.

2.4 Measurement and Payment

Unless otherwise provided in the contract, no separate measurement and/or payment shall be
made for all materials and works required under this clause. All costs in connection with the work
specified herein shall be considered to be included with other related items of the work in the BOQ
All provision of temporary services shall be covered by a provisional sum in the BOQ. The lump
sum amounts indicated in BOQ shall be paid in pro-rata basis by dividing the total amounts by
contract period in months. These payments will be incorporated in the interim certificates for
payment.

Page 4   Detailed Specifications Of Building Works (Civil) 


2.5 Publicly And Privately Owned Services
• If any privately owned service for water, electricity, drainage, etc., passing through the site
is affected by the works, the Contractor shall provide a satisfactory alternative service in
full working order to the satisfaction of the owner of the services and of the Engineer
before terminating the existing service.
• Drawing and scheduling the affected services like water pipes, sewers, cables, etc. owned
by various authorities including Public Undertakings and Local Authorities included in the
contract documents shall be verified by the Contractor for the accuracy of the information
prior to the commencement of any work.
• Notwithstanding the fact that the information on affected services may not be exhaustive,
the final position of these services within the works shall be supposed to have been
indicated based on the information furnished by different bodies and to the extent the
bodies are familiar with the final position. The Contractor must also allow for any effect of
these services and alternations upon the works and for arranging regular meetings with
the various bodies at the commencement of the contract and throughout the period of the
works in order to maintain the required co-ordination. During the period of the works, the
Contractor shall agree if the public utility bodies vary their decisions in the execution of
their proposals in terms of program and construction, provided that, in the opinion of the
Engineer, the Contractor has received reasonable notice thereof before the relevant
alterations are put in hand.
• No clearance or alterations to the utility shall be carried out unless ordered by the
Engineer.
• Any services affected by the works shall be restored immediately by the Contractor who
must also take all measures reasonably required by the various bodies to protect their
services and property during the progress of the works.
• The Contractor may be required to carry out the removal or shifting of certain
services/utilities on specific orders from the Engineer for which payment shall be made to
him. Such works shall be taken up by the Contractor only after obtaining clearance from
the Engineer and ensuring adequate safety measures.

2.6 Insurance of works


• Insurance of Works
o The Contractor shall take out Insurance for the Works from approved
agency/institution staff if provided in the contract
o Payments made to the agency/institution and stamp charges/duties incurred if
any, by the contractor in compliance of the above work shall be paid from
Provisional Sum included for the item in the BOQ after submission of the
insurance document to the satisfaction of the Engineer.
• Third Party Insurance
o The Contractor shall take out Third Party Insurance from an approved
agency/institution staff if provided in the contract
o Payments made to the agency/institution and stamp charges/duties incurred if
any, by the Contractor in compliance of the above work shall be paid from the
Provisional Sum included for the item in the BOQ after submission of the
documents to the satisfaction of the Engineer.
• Insurance of Contractor's Workmen and Employees
o The Contractor shall insure against such liability as stipulated in Conditions of
Particular Application.
o The cost for works under this Sub-Clause shall be covered by the Contractor's
overhead included in unit rates of other items in the BOQ.

Detailed Specifications Of Building Works (Civil)   Page 5 


2.7 Environmental Protection Works

The environment has been defined to mean surrounding area including human and natural
resources to be affected by execution and after completion of works.
The Contractor shall take all precautions for safeguarding the environment during the course of the
construction of the works. He shall abide by all prevalent laws, rules and regulations governing
pollution and environmental protection.
The Contractor shall prohibit employees from unauthorized use of explosives, poaching wildlife
and cutting trees. The Contractor shall be responsible for the action of his employees.

The Contractor is expected to arrange and execute the Works in such a way that existing
environmental conditions are not deteriorated. Borrow pits and dumping sites used by the
contractor shall be reinstated at his own cost by grass and/or tree plantation.

Written instruction/approval must be given to seek from the Engineer regarding protection and
reinstatement of environment throughout the Contract period. Failure in compliance with
Engineer's instructions in respect of overall standard will lead to reduction or withhold of payment.
Further, any serious deterioration in the environment including pollution attributable to Contractor
as determined by the Engineer, may result in deduction of actual expenditures incurred in their
reinstatement done through separate agency, from any money due to the Contractor.

Environmental protection works, among others, shall also include the following:

2.8 Borrow/Quarry Sites

The Engineer shall have the power to disallow the method of construction and/or the use of any
borrow/quarry area, if in his opinion, the stability and safety of the works or any adjacent structure
is endangered, or there is undue interference with the natural or artificial drainage, or the method
or use of the area will promote undue erosion.
All areas susceptible to erosion shall be protected as soon as possible either by temporary or
permanent drainage works. All necessary measures shall be taken to prevent concentration of
surface water and to avoid erosion and scouring of slopes and other areas. Any newly formed
channels shall be backfilled.

Borrows/quarries shall be located away from the population centres, drinking water intakes,
cultivable lands and drainage systems. The cutting of trees shall be minimized. Temporary ditches
and/or settling basins shall be dug to prevent erosion. The undesirable ponding of water shall be
prevented through temporary drains discharging to natural drainage channels.

Earthworks operations shall be strictly limited to the areas to be occupied by the permanent works
and approved borrow areas and quarries unless otherwise permitted by the Engineer. Due
provision shall be made for temporary drainage. Erosion and/or instability and/or sediment
deposition arising from earthwork operations not in accordance with the Specifications shall be
made good immediately by the Contractor.
The Contractor shall obtain the permission of the Engineer before opening up any borrows pits or
quarries. Such borrow pits and quarries may be prohibited or restricted in dimensions and depth
by the Engineer where:

(i) They might affect the stability or safety of the works or adjacent property;
(ii) They might interfere with natural or artificial drainage or irrigation;

Page 6   Detailed Specifications Of Building Works (Civil) 


(iii) They may be environmentally unsuitable.

The Contractor shall not purchase or receive any borrow materials from private individuals unless
the source of such materials has been approved by the Engineer. At least 14 days before he
intends to commence opening up any approved borrow pit or quarry, the Contractor shall submit to
the Engineer his intended method of working and restoration. These shall include but not be
limited to:

2.9 Disposal of Spoil and Construction Waste

Materials in excess of the requirements for permanent works and unsuitable materials shall be
disposed off in locations and in the manner as agreed with the Engineer. The locations of disposal
sites shall be such as not to promote instability, destruction of properties and public service
systems. Exposed areas of such disposal sites shall be suitably dressed and be planted with
suitable vegetation.
The Contractor shall plan his works in such a way that there is no spillage of POL products to the
surface or sub-surface water.

2.10 Provision and Maintenance of Camps, Offices, Stores, Equipment Yards

Various works defined under this item are related to provision and maintenance of camps for work
person and employees, Contractor's site offices, stores equipment yards and workshops. These
camps must be adequate, rain-proof, spacious, airy and hygienic with proper lighting and materials
storage facilities. The area shall be kept neat and clean.
Space allocated for storage of materials such as cement, gabion wire, reinforcing wire etc. shall in
general be damp-free, rain-proof and away from petroleum products storage.
Permission may be granted by the Engineer to erect suitable camps within the right of way free of
charge, if such establishments do not cause obstructions to traffic, nuisance to works execution
and adverse effect to the environment.

Written information must be given to and approval be taken from the Engineer regarding proper
establishment and maintenance of such camps. Failure in compliance with Engineer's instruction
in respect of overall standard will lead to reduction or with holding of payment.

2.11 Provision and Maintenance of Toilets

Provision of toilets for labour and employees shall be made to avoid public nuisance as well as
pollution of water courses and air. The Contractor shall construct suitable septic tanks and/or soak
pits along with room of pit-type latrines. Sufficient water must be provided and maintained in the
toilets. Proper methods of sanitation and hygiene should be employed during the whole project
duration.

2.12 Provision of Potable Water

The Contractor shall supply potable water along with commencement of work to Contractor's staff
and work person both at camps and construction-sites. This arrangement shall be enforced to
avoid proliferation and generation of various water borne diseases.
The Contractor shall inform the Engineer regarding sources, installation and operation of supply of
potable water within a week after the supply is commenced.

Detailed Specifications Of Building Works (Civil)   Page 7 


2.13 Provision of First Aid/Medical Facilities

Provision of first aid/medical facilities shall be made along with commencement of work to provide
quick medical service to injured/sick work person, and employees. Services shall also include on-
the-way service and other arrangements required for taking them to the nearest hospital in case of
emergency.

The scope of work shall include service of at least one part-time experienced health worker/health
assistant with a minimum of once a week full time site visit as work assignment. The Contractor
shall also supply and provide adequate medicines and facilities required for standard first aid.

The Contractor shall inform the Engineer regarding the medical facility within a week after its
establishment and operation.

2.14 Hazardous Materials

The Contractor shall not store hazardous materials near water surfaces. The Contractor shall
provide protective clothing or appliances when it is necessary to use some hazardous substances.
High concentration of airborne dust resulting in deposition and damage to crops and water
resources shall be avoided. The Contractor shall take every precaution to control excessive noise
resulting in disruption to wildlife and human population.
Only controlled explosives methods shall be applied and used in construction works.

2.15 Reinstatement of Environment

The Contractor shall arrange and execute works as well as related activities in such a way that
environmental conditions are reinstated. He may be required to carry out filling, removal and
disposal works along with plantation of grass and trees as directed by the Engineer at his own
costs at identified locations to reinstate environment.

Written instruction/approval shall be given by/sought from the Engineer regarding reinstatement of
environment both during and after completion of works and up to the end of Defects Liability
Period.

Measurement and Payment

No separate measurement and payment shall be made for the works described in this Clause.

2.16 Survey And Setting Out


• During the period of Commencement of works the Contractor shall survey the construction
area and confirm the levels. He shall immediately notify the Engineer of any discrepancies
and shall agree with the Engineer any amended values to be used during the contract,
including replacements for any stations missing from the original stations.
• The Contractor shall check, replace and supplement as necessary the station points and
agree any revised or additional station details with the Engineer.
• All stations and reference points shall be clearly marked and protected to the satisfaction
of the Engineer.
• The Contractor shall establish working Bench Marks tied with reference stations soon after
taking possession of the site. The coordinates and the elevations of the reference stations
shall be obtained from the Engineer. The working Bench Marks shall be near all
major/medium structure sites. Regular checking of these Bench Marks shall be made and

Page 8   Detailed Specifications Of Building Works (Civil) 


adjustments, if any, got agreed with the Engineer and recorded.
• The Contractor shall be responsible for the accurate establishment of the centrelines
based on the Drawing and data supplied. The centrelines shall be accurately referenced in
a manner satisfactory to the Engineer. A schedule of reference dimensions shall be
prepared and supplied by the Contractor to the Engineer.
• The existing profile and cross-sections shall be taken jointly by the Engineer and the
Contractor. These shall form the basis for the measurements and payments. If in the
opinion of the Engineer, design modifications of the centrelines and/or grade are
advisable, the Engineer shall issue detailed instructions to the Contractor and the
Contractor shall perform modifications in the field, as required, and modify the levels on
the cross-sections accordingly.
2.18 As-Built Drawings
Such approved Working Drawings as have been selected by the Engineer shall be correctly
modified for inclusion in the As-Built Drawings incorporating such variations to the Works as have
been ordered and executed. Such drawings shall show the actual arrangement of all structures
and items of equipment installed under the Contract. The Contractor shall submit 1 (one)
reproducible copy and 3 (three) prints of all As-Built Drawings clearly named as such to the
Engineer for approval before applying for the Taking-Over Certificate for the respective Section of
the Works.
During the course of the Works, the Contractor shall maintain a fully detailed record of all changes
from the approval to facilitate easy and accurate preparation of the As-Built Drawing. Irrespective
of the other contractual prerequisites no Section of the Works will be considered substantially
completed until the Engineer has approved the respective As-Built Drawings.

2.19 Photographs
The Contractor shall supply negatives and un-mounted positive colour prints of photographs, of
such portions of the works in progress and completed, as may be directed by the Engineer. The
negatives and prints shall not be retouched. The negative of each photograph shall be the property
of the Employer and shall be delivered to the Engineer with prints. No prints from these negatives
shall be supplied to anyone without the written permission of the Engineer.

2.20 Supply Of Video Records


The work consists of taking video film of important activities of the work as directed by the
Engineer during the contract and editing them to a video film of playing time between 30 minutes
and 180 minutes as directed by the Engineer. It shall contain narration of activities in English
and/or Nepali by a competent narrator. The edition of the video film and the script shall be
approved by the Engineer. The video records shall be of acceptable quality and the film shall be
capable of producing colour pictures.

Measurement
The measurement for this item shall be by number of sets of edited master records supplied each
with four copies thereof.
Payment

The contract unit rate shall include all expenses for making video films with the help of a
professionally competent photographer, editing, narration and supplying the final edited master
record along with four copies thereof.

Detailed Specifications Of Building Works (Civil)   Page 9 


3. Notes About Measurement And Payment
3.1 Measurement

Unless specified, all measurements shall be based on “Principals of Measurement (Int.) for works
of constructions." The tolerances specified in these Specifications are for evaluation of accuracies
only based on which the work shall be accepted or rejected. However, the measurement of the
work performed within the limits of tolerances shall be the measurement of actual work done in
place, if their dimensions are less than what have been specified or instructed by the Engineer. If
the actual work done in place is more than what has been specified or instructed by the Engineer,
but within the limit of tolerances, the measurement shall be the measurement of the work what has
been specified or instructed by the Engineer.

3.2 Payment

Unless specified in the contract, the contract unit rates and/or prices for items as set out in the Bill
of Quantities are the full and the final compensation to the Contractor for:
• Supply of all materials necessary to complete the item as per relevant specifications;
• Use of materials, labours, tools, equipment, machines and other resources as per need;
• All handling, packing charges and transportation;
• Cost of supervision, quality assurance, temporary and ancillary works;
• Site commissioning;
• Maintenance and making good;
• All duties and obligations as set out in the contract
• general works such as setting out, clearance of site before setting out and after completion of
works
• the preparation of detailed work program
• providing samples of various materials proposed to be used
• the detailed Design and Drawing of temporary works
• testing of materials
• any other details as required by the contract
• cost of all operations like storing, erection, moving into final position, etc. necessary to
complete and protect the work till handing over to the Employer;
• the cost for safeguarding the environment
• All incidental costs, not covered under above stated.

Where the Bill of Quantities does not include the items mentioned in this Section, no separate
payment shall be made for such works. The costs in connection with the execution of the works
specified herein shall be considered to be included in the related items of other works specified in
the Bill of Quantities or shall be considered to be incidental to the works specified. Items specified
in this Section and included in the Bill of Quantities shall be paid at the contract unit rates as
agreed and shown in the Bill of Quantities.

3.3 National Specifications

Certain Specifications issued by various national or other widely recognized bodies are referred to
in these Specifications. Such Specifications shall be defined and referred to as National
Specifications.

Page 10   Detailed Specifications Of Building Works (Civil) 


The Contractor may propose that the materials and workmanship be defined in accordance with
the requirements of other equivalent National Specifications and he may execute the works in
accordance with such National Specifications as may be approved by the Engineer. A copy of the
National Specification, together with its translation into the English language if the National
Specification is in another language, shall be submitted to the Engineer along with the request for
its adoption.

In referring to National Specifications, the following abbreviations are used:


NS Nepal Bureau of Standards and Metrology
IS Indian Standards
ASTM American Society of Testing and Materials
BS British Standards
BSCP British Standard Code of Practice
ISO International Organization for Standardization
EN European Norm
NFP French Norm

Along with the commencement of the contract, the Contractor shall provide in his site office at
least one complete set of all National Specifications referred to in these Specifications, if they are
for the Sections applicable to the works. This set shall be made available for use by the Engineer.

3.4 Equivalency of Standards

Wherever reference is made in these Specifications to specific standards and codes to be met by
the materials, plant, and other supplies to be furnished, and work to be performed or tested, the
provisions of latest current edition or revision of relevant standards and codes in effect shall apply.
Other authoritative standards which ensure a substantially equal or higher performance than the
specified*,-standards and codes shall be accepted subject to the Engineer's prior review and
approval. Differences between the standards specified and the proposed alternative standards
shall be fully described by the Contractor and submitted to the Engineer at least 28 days prior to
the date when the Contractor desires the Engineer's approval. In the event that the Engineer
determines that such proposed deviations do not ensure substantially performance, the Contractor
shall comply with the standards and codes specified. No payment shall be made for adoption of
higher standards.

3.5 Units of Measurement, Abbreviations and Terminology:


Units of Measurement

The Symbols for units of measurement are used in these Specifications as they are given below.
M micron = m x 10-6
mm millimetre
m meter
km kilometre
sq. mm. or mm2 square millimetre
sq.m. or m2 square meter
sq. km. or km2 square kilometre

Detailed Specifications Of Building Works (Civil)   Page 11 


ha hectare
cu. m. or m3 cubic meter
lit or I litre
rad radian
°C degrees Celsius
kg kilogram
g gram = kgx10-3
mg milligram = kg x 10-6
mg/l milligram per litre
Symbols of other units, if not covered above,
t ton = kg x 103 shall be as per SI system set out in ISO 31/1.
kg/m3 kilogram per cubic meter
t/m3 ton per cubic meter Abbreviations
N Newton The following abbreviations are used in these
N/m2 Newton per square meter Specifications.
Lin. m Linear meter
Max Maximum
Min Minimum
ACV Aggregate Crushing Value
BOQ Bill of Quantities
CR Crushing Ratio
dia Diameter
hr Hour
LS Linear Shrinkage
MC Moisture Content
MDD Maximum Dry Density
min Minute
no Number (units), as in 6 no.
No Number (order) as in No 6
OMC Optimum Moisture Content
OPC Ordinary Portland Cement
PI Plasticity Index
PL Plastic Limit
PM Plasticity Modulus (PI x % passing 0.425 mm sieve)
POL Petrol, Oil & Lubricant
ROW Right of Way
SE Sand Equivalent
sec Second
SG Specific Gravity
SI International Standard Units of Measurements

Page 12   Detailed Specifications Of Building Works (Civil) 


SSS Sodium Sulphate Soundness test, loss on 5 cycles
STV Standard Tar Viscosity
TS Tensile Strength
UC Uniformity Coefficient
UCS Unconfined Compressive Strength
VIM Voids in Mix
w/c Water cement ratio
wt Weight
% Percent

Terminology

The term "the Specifications" shall be construed as the Standard Specification and the Special
Specification all together.

6. Program
The Contractor shall provide all information needed for fulfilment of the program and required in
accordance with the Conditions of Contract including the sequence in which he intends to work
including implementation of quality assurance plan. If the Contractor requests a change in the
sequence and such change is approved by the Engineer, the Contractor shall have no claim as
per the Conditions of Contract for delay arising from such revisions to the program.

The program for the construction and completion of the works shall be established using
CPM/PERT techniques or equivalent. The program shall be detailed enough to give, in addition to
construction activities, detailed network activities for the submission and approval of materials,
procurement of critical materials and equipment, fabrication of special products/equipments if any
and their installation and testing, and for all activities of the Engineer that are likely to affect the
progress of work. The Contractor shall update all activities in accordance with the Conditions of
Contract on the basis of the decision taken at the periodic site review meetings or as directed by
the Engineer.
The program shall also include the Contractor's general requirements for any road closures to be
agreed in principle with the Engineer. Such agreement shall not relieve the Contractor of his
responsibility to obtain specific approval for each closure or series of closures.
Any proposal for night working shall also be stated in the program.

Detailed Specifications Of Building Works (Civil)   Page 13 


7. QUALITY CONTROL
7.1 Scope

This Section covers the Quality Control System and procedures, Quality Assurance Plan, program
of tests, trials, and general procedures for acceptance as well as Laboratory arrangements and
related facilities which are required for the selection and control of the quality of materials and
workmanship.

7.2 Contractor Responsible For the Quality of the Works

All materials incorporated and all workmanship performed shall be strictly in conformity with the
requirements of the Specifications and the Contractor shall be responsible for the quality of the
works in the entire construction within the contract.

The Contractor shall provide, use and maintain on the Site, throughout the period of execution of
the contract, a Laboratory with adequate Laboratory equipment operated by competent staff for
carrying out tests required for the selection and control of the quality of materials and for the
control of workmanship in accordance with these Specifications. The list of Laboratory equipment
to be procured and Laboratory facilities to be provided shall be this specification. The Contractor
shall assume that tests shall be required on all materials to be used in the works and on all
finished works or part of works.

7.3 Quality Control System

The Quality Control System comprises the methods, procedures and organization for the Quality
Control of the works. The Contractor shall implement the Quality Control System in the following
sequences:

a) Compliant testing for materials including Laboratory trials,


b) Compliant testing for methods and equipment prior to the commencement of the work,
including site trials or trials sections,
c) Control testing during construction,
d) Acceptant testing on completed works or parts of the works.

The Contractor shall carry out all necessary tests and shall report to the Engineer the results of
such tests before submitting materials and/or finished works or part of works to the Engineer for
approval in accordance with this Specification. In certain circumstances, tests may be carried out
at the place of manufacture as per the Conditions of Contracts.
For satisfying himself about the quality of the works, quality control tests shall be conducted by the
Engineer himself or by any other agencies deemed fit by the Engineer. Additional tests may also
be conducted where in the opinion of the Engineer such tests are needed.

Before commencement of the work, the Contractor shall demonstrate a trial run of all construction
equipment for establishing their capability to achieve the laid down Specifications and tolerances
to the satisfaction of the Engineer.

The supply, testing and monitoring shall be in compliance with a Quality Assurance Plan and the
provisions in the contract.

Page 14   Detailed Specifications Of Building Works (Civil) 


7.4 Quality Assurance Plan

The Contractor shall submit to the Engineer for his approval, the Quality Assurance Plan (QAP)
which shall be based on the detailed Program of the Works.
The Quality Assurance Plan shall include the following:

(1) The Quality Control Schedule Comprising of:


a) The recapitulative test schedule and testing program detailing the list of tests for
compliance, Laboratory trials, site trials and trials Sections, construction control
tests and their frequencies, tests for acceptance of the completed works with their
dates.
b) Recapitulative list of "critical" acceptance testing procedures, for equipment or
parts of the works which corresponds to the tasks on the Critical Path according to
the construction Program.
c) Estimate of the number of tests to be carried out, list and number of appropriate
equipment to conduct them, list of tests to be conducted outside the site
Laboratory , if any, identification of the outside Laboratory where proposed to
carry out the test.
d) List of staff assigned to the Laboratory, their position and responsibilities in the
quality control procedures, their qualification and experience, general description
and detailed organization of the Laboratory activities.

(2) The list of sources of materials and/or of manufactured articles, their main characteristics,
their identification mode as provided by the supplier when required; the program of supply
and procurement of material and/or manufactured articles in accordance with the
Program.

(3) The list of tests and quality control procedures to be implemented by the Sub-contractors,
if any, pointing out the "critical" acceptance testing procedures relating to the Sub-
contracted works, which correspond to the tasks on the Critical Path included in the Sub-
contracted works.
The Contractor shall implement the Quality Control in compliance with the approved QAP.

The Engineer's approval of the QAP shall not relieve the Contractor from his responsibility
of the quality of the Works as per the Conditions of Contract and these Specifications nor
shall the Engineer's approval of the QAP exempt the Contractor of any procedure to
inform the Engineer in writing or request for the Engineer's approval or re-approval as
specified in the Conditions of Contract and/or in these Specifications
The Contractor shall monitor and update the QAP on the basis of the decisions taken at
the periodic review meetings or as directed by the Engineer and in accordance with the
program of the works and the Conditions of Contract.

7.5 Testing Procedures And Set Of Tests


For ensuring the quality of the work, the materials and the workmanship shall be subjected to
testing in accordance with procedures, sets of tests and frequencies as specified in respective
Sections of these Specifications. The specified testing frequencies are not restrictive. The
Engineer shall direct for the tests to be carried out as frequently as deemed necessary that the
materials and workmanship comply with their Specifications.
Where no specific testing procedure is mentioned in the Specifications, the tests shall be carried
out as per the prevalent accepted engineering practice or directions of the Engineer.

Detailed Specifications Of Building Works (Civil)   Page 15 


7.6 Laboratory Trials To Confirm Compliance With Specifications

Concrete

Laboratory trials for concrete mixes shall be carried out by the Contractor to demonstrate that the
composition of the mixes proposed for the concrete meets the requirements of the Specifications.

The compositions of concrete mixes which meet the specified requirements and are accepted by
the Engineer shall be then used in the site trials carried out.

7.6. Site Trials Or Trials Sections

7.6.1 Concrete

Site trials for concrete mixes shall be carried out by the Contractor to demonstrate the suitability of
his mixing equipment. During the site trials, compliance with the Specifications for weighing
equipment, storage of ingredients, means of transport for concrete, placing, compaction and curing
shall be checked by the Engineer.

During the site trial a full scale sequence including placing and compaction of concrete shall be
carried out on a part of the works which will represent particular difficulties due to the presence of
reinforcement, obstructions or others.

The Contractor shall allow in his program for conducting the site trials and for carrying out the
appropriate tests, including the time required to obtain compressive strength test results at 28
days. The Contractor shall inform in writing the Engineer at least two weeks before the date he
proposes to use the concrete mixes in the site trials with all relevant data including the trial
program, the results of the Laboratory trial tests for the proposed concrete mixes and compliance
tests results of all constituents i.e. cement, aggregates, water and admixtures, if any.

7.6.2. Other Works and Equipment

Site trials for Pre-stressed Concrete Works, Painting of Structural Steelwork etc. are detailed in the
relevant Sections of these Specifications.
Approval of the Engineer to a set of data recorded in a site trial shall not relieve the Contractor of
his responsibilities to comply with the requirements of these Specifications

7.6.3. Control Testing During Construction


Quality Control procedure are detailed in the relevant Sections of these Specifications

7.6.4. Acceptance Tests For Completed Works Or Part Of Works


Acceptance tests for other works and equipment are detailed in the relevant Sections of these
Specifications.

7.6.5. Recapitulative Schedule Of Tests

The tests to be carried out and their frequency for the quality control of the works are detailed in
the relevant Sections of these Specifications.

The following Table recapitulates the testing schedule for the main types of works.

Page 16   Detailed Specifications Of Building Works (Civil) 


7.6.6. Testing Schedule

Part or Tests Frequency


component of
the works
Concrete cement: acceptance tests: Conservative samples for
Materials each supply and not less than
Control tests: chemical composition physical every 200t or part of it.
properties testing in case of non
compliance of the mixes or
aggregates: storage on site for longer than 1
acceptance tests: month
Control tests: each delivery and every 100 t or
Grading part of it for fine aggregate and
Silt & clay content 250 t or part of it for coarse
Organic impurities aggregate
Chloride content, sulphate content, Alkali As frequently as required.
reactivity
water, admixtures
Concrete • lab. Trials • site trials • early works: every 6 m3 of
control tests compressive strength each class. When compliance
is established: every 20 m3 or
part of it.
Reinforcement:

Brickworks for quality of bricks as required


structures quality of cement and sand
Materials mortar control tests compressive strength of
mortar every 10 m3of brick work or
part of it.
Masonry for quality of cement and sand as required
structures control tests compressive strength of every 10m3 of masonry of part of
materials mortar it
Mortar dismantling of masonry (1 m_1 m) every 30m3 of masonry or part of
it

7.07. Contractor's Laboratory

(1) Laboratory Building


The Contractor shall on his own make provide and maintain a site Laboratory. Such
Laboratory shall have a minimum total area of 60 m2 appropriately partitioned to house
various Laboratory instruments/equipment, office, store, and toilet. It shall have adequate
electrical connections (power plugs, switches) necessary to operate the equipment in the
Laboratory.The Laboratory shall either be any existing building at site, rented and modified
to suit the purpose or shall be a shed constructed of GI sheets and pipes/angles. The floor
of the Laboratory shall however be of 100 mm M15/20 concrete and the minimum height
2.7 m. The Contractor shall submit the design of the GI shed for approval of the Engineer
prior to its construction.

Detailed Specifications Of Building Works (Civil)   Page 17 


Alternatively, it may also be constructed from shipping containers modified suitably to the
Engineer's satisfaction for the purpose.
This Laboratory shall be part of the Temporary Works and will be the property of the
Contractor on completion of the Works.
(2) Measurement
Measurement for the provision of site Laboratory will be on a monthly basis.
(3) Payment
Payment for work will be made on the basis of contract unit price indicated in the BOQ.
Payment for the works shall be full and final compensation for all material, labour, and
equipment (including land rent if any) to complete the works as specified.

7.08. Laboratory Equipment at Site

The equipment for the site Laboratory and field control tests shall be provided, installed, operated
and maintained by the Contractor. The equipment, material, chemical reagents may also be used
by the Engineer to conduct tests according to his Quality Check Plan. Testing frequency (both
Laboratory and field control) shall be developed in the Quality Assurance Plan of the Contractor
and Quality Check Plan of the Engineer. After the completion of the Works, the Laboratory
equipment shall become the property of the Contractor. Laboratory and field control equipment
anticipated for the Works are listed in following Tables.

Measurement and Payment

Measurement and Payments for the work will be made in relevant monthly statement on the basis
of lump sum price quoted in the BOQ. It shall be paid in the following manner:
- 50% after installation of the equipment in the site Laboratory to the satisfaction of the
Engineer and
- the remaining 50% after 80% completion of the Works.

7.9. Laboratory Equipment/Field Control Testing Apparatus For Cement Masonry And
Concrete Works
S.No. Designation Quantity
1. Slump Cone with Base and Graduated Tamping Rod 2 Sets
2. Heavy Duty Concrete Cube Moulds, 150 mm cubes, with Base 12 Sets
3. Concrete Cube Crushing (set) Machine with Spherically Seated Block 1 Set
and Platens for Mortar Test
4. Mortar Flow Apparatus with Cone 2 Sets
5. Vicat Apparatus 1 Set
6. Standard Sieves for Aggregate 2 Sets
7. Electric Oven 1 Set

7.10. Sampling and Testing of Material away From Site


Some tests on construction material shall be conducted periodically off the site at reputable
institutions in Kathmandu as directed by the Engineer.
The frequency of tests shall be developed in the Quality Assurance Plan that shall also prescribe
test results and reporting formats. However, some details on the tests are listed tentatively below.

Page 18   Detailed Specifications Of Building Works (Civil) 


7.11 List Of Tests To Be Conducted Off-Site Tests
(Locations subject to the approval of the Engineer)

S.No. Description of Tests


1. UTM Tensile Test for Re-bar
2. Zinc Coating and Tensile test of GI wire
3. Los Angeles Abrasion Test for Aggregate
4. UTM tensile Test for Anchor Bar
5. Specific Gravity of Aggregates

The tests listed above are subject to the Contractor's Quality Assurance Plan approved by the
Engineer. The Engineer shall also determine the number of tests while executing the Works.

The Contractor shall keep records of all tests in a format approved by the Engineer. Two copies of
any test results shall be forwarded to the Engineer.

Measurement

Measurement of work under this Clause shall be in number of tests fully executed to the
satisfaction of the Engineer.

7.12. Payment

Payment will be made from the Provisional Sum set aside for the purpose and shall be full and
final compensation for all material, labour, and equipment to complete the works as specified.

7.13. Survey and Setting

All traverse stations and reference points shall be clearly marked and protected to the satisfaction
of the Engineer.

The Contractor shall provide the Engineer with all necessary assistance for checking the setting
out, agreement of levels and any other survey or measurement which the Engineer needs to carry
out in connection with the Works during the entire period of Contract. Such assistance shall
include:

- Provision of suitably qualified surveyors to work under the direction of the Engineer as
required.
- Provision of all necessary support for these surveyors including assistants, chainmen,
labour, survey equipment (thedolite, levels, etc.), hand tools, pegs, and other incidental
material.
The survey equipment shall be of the quality approved by the Engineer.

7.14 Use of the Contractor's Temporary Works

Unless otherwise specified under the Contract, the Contractor shall allow the Employer, the
Engineer or the Nominated Subcontractor the use of temporary access, crossings and other
Temporary Works at site insofar that such use is related with the Works.

Detailed Specifications Of Building Works (Civil)   Page 19 


7.15. Day work

Day work shall mean provisional sum payable to the Contractor for works executed on a daily or
hourly basis as instructed in writing by the Engineer. This item is categorized in three groups
namely:
(i) Labour
(ii) Equipment
(iii) Material

The Engineer however shall have the right to obtain further information on the rates and if
appropriate to negotiate changes in the rates or demand new prices for additional equipment, staff,
or material before or after the award of the Contract.
The Engineer shall have the right to calculate new prices for Day work on the basis of rate
analysis.
The hourly or daily rates of labour or equipment and the unit price for material submitted by the
Contractor shall deem to cover all expenses and shall be inclusive of overhead, taxes, and profit.
Non-working hours or idle time/down time of labour and equipment respectively shall not be
considered for payment.

7.16 Reports
The Contractor shall prepare and submit four copies of Progress Report on a monthly basis. The
Reports shall highlight the targeted and achieved progress, problems at site, and brief description
of the claims during the month and the Engineer's response, and other information relevant to the
Project. It shall be supplemented with necessary charts, tables, data, and at least 36 photographs.
On completion of the Works, the Contractor shall prepare and submit a Completion Report that
shall deal comprehensively on all aspects covered in the Monthly Report. Additional information
such as improvement in construction methods/techniques, lessons learnt from the Project,
important considerations for maintenance, etc. should also be highlighted.
7.17. Site Diary
The Contractor shall keep Site Diaries wherein full details of the work carried out during each day
shall be fully recorded. The diaries shall be available for inspection by the Engineer any time
during normal office hours. The Site Diaries shall include:
- Weather Conditions, rainfall/snowfall, and river water level
- Description, quantity, and location of work performed
- Shifts and working hours
- Number and category of workers working at site
- Plant in use and idle, or broken down
- Test carried out and results
- Inspection carried out by the Engineer
- Site instructions
- Visitors
- Accidents
7.18 Measurement and Payment
The cost for these works shall be covered by the Contractor's overhead included in unit rates of
other items in the BOQ.

Page 20   Detailed Specifications Of Building Works (Civil) 


8. MATERIALS AND TESTING OF MATERIALS

8.1 Quality Of Materials

The materials supplied and used in the works shall comply with the requirements of these
Specifications. They shall be new, except as provided elsewhere in the contract or permitted by
the Engineer in writing. The materials shall be manufactured, handled and used skilfully to ensure
completed works to comply with the contract.

8.2. Sources Of Materials

The use of any one kind or class of material from more than one source is prohibited, except by
written permission of the Engineer. Such permission, if granted, shall set forth the conditions under
which the change may be made. The sources or kinds of material shall not be changed without
written permission of the Engineer. If the product of any source proves unacceptable, the
Contractor shall make necessary arrangements for the supply of acceptable material. Any claims
for compensation associated with such arrangements or changes shall not be considered, unless
the source of the unacceptable material is designated in the contract as a source of material.

When any manufactured product, either new or used, is to be furnished by the Employer, the
location at which such material shall be delivered to the Contractor shall be designated in the
contract. In such cases, the Contractor shall haul the materials from the designated delivery point
to the point of use. The compensation for such hauling shall be included in the contract unit rate
for placing the materials in the finished work.

8.3. Inspection And Acceptance Of Materials

Final inspection and acceptance of materials shall be made only at the site of the work. The
Engineer reserves the right to sample, inspect, and test the materials throughout the duration of
the works and to reject any materials which are found to be unsatisfactory.
A preliminary inspection of materials may be made at the source for the convenience and
accommodation of the Contractor, but the presence of a representative of the Engineer shall not
relieve the Contractor of the responsibility of furnishing materials complying with their
Specifications.

The representative of the Engineer shall have free entry at all times to those parts of any plant
which concern production of the materials ordered.

8.4 Materials And Manufactured Articles

(1) Order for Materials and Manufactured Articles


The Contractor shall, before placing any order for materials and manufactured articles for
incorporation in the Works, submit to the Engineer the names of the firms from whom he
proposes to obtain such materials and manufactured articles, giving for each firm a
description of the materials and manufactured articles to be supplied, their origin, the
manufacturer's specification, quality, weight, strength and other relevant details. The
Contractor shall submit the samples of such materials and manufactured articles when

Detailed Specifications Of Building Works (Civil)   Page 21 


requested by the Engineer and when appropriate, manufacturer's certificates of recent test
carried out on similar materials and manufactured articles shall also be submitted.

(2) Storage

All materials and manufactured articles shall be stored on site in a manner acceptable to
the Engineer. The Contractor shall carefully protect all work, materials and manufactured
articles from the weather and vermin.

(3) Test Certificates

When instructed by the Engineer, the Contractor shall submit to him all Test Certificates
from the suppliers/manufacturers of the materials and/or manufactured articles to be used
for the contract. Such certificates shall certify that the materials and/or manufactured
articles concerned have been tested in accordance with the requirements of these
Specifications. All Test results shall be enclosed along with such certificates. The
Contractor shall provide adequate means of identifying the materials and/or manufactured
articles delivered on the site with the corresponding certificates.

8.5. Defective Materials

All materials not conforming to the requirements of the contract shall be rejected whether in place
or not. They shall be removed immediately from the site unless otherwise permitted by the
Engineer. Even after rectification of the defects no rejected material shall be used in the work
unless approved by the Engineer in writing. Upon failure of the Contractor to comply promptly with
any order of the Engineer given under this Clause, the Engineer shall have authority to cause the
removal and replacement of rejected material and to deduct the cost thereof from any monies due
to the Contractor.

8.6. Trade Names And Alternatives

For convenience in designation in the contract, certain articles or materials to be incorporated in


the work may be designated under a trade name or the name of a manufacturer and his catalogue
information. The use of an alternative article or material which is of equal or better quality and of
the required characteristics for the purpose intended shall be permitted, subject to the following
requirements:

(1) The proof as to the quality and suitability of alternatives shall be submitted by the
Contractor. He shall also furnish all information necessary as required by the Engineer.
The Engineer shall be the sole judge as to the quality and suitability of alternative articles
or materials and his decision shall be the final and binding upon the Contractor.

(2) Whenever the specifications permit the substitution of a similar or equivalent material or
article, no tests or action relating to the approval of such substitute material shall be made
until the request for substitution is made in writing by the Contractor accompanied by
complete data as to the equality of the material or article proposed. Such request shall be
made well in advance to permit approval without delaying the work.

8.7. Foreign Materials

Materials which are manufactured, produced or fabricated outside Nepal shall be delivered at a

Page 22   Detailed Specifications Of Building Works (Civil) 


point in Nepal as specified in the contract where they shall be retained for a sufficient time to
permit inspection, sampling, and testing. The Contractor shall not be entitled to an extension of
time for acts or events occurring outside Nepal and it shall be the Contractor's responsibility to
deliver materials obtained from outside Nepal to the point of delivery in Nepal. The Contractor shall
supply the facilities and arrange for testing required at his own cost. All testing by the Contractor
shall be subject to witnessing by the Engineer.

The Contractor shall furnish to the Engineer a "Certificate of Compliance" with the specifications
from the manufacturer, producer or fabricator of foreign material where required. In addition,
certified mill test reports clearly identifiable to the lot of material shall be furnished where required
in these Specifications or otherwise requested by the Engineer. Where structural materials
requiring mill test reports are obtained from foreign manufacturers, such materials shall be
furnished only from those foreign manufacturers who have previously established, to the
satisfaction of the Engineer, the sufficiency of their in-plant quality control, as deemed necessary
by the Engineer or his representative, to give satisfactory assurance of their ability to furnish
material uniformly and consistently in conformance with their Specifications. At the option of the
Engineer, such sufficiency shall be established whether by submission of detailed written proof
thereof or through in-plant inspection by the Engineer or his representative.

If the welding of steel for structural steel members or the casting and pre-stressing of pre-cast pre-
stressed concrete members is to be performed outside of Nepal, the following requirements shall
apply:

(1) Such fabrication shall be performed only within the plants and by fabricators who have
previously established, to the satisfaction of the Engineer, that they have the experience,
knowledge, trained manpower, quality control, equipment and other facilities required to
produce the quality and quantity of the work required. At the option of the Engineer,
prequalification of the plant and fabricator shall be established either by the submission of
detailed written proof thereof or through in-plant inspection by the Engineer or his
representative, or both.

(2) The Contractor shall make written application to the Engineer for approval for such foreign
fabrication at the earliest possible time and in no case later than 60 calendar days in
advance of the planned start of fabrication. The application shall list the specific units or
portion of a work which shall be fabricated outside of Nepal.

(3) The Contractor shall advise the Engineer, in writing, at least 20 calendar days in advance
of the actual start of any such foreign fabrication.

(4) All documents pertaining to the contract, including but not limited to, correspondence,
tender documents, working drawings and data shall be written in the English/Nepali
language and all numerical data shall use the metric system of units of measurement.

8.8. Definition of General Types of Materials

The following definitions shall apply to materials in this Section and other relevant Sections.

(1) "Topsoil" shall mean the top layer of soil that can support vegetation. It shall include all turf
acceptable for turfing.
(2) "Suitable Material" shall comprise all that is acceptable in accordance with the contract for

Detailed Specifications Of Building Works (Civil)   Page 23 


use in the works {and which is capable of being compacted to form a stable fill having side
slopes as indicated in the Drawing. The material used in fill (except rock fill) shall not contain
rock fragments with dimensions of more than 75 mm.}

(3) "Unsuitable Material" shall mean other than suitable material and shall include:

(a) Material from swamps, marshes or bogs;


(b) Peat, logs, stumps, perishable material, organic clays;
(c) Material susceptible to spontaneous combustion;
(d) Material in a frozen condition;
(e) Clay of liquid limit exceeding 70 and/or plasticity index exceeding 45.
Materials stated above in d), if otherwise suitable shall be classified suitable when
unfrozen.

(4) "Well Graded Granular Material" consisting of gravel and/or sand shall conform to relevant
Clause.

(5) "Rock fall", coarse alluvial material shall be loose soils such as moraines, debris, or
alluvial material containing large blocks or large boulders. Individual blocks or boulders of
hard materials greater than 0.3m3 each in volume, shall be classified as hard material.

(6) "Hard Material" shall mean any material which conform to the requirements of relevant
Sub-clause.

8.9. Sieves

IS sieves shall be used for all tests. Based on IS-460 the standard sieves series shall be as
follows:

125; 90; 75; 63; 50; 45; 40; 37.5; 31.5; 25; 22.4; 20; 19; 16; 12.5; 11.2; 10; 9.5; 8; 6.3 ;5.6; 4.75;
4.00; 2.8; 2.36; 2; 1.7; 1.4; 1.18; 1; 0.85; 0.71; 0.6; 0.5; 0.425; 0.400; 0.300; 0.250; 0.212; 0.180;
0.150; 0.125; 0.090; 0.075 mm.

8.10. Soils And Gravels

8.10.1. Sampling and Samples

Sampling of soils and gravels shall be carried out as specified or as directed by the Engineer.
Samples shall be prepared for testing as indicated in IS 2720 part I, except that:
a) The mass (in g) of a sample required for sieve analysis is about 400D, D being the maximum
particle size (mm).
b) Sample containing particles larger than 19 mm size shall be prepared for compaction and CBR
tests as described hereunder, provided the proportion in weight of such particles is less than
30% :
An adequate quantity of representative material shall be sieved over the 50 mm and 19 mm sieve.
The material passing the 50 mm sieve and retained on the 19 mm sieve shall be weighed and
replaced with an equal mass of material passing the 19 mm sieve and retained on the 4.75 mm
sieve. The material for replacement shall be taken from the remaining portion of the main sample.
When preparing gravel samples, the aggregations of particles shall be broken with a wooden or
rubber hammer or pestle. Care shall be taken that no individual particles are crushed in the
operation.

Page 24   Detailed Specifications Of Building Works (Civil) 


8.10.2. Standard Methods of Testing

Tests on soils and gravels shall be performed in accordance with the standard methods given in
Table below:

Tests Procedures Applicable to Disturbed/Undistributed Samples of Soils and Gravels

Tests Test procedure


Determination of:
i) Moisture Content IS 2720 Part 2 (Oven-drying method)
ii) Liquid Limit IS 2720 Part 5 (Cone Penetrometer or by
Casagrande Apparatus)
iii) Plastic Limit IS 2720 Part 5
iv) Plasticity Index IS 2720 Part 5
v) Linear Shrinkage IS 2720 Part 20
vi) Specific Gravity of IS 2720 Part 3
Particles
vii) Particle Size Distribution IS 2720 Part 4
viii) Organic Matter Content IS 2720 Part 22 '
ix) Total Sulphate Content IS 2720 Part 27
x) pH Value IS 2720 Part 26 (Electrometric Method)
xi) Mica Content - Manual mineralogical counting
xii) Density-Moisture Content IS 2720 Part 7
relationship (2.5 kg
rammer)
xiii) Density-Moisture Content IS 2720 Part 8
relationship (4.9 kg
rammer)
xiv) California Bearing Ratio IS 2720 Part 16
xv) Sand Equivalent IS 2720 Part 37 (Mechanical Shaker or Manual
Shaker method)
xvi) Field Dry Density IS 2720 Part 28/Part 29
xvii) Unconfined compression IS2720 Part 10
test
xviii) Consolidation test IS2720 Part 15
xix) Direct shear test 1S2720 Part 13
xx) Triaxial test IS2720 Part 11,12
xxi) Hydrometer analysis IS 2720 Part 4
xxii) Vane shear test IS 2720 Part 30

Detailed Specifications Of Building Works (Civil)   Page 25 


It is further specified that:

a) Wherever in the text of these Specifications and the Special Specification the term "x% of the
MDD (IS 2720 Part 27 or IS 2720 Part 28) is used it shall mean that a standard of compaction
shall be achieved such that the dry density of the compacted material is x% of the maximum
dry density determined from the respective tests mentioned in Table 6.4. Samples for the
compaction tests shall be taken before compaction of the layers begins unless in the opinion
of the Engineer the compactive effort proposed or applied by the Contractor is such that the
material characteristics have changed in which case the samples for the tests shall be taken
after all compaction is complete.
b) Compaction tests: when the material is susceptible to crushing during compaction, a separate
and new sample shall be used in the determination of each point on the moisture/density
curve.
c) The dry density of material placed in the works shall be determined by the Sand Replacement
Method unless the Engineer directs to use a nuclear method or other method. In the case of
nuclear method, tests shall be done at least at the same frequency required when using the
Sand Replacement Method, but at each nuclear densometer test location the average of three
readings taken at positions rotated by 90° shall be used. A check/comparison test using the
Sand Replacement Method shall be carried out at 10 test interval.
Initial calibration of the nuclear density testing equipment shall be done by carrying out at least fifty
tests in parallel with the Sand Replacement Method for each different material encountered. The
check tests shall be used to update the initial calibration of the nuclear density testing equipment.

8.11. Stone, Aggregate, Sand And Fillers


(1) Sampling and Preparation of Samples

Sampling shall be carried out as per ASTM-D75 and the samples shall be prepared in
accordance with IS 2386 or according to sampling procedures specified for the Standard
Methods of testing given in following Table.'
(2) Standards Methods of Testing

Tests on stone, aggregate, sand and filler shall be performed in accordance with the
standard procedures given in the following tables.
Tests Procedures Applicable to Stone Aggregate and Fillers'

Tests Test Procedure

Determination of:
i) Particle Size Distribution IS 2386 Parti
(Gradation)
ii) Clay, Silt, Dust in Aggregates IS 2386 Part 2
iii) Flakiness index IS 2386 Part
iv) Specific Gravity IS 2386 Part 3
v) Moisture Content IS 2386 Part 3
vi) Bulk Density, Voids & Bulking IS 2386 Part 3

Page 26   Detailed Specifications Of Building Works (Civil) 


vii) Soluble Chloride Content BS812 Part 117
viii) Mica Content Manual mineralogical counting
ix) Water Absorption 1S2386 Part 3
x) Crushing Ratio Manual counting weighing
&
xi) Los Angeles Abrasion IS 2386 Part 4
xii) AIV - ACV IS 2386 Part 4
xiii) Polished Stone Value IS 2386 Part 4
xiv) Degradability Test NFP94-067
xv) Sodium Sulphate Soundness IS 2386 Part 5
xvi) Alkali Aggregate Reactivity IS 2386 Part 7
Test
xvii) Deleterious Substances IS 2386 Part 2
xviii) Sand Equivalent IS 2720 Part 37
xix) Crushing Strength of stone IS 2386 Part 4

8.12. Cement
Ordinary and High Strength Portland Cement (OPC and HSPC), Portland Slag Cement (PSC),
Portland Pozzolana Cement (PPC) shall be sampled according to IS 3535 and tested according to
IS 4031.

Chemical and physical requirements for Ordinary Portland Cement, High Strength Portland
Cement, Portland Slag Cement and Portland Pozzolana Cement shall be in accordance with IS
269, IS 8112, IS 12269, IS 455, IS 1489 respectively.

The requirements on their physical characteristics shall be:

8.12.1. Requirements on the Physical Characteristics of Cement

S.N. Physical characteristics OPC/PSC HSPC Test Procedure


i) Fineness, m2/kg: (by Blaine's Air Permeability 225 225
IS-4031 Part 2
method)
ii) Setting Time:
(a) Minimum Initial Setting Time (minutes) 45 45 IS 4031 Part 5
(b) Maximum Final Setting Time (minutes) 600 600

iii) Soundness by Lechatelier method, mm, maximum 10 10 IS 4031 Part 3


iv) Compressive Strength:
IS 4031 Part 6

Detailed Specifications Of Building Works (Civil)   Page 27 


Minimum Average Compressive Strength of three
mortar cube(N/mm2)
(a) 3 days 22 27
(b) 7 days 29 37
(c) 28 days 43 53

8.13. Lime
Limes shall be sampled and tested in accordance with BS 890 and shall comply with all
requirements specified therein.

Lime for treatment shall be Hydrated Calcium Lime or Quicklime and, unless otherwise specified,
shall comply with the requirements given in Table below:
8.13.1. Requirements of Lime for Treatment
S. No. Characteristics Hydrated lime Quicklime

i) Fineness Residue on 0.212 mm sieve - 1% 10% 10%


Maximum Residue on 0.075 mm sieve – 50%
Maximum

>i) Chemical requirements Free lime content 50% 60% 5%


- Minimum Hydrated lime content -
Maximum

8.13.2. Lime Treated Materials

(1) Sampling
Sampling and preparation of samples of lime treated material shall be carried out as
specified or as instructed by the Engineer except that:
Samples containing particles larger than 19 mm shall be prepared for compaction and
CBR tests. (The fraction coarser than 19 mm shall be replaced by an equal weight of
material passing through 19mm sieve and retained on 4.75 sieves).

(2) Standard Methods of Testing


The tests on lime treated materials shall be performed in accordance with the Standard
methods:

Additional Tests Procedures Applicable to Lime Treated Materials

Tests Test Procedure


Determination of:
(i) Unconfined Compressive Strength (UCS) BS1924-Part2
(ii) Effect of immersion on UCS BS 1924 -Part 2
(iii) Lime Content BS 1924-Part 2

Page 28   Detailed Specifications Of Building Works (Civil) 


8.14. Concrete

Sampling and testing on concrete shall be carried out in accordance with the standard methods
given:.

8.14.1. Tests Procedures Applicable to Concrete

S.No. Tests Test Procedures


Determination of:
(i) Air contents of fresh concrete BS 1881-106
(ii) Density of hardened concrete BS 1881-114
(iii) Compressive strength of concrete cubes BS 1881-116
(iv) Tensile splitting strength BS 1881-117
(v) Flexural strength BS 1881-118
(vi) Compressive strength of concrete cores BS 1881-120
(vii) Water absorption BS 1881-122
(viii) Mixing and sampling fresh concrete in laboratory BS 1881-125
(ix) Normal curing of test specimens (20° C method) BS 1881-111
(x) Accelerated curing of test specimens BS 1881-112
(xi) Making test cubes from fresh concrete BS 1881-108

8.14.2. Non-destructive Tests Applicable to Concrete

S.No. Tests References to Test


Procedures
(i) Method of testing hardened concrete for other than BS 1881-5
strength
(ii) Guide to the use of non destructive methods of test for BS 1881-201
hardened concrete
(iii) Recommendation for surface hardened testing by rebound BS 1881-202
hammer
(iv) Recommendation for measurement of velocity of ultrasonic BS 1881-203
pulses in concrete
(v) Recommendation on the use of electromagnetic cover BS 1881-204
meters
(vi) Recommendation for the assessment of concrete Strength BS 1881-207
by near to surface tests.

The test specimens shall be cured at a temperature of 27°C ± 2°C. Water to be used in concrete
shall be tested as specified in BS 3148.

The total chloride content, expressed as chloride ion, arising from all ingredients in a mix including
cement, water and admixtures shall not exceed the following limits, expressed as a percentage of
the weight of cement in the mix :-

Detailed Specifications Of Building Works (Civil)   Page 29 


For pre-stressed concrete, steam cured concrete or concrete containing sulphate resisting or
super-sulphated cement : 0.1 per cent
For any other reinforced concrete : 0.4 per cent

The total sulphate content expressed as SO3 of all the ingredients in a mix including cement,
water and admixtures shall not exceed 0.4 per cent by weight of the aggregates or 4.0 per cent of
the weight of the cement in the mix, whichever is the lesser.

8.15. Reinforcing Steel

All reinforcement for use in the Works shall be tested in a Laboratory acceptable to the Engineer
and two copies of each test certificate shall be supplied to the Engineer. The sampling and
frequency of testing shall be as set out in the NS 84-2042 and NS 191-2045. In addition to the
testing requirements described above, the Contractor shall carry out additional testing as
instructed by the Engineer.

8.15.1. Testing Of Welds

(1) The tests shall be carried out by the methods described in BS 709. The following
requirements shall also be met with.
(a) General

In any respect the test results of welded joints shall not be inferior to the British Standard
test requirements for the parent material.

(b) Procedure Trials

(i) Tensile and Bend Test


Should any one of the weld joint pieces selected for transverse tensile and
transverse and longitudinal bend test fail to comply with the requirements applicable
to the parent metal of the joint, 2 additional test pieces shall be taken from the joint
material represented by the test. Both the test pieces shall comply with the
requirements in order to qualify for the acceptance.

(ii) Charpy V-notch Tests


Should the average impact value obtained from any set of 3 Charpy V-notch tests
on specimens fail to comply with the requirements, 3 additional test pieces from the
same sample shall be tested. The average of the 6 test results shall comply with the
test requirements in order to qualify for acceptance.

(iii)Revised Procedures
In the event of failure to meet the requirements, the Contractor shall carry out further
trials, using revised procedures, and further tests to the satisfaction of the Engineer.

(c) Production Tests

(i) Tensile and Bend Tests


Should any one of the weld joint test pieces selected for transverse tensile and
transverse bend tests fail to comply with the test requirements applicable to parent
metal of the joint represented by the test, additional specimens shall be taken
from the same production test plates and the test shall be repeated. Should any of

Page 30   Detailed Specifications Of Building Works (Civil) 


the additional tests fail to comply with the requirements, the joint shall be rejected.

(ii) Charpy V-notch Tests


Should the average impact value obtained from any set of 3 Charpy V-notch
specimens selected fail to comply with the test requirements, 3 additional test
pieces from the same production test plates shall be tested. Should the average of
the 6 results fail to comply with the test requirements the joint shall be rejected.

(iii) Re-welding and Re-Testing


In the event of failure to meet the test requirements the welded joint represented
by the tests shall be completely cut out. The joint shall then be re-welded and the
test repeated.

(iv)Non-destructive Testing
A method of non-destructive testing agreed with the Engineer shall be used for the
examination of butt welds in tension members.

8.16. Paints For Structural Steelwork

The Contractor shall submit the proposal to the Engineer about the paint system to be used in the
Works.

The system shall be defined at least by the following information, supported by the paint
manufacturer's data sheets:
• Type of system, composition of each component,
• Minimum thickness of each coat,
• Drying time at 10°C and 20°C within a range a relevant hygrometric conditions, including
handling conditions, minimum and maximum time of overlap,
• Type of painting method and thinner content, (airless spray, brush, roller etc.)
• Thinner type,
• Blending ratio,
• Maximum time limit of use, by 75% of relative humidity and for a relevant range of
temperature and hygrometric conditions,
• Ripening time for a relevant range of temperatures and at least for 20°C and 30°C.
• Weather conditions constraint for painting and drying, including minimum and maximum
ambient temperature and temperature of surfaces to be painted.

8.17. Bricks

Bricks shall conform to NS-1-2035 with the exceptions specified

8.18. Mortar

Mortar shall comply with relevant Sub-clause.

8.19. Reinforced Concrete Pipes

Reinforced concrete pipes shall comply with the requirements of NS 80-2042/IS 458:1988.

Detailed Specifications Of Building Works (Civil)   Page 31 


8.20. Geo textiles

Geo textiles used shall be made of polyethylene or polypropylene or polyester or similar fibres,
either woven or non-woven. Unless otherwise shown on the Drawing, the geo textiles shall:

a) sustain a load of not less than 10 kN/m at break and have a minimum failure strain of 10
percent when determined in accordance with BS: 6906 or shall have a grab tensile
strength more than 0.4 kN/m and grab elongation corresponding to this limit in accordance
with ASTM D4632.

b) have apparent opening size as shown on the Drawing. If no size is shown on the Drawing,
then the apparent size shall be 0.1 mm.

c) allow water to flow through it at right angles to its principal plane, in either direction at a
rate of not less than 50 liters/sq.m./sec. under a constant head of 100 mm, determined in
accordance with BS: 6906 (Part 3) or ASTM D4491, unless otherwise shown on the
Drawing. The flow rate determined in the test shall be corrected to that applicable to a
temperature of 15°C using data on variation in viscosity of water with temperature

d) have a minimum puncture resistance of 200 N when determined in accordance with


ASTM D 4833.

e) have a minimum tear resistance of 350 N when determined in accordance with ASTM D
4533. Geo textiles used for drilled sub-surface drains shall be as specified

Page 32   Detailed Specifications Of Building Works (Civil) 


9. CONCRETE WORK

9.1. Definitions

Structural concrete is any class of concrete which is used in reinforced, pre-stressed or un-
reinforced concrete construction which is subject to stress.

Non-structural concrete is composed of materials complying with the Specification but for which no
strength requirements are specified and which is used only for filling voids, blinding foundations
and similar purposes where it is not subjected to significant stress.

A pour refers to the operation of placing concrete into any mould, bay or formwork, etc. and also to
the volume which has to be filled. Pours in vertical succession are referred to as lifts.

9.2. Materials For Concrete

(1) General

The Contractor shall submit to the Engineer full details of all materials which he proposes
to use for making concrete. No concrete shall be placed in the works until the Engineer
has approved the materials of which it is composed. Approved materials shall not
thereafter be altered or substituted by other materials without the consent of the Engineer.

(2) Cement

Cement shall be free flowing and free of lumps. It shall be supplied in the manufacturer's
sealed unbroken bags or in bulk. Bagged cement shall be transported in vehicles provided
with effective means of ensuring that it is protected from the weather.
Bulk cement shall be transported in vehicles or in containers built and equipped for the
purpose.

Cement in bags shall be stored in a suitable weatherproof structure of which the interior
shall be dry and well ventilated at all times. The floor shall be raised above the
surrounding ground level not less than 30cm and shall be so constructed that no moisture
rises through it.

Each delivery of cement in bags shall be stacked together in one place. The bags shall be
closely stacked so as to reduce air circulation with min gap of 500mm from outside wall. If
pallets are used, they shall be constructed so that bags are not damaged during handling
and stacking. Stack of cement bags shall not exceed 8 bags in height. Different types of
cement in bags shall be clearly distinguished by visible markings and shall be stored in
separate stacks.

Cement from broken bags shall not be used in the works. Cement in bags shall be used in
the order in which it is delivered.
Bulk cement shall be stored in weather proof silos which shall bear a clear indication of the
type of cement contained in them. Different types of cement shall not be mixed in the
same silo.
The Contractor shall provide sufficient storage capacity on site to ensure that his

Detailed Specifications Of Building Works (Civil)   Page 33 


anticipated program of work is not interrupted due to lack of cement.
Cement which has become hardened or lumpy or fails to comply with the Specification in
any way shall be removed from the Site.

All cement for any one structure shall be from the same source as far as possible.
All cement used in the works shall be tested by the manufacturer. The manufacturer shall
provide the results of tests as given in following tables for each supply and for the last six
months of his production. The Contractor shall supply two copies of each certificate to the
Engineer.

9.2.2.1. Test Results For Chemical Composition Of Cement

Compounds Mean Min Max. Standard


% deviation
Lime CaO
Silica SiO2
Alumina AI2O3
Iron Oxide Fe2O3
Magnesia MgO
Sulphur So3
Trioxide
Soda, Na2O,K2O
Potash

9.2.2.2. Test Results for Physical Properties of Cement

Characteristics Requirements Nominal Mean Min Max St.


Dev.
Fineness, M2/KG : (by 225
Blaine's
Air Permeability Method)
Minimum Setting time (initial), 45
min
Maximum Setting time (final), 600
min
Soundness (by. Le Chatelie 10
method) mm, maximum
Minimum Average
Compressive
Strength of three mortar
cubes,
(N/mm2)
3 days 27*
7 days 37*
28 days 53*
*denotes the requirements of High Strength Portland cement.

Each set of tests carried out by the manufacturer on samples taken from cement which is
subsequently delivered to site shall relate to no more than one day's output of each
cement plant.

Page 34   Detailed Specifications Of Building Works (Civil) 


The Contractor shall constitute, from each delivery and each type of cement and not less
than one samples for every 200 tons or part of it, representative samples to be tested
when instructed by the Engineer in a laboratory acceptable to him, in case of the concrete
mixes do not comply with the requirements of this Specification.

Cement which is stored on site for longer than one month shall be tested in such
laboratory for every 200 tons or part thereof and at monthly intervals thereafter.
The Contractor shall keep full records of all data relevant to the manufacture, delivery;
testing and the cement used in the works and shall provide the Engineer with two copies
thereof.

(3) Fine Aggregate

Fine aggregate shall be clean hard and durable and shall be natural sand, crushed gravel
sand or crushed rock sand complying with IS 383. AH the material shall pass through a
4.75 mm IS sieve and the grading shall be in accordance with IS 383. In order to achieve
an acceptable grading, it may be necessary to blend materials from more than one source.
The deviation from the initial fineness modulus shall be no more than ± 0.30 for ordinary
concrete and ± 0.20 for high quality concrete.

However, in respect of the presence of deleterious materials the fine aggregate shall not
contain iron pyrites, iron oxides, mica, shale, coal or other laminar soft or porous materials
or organic matter unless the Contractor can show by comparative tests on finished
concrete as per the direction of the Engineer, that the presence of such materials does not
affect the properties of the concrete.

(4) Coarse Aggregate

Coarse aggregate shall be clean hard and durable crushed rock, crushed gravel or natural
gravel corresponding to the following classes:

Class A: Aggregate shall consist of crushed igneous or quartzite rock from an approved
source.

Class B: Aggregate shall consist of crushed quarry rock other than Class A from an
approved source.

Class C: Aggregate shall consist of natural or partly crushed gravel, pebbles obtained from
an approved gravel deposit. It may contain a quantity of material obtained from
crushing the oversize stone in the deposit provided such material is uniformly
mixed with the natural uncrushed particles.

Class D: Aggregate shall consist entirely of crushed gravel. The crushed gravel shall be
produced from material retained on a standard sieve having an opening at least
twice as large as the maximum size of aggregate particle specified.

Class E: Aggregate shall consist of an artificial mixture of any of the above classes of
aggregate the. The use of Class E aggregate and the relative proportions of the
constituent materials shall be approved by the Engineer.

Detailed Specifications Of Building Works (Civil)   Page 35 


Coarse aggregate shall be supplied in the nominal size called for in the contract and shall
be of the grading as single sized aggregate or graded aggregate of nominal size 40 mm,
20 mm, 12.5 mm and 10 mm in accordance with IS 383.

Other properties shall be as set out below:

Flakiness Index: When tested in accordance with IS 2386 Part 1, the Flakiness Index of
the coarse aggregate shall be as set out hereunder:
For ordinary concrete : not more than 25
For high quality concrete : not more than 15
If the Flakiness Index of the coarse aggregate varies by more than five units from the
average value of the aggregate used in the approved trial mix, then a new set of trial
mixes shall be carried out if the workability of the mixes has been adversely affected by
such variation.

Water Absorption: The aggregate shall not have water absorption of more than 2 per
cent when tested as set out in IS 2386 Part 3.

Los Angeles Abrasion (LAA): The aggregate shall have LAA not more than 45% for
ordinary concrete, and not more than 35% for high quality concrete, when tested in
accordance with IS 2386 Part 4.

Aggregate Crushing Value (ACV): The aggregate shall have ACV not more than 30% for
pavement structure and not more than 45% for other structure when tested in accordance
with IS 2386 Part 4.

Alkali Aggregate Reactivity: The aggregate shall comply with IS 383/3.2 notes when
tested in accordance with IS 2386 Part 7.

(5) Testing Aggregates


(a) Acceptance Testing
The Contractor shall deliver to the Engineer samples containing not less than 50 kg of any
aggregate which he proposed to use in the works and shall supply such further samples
as the Engineer may require. Each sample shall be clearly labelled to show its origin and
shall be accompanied by all information called for in IS 2386 Part 1 to 8. Tests to
determine compliance of the aggregates shall be carried out by the Contractor in a
laboratory acceptable to the

Engineer, if the tested materials fail to comply with the Specification, further tests shall be
made in the presence of the Contractor and the Engineer. Acceptance of the material shall
be based on the results of such tests.

All the materials shall be accepted if the results of not less than three consecutive sets of
test executed in accordance with IS 2386 (Part 1-8) show compliance.

b) Compliance Testing/Process Control Testing

The Contractor shall carry out routine testing of aggregates for compliance with the
Specification during the period that concrete is being produced for the works. The tests set
out below shall be performed on aggregates from each separate source on the basis of
one set of tests for each day on which aggregates are delivered to site provided that the
set of tests shall represent not more than 100 tons of fine aggregate and not more than

Page 36   Detailed Specifications Of Building Works (Civil) 


250 tons of coarse aggregate, and provided also that the aggregates are of uniform
quality.
Grading : IS 2386 Part 1
Silt, Clay Contents and Organic Impurities: IS 2386 Part 2

If the aggregate from any source is variable, the frequency of testing shall be increased as
instructed by the Engineer.

In addition to the above routine tests, the Contractor shall carry out the following tests at
the stated frequencies:

Chloride Content: As frequently as may be required to ensure that the proportion of


chlorides in the aggregates does not exceed the limit stated in the Specification. Sulphate
Content and Alkali Aggregate Reactivity; As frequently as may be required according to
the variability of sulphate content and alkali reactivity assessed from the laboratory tests
carried out during the concrete mix design.

(6) Delivery and Storage of Aggregates

Aggregates shall be delivered to site in clean and suitable vehicles. Different type or sizes
of aggregates shall not be delivered in one vehicle.

Each type or size of aggregate shall be stored in a separate bin or compartment having a
base such that the contamination of aggregate is prevented. Dividing walls between bins
shall be substantial and continuous so that no mixing of types or sizes occurs.

The storage of aggregates shall be arranged in such a way that drying out in hot weather
is prevented in order to avoid sudden fluctuations in water content. Storage of fine
aggregates shall be arranged in such way that they can drain sufficiently before use in
order to prevent fluctuations in water content of the concrete.

(7) Water for Concrete and Mortar


Water shall be clean and free from harmful matter and shall comply with the requirements
of IS 456.

Brackish water containing more than 1000 ppm chloride ion or 2000 ppm sulphate ion
shall not be used for mixing or curing concrete.
The Contractor shall carry out tests in compliance with IS 456 to establish compliance with
Specifications.

(8) Admixtures

(a) General

The use of admixtures in concrete may be required under the contract to promote special
properties in the finished concrete or may be proposed by the Contractor to assist him in
compliance with the Specification.
In all cases the Contractor shall submit to the Engineer full details of the admixture he
proposes to use and the manner in which he proposes to add it in the mix. The information
provided shall include:

Detailed Specifications Of Building Works (Civil)   Page 37 


(i) The typical dosage, the method of dosing, and the detrimental effects of an excess or
deficiency in the dosage.
(ii) The chemical names of the main active ingredients in the admixture.
(iii) Whether or not the admixture contains chlorides, and if so the chloride ion content
expressed as a percentage by weight of admixture.
(iv) Whether the admixture leads to the entrainment of air when used at the
manufacturer's recommended dosage, and if so the extent to which it does so.
(v) Details of previous uses of the admixture in Nepal.
The chloride ion content of any admixture shall not exceed 1 per cent by weight of the
admixture nor 0.02 per cent by weight of the cement in the mix.
Admixtures shall not be mixed together without the consent of the Engineer.
Calcium chloride or admixtures containing calcium chloride shall not be used in pre-
stressed concrete.
Admixtures may be supplied as liquid or as powder. They shall be stored in sealed and
undamaged containers in a dry, cool place. Admixtures shall be dispensed in liquid form
and dispensers shall be of sufficient capacity to measure at one time the full quantity
required for each batch.
(b) Workability Agents
Workability agents shall comply with BS 5075 and shall not have any adverse effect on the
properties of the concrete.
9.3. The Design Of Concrete Mixes

(1) Classes of Concrete

The classes of structural concrete to be used in the works shall be as shown on the
Drawing and designated in following Table, in which the class designation includes two
figures. The figures indicates the characteristic strength Fck at 28 days expressed in MPa
(N/mm2 ) and the second figure is the maximal nominal size of aggregate in the mix
expressed in millimetres. Letter M in the class designation stands for Mix, letters SM stand
for Special Mix.
Consistence of the mix, assessed through the Slump Test where the slump is measured in
millimetres, is designated as follows:
S: Stiff consistence, for slump < 40

P: Plastic consistence, for slump > 40 and < 90

VP: Very Plastic consistence, for slump >90 and < 150

F: Flowing consistence for slump > 150

Page 38   Detailed Specifications Of Building Works (Civil) 


9.3.1.1. Concrete Classes and Strength

Trial mixes Early works test cubes


Characteri
Minimal Any one
stic Maximum
Target result Average of 3
Classes of Type of Strength Nominal Size
Consistence Strength (aver, of 3 consecutive
concrete uses (fck) of Aggregate
fd=1.1fck cubes) results
MPa (mm)
MPa MPa MPa (N/mm2)
(N/mm2)
(N/mm2) (N/mm2)
M 10/75 S Ordinary 10 75 11 10 14
M 10/40 S Ordinary 10 40 11 10 14
M 15/20 S Ordinary 15 20 16.5 15 19
M 15/40 S Ordinary 15 40 16.5 15 19
M 20/20 S Ordinary 20 20 22 20 24
M 20/40 S Ordinary 20 40 22 20 24
M 25/20 S Ordinary 25 20 27.5 25 29
M 25/40 S Ordinary 25 40 27.5 25 29

(2) Design of Proposed Mixes

Concrete mixes shall comply with relevant Clause.


The Contractor shall design all the concrete mixes called for in the Drawing using the
ingredients which have been approved by the Engineer in compliance with the following
requirements:

(a) The aggregate portion shall be well graded from the nominal maximum size of
stone down to the 150 micron size.
(b) The cement content shall be such to achieve the strength called for but in any
case not less than the minimum necessary as shown in following Tables
(c) The workability shall be consistent with ease of placing and proper compaction
having regard to the presence of reinforcement and other obstructions.
(d) The water/cement ratio shall be the minimum consistent with adequate workability
but in any case not greater than 0.5 for classes of concrete from M20 to M50
taking due account of any water contained in the aggregates. The Contractor shall
take into account that this requirement may in certain cases require the inclusion
of a workability agent in the mix.

9.3.2.1. Minimum Cement Content


Classes of Minimum cement content in kg per m concrete of compacted
concrete
Moderate Intermediate Severe exposure
exposure exposure
M15/40, M15/20 150 200 225
M20/40, M20/20 250 300 325
M25/20, M25/40 300 325 350

Note: The minimum cement contents shown in the above table are required in order to achieve
impermeability and durability. In order to meet the strength requirements in the
Specification higher contents may be required.

Detailed Specifications Of Building Works (Civil)   Page 39 


The categories applicable to the works are based on the factors listed hereunder:
Moderate exposure : Surface sheltered from severe rain, buried concrete.
Intermediate exposure : Surface exposed to severe rain; alternate wetting and drying;
traffic; corrosive fumes; heavy condensation.
Severe exposure : Surface exposed to water having a pH of 4.5 or less,
groundwater containing sulphate.
(3) Laboratory Trial Mixes
For each mix of concrete for which the Contractor has proposed a design, he shall prepare
the number of concrete batches specified hereunder:
Nominal composition : 3 separate batches
Modified compositions, the quantities of other constituents being unchanged:
Water : +10% 1 batch
Water : -10% 1 batch
Cement : +15% 1 batch
Cement : -15% 1 batch
Samples shall be taken from each batch and the following action taken, all in accordance
with BS 1881:

(a) The slump of the concrete shall be determined.


(b) Six tests cubes shall be cast from each batch. In the case of concrete having a
maximum aggregate size of 20 mm, 150 mm cubes shall be used. In the case of
concrete containing lager aggregate, 200 mm cubes shall be used and in addition
any pieces of aggregate retained on a 50 mm IS sieve shall be removed from the
mixed concrete before casting the cubes.
(c) The density of all the cubes shall be determined before the strength tests are
carried out.
(d) All faces shall be perpendicular to each other.
(e) Three cubes from each batch shall be tested for compressive strength at seven
days and the remaining three at 28 days.
For "Smaller Contracts works", the following compositions are suggested as a starting basis for the
Laboratory trials for one m3 of concrete:
Concrete Characteristic Cement Total Fine aggr./ Water Workability
Class Strength N/mm (kg) aggregates Total Aggr. (max)
(kg) (%) (lit.)
M 15/40-1 15 250 300 1900 35-45 160 Stiff-
M 15/20 20 1875 35-45 165- Plastic
M 20/20 170 Stiff

A "result" being the average strength of the three cubes from one batch, the average of the three
results from tests at 28 days for the nominal composition shall not be less than the Minimal Target
Strength shown in the Table.
One result from the modified compositions shall not be less than the nominal strength as shown on
Table above.
(4) Site Trials
At least six weeks before commencing placement of concrete in the permanent works, site
trials shall be prepared for each class of concrete specified.

Page 40   Detailed Specifications Of Building Works (Civil) 


For each mix of concrete for which the Contractor has proposed a design and successfully
tested in Laboratory , he shall prepare three separate batches specified hereunder using
the materials which have been approved for use in the works and the mixing plant which
he proposes to use for the works. The volume of each batch shall be the capacity of the
concrete mixer proposed for full production.
Samples shall be taken from each batch and the action taken. The average of the three
results of tests at 28 days shall not be less than the Minimal Target Strength.
The Contractor shall also carry out tests to determine the drying shrinkage of the concrete
unless otherwise directed by the Engineer.
Based on the results of the tests on the Laboratory trial and site trial mixes, the Contractor
shall submit full details of his proposals for mix design to the Engineer, including the type
and source of each ingredient, and the results of the tests on the trial mixes.
If the Engineer does not agree to a proposed concrete mix for any reason, the Contractor
shall amend his proposals and carry out further trial mixes. No mix shall be used in the
works without the written consent of the Engineer.
(5) Quality Control of Concrete Production
(a) Sampling
For each class of concrete in production at each plant for use in the works, samples of
concrete shall be taken at the point of mixing or of deposition as instructed by the
Engineer, all in accordance with the sampling procedures described in BS 1881 and with
the further requirements set out below.

Six 150 mm or 200 mm cubes as appropriate shall be made from each sample and shall
be cured and tested in accordance with BS 1881 three at seven days and the other three
at 28 days. Where information samples are required, such as for post-tensioning
operations, three additional cubes shall be made.

The minimum frequency of sampling of concrete of each grade shall be as following:


For 1-5 m3 quantity of work - 1 no. of sample
For 5-20 m3 quantity of work - 2 no. of sample
For 20 m3 and more quantity of work - 3 no. of sample plus one additional for
each 20m3 or part thereof.
At least one sample shall be taken from each shifts of work.
Until compliance with the Specification has been established the frequency of sampling
shall be three times that stated above and not less than 3 samples/day for each class of
concrete in production at each plant or such lower frequency as may be instructed by the
Engineer.
(b) Testing
(i) The slump of the concrete shall be determined for each batch from which samples
are taken and in addition for other batches at the point of production and deposition
or at the frequency instructed by the Engineer. The slump of concrete in any batch
shall not differ from the value established by the trial mixes by more than 25 mm or
one third of the value whichever is the less.
(ii) The air content of air entrained concrete in any batch shall be within 1.5 times of the
required value and the average value of four consecutive measurements shall be
within the required value expressed as a percentage of the volume of freshly mixed

Detailed Specifications Of Building Works (Civil)   Page 41 


concrete.
(iii)Early Works: Until such time as sufficient test results are available to apply the
method of control described in (iv) below, the compressive strength of the concrete
at 28 days shall be such that no single result (average of 3 cubes) is less than the
characteristic strength fck as shown in Table under the Heading "early works test
cubes" and also that the average of three consecutive results is not less than fck +4
as shown in Table under the same heading.
The 7-day cube result may be used as an early strength indicator, at the discretion
of the Engineer.
(iv) When at least 20 consecutive results on tested batches are available for any class
of concrete mixed in any one plant, no single result shall be less than fck +4
(N/mm2) and also the average of any group of three consecutive results shall not be
less than fck+4 (N/mm2).
In addition the Coefficient of Variation shall be less than the figure given below:

Number of batches Maximum coefficient of variation


Ordinary concrete High quality concrete
After 20 tested batches After 18% 15%
50 tested batches 15% 12%
Where the Coefficient of Variation = (Standard Deviation of the results/Average
value of the result)
(v) Failure to comply with Requirements:
If any one result in a group of three consecutive results is less than fck-4
(N/mm_), but the other results of group satisfy the strength requirement, then
only the batch from which the failed result was obtained shall be deemed not
to comply with the Specification.
If the average strength of the group is less than the strength requirement then
all the batches between those represented by the first and the last result shall
be deemed not to comply with the Specification, and the Contractor shall
immediately adjust the production procedure or the mix design subject to the
agreement of the Engineer to restore compliance with the Specification.
The Contractor shall take necessary action to remedy concrete which does
not comply with this Specification. Such action may include but not
necessarily confined to the following :
• Increasing the frequency of sampling until control is again established.
• Carrying out non destructive testing such as ultrasonic measurements,
load tests or other appropriate methods,
• Cutting test cores from the concrete and testing in accordance with BS
1881
• Carrying out strengthening or other remedial work to the concrete where
possible or appropriate.
• Removing the concrete.
• Accepting as sub standard

Page 42   Detailed Specifications Of Building Works (Civil) 


10. WOOD WORK
10.1. Quality:

Generally the timber shall be Sal wood unless otherwise stated of the best quality obtained from
an approved saw mill. Timber for carpentry shall be straight and free from twist, sapwood, shakes,
dead and loose knots, worm holes, other holes, signs of decay and other defects, and seasoned
and shall comply with the requirements of IS 883-1994 All the timber shall be seasoned and free
from decay, harmful fungi and insect attacks and from any other damage of harmful nature which
will affect the strength, durability, appearance or its usefulness for the purpose for which it is
required. The minimum compressive strength of the timber shall be 70 kg/cm2.

10.2. Kind:

The timber shall be best quality timber as specified in the item. The samples of the approved
timber to be used shall be deposited in the office of Engineer for the purpose of comparison.
Colour:

The Colour shall be uniform as far as possible, the darkness of colour amongst colour species of
timber being generally a sign of strength and durability.
Moisture:

The natural moisture content of any untreated timber delivered to site shall not exceed those as
recommended by IS 287-1993. All timber shall be seasoned to moisture content of not more than
22% for frames and 15% for shutter. The contractor’s price must include for any kiln drying that
may be necessary to achieve these figures
Stacking:

As soon as the foundation of building are laid all necessary timber, scantling shall be brought to
the site and stacked as laid down in IS 401 - 1967 till required. All timber of assembled woodwork
shall be protected from the weather and stored in such a way as to prevent attack by termites,
insects or decay fungi for which temporary shed shall be built. All timber shall be stored at least
750mm above ground level or more, if deemed necessary and individual members shall be
separated by strips so that air may circulate around all four sides.

Timber for the work shall not be brought to the site of work until the sample and approved by the
Engineer who may reject the defective timber/timber works. Any effort like plugging, painting, using
any adhesive or resinous material to hide defect shall render the pieces, rejectable by the
Engineer. Timber presented for inspection shall clean and free from dust, mud, paint or other
material, which may conceal the defects. Cut-off ends for protection can be done after inspection
with raw linseed oil or any other materials approved by the Engineer. No timber be painted, tarred
or oiled primed without the previous permission of the Engineer.

10.3. Sawing:

All beams and scantling shall be sawed straight lines, planes and of uniform thickness with full
measurement from end to end and shall be swan along grain and under no condition beams,
rafters, wall plates, blocks etc. shall be sawed across grain. They shall be sawn with such
sufficient margin as to secure specified dimensions, lines and planes after being brought and

Detailed Specifications Of Building Works (Civil)   Page 43 


dressed.

All wood work except door/window frames or ceiling shall be painted with two coats of creosote
confirming to IS 218 1952. Any timber rejected shall at once be removed from the site. The
contractor shall be responsible up to the end of the maintenance period for executing at his own
cost all work necessary to eradicate insect attack of timber which becomes evident, including the
replacement of timber attached or suspected of being attacked, not with standing that the timber
concerned may have already been inspected and passed as fit to use before.

10.4. Hardware

Hardware shall consist of bolts, with the necessary nuts and washers, timber connectors, drift pins,
dowels, nails, screw nails, coach bolts, spikes and other metal fasteners. They shall be galvanized
or un-galvanized as specified. Bolts, nuts and washers shall be mild steel and comply with IS
1363-1992. Drift Pins and dowels shall be mild steel. Nails shall comply with IS 723-1972. Screw
nails and screws shall comply with IS 451-1972/IS 2585-1968. Coach bolts shall comply with IS
2609-1972. Spikes and other metal fastenings shall be of mild steel.

10.5. Holdfast

All panels except where specified in the drawing shall be fitted with frames having steel double
breasted butt hinges. Window frames shall have three 7.5cm / 2.00 mm thick hinges on each
panel whereas the size of hinges for door panels shall be as follows:

Width of panels (up to 75cm) : 10cm double breasted butt hinge, 2.00mm thick, 3 nos.
Width of panels exceeding 75cm : 12.5cm double breasts butt hinges, 2.25mm thick, 3 nos.

Following shall be the size of the screw:


For 7.5cm hinges : 25mm long No. 8
For 10cm hinges : 30mm long No. 9
For 12.5cm hinges : 45mm long No. 10

Above No. refers to Nettlefolds or equivalent screws only.

Doors shall be fitted with double-action automatic hydraulic door closers wherever instructed.

10.6. Tower Bolt

All tower bolts shall be of aluminium with bolt casted monolithic with the handle. Following shall be
size of the tower bolt.
Windows Panels 15cm top and bottom
Door 15cm top
15cm bottom (wherever necessary)
All screws shall be of Nettlefold or equivalent suitable lengths and diameter.

10.7. Handles

All doors shall be provided with handle on both sides and all windows with handles on the inner
side only. Door handled shall be minimum 15cm clear inside and window handle 10cm clear.

All doors shall be fitted with mortise lock of heavy quality, preferably of aluminium.

Page 44   Detailed Specifications Of Building Works (Civil) 


Note

A sample of hardware (tower bolts, handles, hinges, catch and allotrope and screws) will be
displayed at the site at Project Engineer's office as the sample of desired quality and design. The
Contractor shall submit samples of hardware in writing to Project Engineer for approval.

10.8. Construction

When ventilator is provided above the door, full length, of the vertical post shall be provided. Joints
in the frame vertical style or horizontal rail shall not be allowed .The unrelated edges of the frame
in the opening shall be rounded or beaded uniformly.

The rebate and the plaster key grooves shall be provided as shown in the drawing. Vertical part of
the frame shall be embedded at least 30 mm in the masonry or concrete or flooring. Hold fasts
shall be provide as specified and any adjustment of spacing necessary shall be erected in position
and held in plumb with proper supports from both sides and built in masonry as it is being built.

The Work shall be as per the drawing .the timber shall be properly planned wrought and dressed
in a workmanship manner.

All joinery work shall be securely mortised and tenoned and glued with best quality waterproof
glue. All sections and dimensions are to be as shown on drawings. For all joinery work, use of
nails shall not be permitted. Wood screws of appropriate size and of approved make shall be used.
Wherever practicable, means of fastening the various parts together shall be concealed. All work
(both carpentry and joinery) shall be to the dimensions shown on the drawings.
The rate of woodwork shall include the cost of all sawing, planning, joining, bolts, nails, spikes,
keys wedges, pins, screw etc. necessary for the framing and fixing. Joints and portions inserted in
masonry or floor shall be allowed for in the measurement. Plugging in of holes for hold fasts shall
be done in neat manner. Any defects observed after installation shall be rejected. Sample of
workmanship shall be submitted for approval.

10.9. Timber Preservation

When described in the contract or shown on the Drawing timber shall be treated with preservative
in accordance with the Indian Standard Code of Practice for the preservation of timber IS 401-
1982.
10.10. Insect Damage

All timber shall be free from live barer beetle or other insect attack when brought upon the Site.
The Contractor shall be responsible to the end of the maintenance period for executing at his own
cost all Work necessary to eradicate insect attack of timber which becomes evident, including the
replacement of timber attached or suspected of being attacked, not with standing that the timber
concerned may have already been inspected and passed as fit for use.

10.11. Seasoning of Timber

All timber shall be seasoned to a moisture content of not more than 22% for carpentry and 15% for
joinery. The Contractor's price must include for any kiln drying that may be necessary to achieve
these figures.

Detailed Specifications Of Building Works (Civil)   Page 45 


10.12. Inspection and Testing

The Project Engineer shall be given facilities for inspection of all works in progress whether in
Workshop or on Site. All timber as it arrives on the Site and not approved by them must be
removed forthwith, failing which the Employer, with the advise of the Project Engineer, may
arrange for the removal of the rejects and impose of them as they may consider advisable at the
Contractor's expenses.

Notwithstanding approval having been given as above, any timber incorporated in the Works found
to be in any way defective before the expiry of the maintenance period shall be removed and
renewed at the Contractor's expense. The Contractor is to allow for testing or prototypes of special
construction units and the Project Engineer shall be at liberty to select any samples they may
require for the purpose of testing i.e. for moisture content, or identification of species, strength, etc.

Where timbers need to be extended into a wall, they shall be thoroughly "Brush Treated" with a
wood preservative approved by the Project Engineer, and as much clear air space maintained
around the timber where it adjoins the wall as possible.

10.13. Clearing Up

The Contractor is to clear out and destroy or remove all cut and shavings and other wood waste
from all parts of the building and the Site generally, as the work progress and at the conclusion of
the work.

10.14. Galvanizing

When described in the contract or shown on the Drawing, all hardware shall be galvanized in
accordance with the Indian Standard Recommended Practice for Hot-Dip Galvanizing of Iron

10.15. Carpentry and Joinery


10.15.1. Carpentry

All carpentry shall be executed with workmanship of the best quality. Scantlings and boarding shall
be accurately sawn and shall be of uniform width and thickness throughout. All carpenter's work
shall be left with sawn surface except where particularly specified to be wrought.

All carpenter's work shall be accurately set out in strict accordance with the drawings and shall be
framed together and securely fixed in best possible manner with properly made joints. All
necessary brads, nails and screws, etc. shall be provided as directed and approved.

Actual dimensions of scantlings for carpentry shall not vary from the specified dimensions by more
than 3mm in deficiency or excess but must be uniform throughout. Boards 25mm thick or less shall
hold up to the specified sizes. All timbers shall be as long as possible and practicable, in order to
eliminate joints.

10.15.2. Joinery

Generally all joiner's work shall be accurately set out on boards to full size for the information and
guidance of the artisans before commencing the respective works, with all joints, iron work and

Page 46   Detailed Specifications Of Building Works (Civil) 


other works connected therewith fully delineated. Such setting out must be submitted to the
Project Engineer and approved before such respective works are commenced.
All jointer's work shall be cut out and framed together as soon after the commencement of the
building as is practicable, but is not to be wedged up or glued until the building is ready for fixing
same. Any portions that warp wind or develop shakes or other defects within twelve months after
completion of the works shall be removed and new fixed in their place on Contractor's own
expense.
All work shall be properly mortised, tennoned, housed, shouldered, dovetailed, notched, wedged,
pinned, braided, etc., as directed and to the satisfaction of the Project Engineer and all properly
glued up with the best quality approved glue.
Joints in joinery must be as specified or detailed, and so designed and secured as to resist or
compensate for any stresses to which they may be subjected. All nails, springs, etc. are to be
punched and puttied. Loose joints are to be made where provision must be made for shrinkage,
glued joints where shrinkage need not be considered and where sealed joints are required. Glue
for load-bearing joints or where there is damp conditions must be of the resin type. For non-load-
bearing joints or where dry conditions may be guaranteed casein or organic glues may be used.
Where Joinery work is specified to be built in, it shall be the responsibility of the contractor to
ensure that the joinery works are set to plumb and true and shall not be damaged or displaced by
subsequent operations. The contractor shall also provide and secure suitable anchors or other
fixings as per drawings and details.
All exposed surfaces of joinery Work shall be wrought and all arises "eased-off" by planning and
sand papering to an approved finish suitable to the specified treatment.
Dimensions
Joinery shall hold up to the specified sizes and as measured.
10.15.3. Fixing Joinery
All beads, fillets and small members shall be fixed with round or oval brads on nails on nails well
punched in and stopped. All large members shall be fixed with screws; the heads let in and
palliated to match the grain. Unless otherwise specified, plugs of external work shall be of
hardwood, plugs for internal work may be of softwood. Holes for plugging must be made with a
proper drilling tool and the holes completely filled with the plugging material.
Unless otherwise specified all skirting, window, grounds and backings for same, fillets etc. shall be
plugged at intervals not exceeding 60cm.
10.15.4. Budding Joiner
All door and window frames, sills, wooden bars etc., which are fixed to brickwork, concrete by
means of grounds, lugs, etc., shall be bedded solid in mortar as previously described and pointed
with a recessed joint 6mm deep to the approval of the Project Engineer.
Plywood’s, Blackboards, Chipboards etc., shall be of a standard quality. They shall be bonded with
synthetic resin or "interior" type unless otherwise stated. Where stated to be "exterior" type, they
shall be weatherproof. All exposed edges of blackboard and clipboard shall be lipped with
hardwood as described below.
Samples of all such materials and their source of manufacture must be approved by the Project
Engineer before used in the works.

Detailed Specifications Of Building Works (Civil)   Page 47 


10.16. Plastic Sheeting

Shall be approved laminated sheeting 1.5mm thick, securely fixed by means of Aerodux 185
adhesive, and in colours approved by the Project Engineer.

10.17. Ironmongery

All locks and Ironmongery shall be fixed with screws, etc., to match. Before the woodwork is
painted, handles shall be removed, carefully stored and re-fixed after completion of painting and
locks oiled and left in perfect working order.

Prices for fixing locks must include for organizing master-keying systems if required and all keys
shall be labeled with door references marked on approved labels before handling the Project
Engineer on completion.

10.18. Protection of Work

The contractor shall be responsible for the temporary doors and closing in openings necessary for
the protection of the work during progress. He shall also provide and maintain any other temporary
covering required for the protection of finished woodwork that may be damaged during the
progress of the work if left unprotected.

Page 48   Detailed Specifications Of Building Works (Civil) 


11. DETAILED SPECIFICATIONS OF BUILDING WORKS (CIVIL)
item Particulars Detailed Specification
11. A. Site Preparation Works
All material from site clearance shall be the property of the
Employer and depending on its nature shall, as directed by the
Engineer, be either
a. Stockpiled for future reuse.
b. disposed by controlled burning.
c disposed by tipping or side casting with all lift within 30m.
Topsoil, referred to in this Clause shall mean the top 100 mm layer
of soil with roots and organic matter, which is capable of vegetation
support.
Measurement
Clearing and grubbing executed as per this Specification shall be
measured in square meter.
General Cutting trees including removal of stumps and their roots and
backfilling to required compaction shall be measured in number. For
this purpose girth shall be measured at a height 1 meter above
ground.
Cutting of trees up to 300 mm girth including removal of stumps and
roots and backfilling of holes with compaction shall not be
measured separately.
Payment
Clearing and grubbing and cutting trees shall be paid at their
respective contract unit rates which shall be the full and the final
compensation to the Contractor. The contract unit rate for cutting of
trees of girth above 300 mm shall also include handling, salvaging,
piling and disposing off the cleared materials with all leads and lifts.
The Contractor shall take the necessary precautions to prevent
damage to structures and other private or public property. If
necessary, trees shall be cut in sections from the top downwards.
The branches of trees to be left standing shall be trimmed so as not
to intrude into a space of 7 m above the roadway.
Such individual trees as the Engineer may designate and mark in
white paint shall be left standing and uninjured. In order to minimize
damage to trees that are to be left standing, trees shall be felled
towards the centre of the area being cleared, if so required by the
A1 Tree cutting Engineer.
Permission for cutting trees must be obtained from the competent
authority that may require that trees be numbered, measured and
marked in the presence of officials from that authority. Cutting of
such trees shall then be carried out by the Contractor and the
timber stored at designated locations within the Right of Way.
Felling and cutting of trees on the site and pilling them off the site
shall conform to the requirements of the competent authority.
All tree trunks and branches in excess of 150 mm in diameter shall
be cleaned off, secondary branches cut into suitable length and

Detailed Specifications Of Building Works (Civil)   Page 49 


stacked at sites indicated by the Engineer. Such timber shall not be
used by the Contractor for any purpose and shall remain the
property of the Employer.
All timber except such timber as can be used and all brush, stumps,
roots, rotten wood and other refuse from the clearing and grubbing
operations shall be completely removed from within the Right of
Way.
Where directed by the Engineer, the area covered by anthills shall
be treated, after excavation and before backfilling of cavities, with
an approved ant control chemical.
In the site all trees up to 300 mm girth, stumps and roots shall be
removed to a depth of not less than 900 mm below the finished
level and a minimum of 500 mm below the original ground level
Removal of
A2 whichever is lower.
roots
Except in borrow areas the cavities resulting from the grubbing shall
be backfilled with approved material and compacted to a density not
less than the density of the surrounding ground.
Clearing shall consist of the cutting, removing and disposal of all
trees, bushes, shrubs, grass, weeds, other vegetation, anthills,
rubbish, fences, top organic soil not exceeding 150 mm in thickness
and all other objectionable material, resulting from the clearing and
grubbing. It shall also include the removal and disposal of structures
A3 Site cleaning that obtrude, encroach upon or otherwise obstruct the work.
The moving of a certain amount of soil or gravel material may be
inherent to or unavoidable during the process of clearing and no
extra payment shall be made for this. Clearing shall include the
removal of all rocks and boulders of up to 0.15 m3 in size exposed
or lying on the surface.
Conservation of Top Soil
Where suitable topsoil exists within the limits of the area to be
cleared and grubbed, the Contractor shall, if ordered by the
Engineer, remove the topsoil together with any grass and other
suitable vegetation. If not used immediately, the topsoil shall be
transported and deposited in stockpiles for later use.
Conservation of Flora
Where provided for in the contract, certain designated flora
encountered in the road reserve and borrow areas shall be carefully
protected by the Contractor. In his tendered rate for Site Clearance,
he shall include for the careful removal and planting of the flora in a
Surface
A4 protected and fenced-off area and, on completion of the road, for
dressing
the replanting of the flora in suitable positions in the road reserve in
accordance with the Engineer's instructions.
Execution of Work
Stumps, embedded logs, roots and all other vegetation growth and
accumulated rubbish of whatsoever nature and all other
objectionable material shall be completely removed to a specified
depth.
Normally the portions of the road reserve that fall within the limits of
the road prism, as well as certain borrow areas shall be cleared
and/or grubbed. Where the road reserve is to remain unfenced, the
full width of the road reserve shall be cleared and/or grubbed except

Page 50   Detailed Specifications Of Building Works (Civil) 


for such trees designated by the Engineer to be left standing and
uninjured.
The Contractor shall mark the boundaries of the area for clearing
and grubbing and seek the approval of the Engineer before
commencement of the work. The Engineer shall designate in detail
the exact areas to be cleared and grubbed and the time at which it
shall be done.
Disposal of Material
Material obtained from clearing and grubbing shall be disposed off
in borrow pits or other suitable places and be covered up with soil or
gravel as directed by the Engineer. The burning of combustible
material shall not, normally, be permitted and may only be done
with the prior written approval of the Engineer.
Where fences have to be taken down, fencing wire shall be neatly
wound into reels and all such wire, together with all fence posts and
other serviceable material from structures, etc., shall be stacked at
sites indicated by the Engineer.
Re-clearing of Vegetation
When portions of the road reserve, borrow or other areas have
been cleared in accordance with the Specifications, but in the
course of time, vegetation grows again during construction, the
Engineer may, if he considers it necessary, order that the area be
re-cleared.
Before the bottom layer of the embankment is made, the Contractor
shall grub up and remove any vegetation that may in the meantime
have grown on the surfaces previously cleared and grubbed.
Such re-clearing of areas previously cleared includes the removal
and disposal of grass, shrubs and other vegetation in the same
manner as for the first clearing operation. No separate payment
shall be made for re-clearing of vegetation.
The area from where the grass roots are to be obtained shall be
specified by the Engineer-in-Charge at the time of execution of the
work and no royalty shall be charged on this account from the
contractor.
The soil shall be suitably moistened and then the operation of
planting grass shall be commenced. The grass shall be dibbled at
10 cm, 7.5 cm, 5 cm apart in any direction or other spacing as
described in the item. Dead grass and weeded shall not be planted.
The contractor shall be responsible for watering and maintenance of
levels and the lawn for 30 days or till the grass forms a thick lawn
A5 Turfing free from weeded and fit for moving whichever is later. Generally
planting in other direction at 15 cm, 10 cm, spacing is done in the
case of large open spaces, at 7.5 cm spacing in residential lawn
and at 5cm spacing for Tennis Court and sports ground lawn.
During the maintenance period, any irregularities arising in ground
levels due to watering or due to trampling by labour, or due to cattle
straying thereon, shall be constantly made up to the proper levels
with earth as available or brought from outside as necessary,
Constant watch shall be maintained to ensure that dead patches
are replanted and weeds are removed.

Detailed Specifications Of Building Works (Civil)   Page 51 


Measurements
Length, breadth of the lawn grassed shall be measured and the
area shall be calculated in sqm. correct to two places of decimal.
Rate
The rate shall include of all the labour and material involved in all
the operations described above.
In ordinary soil, including refilling earth after mixing with oil cake,
manure and watering. Holes of circular shape in ordinary soil shall
be excavated to the dimensions described in the items and
excavate soil broken to clods of size not exceeding 75 mm in any
direction, shall be stacked outside the hole, stones, brick bats,
unsuitable earth and other rubbish, all roots and other undesirable
growth met with during excavation shall be separated out and
unserviceable material removed from the size as directed. Useful
material, if any, shall be stacked properly and separately. Good
earth in quantities as required to replace such discarded stuff shall
be brought and stacked at site by the contractor.
The tree holes shall be manured with powdered Neam/castor oil
cake at the specified rate along with farm yard manure over sludge
shall be uniformly mixed with the excavated soil after the manure
has been broken down to powder, (size of particle not be exceeded
Tree planting 6 mm in any direction) in the specified proportion, the mixture shall
A6 inclusive tree be filled in to the hole up to the level of adjoining ground and then
guards profusely watered and enable the soil to subside the refilled soil
shall then be dressed evenly with its surface about 50 to 75 mm
below the adjoining ground level or as directed by the Engineer-in-
charge.
Tree Guard
The tree guard shall be 450 mm in diameter and 1 meter high
above ground level and 25 cm in below ground level. The tree
guard shall be framed of 4 nos. 20 x 3 mm MS. Flat welded to
50x50 wire mesh. The entire tree guard shall be given two coats of
synthetic enamel paint of approved brand and manufacturer of
required shade brand and manufacturer of required shade over a
priming coat of ready mixed steel primer of approved brand and
manufacturer.
Measurement : The tree guard shall be enumerated.
Rate: The rate shall include the cost of all the labour and material
involved in all the operations described above.
The job includes the activities like soil investigation works, bore hole
of required depth including mobilization and demobilization of
drilling machines (Rotary or percussion), Field test (SPT, Field
Soil
A7 density test,vane shear test), lab test (consolidation, direct shear
Investigation
test, unconfined compression test, chemical test ,specific gravity
test, seive analysis, moisture content, atterbergs limits tests etc.)
and preparation of soil analysis report
11. B. Soil and Sand Works
Foundation trench shall be dug to the exact width and depth and
B1, B7 Excavation levels as indicated in the drawings or to such lesser or greater
extent as the Engineer may advice. Sides of trenches shall be

Page 52   Detailed Specifications Of Building Works (Civil) 


vertical. In case the soil does not permit vertical sides, the
Contractor shall protect side with timber shoring. Excavated earth
shall not be placed within 1.5 meter of the edge of the trench. The
Project Engineer may direct the Contractor to place excavated earth
at a particular site up to 30 meter away from the building. The
bottom of the trench shall be perfectly levelled both longitudinally
and transversely. The bed shall be lightly watered and well-
rammed. Excess digging if done through mistake shall be filled with
1:4:8 concrete. Water, if any accumulated in the trench, shall be
bailed out and all necessary precaution taken to prevent surface
water from entering the trench. Soft and defective spot in the trench
shall be dug out and removed and filled with concrete or materials
prescribed by the Project Engineer. If rocks or boulders are found
during excavation, they should be removed and the bed trench shall
be levelled and made hard by consolidating the earth, at no extra
cost. Above mentioned items or any variation thereof from the Bills
of Quantities shall be measured and valued by the Engineer as a
variation. After the completion of foundation masonry, the remaining
portion of the trench not filled by masonry shall be filled up with
earth in layers of 15cm, watered and well-rammed. Such filling shall
be free from rubbish, refuse matters and clods, surplus earth, if any
shall be removed and site shall be levelled and dressed.
Trenches shall be measured as per drawings and rate shall be for
complete Work including trench filling, for 30 meter lead and 1.5
meter lift including all tools and plants required for the completion of
the work, removal of boulders, side shoring, pumping, and filling in
voids by mass concrete (1:4:8).
No excavation or foundation work shall be filled in or covered up
before the inspection and approval of the Project Engineer.
The starting level for excavation shall be deemed to be ground level
or such level as may be specified by the Project Engineer, before
the commencement of the Work.
Measurement
Measurement of all works will be made in m³.
Measurement for payment under the contract will be limited to the
lines, grades, slopes and dimensions shown on the Drawings or as
determined by the Engineer as the work proceeds on the basis of
his evaluation of the soil/rock characteristics and site-conditions set
forth in the Clause.
All required and accepted excavation shall be measured from its
original position. The volume shall be determined in cubic meters by
average area method to be computed from the original and final
cross-sections of the completed works as per the drawings or as
directed by the Engineer. Where it is not practicable to use the
above method of measurement, the Engineer may use volumetric
method or any other method that in his opinion is best suited for
accurate assessment.
Any over-excavation shall be reinstated at the risk and cost of the
Contractor as directed by the Engineer.
Payment

Detailed Specifications Of Building Works (Civil)   Page 53 


Payment for work under these clauses will be made on the basis of
contract unit price indicated in the BOQ.
The payment will be full and final compensation for all material,
labour, and equipment to complete the works as specified.
This work is related to all types of structures that require filling with
specified material in the remaining volume or space of excavation
left unoccupied by any permanent construction.
Activities involved are collection and transportation of suitable
material from local borrow pits or hill side excavation, placing the
specified backfill material in layers, removal of foreign material if
any, watering, compacting to required density, lines and levels as
indicated in the drawings or as directed by the Engineer.
Compaction shall proceed after the Contractor together with the
Engineer identify the optimum thickness of each layer of suitable
material, its optimum moisture content, and the corresponding
number of passes required for a roller to arrive at the corresponding
OMC. Prior to the start of works, the contractor shall prepare a trial
stretch to establish the above parameters and shall repeat it as
often as necessary due to change in layer thickness, borrow pits,
and /or change in equipment. The Contractor may use the Standard
Specifications for Roads and Bridge Works of GON, MWOT, DOR
as guide for the above purpose.
Backfill, classified according to their nature, are presented in the
following Sub-Clauses.
Backfill in Plinth of Building and Parking
This work shall consist of filling for construction of embankment for
plinth of building, road works and parking area and includes
B2,B3 furnishing, placing, watering, compacting and shaping suitable
Backfill
B5,B6 material obtained from approved sources in accordance to lines,
levels, grades, dimensions shown on the Drawings and or as
required by the Engineer. Fill material used shall not exceed 150
mm and 75 mm within the 300 mm and 150 mm of formation level
respectively. Fill material shall not have organic content value
exceeding 5% and soaked CBR value less than 6% unless
otherwise approved by the Engineer.
Activities involved shall be preparation of surface, scarifying, supply,
and laying of suitable material in layers. Except where material is
laid close to the formation level, each layer shall not exceed 300
mm in thickness before compaction. Each layer of material shall
then be watered and compacted to 95% dry density at optimum
moisture content. Testing shall be carried out by sand cone using
relevant BS or ASTM Standards.
The top level of such fill executed shall be regarded as the
formation level.
Common Backfill In Structures
Common backfill includes stacked suitable material recovered from
excavations or material transported from outside. This may include
granular material passing through 75 mm sieve or sandy soil. The
backfill material shall be spread uniformly in layers, levelled,
watered and then compacted to 95% of its optimum density in
layers not exceeding 200 mm for buildings works and 250 mm for
others. Compaction may be done manually or with mechanical

Page 54   Detailed Specifications Of Building Works (Civil) 


means. Manual compaction in each layer will be done using 2 to 5
kg rammers made of cast-iron or wood. Mechanical compaction
shall be executed with either plate compactors, earth rammers,
depending on site conditions.
Compaction tests shall be conducted with sand cones using
relevant BS or ASTM standards.
Transportation And Handling Of Excess Disposable Material
This work will be required in connection with transportation of
materials from demolition works (unless otherwise specified) and
excess suitable or unsuitable material from excavation. Transport
will include all distance beyond the initial lead (30m unless
otherwise specified) for safe disposal as specified by the Engineer.
Activities involved will be supply of necessary means of transport,
loading, and transportation safely without damage/loss, unloading
and levelling properly at disposal sites. The disposed materials shall
be laid in layers mechanically or manually compacted to the
satisfaction of the Engineer.
The excess material shall be disposed manually with or without
equipment like wheelbarrows or by trucks depending on the location
of disposal sites.
Measurement
Measurement will be based first in m³ of loose volume of accepted
works with 35% deduction for voids for all leads indicated in the
BOQ. The measurement will be made at the disposal site.
Payment
Payment for work under this Clause will be made on the basis of
contract unit price indicated in the BOQ. The payment will be full
and final compensation for all material, labour, and equipment to
complete the works as specified.
11. C. Masonry Works
Mortar
Mortar shall comply with IS 2250-1981; Code of Practice for
preparation and use of masonry mortar. The mortar used in work
shall have the strength not less than 5 N/mm2 or 7.5 N/mm2 at 28
days as specified.
However, if provided in the Contract, cement and sand may also be
mixed in specified proportions. Cement shall be proportioned only
by weight, by taking its unit weight as 1.44 ton per cubic meter and
sand shall be proportioned by volume after making due allowance
for bulking.
General
Mixing
The mixing shall be done in a mechanical mixer unless hand-mixing
is permitted by the Engineer. If hand-mixing is allowed, the
operation shall be carried out on a clear watertight platform. in the
required proportion cement and sand shall be first mixed dry to
obtain an uniform colour. Then required quantity of water shall be
added and the mortar shall be mixed to produce workable
consistency. The mortar shall be mixed for at least three minutes
after addition of water in the case of mechanical mixing. In the case
of hand mixing, the mortal shall be hoed back and forth for about 10

Detailed Specifications Of Building Works (Civil)   Page 55 


minutes after addition of water in order to obtain uniform
consistency.
Only that quantity of mortar shall be mixed at a time which can be
used completely before it becomes unworkable. Any mortar that has
become unworkable due to loss of water before elapsing the initial
setting time of cement shall be rewet to make it workable and shall
be used in the works. On no account mortar shall be used after
elapsing the initial setting time of cement.
Soaking Of Bricks
Bricks shall be soaked in water for a minimum period of one hour
before use. When bricks are soaked they shall be removed from the
tank sufficiently in advance so that at the time of laying they are skin
dry. Such soaked bricks shall be stacked on a clean place where
they are not spoilt by dirt, earth, etc.
Laying Brickwork
The brick shall be built in English bond with upwards facing frog in
case of 230mm thick brickwork (for chimney made and fair faced
machine made bricks both).
The brick shall be built in running stretcher bond with upwards
facing frog in case of half brick wall (for chimney made, traditional
dachi appa brickwork and machine made both).
Each brick shall be set with bed and vertical joints filled thoroughly
with mortar. Selected bricks shall be used for the exposed brickwork
as specified under 7.1.2. The walls shall be taken up truly plumb. All
courses shall be laid truly horizontal and vertical joints shall be truly
vertical. Vertical joints in alternate course shall come directly over
the other. The thickness of brick courses shall be kept uniform and
for this purpose wooden straight edge with graduation giving
thickness of each brick course including joint shall be used.
Necessary tools comprising of wooden straight edge, masons sprit
level, square, foot rule, plumb, line and pins etc. shall be frequently
and fully used by the masons to ensure that the walls are taken up
true to plumb, line and levels.
Both the faces of walls of thickness greater than 23cm shall be kept
in proper plane. All the connected brickwork shall be carried up
nearly at one level and no partition of work shall be raised more
than one meter above the rest of the work. Any dislodged brick shall
be removed and reset in fresh mortar.
Before commencing any brickwork, the Contractor shall confer with
other trades to ensure that all pipes, conduits, drains, sleeves, bolts,
hangers, or any other materials necessary to be installed in the
brickwork at the time it is built, have been fixed or provided for.
Joints
Bricks shall be laid that all joints are full of mortar. The thickness of
joints shall be not more than 10mm. The face joints shall be raked
to a minimum depth of 7mm by a raking tool during the progress of
the work when the mortar is still green, so as to provide proper key
for the plaster or pointing to be done. Where plastering pointing is
not to be done, the joints shall be struck flush and finished at the
time of laying. The face of brickwork shall be kept cleaned and
mortar dropping removed.
Jointing With Existing Structures

Page 56   Detailed Specifications Of Building Works (Civil) 


When fresh masonry is to be placed against existing surface of
structures, the surface shall be cleaned of all loose materials,
roughened and wetted as directed by the Engineer so as to effect a
good bond with the new work.
Openings
Openings in brickwork for air conditioning ducts, exhaust fans, grills
pipes etc. shall be provided at the time of laying brickwork without
any extra cost.

After installation of piping, conduits, grills, etc. all openings left


around pipes, conduits, grills etc. shall be checked and caulked with
cement mortar to render the whole work vermin proof and tidily
finished.
The rates quoted are deemed to be inclusive of closing such pre
determined openings including erection and dismantling of
scaffolding if required, the placing of inserts, collars, grills etc. to be
paid separately under respective items.
Curing
Green work shall be protected from rain by suitable covering.
Masonry work in cement mortar shall be kept constantly moist on all
faces for a minimum period of seven days. The top of the masonry
work shall be left flooded with water so as not to disturb or washout
the green mortar.
During hot weather, all finished or partly completed work shall be
covered or wetted in such a manner as to prevent rapid drying of
the brick work.
Scaffolding
The scaffolding shall be sound and strong to withstand all loads
likely to come upon it. The holes which provide resting space for
horizontal members shall not be left in masonry under one meter in
width or immediately near the skew backs of arches. The holes left
in the masonry work for supporting the scaffolding shall be filled and
made good.
Condition Of Equipment
All equipment used for mixing or transporting mortar and bricks
shall be clean and free from set mortar, dirt or other injurious foreign
substances.
Walling Building:
Bricks shall be wetted before being laid and the top of walling where
left off shall be wetted before re-commencing building. Walls to be
kept wet three days after building.
Bricks shall be well buttered with mortar before being laid and the
brickwork carried up evenly course so that no part is allowed to be
carried up more than 90cm higher at any time than any other part.
Cavity Walling Building
The two layer of half brick wall with half brick cavity is cavity walling
of the building. Bricks shall be wetted before being laid and the top
of walling where left off shall be wetted before re-commencing
building. Each left brick wall shall be connected by 10G GI links
made as per design at every five course vertically and at the 60cm

Detailed Specifications Of Building Works (Civil)   Page 57 


spacing horizontally or as per drawing. The two courses below sill
will be solid wall. One or both half brick wall will be laid in fair face in
stretcher bond. The walls are to be kept wet three days after
building.
Bricks shall be well buttered with mortar before being laid and the
brickwork carried up evenly course-by-course so that no part is
allowed to be carried up more than 90cm higher at any time than
any other part.
Setting out Walling
The contractor shall provide proper setting- out rods and set out all
work on it for corners, openings, heights, etc. And shall build the
walls and piers etc. To the width, depth and height indicated on the
drawings and as directed and approved by the Engineer in-charge.
Bonding Walls
Load bearing brickwork generally shall be of Quota bond (nominal
thickness 350mm) and reinforced as shown on the detailed
drawings. One brick walls (nominal thickness 230mm) shall be in
English bond and half brick walls (nominal thickness 115mm) in
Stretcher bond. No broken bricks or bats shall be used unless
required to from bond.
All propounds, quoins, reveals and other angles of walls shall be
built strictly true and square.
Cement &sand shall be as before specified.
Lime shall be freshly burnt lime slaked at least one month before
being used by drenching with water, well broken up and mixed and
the slurry passed through a 3mm mesh screen to remove all lumps
and impurities.
Filling for Brick work
Where brickwork cavities are specified to contain reinforcing bars
they shall be filled with concrete mix as previously described. The
filling shall be placed and consolidated in section not exceeding
90cm in height. Cavities that are to be filled shall be kept free of all
mortar dropping.
Brick Lintels
Lintels over doors and under openings except where in concrete,
shall be formed in brick work by reinforcing the three concrete
immediately above the opening with steel wire reinforcement
projecting 45cm at either end of the opening and the rates are to
include for any necessary centring.
Putlog Holes
All putlog holes shall be not less than one course deep and carefully
filled with bricks cut to fit size of opening with beds and joints filled
with mortar well tamped in after scaffolding is removed.
Keeping Clean
The contractor shall allow in his rates for keeping the fair-faced
brickwork free from mortar at all times and for cleaning the work at
completion.
Construction Joints between Walls
Where Construction joints indicated on the drawings should be filled
by 25*100m flexible jute carpet coated with bitumen and covered by
16G galvanized steel sheet in exposed faces. All the construction
debris shall be removed before placing it.

Page 58   Detailed Specifications Of Building Works (Civil) 


Reinforced Brickwork
All brickwork shall be reinforced with Torsteel or equivalent
reinforcement both horizontally and vertically, as per drawing and
instruction of engineer. The reinforcement cleaned of rust and loose
flakes with a wire brush, shall be embedded thoroughly in cement
mortar at every fourth course. It shall be cast in or securely fixed to
adjoining columns or walls, in a manner approved by the Engineer.
Jointing
In jointing, the face joints of the mortar shall be worked out while still
green to give a finished surface flush with the face of the brick-work.
The faces of brick-work shall be cleaned to remove any splashes of
mortar during the course of raising the brick-work.
The measurement of brickwork both 230mm (above 230mm, if any)
and 115mm thick shall be the product of the length, height and
thickness i.e. in cubic meter for chimney made and fair faced
machine made brickwork.
Deduction for doors, windows and other openings including lintels
shall be made to arrive at the net quantity of work. Nothing shall be
paid extra for forming such openings. However, no deductions shall
be made for areas less than 0.1 sqm. overall, bearing of lintels,
beams, girders and hold fasts blocks but nothing extra like form
work shall be paid for embedding these. Similarly, no deductions
shall be made for chimney flue left in the walls, but nothing extra
shall be allowed for rendering for flue openings as specified. Unless
otherwise specified nothing extra shall be admissible for cutting
shape other than straight or any cutting necessary for shaping the
walls to the structural design. Rate shall be inclusive of all
necessary scaffolding, watering, cutting of bricks, curing, vertical &
horizontal reinforcement within brickwork, materials and labour.
Bricks shall be of uniform deep red or copper colour, thoroughly
burnt without being vitrified, regular in shape and size and shall
have sharp and square sides and edges and parallel faces to
ensure uniformity in the thickness of the courses of brickwork.
The Brick shall be first class machine made bricks of quality
Machine made approved by the Engineer and free from grit and other impurities
C1 Bricks such as lime, iron and other deleterious salts, conforming NS 1
2035/ IS code (latest revision). These shall be well-burnt, sound,
and hard with sharp edges and shall emit ringing sound when struck
with a mallet. These shall be of uniform size.
The size of the bricks shall be 24.0cm x 11.2cm x 5.7cm unless
otherwise specified, with a tolerance of ± 3mm in each direction.
The compressive strength should be more than 3.5N/mm².
The Brick shall be first class chimney made bricks of quality
approved by the Engineer and free from grit and other impurities
such as lime, iron and other deleterious salts, conforming NS 1
Chimney made
2035 / IS code (latest revision). These shall be well burnt, sound,
C2 Bricks
and hard with sharp edges and shall emit ringing sound when struck
with a mallet. These shall be of uniform size.
The size of the bricks shall be 22.9cm x 11.2cm x 5.5cm unless
otherwise specified, with a tolerance of ± 3mm in each direction.

Detailed Specifications Of Building Works (Civil)   Page 59 


The compressive strength should be 3.5N/mm². The bricks shall be
provided with frogs
Dachi Bricks
The Brick shall be machine pressed chimney made traditional bricks
of first class quality approved by the Engineer and free from grit and
other impurities such as lime, iron and other deleterious salts,
conforming to NS 1 2035. These shall be well burnt, sound, and
hard with sharp edges and shall emit ringing sound when struck
with a mallet. These shall be of uniform size.
The size of the bricks shall be 21.8cm x 10.0cm x 5.6cm (dachi
appa sano) unless otherwise specified, with a tolerance of ± 2mm in
each direction. The compressive strength should be more than
3.5N/mm².
Samples
Samples of each type of brick taken at random from the load shall
be deposited with the Engineer for his approval before being used
in the work. All subsequent deliveries shall be up to the standard of
the sample approved.
Mix Proportion
For dachi appa brickwork of 108mm thick, the mortar mix shall be in
a proportion of 1:4 i.e. consisting of one part cement and 4 parts
sand and finished with surkhi pointing.
Laying Brickwork
All brick shall be built in Stretcher bond. Each brick shall be set with
bed and vertical joints filled thoroughly with mortar finished in Surkhi
pointing. Selected bricks shall be used for the exposed brickwork.
Ornamental The walls shall be taken up truly plumb. All courses shall be laid
C3
Brick Works truly horizontal and vertical joints shall be truly vertical. Vertical
joints in alternate course shall come directly over the other. The
thickness of brick courses shall be kept uniform and for this purpose
wooden straight edge with graduation giving thickness of each brick
course including blade joint (thin joints) shall be used. Necessary
tools comprising of wooden straight edge, masons sprit level,
square, foot rule, plumb, line and pins etc. shall be frequently and
fully used by the masons to ensure that the walls are taken up true
to plumb, line and levels.
Both the faces of walls of thickness greater than 23cm shall be kept
in proper plane. All the connected brickwork shall be carried up
nearly at one level and no partition of work shall be raised more
than one meter above the rest of the work. Any dislodged brick shall
be removed and reset in fresh mortar.
Before commencing any brickwork, the Contractor shall confer with
other trades to ensure that all pipes, reinforcement bars, conduits,
drains, sleeves, bolts, hangers, or any other materials necessary to
be installed in the brickwork at the time it is built, have been fixed or
provided for.
Surkhi Pointing
Bricks shall be laid such that all joints are filled properly with surkhi
pointing. The gap in the joints shall be not more than 1mm and
properly pointed during the progress of the work. The face of
brickwork shall be kept cleaned and mortar dropping removed.
Putlog Holes

Page 60   Detailed Specifications Of Building Works (Civil) 


The putlog holes (if inevitable for scaffolding), which provide resting
space for horizontal members shall not be left in masonry under one
metre in width or immediately near the skewbacks of arches. The
holes left in the masonry work for supporting the scaffolding shall be
filled with bricks filled with mortar to fit the size of opening with
proper beds and joints.
Measurements
The measurement of traditional dachi appa work in wall shall be the
product of the length x height i.e. in square meter.
The measurement of decorative and ornamental traditional
brickwork in wall shall be measured in running meter.

Deduction for doors, windows and other openings including lintels


shall be made to arrive at the net quantity of work. Nothing shall be
paid extra for forming such openings. However, no deductions shall
be made for areas less than 0.1 sqm overall, bearing of lintels,
beams, girders and hold fasts blocks but nothing extra like form
work shall be paid for embedding these. Similarly, no deductions
shall be made for chimney flue left in the walls, but nothing extra
shall be allowed for rendering for flue openings as specified. Unless
otherwise specified nothing extra shall be admissible for cutting
shape other than straight or any cutting necessary for shaping the
walls to the structural design. Rate shall be inclusive of all
necessary scaffolding, watering, cutting of bricks, curing, vertical &
horizontal reinforcement within brickwork, materials and labour
Payment
The brick works, plastering and pointing shall be paid at their
respective contract unit rate which shall be the full and the final
compensation to the Contractor as per Clause 112 to complete the
work as per these Specifications.
Rat Trap Bond is one of
the brick bonding
construction techniques
in the walling system. In
this type of brick bond
techniques, the bricks
are laid on edge with 1:6
cement mortar as
shown in the figure.
Rat Trap Bond Consumption of brick in
C4
Brick Masonry Rat Trap Bond is reduced by 25-30 % (depending on the thickness
of brick). Due to this reduction in number of bricks, the consumption
of cement mortar is also reduced to 55% (45% cement and 50%
sand is saved as compared to normal English Bond and Flemish
Bond brick wall). The bond acts as a good thermal insulator due to
cavity in between. Plastering on the outer wall may not require due
to the attractive appearance.
CO2 emission in Rat trap bond in 1m3 brick work is 820/27.5 x 2.2=
65.5 kg of CO2 against 1236/27.5 x 2.2 = 99 kg of CO2 in normal
English Bond. General masonry specifications apply.

Detailed Specifications Of Building Works (Civil)   Page 61 


The stones to be used shall be durable and angular in shape. If
boulders are used they shall be broken into angular pieces. The
stones shall be sound, hard, and free from iron bands, spots, sand
holes, flaws, shakes, cracks or other defects. The stone shall not
absorb water more than 5 per cent. The specific gravity of the stone
shall not be less than 2.50. Except otherwise described in the
contract, the length of any stone shall not exceed three times its
height. The breadth of the stone on the bed shall not be less than
150 mm nor greater than 3/4 the thickness of the wall. At least 85%
of the stones used in masonry, except those used for chinking as
chips or spalls of stones shall have individual volumes of more that
0.01 m3 The chips or spalls used including voids in the dry stone
masonry shall not be more than 20% of the stone masonry by
volume. In case of mortared masonry the total volume of mortar and
spalls taken together shall not be more than 30% of the mortared
masonry. Representative samples of the stones intended for use in
the works shall be submitted to the Engineer for prior approval.
Further representative samples shall be submitted for approval
whenever there is a change in the type or strength of the rock that
the Contractor intends to use in masonry work.
Mortar
Mortar for masonry shall conform to provisions under brick works.
Construction
The method of construction described herein shall hold good in all
Clauses of this Section, wherever applicable.
C6, C7, Stone Masonry General
C8, C9 Works Construction shall be carried out in accordance with I.S. 1597-1992,
Code of Practice for construction of stone masonry, Part 1 Rubble
stone masonry or Part 2 Ashlar Masonry as appropriate. All
stratified stone possessing bedding planes shall be laid with its
natural bed as nearly as possible at right angles to the direction of
load. In the case of arch rings, the natural bed shall be radial.
Facework groins shall be built to a height not exceeding one meter
in advance of the main body of the work and adjacent walling
stepped down on either side. Masonry face work between the
groins shall then be built to a height not exceeding 500 mm above
the backing which shall then be brought up level with the completed
facework. At no time shall the backing be built up higher than the
facework.
Except for dry rubble walling, all joints (gaps) shall be sufficiently
thick to prevent stone to stone contact and the gaps shall be
completely filled with mortar. Stones shall be clean and sufficiently
wetted before laying to prevent absorption of water from mortar.
Placing loose mortar on the course and pouring water upon it to fill
the gaps in stones shall not be allowed. Mortar shall be fluid, mixed
thoroughly and then poured in the joints. No dry or hollow space
shall be left anywhere in the masonry and each stone shall have all
its faces completely covered with mortar of the thickness as
specified for joints.
The bed which is to receive the stone shall be cleaned, wetted and
covered with a layer of fresh mortar. All stones shall be laid full in

Page 62   Detailed Specifications Of Building Works (Civil) 


mortar both in bed and vertical joints and settled carefully in place
with a wooden mallet immediately after placement and solidly
embedded in mortar before it has set. Clean and wet chips and
spalls shall be wedged into the mortar joints and bed whenever
necessary to avoid thick joints or bed of mortar. When the
foundation masonry is laid directly on rock, the bedding face of the
stones of the first course shall be dressed to fit into rock snugly
when pressed down in the mortar bedding over the rock. For
masonry works over rock, a levelling course of M15/40 or M15/20
concrete 100mm thickness shall be laid over rock and then stone
masonry work shall be laid without foundation concrete block.
In case, any stone already set in mortar is disturbed or the joints
broken, it shall be taken out without disturbing the adjoining stones
and joints. Dry mortar and stones thoroughly cleaned from the joints
and the stones shall be reset in fresh mortar. Sliding one stone on
top of another which is freshly laid shall not be allowed.
Shaping and dressing of stone shall be done before it is laid in the
work. Dressing and hammering of the laid stones which will loosen
the masonry shall not be allowed.
Building up face wall tied with occasional through stones and filling
up the middle with stones spalls and chips or dry packing shall not
be allowed. Vertical joints shall be staggered. Distance between the
nearer vertical joints of upper layer and lower layer in coursed
rubble masonry shall not be less than half the height of the course.
Masonry in a structure between two expansion joints shall be
carried up nearly at one uniform level throughout but when breaks
are unavoidable the masonry shall be raked in sufficiently long
steps to facilitate jointing of old and new work. The stepping of
raking shall not be more than 45 degrees with the horizontal.
Masonry shall not be laid when the air temperature in the shade is
less than 3°C. Newly laid masonry shall be protected from the
harmful effects of weather.
Ashlar
All stones shall be dressed to accurate planes on the beds and
joints and they shall be fair and neatly or fine tooled on the face
unless otherwise described in the contract.
Block-In-Course
Beds and joints shall be squared and dressed for a distance of at
least 220 mm from the exposed face. Bond stones shall form at
least one sixth of the area of the exposed face and shall extend at
least 900 mm into the wall or for the full thickness of the wall if the
latter is less than 900 mm. Unless described in the contract as
tooled or drafted, the exposed face of all stones shall be blocked
and left rough. Arises shall be dressed square at all beds and joints.
Square Rubble-Coursed Or Broken Courses
All stones shall be truly squared and dressed for a distance at least
120 mm from the face of the wall. Bond stones shall be provided at
the rate of at least one to every 0.8 m2 of exposed face and shall
measure not less than 150 mm x 150 mm on the face and not less
than 450 mm in length or the full thickness of the wall, whichever is

Detailed Specifications Of Building Works (Civil)   Page 63 


the less. Vertical joints in any layer shall be broken in the next layer
and the horizontal lapping of the stones shall not be less than 100
mm.
Random Rubble - Coursed Or Uncoursed
All stones shall be carefully set with a bond stone provided at the
rate of at least one to every 0.9 m2 of exposed face. Bond stones
shall measure not less than 150 mm x 150 mm on the exposed face
and not less than 450 mm in length or the full thickness of the wall,
whichever is the less.
Dry Random Rubble
Dry random rubble masonry shall be constructed generally to the
requirements of coursed random rubble masonry but with the
omission of mortar. All stones shall be carefully shaped to obtain as
close a fit as possible at all beds and joints, any interstices between
the stones being filled with selected stone spalls. The stones in
courses shall be laid perpendicular to the batter face. The exposed
tops or capings of dry rubble structures shall be formed as shown
on the Drawing.
Composite Random Rubble
Materials for composite random rubble shall comply with relevant
Clauses. The dry stone insets shall be constructed when the level of
the surrounding mortared masonry surround has reached the top of
the dry stone inset.
Test And Standard Of Acceptance
Before laying any mortar, the Contractor shall make six sets of
mortar test cubes from each source of sand to demonstrate the
compliance of the mix to the specified strength. Each set shall
comprise six cubes, three to be tested at 7 days and the other to be
tested at 28 days. During construction, the Contractor shall make
and test mortar cubes at the rate of three cubes for every 10 m3 of
masonry to assess the strength subject to a minimum of 3 cubes
samples for a days work. Testing of cubes shall be in accordance
with IS 2250. The stones shall be tested for the water absorption as
per IS: 1124 and it shall not be more than 5 percent. The stones
shall also be tested for Specification gravity and it shall not be less
than 2.65. Sand shall be tested as directed by the Engineer. At least
3 set of tests for stone and sand shall be conducted for every
source.
About one square meter (1mx1m) measured in front face of the
completed stone masonry in every 200 sq.m or part of it shall be
dismantled during the process of construction up to complete depth
and the aggregate volume of the stones having volume more than
0.01m3 shall be obtained by the method of displacement of water to
find the volume of spalls and mortars in the case of mortared
masonry and the volume of spalls and voids in the case of dry
masonry. The dismantling shall be made in such a manner that the
quality of the surrounding work is least affected. While dismantling,
the tightness of the joints shall also be compared with the thickness
of joints as specified for assessment of the quality of work. If the
volume of spalls and mortars is more than the specified volume
and/or the joints are not filled completely with mortar, then the entire
work which the sample and test represent shall be rejected.

Page 64   Detailed Specifications Of Building Works (Civil) 


The dismantled portion shall be made good by the Contractor at his
own cost after completion of the test.
Measurement
Stone masonry shall be measured in cubic meters. The pointing
shall be measured in sq.m.

Payment
The stone masonry shall be paid at the respective contract unit
prices which shall be the full and the final compensation to the
Contractor
Stone filling shall be done as stone masonry works in general but
with the omission of mortar. All stones shall be carefully shaped to
Stone Filling obtain as close a fit as possible at all beds and joints, any
C10
Works interstices between the stones being filled with selected stone
spalls. The stones in courses shall be laid perpendicular to the
batter face.
Glass blocks: Solid or hollow Glass blocks of 190mm x 190mm x
80mm or size as specified and of approved color and shape and
shall be used. Blocks shall be made from structural glass annealed
to withstand rigorous use of material. The bricks shall be impervious
to grease, chemicals, moisture and shall not change its color with
age.
Mortar:
1 part Portland Cement, 1 part lime, and 4-1/2 to 6 times parts of
fine sand passing No. 20 sieve and free of iron compounds to avoid
stains; add integral type waterproofed to increase waterproof
qualities of the mortar. Mortar shall be mixed drier than normal and
only an amount that will be used in 1/2 to 1 hour. Glass block will
not absorb water the same as brick. Re-tempered mortar shall not
be use in any case.
Installation
Surfaces shall be cleaned thoroughly prior to installation.
C11 Glass Block Glass block panels shall be installed into four side prepared
opening, shall never be made to carry loads other than their own
weight. Glass blocks shall not be tapped with steel tools.
Glass block panels shall never be freestanding. Masonry with glass
blocks more than 30 mm high, every horizontal joint should be
reinforced with galvanized expanded metal strips. Blocks masonry
shall not exceed 9m2 (vertical dimension not to exceed 3m)
Uniform joint width of 1/4 inch (6 mm) plus or minus 1/8 inch (3
mm). shall be maintained with maximum variation from plane of unit
to next unit - 1/32 inch (.80 mm) and maximum variation of panel
from plane - 1/16 inch (1.6 mm).When mortar has set, pack backer
rod in jamb and head channels. Recess to allow for sealant.
The construction shall be so executed that there is complete
freedom of movement of the panel within the inframing members.
Provision for expansion shall be made along the jambs and the
head of each panel and there shall be proper anchorage of panel at
head, sill and jamb.

Detailed Specifications Of Building Works (Civil)   Page 65 


Cleaning
Remove excess mortar from glass surfaces with a damp cloth
before set occurs. The glass block wall shall be left clean and
unblemished condition. The residue of cement on the glass surface
let from mortar/ tiling grout shall be removed by use of proprietary
cement stain remover. Hydrofluoric acid or derivatives must not be
used. No scratch marks of blades shall be seen in the glass
surface.

Protection
Protect installed products shall be protected until completion of
project.
Damaged products shall be Touched-up, repaired or replaced
before Substantial Completion
Measurement/ payment
Measurement shall be in square meter for specified thickness of
masonryor nos of glass blocks as specified in the BOQ. Rate shall
include materials, mixing, laying, finishing, and labour etc., all
complete.
11. D. Concrete Works
Mixing Concrete
Before any batching, mixing, transporting, placing, compacting and
finishing and curing the concrete ordered or delivered to site, the
Contractor shall submit to the Engineer full details including Drawing
of all the plant which he proposes to use and the arrangements he
proposes to make.
Concrete for the works shall be batched and mixed in one or more
plants or concrete mixer unless the Engineer agrees to some other
arrangement. If concrete mixers are used, there shall be sufficient
number of mixtures including stand by mixers.
Batching and mixing plants shall be complying with the requirements
of IS 1791 and capable of producing a uniform distribution of the
ingredients throughout the mass. Truck mixers shall comply with the
requirements of IS 4925 and shall only be used with the prior approval
of the Engineer. If the plant proposed by the Contractor does not fall
D1-D8 General within the scope of IS 1791 it shall have been tested in accordance
with IS 4634 and shall have a mixing performance within the limits of
IS 1791.
All mixing operations shall be under the control of an experienced
supervisor.
The aggregate storage bins shall be provided with drainage facilities
arranged so that the drainage water is not discharged to the weigh
hoppers. Each bin shall be drawn down at least once per week and
any accumulations of mud or silt shall be removed.
If bulk cement is used, the scale and weight hopper for cement shall
be distinct from the scale and weight hopper for aggregates.
Cement and aggregates shall be batched by weight. Water may be
measured by weight or volume.
The weighing and water dispensing mechanisms shall be maintained
in good order. Their accuracy shall be maintained within the
tolerances described in IS 1791 and not more than plus or minus one

Page 66   Detailed Specifications Of Building Works (Civil) 


percent, and checked against accurate weights and volumes when
required by the Engineer.
The weights of cement and of each size of aggregate and the weight
or volume of water as indicated by the mechanism employed shall be
within a tolerance of plus or minus three per cent of the respective
weight per batch agreed by the Engineer.
The Contractor shall provide standard test weights at least equivalent
to the maximum working load used on the most heavily loaded scale
and other auxiliary equipment required for checking the satisfactory
operation of each scale or measuring device. Tests shall be made by
the Contractor in the presence of the Engineer during the site trials
described in Sub-clause 604 (4) and then at intervals to be
determined by the Engineer but not less than once per three months.
The Contractor shall furnish the Engineer with copies of the complete
results of all check tests and shall make any adjustments, repairs or
replacements necessary to ensure satisfactory performance.
The nominal drum or pan capacity of the mixer shall not be exceeded.
The turning speed and the mixing time shall be as recommended by
the manufacturer, but in addition, when water is the last ingredient to
be added, mixing shall continue for at least one minute after all the
water has been added to the drum or the pan.
The blades of pan mixers shall be maintained within the tolerances
specified by the manufacturer of the mixer and the blades shall be
replaced when it is no longer possible to maintain the tolerances by
adjustment.
Mixers shall be fitted with an automatic recorder registering the
number of batches discharged.
The water to be added to the mix shall be reduced by the amount of
free water contained in the coarse and fine aggregates. This amount
shall be determined by the Contractor by a method agreed by the
Engineer immediately before mixing begins each day and thereafter at
least once per hour and for each delivery of aggregates during
concreting. When the correct quantity of water, determined as set out
in the Specification, has been added to the mix, no further water shall
be added, either during mixing or subsequently.
Mixers which have been out of use for more than 30 minutes shall be
thoroughly cleaned before any fresh concrete is mixed. Mixers shall
be cleaned out before changing to another type of cement.
Transportation Of Concrete
The concrete shall be discharged from the mixer and transported to
the works by means which shall prevent adulteration, segregation or
loss of ingredients, and shall ensure that the concrete is of the
required workability at the point and time of placing. The loss of slump
between discharge from the mixer and placing shall be within the
tolerances.
The capacity of the means of transport shall not be less than the full
volume of a batch.
The time elapsing between mixing transporting placing and
compaction altogether of a batch of concrete shall not be longer than
the initial setting time of the concrete. If the placing of any batch of

Detailed Specifications Of Building Works (Civil)   Page 67 


concrete is delayed beyond this period, the concrete shall not be
placed in the works.
Placing Of Concrete
Consent for Placing
Concrete shall not be placed until the Engineer's consent has been
given in writing. The Contractor shall give the Engineer at least two
full working day notice of his intention to place concrete.
If concrete placing is not commenced within 24 hours of the
Engineer's consent the Contractor shall again request consent as
specified above.
Preparation of Surface to Receive Concrete
Excavated surfaces on which concrete is to be deposited shall be
prepared as set out in relevant Section Existing concrete surfaces
shall be prepared before deposition of further concrete they shall be
clean, hard and sound and shall be wet but without any free-standing
water.
Any flow of water into an excavation shall be diverted through proper
side drains to a sump or be removed by other suitable method which
will prevent washing away the freshly deposited concrete or any of its
constituents. Any under drain constructed for this purpose shall be
completely grouted up when they are no longer required by a method
agreed by the Engineer.

Unless otherwise instructed by the Engineer surfaces against which


concrete is to be placed shall receive prior coating of cement slurry or
mortar mixed in the proportions similar to those of the fines portion in
the concrete to be placed. The mortar shall be kept ahead of the
concrete. The mortar shall be placed into all parts of the excavated
surface and shall not be less than 5 mm thick.
If any fissures have been cleaned out they shall be filled with mortar
or with concrete as instructed by the Engineer.
The amount of mortar placed at one time shall be limited so that it
does not dry out or set before being covered with concrete.
Placing Procedures
The concrete shall be deposited as nearly as possible in its final
position. It shall be placed so as to avoid segregation of the concrete
and displacement of the reinforcement, other embedded items or
formwork. It shall be brought up in layers approximately parallel to the
construction joint planes and not exceeding 300 mm in compacted
thickness unless otherwise permitted or directed by the Engineer, but
the layers shall not be thinner than four times the maximum nominal
size of aggregate.
When placing on a nearly horizontal surface, placing shall start at the
lower end of the surface to avoid de-compaction of concrete.
Layers shall not be placed so that they form feather edges nor shall
they be placed on a previous layer which has taken its initial set. In
order to comply with this requirement, another layer may be started
before initial set of the preceding layer.
All the concrete in a single bay or pour shall be placed as a
continuous operation. It shall be carefully worked round all
obstructions, irregularities in the foundations and the like so that all
parts are completely full of compacted concrete with no segregation or

Page 68   Detailed Specifications Of Building Works (Civil) 


honey combing. It shall also be carefully worked round and between
water stops, reinforcement, embedded steelwork and similar items
which protrude above the surface of the completed pour. All work
shall be completed on each batch of concrete before its initial set
commences and thereafter the concrete shall not be disturbed before
it has set hard. No concrete that has partially hardened during transit
shall be used in the works and the transport of concrete from the
mixer to the point of placing shall be such that this requirement can be
complied with.
Concrete shall not be placed during rain which is sufficiently heavy or
prolonged to wash mortar from coarse aggregate on the exposed
faces of fresh concrete. Means shall be provided to remove any water
accumulating on the surface of the placed concrete. Concrete shall
not be deposited into such accumulations of water.
In dry weather, covers shall be provided for all fresh concrete surfaces
which are not being worked on. Water shall not be added to concrete
for any reason.
When concrete is discharged from the place above its final deposition,
segregation shall be prevented by the use of chutes, down pipes,
trunking, baffles or other appropriate devices.
Forms for walls shall be provided with openings or other devices that
will permit the concrete to be placed in a manner that will prevent
segregation and accumulations of hardened concrete on the formwork
or reinforcement above the level of the placed concrete.
When it is necessary to place concrete under water the Contractor
shall submit to the Engineer his proposals for the method and
equipment to be employed. The concrete shall be deposited either by
bottom-discharging watertight containers or through funnel-shaped
tremies which are kept continuously full with concrete in order to
reduce to a minimum the contact of the concrete with the water.
Special care shall be taken to avoid segregation.
If the level of concrete in a tremie pipe is allowed to fall to such extent
that the water enters the pipe, the latter shall be removed from the
pour and filled with concrete before being again lowered into the
placing position. During and after concreting under water, pumping or
de-watering in the immediate vicinity shall be suspended if there is
any danger that such work will disturb the freshly placed concrete.
Interruptions to Placing
If the concrete placing is interrupted for any reason and the duration
of the interruption cannot be forecast or is likely to be prolonged, the
Contractor shall immediately take the necessary action to form a
construction joint so as to eliminate as far as possible feather edges
and sloping top surfaces and shall thoroughly compact the concrete.
All work on the concrete shall be completed before elapse of initial
setting time and it shall not thereafter be disturbed until it is hard
enough to resist damage. Plant and materials to comply with this
requirement shall be readily available at all time during concrete
placing.
Before concreting is resumed after such an interruption the Contractor
shall cut out and remedy all damaged or un-compacted concrete,

Detailed Specifications Of Building Works (Civil)   Page 69 


feather edges or any undesirable features and shall leave a clean
sound surface against which the fresh concrete may be placed.

If it becomes possible to resume concrete placing without


contravening the Specification and the Engineer consents to
resumption, the new concrete shall be thoroughly worked in and
compacted against the existing concrete so as to eliminate any cold
joints.
In case of long interruption concrete shall be resumed as directed by
Engineer.
Dimensions of Pours
Unless otherwise agreed by the Engineer, pours shall not be more
than two meters high and shall as far as possible have a uniform
thickness over the plan area of the pour. Concrete shall be placed to
the full planned height of all pours except in the circumstances
described. The Contractor shall plan the dimensions and sequence of
pours in such a way that cracking of the concrete does not take place
due to thermal or shrinkage stresses.
Placing Sequence
The Contractor shall arrange that the intervals between successive
lifts of concrete in one Section of the works are of equal duration. This
duration shall not be less than three days or not more than seven
days under temperate weather conditions unless otherwise agreed by
the Engineer.
Where required by the Engineer to limit the opening of construction
joints due to shrinkage, concrete shall not be placed against adjacent
concrete which is less than 21 days old.
Contraction gaps in concrete shall be of the widths and in the
locations as shown on the Drawing and they shall not be filled until the
full time interval shown on the Drawing has elapsed.
Compaction Of Concrete
Concrete shall be fully compacted throughout the full extent of the
placed layer. It shall be thoroughly worked against the formwork and
around any reinforcement and other embedded item, without
displacing them. Care shall be taken at arises or other confined
spaces. Successive layers of the same pour shall be thoroughly
worked together.
Concrete shall be compacted with the assistance of mechanical
immersion vibrators, unless the Engineer agrees another method.
Immersion and surface vibrators shall operate at a frequency of
between 70 and 200 hertz. The Contractor shall ensure that vibrators
are operated at pressures and voltages not less than those
recommended by the manufacturer in order that the compactive effort
is not reduced.
A sufficient number of vibrators shall be operated to enable the entire
quantity of concrete being placed to be vibrated for the necessary
period and, in addition, stand-by vibrators shall be available for instant
use at each place where concrete is being placed.
Vibration shall be continued at each point until the concrete ceases to
contract, air bubbles have ceased to appear, and a thin layer of
mortar has appeared on the surface. Vibrators shall not be used to
move concrete laterally and shall be withdrawn slowly to prevent the

Page 70   Detailed Specifications Of Building Works (Civil) 


formation of voids.

The vibrators shall be inserted vertically into the concrete to penetrate


the layer underneath at regular spacing which shall not exceed the
distance from the vibrator over which vibration is visibly effective and
some extent of vibration is overlapped.
Vibration shall not be applied by way of reinforcement nor shall the
vibrators be allowed to touch reinforcement, sheathing ducts or other
embedded items.
Coarse Aggregate
As per item (4) page 31
Fine Aggregate
As per item (3) page 31
Cement
As per item (2) page 30
Water
As per item (7) page 33
Tests
Regular Slump test should be carried out to control the addition
of water and to maintain required consistency.
Curing Of Concrete
General
Concrete shall be protected during the first stage of hardening from
loss of moisture and from the development of temperatures
differentials within the concrete sufficient to cause cracking. The
methods used for curing shall not cause damage of any kind to the
concrete.
Curing shall be continued for as long as may be necessary to achieve
the above objectives but not less than seven days or until the
concrete is covered by successive construction whichever is the
shorter period.
The above objectives shall be dealt with but nothing shall prevent both
objectives being achieved by a single method where circumstances
permit.
The curing process shall commence as soon as the concrete is hard
enough to resist damage from the process. In the case of large areas
or continuous pours, it shall commence on the completed Section of
the pour before the rest of the pour is finished.
Loss of Moisture
Exposed concrete surfaces shall be closely covered with impermeable
sheeting, properly secured to prevent its removal by wind and the
development of air spaces beneath it. Joints in the sheeting shall be
lapped by at least 300 mm.
If it is not possible to use impermeable sheeting, the Contractor shall
keep the exposed surfaces continuously wet by means of water spray
or by covering with a water absorbent material which shall be kept
wet, unless this method conflicts with provisions of relevant Sub-
clause.
Water used for curing shall be of the same quality as that used for
mixing.

Detailed Specifications Of Building Works (Civil)   Page 71 


Formed surfaces may be cured by retaining the formwork in place for
the required curing period.
If instructed by the Engineer, the Contractor shall, in addition to the
curing provisions set out above provide a suitable form of shading to
prevent the direct rays of the sun reaching the concrete surfaces for at
least the first four days of the curing period.
Limitation of Temperature Differentials
The Contractor shall limit the development of temperature differentials
in concrete after placing by any means appropriate to the
circumstances including the following:
Limiting concrete temperatures at placing);
Use of low heat cement for mass concreting, subject to the agreement
of the Engineer;
Leaving formwork in place during the curing period. Steel forms shall
be suitably insulated on the outside;
Preventing rapid dissipation of heat from surfaces by shielding from
wind.
Protection Of Fresh Concrete
Freshly placed concrete shall be protected from rainfall and from
water running over the surface until it is sufficiently hard to resist
damage from these causes.
Concrete placed in the works shall not be subjected to any loading
including traffic until it has attained at least its characteristic strength.
Concreting In Hot Weather
General
The Contractor shall prevent damage to concrete arising from
exposure to extreme temperatures, and shall maintain in good
working order all plant and equipment required for this purpose.
In the event that conditions become such that even with the use of
equipment the requirements cannot be met, concrete placing shall
immediately cease until such time as the requirements can again be
met.
Concrete Placing in Hot Weather
During hot weather the Contractor shall take all measures necessary
to ensure that the temperature of concrete at the time of placing in the
works does not exceed 30°C and that the concrete does not lose any
moisture during transporting and placing.
Such measures may include but are not necessarily limited to the
following:-
Shielding aggregates from direct sunshine.
Use of a mist water spray on aggregates.
Sun shields on mixing plants and transporting equipment.
Surfaces in which concrete is to be placed shall be shielded from
direct sunshine and surfaces shall be thoroughly wetted to reduce
absorption of water from the concrete placed on or against them.
After concrete has been placed, the selected curing process shall be
commenced as soon as possible. If any interval occurs between
completion of placing and start of curing, the concrete shall be closely
covered during the interval with polythene sheet to prevent loss of
moisture.
Construction Joints
Whenever concrete is to be bonded to other concrete which has

Page 72   Detailed Specifications Of Building Works (Civil) 


hardened, the surface of contact between the Sections shall be
deemed a construction joint.
Where construction joints are shown in the Drawing, the Contractor
shall form such joints in such positions. The location of joints which
the Contractor requires to make for the purpose of construction shall
be subject to the approval of the Engineer. Construction joints shall be
in vertical or horizontal planes except in sloping slabs where they shall
be normal to the exposed surface or elsewhere where the Drawing
requires a different arrangement.
Construction joints shall be arranged as to reduce to a minimum the
effects of shrinkage in the concrete after placing, and shall be placed
in the most advantageous positions with regard to stresses in the
structures and the desirability of staggering joints.
Feather edges of concrete at joints shall be avoided. Any feather
edges which may have formed where reinforcing bars project through
a joint shall be cut back until sound concrete has been reached.
The intersections of horizontal and near horizontal joints and exposed
faces of concrete shall appear as straight lines produced by use of a
guide strip fixed to the formwork at the top of the concrete lift, or by
other means acceptable to the Engineer.
Construction joints formed as free surfaces shall not exceed a slope
of 20 per cent from the horizontal.
The surface of the fresh concrete in horizontal or near horizontal joints
shall be thoroughly cleaned and roughened by means of high
pressure water, and air jets or wire brush, when the concrete is hard
enough to withstand the treatment without the leaching of cement.
The surface of vertical or near vertical joints shall be similarly treated
if circumstances permit the removal of formwork at a suitable time.
Where concrete has become too hard for the above treatment to be
successful, the surface whether formed or free shall be thoroughly
scrabbled by mechanical means, manually or wet sand blasted and
then washed with clean water. The indentations produced by
scrabbling shall not be less than 10 mm deep and shall be away from
the finished face by 40mm.
If instructed by the Engineer the surface of the concrete shall be
thoroughly brushed with a thin layer of mortar composed of one part
of cement to two parts of sand by weight immediately prior to the
deposition of fresh concrete. The mortar shall be kept just ahead of
the fresh concrete being placed and the fresh layer of concrete shall
be thoroughly and systematically vibrated to full depth to ensure
complete bond with the adjacent layer. No mortar or concrete shall be
placed until the joint has been inspected and approved by the
Engineer.
Records Of Concrete Placing
Records of the details of every pour of concrete placed in the works
shall be kept by the Contractor in a form agreed by the Engineer.
These records shall include class of concrete, location of pour, date
and duration of pour, ambient temperature and concrete temperature
at time of placing and all relevant meteorological information such as
rain, wind etc., moisture contents of the aggregates, details of mixes,

Detailed Specifications Of Building Works (Civil)   Page 73 


batch numbers, cement batch number, results of all tests undertaken,
part of the structure and place where test cube samples are taken
from.
The Contractor shall supply to the Engineer four copies of these
records each week covering work carried out the preceding week. In
addition he shall supply to the Engineer monthly histograms of all 28
day cubes strength results together with cumulative and monthly
standard deviations, Coefficient of Variation, and any other
information which the Engineer may require concerning the concrete
placed in the works.
No Fines Concrete
No Fines concrete (NF concrete) is intended for use where a porous
concrete is required and shall only be used where shown on the
Drawing or instructed by the Engineer.
The mix shall consist of Ordinary Portland cement and aggregate
complying with this Specification. The aggregate size shall be 40 mm
to 10 mm only. The weight of cement mixed with 0.3 cubic meters of
aggregate shall not be less than 50 kg. The quantity of water shall not
exceed that required to produce a smooth cement paste which will
coat evenly the whole of the aggregate.
Hand Mixed Concrete
Concrete for structural purposes shall not be mixed by hand. Where
non structural concrete is required, hand mixing may be carried out
subject to approval of the Engineer.
For making hand mixed concrete, cement, sand and aggregate shall
be batched separately by volume or by weight as applicable.Mixing
shall be done in masonary platform or sheet iron tray. Then cement
and sand shall be mixed dry to uniform colour. The aggregate shall be
stacked in a proper shape upon which cement sand mix shall be
spread and whole mix shall be turned up and down to have uniform
mix of all ingredients. Then water shall be added and shall be mixed
to uniform consistency.
For hand mixed concrete the specified quantities of cement shall be
increased by 10% and not more than 0.25 cubic meters shall be
mixed at one time. During windy weather precautions shall be taken to
prevent cement from being blown away in the process of gauging and
mixing.
Early Loading
No load shall be applied to any part of a structure until the specified
curing period has expired, and thereafter loading shall be allowed
after approval by the Engineer. The Engineer's decision shall be
based on the type of load to be applied, the age of concrete, the
magnitude of stress induced and the propping of the structure.
No structure shall be opened to traffic until test cubes have attained
the specified minimum 28 days strength
Measurement
Concrete
Concrete laid in place as specified in the Drawing or directed by the
Engineer shall be measured in cubic meter separately for each class.
No deduction shall be made in the measurement for:
bolt holes, pockets, box outs an cast in components provided that the
volume of each is less than 0.15 cubic meters;

Page 74   Detailed Specifications Of Building Works (Civil) 


mortar beds, fillets, drips, rebates, recesses, grooves, chamfers and
the like of 100 mm total width or less;
reinforcement
Blinding Concrete/Non Structural Concrete
Blinding concrete laid in place shall be measured in cubic meter. No
deduction shall be made for openings provided that the area of each
is less than 0.5 square meters. Blinding concrete over hard material
shall be measured as the volume used provided that the maximum
thickness of 150 mm allowed for over break is not exceeded.
Admixtures, Workability and Hardening Agents
Measurement of these items shall be carried out as specified in the
contract.
Concrete
Every class of concrete shall be paid as per respective contract unit
rate. The respective rate shall also include the cost of:
Admixtures and workability agents including submission of details
unless specified.
Class of UF1,2 or 3 surface finish.
Laying to sloping surfaces not exceeding 15° from the horizontal and
to falls.
Formwork to lean concrete.
Placing and compacting against excavated surfaces where required
including any additional concrete to fill over break and working space.
Complying with the requirements of Clauses 2001 to 2013,1806 and
1807.
Admixtures, Workability and Hardening Agents
Payment shall be made at contract unit rate which shall be the full and
the final compensation to the Contractor for all specified in the
contract.
Non-structural concrete (NS concrete) shall be used only for non
structural purposes where shown on the Drawing.
NS concrete shall be compound of ordinary Portland cement and
aggregates complying with this Specification.
The weight of cement mixed with 0.3 cubic meters of combined
Non- aggregate shall not be less than 50 kg. The mix shall be proportioned
structural by weight or by volume. The maximum aggregate size shall be 40 mm
D1
Concrete nominal.
The concrete shall be mixed by machine or by hand to a uniform
colour and consistency before placing. The quantity of water used
shall not exceed that required to produce a concrete with sufficient
workability to be placed and compacted where required.
The concrete shall be compacted by hand towels or rammers or by
mechanical vibration.
Reinforcement as plain bars and deformed bars and steel fabric shall
comply with the following Indian Standards.
Reinforcemen IS 1786 for high strength deformed steel bars and wires.
D9 t IS 1566 for steel mesh fabric.
IS 432 mild steel and medium tensile steel bars.
All reinforcement shall be from an approved manufacturer and, if
required by the Engineer, the Contractor shall submit the ISI

Detailed Specifications Of Building Works (Civil)   Page 75 


certification mark or other test certificate from the manufacturer
acceptable to the Engineer. The Contractor shall furnish all
information as manufacturer's certificate, invoice, and other relevant
details to ensure the quality of steel.
The reinforcements shall have no crack, scale or rust or foreign
particles that will destroy or reduce the bond. The bars shall be
accurately bent and formed to the dimension indicated in the
Drawings. The Contractor shall prepare bending schedules for each
structure and calculate the weight of the reinforcement. The schedule
of bars and the calculations shall be submitted to the Engineer for
approval.
Binding wire used to bind reinforcements shall be annealed
galvanized binding wire of 20 gauges.
The sampling and frequency of testing shall be as set out in the NS
84-2042 and NS 191-2045. All reinforcement not complying with the
Specification shall be removed from site.
Storage of Reinforcement
All reinforcement shall be delivered to site either in straight lengths or
cut and bent. No reinforcement shall be accepted in long lengths
which have been transported bent over double.
Any reinforcement which is likely to remain in storage for a long period
shall be protected from the weather so as to avoid corrosion and
pitting. All reinforcement which has become corroded or pitted to an
extent which, in the opinion of the Engineer, will affect its properties
shall either be removed from site or may be tested for compliance with
the appropriate Indian Standard at the Contractor expense.
Reinforcement shall be stored at least 150mm above the ground on a
clean area free of mud and dirt and sorted out according to category,
quality and diameter.
Bending Reinforcement
Unless otherwise shown on the Drawing, bending and cutting shall
comply with IS 2502.
The Contractor shall satisfy himself as to the accuracy of any bar
bending schedules supplied and shall be responsible for cutting,
bending, and fixing the reinforcement in accordance with the Drawing.
Bars shall be bent mechanically using appropriate bar benders. Bars
shall be bent cold by the application of slow steady pressure. At
temperatures below 5°C the rate of bending shall be reduced if
necessary to prevent fracture in the steel.
Bending reinforcement inside the forms shall not be permitted except
for mild steel bars of diameter less or equal to 12 mm, when it is
absolutely necessary.
After bending, bars shall be securely tied together in bundles or
groups and legibly labelled as set out in IS 2502.
Fixing Reinforcement
Reinforcement shall be thoroughly cleaned. All dirt, scale, loose rust,
oil and other contaminants shall be removed before placing it in
position. If the reinforcement is contaminated with concrete from
previous operations, it shall be cleaned before concreting in that
Section.
Reinforcement shall be securely placed and fixed in position as shown
in the drawing or directed by the Engineer.

Page 76   Detailed Specifications Of Building Works (Civil) 


Unless otherwise agreed by the Engineer, all intersecting bars shall
be either tied together with not less than 1.6 mm diameter soft
annealed iron wire and the end of the wire turned into the body of the
concrete, or shall be secured with a wire clip of a type agreed by the
Engineer.
Spacer blocks shall be used for ensuring that the correct cover is
maintained on the reinforcement. Blocks shall be as small as
practicable and of a shape agreed by the Engineer. They shall be
made of mortar mixed in the proportions of one part of cement to two
parts of sand by weight. Wires cast into the block for tying in to the
reinforcement shall have not less than 1.6 mm diameter and shall be
soft annealed iron.
Alternatively another type of spacer block may be used subject to the
Engineer's approval. All reinforcement shall be checked of shape,
size, diameter and number where necessary. Reinforcement shall be
rigidly fixed so that it remains intact during placing of concrete. Any
fixers Made to the formwork shall not remain within the space to be
occupied by the concrete being placed.
No splices shall be made in the reinforcement except where shown on
the Drawing or agreed by the Engineer. Splice lengths shall be as
shown on the Drawing or directed by the Engineer.
Reinforcement shall not be welded except where required by the
contract or agreed by the Engineer. If welding is employed, all welded
splices shall be full penetration butt welds complying with the
procedures set out in IS 2751 or IS 9417 as applicable. Mechanical
splices shall not be used unless the Engineer agrees otherwise.
Acceptance for welded or mechanical splices of approved design shall
be based on qualification tests to be carried out by the
Contractor: prior to start of the work. Construction control testing as
instructed by the Engineer shall be also carried out.
The Contractor shall ensure that reinforcement left exposed in the
works shall not suffer distortion, displacement or other damage. When
it is necessary to bend protruding reinforcement aside temporarily, the
radius of the bend shall not be less than four times the bar diameter
for mild steel bars or six times the bar diameter for high yield bars.
Such bends shall be carefully straightened without leaving residual
kinks or damaging the concrete round them before concrete placing.
In no circumstances heating and bending of high yield bars shall be
permitted.
Bars complying with IS 1786 or other high tensile bars shall not be
bent after placing in the works.
The reinforcement shall be paid at contract unit rate. The rate shall
also include compensation for the cost of providing, cutting to length,
cleaning, spacer blocks, waste incurred by cutting, welding, fixing the
reinforcement in position including the provision of wire or other
material for supporting and tying the reinforcement in place, bending
reinforcement aside temporarily, and straightening, placing and
compacting concrete around reinforcementand. Exact length of laps,
bending, hooking, and provision and fixing of chairs of atleast 12 mm
dia shall be separately measured for payment.

Detailed Specifications Of Building Works (Civil)   Page 77 


Formworks
As per E1-E13
Fabric Reinforcement
The fabric reinforcement shall be paid at contract unit rate which shall
be also inclusive of compensation for wastage and laps.
11. E. Formworks and Waling
Form works shall include all temporary or permanent forms required
for forming the concrete together with all temporary construction for
their support.
Form works shall be designed and erected by the Contractor so that
concrete can be properly placed and compacted in a manner that the
hardened concrete conforms to the required shape, position, and level
subject to the specified tolerances and standards of finish. It shall be
assembled with adequate nails and /or nuts and bolts. It shall consist
of wooden boards, sheet metals, and any other suitable material that
prevent loss of grout when the concrete is vibrated.
Special care shall be taken to maintain the stability of the form works
and the tightness of the joints particularly during concrete vibrating
operations.
The formworks shall be as specified in the BOQ with adequate ribs for
the beam, column and slabs. The Engineer shall approve the material
and position of any ties passing through the concrete. The whole or
part of the tie shall be capable of being removed such that any
remaining part shall be embedded in the concrete by at least the
specified thickness for reinforcement cover. Any holes formed by
removal of ties shall be filled with concrete or mortar of approved
composition.
Form works at top shall be provided where the slope of the formed
E1-E13 surface exceeds one in four.
Before each concrete operation commences, form works shall be
cleaned of all rubbish and other foreign particles.
Concrete operations shall not commence until the erected form works
has been inspected and approved. The Contractor shall give at least
48 hours notice for such inspection. On rejection for any reason, the
Engineer shall require another 48 hours to inspect the rectified errors.
The inside surface of forms shall be coated with an approved material
to prevent the adhesion of concrete. Such material shall be applied
strictly in accordance with the manufacturer's instructions and shall
not come in contact with the reinforcement or anchors.
Construction of Formwork
Joints in formwork for exposed faces shall, unless otherwise specified,
be evenly spaced and horizontal or vertical and shall be continuous in
a regular pattern.

All joints in formwork shall be water tight. Where reinforcement


projects through formwork, the form shall fit closely round the bars.
Formwork shall be so designed that it may be easily removed from the
work without damage to the faces of the concrete. It shall also
incorporate provisions for making minor adjustments in position, if
required, to ensure the correct location of concrete faces. Due
allowance shall be made in the position of all formwork for movement

Page 78   Detailed Specifications Of Building Works (Civil) 


and settlement under the weight of fresh concrete.
Surfaces at slopes less than 20° may be formed by screeding.
Surfaces at slopes between 20° and 30° shall generally be formed if
the Contractor can demonstrate to the satisfaction of the Engineer
that such slopes can be screeded with the use of special screed
boards to hold the concrete in place during vibration.

Horizontal or inclined formwork to the upper surface of concrete shall


be adequately secured against uplift due to the pressure of fresh
concrete. Formwork shall also be tied down or otherwise secured
against floating within the body of the concrete.
The internal and external angles on concrete surfaces shall be formed
with fillets and chamfers of the sizes shown on the Drawing unless
otherwise instructed by the Engineer.
Supports for formwork may be bolted to previously placed concrete
provided the type of bolt used is acceptable to the Engineer. If metal
ties through the concrete are used in conjunction with bolts, the metal
left in shall not be close to the face of the concrete by less than
50mm.
Formwork shall not be re-used after it has suffered damage which is
sufficient to impair the finished surfaces of the concrete.
Where circumstances prevent easy access within the form, temporary
openings shall be provided through the formwork for cleaning and
inspection.
Shear keys of the size and shape as indicated on the Drawing shall
be provided in all construction joints.
Where pre-cast concrete elements are specified for use as permanent
formwork, or proposed by the Contractor and agreed by the Engineer,
they shall comply with the requirements of formwork as specified in
the Specifications in respect of surface finish, strength and rigidity.
Such elements shall be set true to line and level within the tolerances
prescribed for the appropriate class of finish and fixed so that they
cannot move when concrete is placed against them.
Preparation of Formwork
Before any reinforcement is placed into position within formwork, the
latter shall be thoroughly cleaned and then dressed with a release
agent. The agent shall be either suitable oil incorporating a wetting
agent, an emulsion of water suspended in oil or low viscosity oil
containing chemical agents. The Contractor shall not use an emulsion
of oil suspended in water nor any release agent which causes staining
or discolouration of the concrete, air holes on the concrete surface, or
retards the set of the concrete or affects the strength of concrete.
In order to avoid colour differences on adjacent concret surfaces, only
one type of release agent shall be used in any one section of the
works.
In cases where it is necessary to fix reinforcement before placing
formwork, all surface preparation of formwork shall be carried out
before it is placed into position. The Contractor shall not allow
reinforcement or pre-stressing tendons to be contaminated with
formwork release agent.

Detailed Specifications Of Building Works (Civil)   Page 79 


Before placing concrete all dirt, construction debris and other foreign
matter shall be removed completely from within the placing area.
Before concrete placing commences, all wedges and other adjusting
devices shall be secured against movement during concrete placing
and the Contractor shall maintain a watch on the formwork during
placing to ensure that no movement occurs. If any movement noticed,
the formwork shall be set right immediately.
Removal of Formwork
The Contractor shall give 24 hours notice of his intentions to strike
any form works. Forms shall be removed without shock vibrations or
other damage to the concrete.
Formwork shall be carefully removed without shock or disturbance to
the concrete. No formwork shall be removed until the concrete has
gained sufficient strength to withstand any stresses safely to which it
may thereby be subjected.
The minimum periods which shall elapse between completion of
placing concrete and removal of forms are given in Table and apply to
ambient temperatures higher than 10°C. At lower temperatures or if
cement other than ordinary Portland are involved, the Engineer may
instruct longer periods.

Alternatively, formwork may be removed when the concrete has


attained the strength set out in Table provided that the attained
strength is determined by making test cubes and curing them under
the same conditions as the concrete to which they refer.
Compliance with these requirements shall not relieve the Contractor
of his obligation to delay removal of formwork until the removal can be
completed without damage to the concrete.
If the Contractor wishes to strip formwork from the underside of
arches, beams and slabs before the expiry of the period for supports
set out above, it shall be designed so that it can be removed without
disturbing the supports. The Contractor shall not remove supports
temporarily for the purpose of stripping formwork and subsequently
replace them.
As soon as the formwork has been removed, bolt holes in concrete
faces other than construction joints which are not required for
subsequent operations shall be completely filled with mortar
sufficiently dry to prevent any slumping at the face. The morr shall be
mixed in the same proportions as the fine aggregate and cement in
the surrounding concrete and with the same materials and shall be
finished flush with the face of the concrete.
After removal of the formwork, the date of casting of concrete shall be
marked on the surface of related concrete by water proof paint/marker
for estimation of curing time.
Minimum Time for Form works
Normal Cold Strength to
Form work Weather Weather be attained
(days) (days)
1.Vertical or near vertical 24 hours 0.2 fck
faces of mass concrete
2. Beam sides, walls and 48 hours 1.5: 0.3 fck

Page 80   Detailed Specifications Of Building Works (Civil) 


unloaded columns
3. Sofits of slabs and
beams :
Spans up to 3m 4 days 7 days fck
Spans over 3m to 6m 11 days 17 days fck
Measurement
Except as stated below, formwork shall be measured in square meter
of formwork actually in contact with the finished face of the concrete.
No deduction shall be made in the measurement for openings, pipes,
ducts and the like, provided that the area of each is less than 0.50
square meters. Unless otherwise stated, if the volume or area of
concrete has not been deducted when measuring the concrete,
formwork to form box or the void shall not be measured.
Formwork required for lean concrete, to form construction joints and
shear keys for future concrete and other construction surfaces shall
not be measured and the costs shall be included in the rates for other
work.
Formwork to contraction and expansion joints shall be measured in
square meter on one face only. The rates shall include for the costs
stated below and for forming recesses for sealant and channels for
grout.
The measurement of formwork is inclusive of the measurement for
formwork finished surface, shoring, staging, scaffolding and other
accessories required for erection and removal of the formwork.
Payment
The formwork shall be paid as per the contract unit rate. The rates for
formwork shall include the cost of submission of details, transportation
and use of all materials for formwork, erection including provision of
supports, fillets and chamfers 75 mm and less in width, bolts, ties,
fixings, cutting to waste, drilling or notching the formwork for
reinforcement where required, working around pipes, ducts, conduits
and waterstops, temporary openings, cleaning, dressing, removal of
formwork, filling bolt holes and any remedial work including all
incidental works required to complete the work as per Specification.
The payment for unformed surfaces of concrete shall be deemed
included in the contract unit rate of the relevant concrete.
11. F. Roofing Works
The corrugated iron sheet shall be of the specified gauge. A 24 B.G.
sheet shall weigh 5.4kg/m2. The sheet shall be free from rust and the
zinc covering at the time of fixing shall be on perfect condition. Each
sheet shall have 10 corrugations 75mm wide and 19mm deep with
overall flat width of 800mm, referred to as 24 B.G. 10/3 sheets.
Each sheet shall be laid on wooden or steel purling with an end
F1 – F6 CGI sheet overlap of 150mm minimum or as per drawing and side overlap of two
and half corrugations. The sheet shall be joined together with
galvanized hook-bolts of L type of 8mm diameter, with bitumen and
limpet washers. L hook shall be fixed at 300mm interval along bearer
and 600mm along edge. Each bolt shall have “limpet” dome washer in
addition to bitumen washer.
Wind ties of 40mm x 6mm flat iron shall be fixed at the eaves ends of

Detailed Specifications Of Building Works (Civil)   Page 81 


the sheets fixing the same with purling by L hook bolts at 1200mm
centre to centre distance.
Ridge and hips shall be covered by special ridges and shall be bolted
with 300mm lap on either side so as to prevent the rain driving under
it.
Holes in sheets shall be made on the ground; the sheets shall be
placed on trestles and holes punched in the ridge of corrugations from
below upward. Unnecessary holes made on the roof shall be rejected
in total.
Measurement
Measurement of all the works will be made in m2 of works as
specified.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ.
The payment will be full and final compensation for all material,
labour, and equipment to complete the works as specified.
Gutter shall be fabricated from plain G.S. Sheets of thickness as
specified in the item. Eaves gutters shall be of the shape and section
specified in the description of the item. The overall width of the sheet
referred to therein shall mean the peripheral width of the gutter
including the rounded edges. The longitudinal edges shall be turned
back to the extent of 12 mm and beaten to form a rounded edge. The
ends of the sheets at junctions of pieces shall be hooked into each
other and beaten flush to avoid leakage.
Gutter shall be laid with a minimum slope of 1 in 120.
Gutter shall be supported on and fixed to M.S. flat iron brackets bent
Gutters to shape and fixed to the requisite slope. The maximum spacing of
F7, F8
brackets shall be 1.20 metres.
The gutter shall be fixed to the brackets with 2 Nos. G.I. bolts and
nuts 6 mm dia, each fitted with a pair of G.I. and bitumen washers.
The connecting bolts shall be above the water line of the gutters. For
connection to down take pipes, a proper drop end or funnel shaped
connecting piece shall be made out of G.S. sheet of the same
thickness as the gutter and riverted to the gutter, the other end tailing
into the socket of the rain-water pipe. Wherever necessary stop ends,
angles etc., should be provided.
The gutters when fixed shall be true to line and slope and shall be
leakproof.
A good slate should be hard, tough and durable, of rough texture,
ring bell-like when struck, not split when holed or dressed, practically
non-absorbent and of a satisfactory colour. Those which feel greasy
are generally of inferior quality and may show white patches or marc
site (iron pyrites) decay readily, especially if subjected to a smoky
atmosphere; patches of lime also adversely affect durability.
F9 Slate When left immersed in water to half its height for twelve hours, the
water line on the slate should not be more than 3mm above the level
of water in the vessel. In slates of poor quality, the water is readily
absorbed and rises several inches up the slates; such slates are
easily destroyed by frost action (due to the absorbed water freezing
and disintegrating the slate). If a dry slate is kept in water which is
kept boiling for forty-eight hours, its increase in weight should not

Page 82   Detailed Specifications Of Building Works (Civil) 


exceed 0.3 percent, and if a specimen of slate is immersed for ten
days in solution of sulphuric acid it should not show any signs of
flaking or softening.
In the event of the lack of quality control for the slate quarrying, the
Engineer In-charge shall reserve the right to reject whole or a portion
of the slates brought to the site form previously approved quarry site.
Only the selected pieces shall be allowed to remain at site, the rest
shall have to be removed immediately as ordered.
Preparation for Laying
The slates shall be hand tool punched 30cm x 45cm and other
required sizes and the thickness is maintained to a uniform size of
6mm (approximately). The slates shall be fixed with Copper or CP
steel nails. The use of GI nails will not be permitted.
Workmanship:
Same as to the specification of ceramic tile work and as per drawing,
and instruction of the engineer, all complete.
Measurement:
It shall be measured in Sqm. of the work.
Roofing tiles are to be clay tile from Harisiddhi Brick Factory or
equivalent locally made tile. The clay tile single lap inter-locking at
head and side and with ridge tiles etc. to match. They are to be
uniform in size, shape and colour and free from twist and other
defects, in every respect equal to samples to be deposited with and
approved by the Engineer In-charge. Each tile are hooked by 16g GI
strap to eaves board (fascia) and in verges too. Before laying tile the
gutter should be fixed.
Replaced cracked or damaged tiles and clean down and leave roofs
watertight on completion.
F10 Clay Tile
Measurement
Measurement of works will be made in m2 of plan area of works as
specified for the width not less than 250mm.
Measurement of works for in vertical plane will be made in linear
length of m of works as specified for the width less than 250mm.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ.
The payment will be full and final compensation for all material,
labour, and equipment to complete the works as specified.
The clay ridge cover fitting to the clay tiles shall be used. These
covers shall be laid in 1:4 Cement sand mortar over the tile.
Measurement
Measurement of works will be made in m of linear length of works as
specified for the width not less than 250mm.
Measurement of works for in vertical plane will be made in linear
F11 Clay ridge
length of m of works as specified for the width less than 250mm.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ.
The payment will be full and final compensation for all material,
labour, and equipment to complete the works as specified.

Detailed Specifications Of Building Works (Civil)   Page 83 


Fibre glass reinforced roofing shall be 4 mm thick of required
colour/size, design and drawing as approved. The
roof shall have smooth gradual slope curvature for easy drainage of
water & shall be factory manufactured as per design & directions of
Engineer-in-Charge.
Material
(1) Glass Fibre (chopped strand mat)
(2) Unsaturated Polyester Resin
The F.R.P. roof laminate shall be water and chemical resistant and
shall have very high transit strength to weight ratio and high modulus
of elasticity, good textile processing and excellent fiber reinforcement
properties. The laminate shall have low coefficient of thermal
F14,F15 Fiber Glass expansion and a high thermal conductivity and high dielectric
constants. The F.R.P. laminate shall be diversionally stable, shall
have moisture and corrosion resistance.
Tolerance
Tolerance of + 10 mm in overall size of FRP is permissible.
Finish
The F.R.P. laminate to be finished with polyurathene based or
equivalent paint as final coat or gloss or mat followed by clear lacquer
coat to get the shine of required shade.
Measurement and Rate
The measurement shall be made in square metre. The rate includes
cost of all the materials, labour scaffolding, fittings & fixing upto all
heights etc. involved in operations described above.
All wood work shall be planed neatly and truly finished to the exact
dimensions. All joints shall be neat and tight, truly and accurately
fitted. Wall plates, purlins and rafter shall be painted with 2 costs of
creosote conforming IS 218 1952.
All beams shall be bedded on (1:2:4) RCC beds of 10cm x 7.5cm x
F19 -
Timber 4.5cm dimension with a minimum of 15cm bearing or as specified in
F21
the drawing. All portion of timber in contact with masonry shall have
6mm gap sides. All beams shall rest on bearing.
Measurement of wood work shall be in volumes for the finished work,
including fixing, sawing, planning, joining, nails, screws etc. Wooden
blocks/joints wherever specified may be measured in number.
11. G. Door and Windows
The contractor is to clear out and destroy or remove all cut and
shavings and other wood waste from all parts of the building and the
site generally, as the work progress and at the conclusion of the work.
Carpentry:
All carpentry shall be executed with workmanship of the best quality.
Scantling and boarding shall be accurately sawn and shall be of
Wooden uniform width and thickness throughout. All carpenter’s work shall be
G1
frames left with sawn surface except where particularly specified to be
wrought.
All carpenter’s work shall be accurately set out in strict accordance
with the drawings and shall be framed together and securely fixed in
best possible manner with properly made joints. All necessary brads,
sheet metal screws, etc. shall be provided as directed and approved.
Joinery:

Page 84   Detailed Specifications Of Building Works (Civil) 


All joints shall be accurately set out on boards to full size for the
information and guidance of the artisans before commencing the
respective works, with all joints, iron work and other works connected
therewith fully delineated. Such setting out must be submitted to the
Engineer In-charge and approved before such respective works are
commenced.
All jointer’s work shall be cut out and framed together as soon after
the commencement of the building as is practicable, but is not to be
wedged up or glued until the building is ready for fixing same. Any
portions that warp, wind or develop shakes or other defects within six
months after completion of the works shall be removed and new fixed
in their place on contractor’s own expense.
All work shall be properly mortises, tenons, house, shouldered,
dovetailed, notched, wedged, pinned, braided, etc., as directed and to
the satisfaction of the consultants and all properly glued up with the
best quality approved glue.
Joints in joinery must be as specified or detailed, and so designed and
secured as to resist or compensate for any stresses to which they
may be subjected. All nails, springs, etc. are to be punched and
puttied. Loose joints are to be made where provision must be made
for shrinkage, glued joints where shrinkage need not be considered
and where sealed joints are required. Glue for load-bearing joints or
where conditions may be damp must be damp must be of the resin
type. For non-load-bearing joints or conditions may be guaranteed
casein or organic glues may be used. All exposed surfaces of joinery
work shall be wrought and all arise “eased-off” by plaining and sand
papering to an approved finish suitable to the specified treatment.
Dimensions:
Joinery shall hold up to the specified sizes and as measure.
Fixing Joinery:
All beads, fillets and small members shall be fixed with round or oval
brads on nails well punched in and stopped. All large members shall
be fixed with brass screws, the heads let in and palette to match the
grain.
Unless otherwise specified, plugs of external work shall be of
hardwood; plugs for internal work may be of softwood. Holes for
plugging must be made with a proper drilling tool and the holes
completely filled with the plugging material.
Unless otherwise specified all skirting, window, grounds and backings
for same, fillets etc., shall be plugged at intervals not exceeding
600mm.
Bedding Joinery:
All door and window frames, sills, wooden bars etc., which are fixed to
brickwork, concrete by means of grounds, lugs, etc., shall be bedded
solid in mortar as previously described and pointed with a recessed
joint 6mm deep to the approval of the Engineer In-charge.
Plywood, Block boards, Chipboards and MDF board, shall be bonded
with synthetic resin of “interior” type and sheet metal screws unless
otherwise stated for the doors. Where stated to be “exterior” type, they
shall be weatherproof.

Detailed Specifications Of Building Works (Civil)   Page 85 


All exposed edges of block board and chipboard shall be lipped with
hardwood as described below.
Samples of all such materials and their source of manufacture must
be approved by the Engineer In-charge before used in the works.
Inspection and Testing
The Engineer In-charge shall be given facilities for inspection of all
works in progress whether in workshop or on site. All timber as it
arrives on the site and not approved by them must be removed
forthwith, failing which the Employer, with the advise of the Engineer
In-charge, may arrange for the removal of the rejects and impose of
them as they may consider advisable at the contractor’s expenses.
Notwithstanding approval having been given as above, any timber
incorporated in the works found to be in any way defective before the
expiry of the maintenance period shall be removed and renewed at
the contractor’s expense. The contractor is to allow for testing or
prototypes of special construction units and the Engineer In-charge
shall be at liberty to select any samples they may require for the
purpose of testing i.e. for moisture content, or identification of species,
strength, etc.
Where timbers need to be extended into a wall, they shall be
thoroughly “Brush Treated” with a wood preservative approved by the
Engineer In-charge, and as much clear air space maintained around
the timber where it adjoins the wall as possible.
Measurement
Measurement of works will be made in m³ of works as specified.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ.
The payment will be full and final compensation for all material,
labour, and equipment to complete the works as specified.
The window shutters may be fully panelled, fully glazed, partly glazed
and partly panelled, battened or Venetian as specified. Styles and
panels shall be neatly planed and truly finished to exact dimensions.
Styles and rails shall be framed properly and accurately with mortise
and tenon joints and fixed with bamboo pins as per drawing. Glue
shall be applied at al joints before clamping and fixing with bamboo
pins. Panels shall be of one piece without any joints and shall be
housed with 12.5mm insertion into rails and styles.
Panels shall be of thickness as specified in the drawing. All rails
Panelled above 100mm in width shall have double tenon. No tenon shall
G2
shutters exceed 6mm the thickness of the member. In case of swing door,
swing door hung in lace shall not be rebated together. It shall be fitted
with vision panels.
Measurement
Measurement of works will be made in m2 of works as specified.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ.
The payment will be full and final compensation for all material,
labour, and equipment to complete the works as specified.
G3 – G6, Glazed, Ply, Shutter or frame shall be as described in Panelled doors.
G8 – G14 Teak, GI Putty: Putty for glazing in wood frames shall be composed of pure

Page 86   Detailed Specifications Of Building Works (Civil) 


Sheet and linseed oil and whiting powder free from grittiness.
Wiremesh Wooden beads All wooden beads shall be from hard wood fitted
Shutters against the glass. Wooden beads shall be bedded against the rebate
and secured by 12.5mm glass nails fixed at 75mm apart. The rebate
depth shall be 12.5mm Wooden beads shall not project beyond the
rebate. All glass panes shall have edge-clearance, when fitted of
1.5mm all round.
Beads shall be painted with approved paint before fixing glass pane.
Hinges/ handles/bolts/scrwes: The window shutters shall have
minimum of two-piece 100mm steel hinges with steel screws, one
aluminium handle and two pieces of 150mm tower bolts of super
brand or equivalent with steel screws.
The timber louvers shall be 12 mm. thick of the size and fixing as
shown in the Drawing. Vertical slats if required shall be provided as
per instruction of the Engineer.
Construction Procedure
The window shutters may be fully panelled, fully glazed, partly glazed
and partly panelled, battened or Venetian as specified. Styles and
panels shall be neatly planed and truly finished to exact dimensions.
Styles and rails shall be framed properly and accurately with mortise
and tenon joints and fixed with bamboo pins as per drawing. Glue
shall be applied at al joints before clamping and fixing with bamboo
pins. Panels shall be of one piece without any joints and shall be
housed with 12.5mm insertion into rails and styles.
Panels shall be of thickness as specified in the drawing. All rails
above 100mm in width shall have double tenon. No tenon shall
exceed 6mm the thickness of the member. In case of swing door,
swing door hung in lace shall not be rebated together. It shall be fitted
with vision panels.
Rebates of metal frames receiving glass shall be prepared and
treated with primer for putty prior to glazing and putty shall be primed
ten days after glazing (See Painting).
Glass louvers shall have ground edges and be fixed in accordance
with the instruction of the louver frame manufacturer.
Mirrors shall be 4mm S.G. silvered plate glass or Swan brand with
polished edges, and shall be drilled for and fixed with four chromium
plated screws with detachable dome heads.
On completion remove all broken, scratched or cracked panes and
replace with new to the satisfaction of the Engineer In-charge. Clean
inside and out with approved cleaner. On no account shall scraping
with glass clean windows.
Solid core shutters
Wooden solid core of lightwood with 4mm Teak plywood in both sides
glued and lipped with mould salwood of sample approved by project
engineer. The tolerances for the overall size are +-3mm +-1mm in
thickness.
Where described as “External Quality” flushes doors are to be finished
with weatherproof plywood as before described and the Engineer In-
charge must approve sample doors before the doors are completed.
The door shutters are polished with clear chapra polish and painted

Detailed Specifications Of Building Works (Civil)   Page 87 


with two coats of touch wood polish.
The doors shall be sticked with moulding of approved design in the
shape as shown in the drawing.
The Door shutters shall have minimum of three pieces of 150mm
brass hinges with brass screws, one IPSA Mortise lock of heavy duty
or equivalent, two pieces of 150mm brass tower bolts of good quality
with brass screws, 75 mm doorstopper.
Construction Procedure
The window shutters may be fully panelled, fully glazed, partly glazed
and partly panelled, battened or Venetian as specified. Styles and
panels shall be neatly planed and truly finished to exact dimensions.
Styles and rails shall be framed properly and accurately with mortise
and tenon joints and fixed with bamboo pins as per drawing. Glue
shall be applied at al joints before clamping and fixing with bamboo
pins. Panels shall be of one piece without any joints and shall be
housed with 12.5mm insertion into rails and styles.
Panels shall be of thickness as specified in the drawing. All rails
above 100mm in width shall have double tenon. No tenon shall
exceed 6mm the thickness of the member. In case of swing door,
swing door hung in lace shall not be rebated together. It shall be fitted
with vision panels.
Measurement
Measurement of works will be made in m2 of works as specified.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ.
The payment will be full and final compensation for all material,
labour, and equipment to complete the works as specified.
Measurement
Measurement of works will be made in m2 of works as specified.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ. The payment will be full and final compensation
for all material, labour, and equipment to complete the works as
specified.
NB:These specifications may be adopted for other type of shutters viz
plywood, teak, GI sheet flush doors etc as well. For such items
replace glass with relevant material as specified.
MS roding in
As specified and instructed by the Engineer-in-Charge and detailed
G7 window
working drawings, if any.
frames
For shutter, the thickness of 38mm salwood panel shall be used for
carving and decorative works, unless otherwise mentioned. The
section size of door frame for decorative door shall be 75mm x
125mm section or 100mmx100mm or equivalent to this section or as
Carved approved by the engineer
wooden door Construction Procedure
and windows The carving of the doors and windows should be refined aesthetically
with reflection carving craftsmanship as approved by Architect
For the main decorative carved door shutter, the shutter shall be fitted
1 nos. of 300mm brass aldrop, 2 nos. 200mm brass door handle, 4
nos. of 250mm tower bolt, 6 nos. 25x25x125mm brass hinges, nails,

Page 88   Detailed Specifications Of Building Works (Civil) 


screws, with at least three coats of chapra polish, or as per drawing
and instruction of engineer, all complete.
Measurement
Measurement of works will be made in m2 of works as specified.
The measurement of door frames inclusive of carved wooden door
shutters shall be done only once in Sqm. The quantity shall be derived
by multiplying full length and full breadth of the door frames inclusive
of door shutter.
The rate shall include both salwood door frame and door shutter
works with paints in square meter of length and breadth of door size.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ. The payment will be full and final compensation
for all material, labour, and equipment to complete the works as
specified.
Mica
As specified and instructed by the Engineer-in-Charge and detailed
G15, G16 lamination
working drawings, if any.
works
These shall be fabricated from 15 micron natural or colour anodized
Aluminium profiles conforming to IS: 733-1983. The glazing glass
shall be clear IAG float glass or equivalent without any distortion.
The window shall be made out of extruded aluminium section (Al. Mg.
Si.) and shall conform to IS – 63400, AA-6063 unless otherwise
directed. Aluminium sections shall be anodized and the anodic film
shall be 12-15 microns. The colours shall be as directed. The 2-3
tracks on outer frame of standard size otherwise directed shall be
fixed in the position by using heavy duty plastic grips with necessary
plugs and fillers. All the sliding shutters shall be provided with two ball
bearing rollers and ratting pieces/guides one each at the top and
bottom, weather strips all around. Openable window shall be double
weather stripped, one strip shall be provided in outer frame and outer
shall be in the shutter frame. The hinges or stay hinges of openable
Aluminium window shall be strong. Pin of the hinges shall be of non-corroding
G17 – doors and materials, preferably nylon/steel. All the joints shall be mechanically
G20 windows fixed. All the window shutter shall be provided with special locking
arrangement. Glass shall be fixed in the shutter by means of rubber
gaskets.
Construction Procedures
The sliding window frames are of two-track design and the shutters
are to be jointed by special cleats for extra strength. Rollers mounted
on ball bearings are to be fitted to obtain smooth operation. The
sliding shutters shall have provisions for grooves for weather strips to
exclude wind, water or dust ingress. The shutters are glazed with
4mm thick approved quality and clear transparent glass using gaskets
of ethylene- propylene or PVC (EPDM/ PVC). The doorframe shall be
made of aluminium extrusion as per design. The ventilator frames with
fixed glass shall be of same dimension as the sliding two-track frame.
The frames and shutters are to be fabricated by using the crimping
method of corner jointing. Corners of frames are to be miter cut on
high speed TCT saw machines to give burr free corners. Sturdy

Detailed Specifications Of Building Works (Civil)   Page 89 


corner cleats should hold the frames with only a hairline corner joint
visible and the frames should be square/ rectangular and free from
distortions. The frames shall be firmly secured to the walls in line and
level. Only aluminium screws shall be used for joining and no welding
will be allowed. The joint between the frame and the plaster on walls,
sill and lintel beam shall be filled with silicon sealant. The aluminium
windows/ ventilators/ doors shall be free from scratches and other
visible defects.
The frames are fixed to the wall with plastic grips and steel screws of
suitable colour.
Standard Sizes, Tolerances and Designations
The overall sizes of aluminium doors, windows and ventilators are
derived after allowing 1.25 mm clearances on all the four sides for the
purpose of fitting the doors, windows and ventilators into modular
openings.
Tolerances
The sizes for doors, windows and ventilators frames shall not vary by
more than ±1.5 mm.
Glass Panes
Glass panes shall weigh at least 7.5 kg/m2 and shall be free from
flaws, specks or bubbles. All panes shall have properly squared
corners and straight edges.
Stainless Steel Friction Stay
The stainless steel friction stays of make approved by the Engineer-
in-Charge shall be used.
Lockable Handles
The lockable handle shall be of make approved by the Engineer-in-
Charge and of required colour to match the colour of powder coated
/anodized aluminium window sections.
Tubular Handle
The tubular handle bar shall be aluminium polyester powder coated
minimum 50 micron to the required colour/anodized AC 15. Outer dia
of tube shall be 32 mm, tube thickness 3.0 mm and centre to centre
length 2115 mm + 5 mm.
Measurement
Measurement of works will be made in m2 of works as specified.
Rate
Rate shall include full and final compensation for all material, labour,
and equipment to complete the works as specified.
Polyvinyl chloride Resin suspension grade is the basic raw material
for forming PVC compound. PVC resin then is mixed with chemicals
like Calcium, Stearate, Hydrocarbon Wax, Titanium Dioxide, Calcium
Carbonate, and Acrylic processing aids. Further, additives like impact
modifiers, pigments, epoxy plasticizer, UV stabilizer, lubricants,
chemical blowing agent etc. are added. The purpose of adding the
UPVC doors
G21 chemicals and additives is to impart cellular structure, strength,
and windows
surface finish, colour and resistance to fading by light rays. These
chemicals are mixed in the desired proportion and shall be used in the
formulation of PVC material and for free and smooth extrusion of PVC
profiles.
The Upvc work as scheduled and detailed shall be fabricated as per
the Drawings. Fabricated Upvc work covered by this specification

Page 90   Detailed Specifications Of Building Works (Civil) 


shall be supplied and installed by the well-known local Upvc
fabricators or manufacturer as approved by the Engineer.
Before placing any orders the Contractor shall state the name of the
window manufacturer he has selected from the list of approved
manufacturers. The nominated manufacturer shall not be changed
without prior approval of the Engineer.
Manufacture
Upvc work shall be fabricated in accordance with the standard
Manufacturer manual and as per the Drawings showing jointing
details, hardware and extrusion profiles. It will be the Upvc fabricator's
responsibility to ensure that all fabricated Upvc work is carried out in
accordance with the Drawings. The frame and the rebate shall be a
monolithic unit. All the members shall be free of stains and any
damage. If any damage or defects during delivery or after fitting in
position are found, the defects shall be rectified immediately or
replaced at the Contractor’s expense. The Contractor shall attach all
necessary product and quality specification along with the quotation.
All the frames and shutters shall be of the same color.
The fly mesh net:
if applicable, shall be stainless steel jali (fly mesh net) or as approved
by the A/E. The jali shall be fitted neatly and cleanly in the shutter and
shall be tight and plain throughout the shutter. Any damage during
fitting or delivery will not be accepted. The Contractor shall replace
the fly mesh immediately at no additional cost if the fly mesh is found
to be damaged after fitting and fixing in position.
The contractor shall verify the exact dimension at site before
fabrication. In the event of any changes, the Contractor shall be timely
informed by the Upvc contractor (in the event of third party supply) at
the time of masonry works. Any demolition and/or re-masonry work
due to the lack of co-ordination between the Upvc contractor and the
civil contractor will be the responsibility of the Contractor and it is
incumbent on the Contractor to co-ordinate, as appropriate, with the
UPVC.
Workshop Drawings
The contractor shall arrange for the preparation of complete workshop
drawings of all fabricated Upvc work and shall submit same to the
Engineer for approval.
Flashing
All flashings required to be built in as the work proceeds shall be
supplied by the Contractor and built in by the trade concerned. All
other flashings as detailed on the Drawings shall be supplied and
fixed in position by the fabricator.
Hardware Fittings
Hinges, handles, knobs, locks, ball catchers, bolts, door stoppers,
door closers, door spring adjustable shelf fittings and other hardware
fittings for doors and windows shall be of the best quality and of the
specified make and approved by the Engineer. The size number,
make etc. shall be as per the hardware schedules as shown on
drawings or BOQ.
Measurements

Detailed Specifications Of Building Works (Civil)   Page 91 


It shall be done in square meter of the area done.
Rate
Rate shall be for all labour and materials, accessories, all complete.
11. H. Flooring Works
Materials:
Cement: Portland cement as per specification under “Concrete Work”
Aggregate of 12mm nominal gauge shall be properly gauged. Sieving
may be insisted upon in which case the contractor shall provide/
supply necessary sieves and labour at his own cost.
Sand shall be clean inner bed. Grain distribution shall be same as
described under ‘Plastering’.
Proportion:
The concrete shall be either 1:2:4 mix or 1:4:8 mix or as specified in
the drawing. All mix shall be batched by volume except cement, which
shall be proportioned by weight and as specified.
Mixing:
Mixing shall be done on a watertight platform. Material shall be dry
mixed after accurately gauging different materials in wooden boxes.
The dry mixture shall be turned over thrice (at least) till the colour is
uniform and then twice while wet. Water shall be added gradually and
no more than necessary to sufficiently wet the materials. Only that
much concrete shall be mixed which can be used within half an hour.
Each stock of dry mix shall not be larger than consuming one bag of
cement. In case of machine mixing IS. Code shall be strictly followed
and the mixing done under the supervision of the site In-charge.
Preparation of Sub-grade
The sub-grade shall be cleared of all loose earth, rubbish, and other
Concrete
H1 foreign matter. If necessary the sub-grade shall be cleaned with wire
flooring
brushes. Cleaned sub-grade shall then be wetted with water
thoroughly, but no water pool shall be allowed. Necessary slope shall
be given in the sub-grade itself. If the sub-grade is of lean concrete
the flooring shall be commenced within 48 hours.
Placing
Concrete shall be laid in horizontal layers and gently rammed.
Finishing
It shall be compacted first with wood float. The blows shall be fairly
heavy but as consolidation takes place, light rapid strokes shall be
given. Beating shall continue till all hollows in concrete are filled with
mortar paste. Then the surface shall be trawled till the moisture
disappears. The surface shall be checked with straight edge. The
surface must be uniform in colour. Immediately after trawling, well-
mixed neat cement slurry mixed integrally with hardening liquid 2
litres. to 50kg of cement shall be sprinkled in a uniform layer at the
rate of 2.2 kg. per sq.m. The cement slurry shall be trawled smooth
with a steel float several times till approved finish is achieved. The
surface shall be without the float marks or air holes. Sample of
workmanship shall be got to approved prior to work.
Curing
Curing shall not be commenced until the top layer has hardened.
Hardened concrete shall be kept wet for 15 days. Covering with empty
cement gunnies shall be avoided, as the colour is likely to be

Page 92   Detailed Specifications Of Building Works (Civil) 


bleached with the remnants of cement matter from the bags
Measurement
It shall be measured in square meter for specified thickness measured
from wall to wall exclusive of any finishing or as per instructions of
Engineer.
Unless otherwise stated in the schedule of quantities, nothing extra
shall be admissible for small areas and corners and work in any
shape. No deductions shall however, be made for protruding or
independent columns occurring in the floors, door frames embedded
in floor or any other part out when the area does not exceed 0.1 m2
for each. However nothing extra shall be allowed for the cutting
involved at such places.
Marble Chips: Marble chips shall be of 3 mm gauge having maximum
size 3mm and minimum size of 1.5 mm and shall be of good quality.
The color shall be as per the instruction of engineer or drawings.
Sample of marble stone to be used shall be submitted to the Project
manager and his approval should be taken before the bulk purchase.
All the marble chips supplied shall conform to the approved sample in
all respect.
Proportion and Mixing
Base course
For cement concrete base course, All mix (as per specified
proportion) shall be batched by volume except cement, which shall be
proportioned by weight and as specified. Mixing shall be done on a
watertight platform. Material shall be dry mixed after accurately
gauging different materials in wooden boxes. The dry mixture shall be
turned over thrice (at least) till the color is uniform and then twice
while wet. Water shall be added gradually and no more than
necessary to sufficiently wet the materials. Only that much concrete
Mosaic/ shall be mixed which can be used within half an hour. Each stock of
Terrazzo Tile dry mix shall not be larger than consuming one bag of cement. In
H2 – H5
Flooring case of machine mixing IS. Code shall be strictly followed and the
mixing done under the supervision of the site In-charge.
For cement sand Base Course: 1 part cement; 2 parts sand and
mixing shall be done as per specification for mortar mixing of brick
masonry work
Top course:
The marble chips and cement shall be mixed by measuring with
boxes to have the required proportion firsed dry mixed, and then
thoroughly mixed by adding water gradually to have a uniform plastic
mix. Within two hours of laying of the bottom layer of cement
concrete, the upper layer of marble chips and cement shall be laid,
and the surface tamped lightly and finished perfectly level with straight
edge float and trowel. After about 2 hours of laying, the surface shall
be covered with wet bags and kept wet and left undisturbed for two
days. The surface shall then be cut or ground by rubbing with sand
stone blocks and all the cement in the surface removed. A neat
cement wash shall then be given in the surface and left undisturbed
for six days and then the surface shall be ground (or rubbed) with
carborundum stones of different grades starting with coarse one and

Detailed Specifications Of Building Works (Civil)   Page 93 


successively with finer ones, and the rubbing continued until the entire
surface shows a uniform granular appearance. The surface should be
kept wet during all these days. After final rubbing the surface shall be
thoroughly cleaned by washing with soap water and then with clean
water.
Laying
The base shall be made rough and watered and given a cement wash
and then the mortar shall be laid in 20 mm. thick layers as per
instruction of Engineer. After laying mortar, it should be levelled with
wooden floats. Proper slope for draining wash water shall be provided
as per instruction of the Engineer. And over this, marble stone should
be laid; the joints should not be more than 3 mm. The joints should be
painted with white cement slurry.
Curing
After about two hours of laying, the surface shall be covered with wet
bags and kept wet and left undisturbed for two days.
Finish
Finally, when the surface is absolutely dry, oxalic acid powder shall be
rubbed well on the surface with grinding machine with water, and this
operation shall be repeated until the surface becomes perfectly
smooth and glossy. The surface shall be rubbed with wax to give a
glazing surface. White cement or color cement shall be used in joint to
have the required color as per specified or as per instruction of
Engineer. Care shall be taken that the floor is not left slippery and that
ordinary wax is not used under any circumstances
If required by the Engineer, the grinding and polishing shall be done
by grinding machine in 3 operations, first grinding with machine fitted
with coarse Carborundum stone, second grinding with medium grade
Carborundum stone and final grinding with fine grade Carborundum
stone.
Measurement
Measurement shall be in square meter of exact length and breadth
(length and height in dado) of the floor.
Rate
Rate shall include materials, mixing, laying, curing, finishing, grinding,
polishing and labor etc., all complete.
Tiles: The tile material for Glazed/Non-glazed Vitrified Porcelain
(Granite Viglacera-Vietnam, Portebello- Brazil or equivalent make) /
Glazed/Non-glazed Ceramic tiles (Somany, Kajaria or equivalent
make), shall confirm to IS:777 (respective IS standards) or Equivalent
approved by the Engineer
The tiles shall be of approved colour, size and shape or as shown in
the drawings. and shall be laid to the pattern approved by the
H6, H25, Engineer. The tiles shall be of uniform colour, true to size and shape
Tiling
H29, H39 and free from cracks, twists, uneven edges, crazing and other defects.
The size and thickness of the tiles shall be as specified. The
contractor shall submit samples of tile for selection and approval by
the Engineer In-charge and all tiles delivered to the site shall conform
to the approved samples with regard to size, quality, texture and
colour.
Mixing:
Mixing shall be done as per specification for mortar mixing of brick

Page 94   Detailed Specifications Of Building Works (Civil) 


masonry work
Preparation of Surface and installation
Wall surfaces shall be brushed cleaned and wetted. Prior to installing
any tile, the Contractor shall inspect surface and conditions in areas to
receive tile work and shall notify the Engineer of any serious defects
or conditions that will interfere with or prevent a satisfactory tile
installation and shall coordinate with other traders of work.
Approximately 12 mm thick level and plumb, scratch coat of cement
mortar 1:4 or as specified by site engineer shall be applied. The
scratch coat shall be moist cured for at least 24 hours before
application of floating coat.
Before applying floating coat the scratch coat shall be thoroughly
wetted. The floating coat, plastic mix of neat cement of approximately
3 mm thickness shall be applied even with screeds to true plane.
Floating coat shall be applied over areas no larger than can be
covered with tile while the mortar is still plastic (half set).
Glazed tile shall be soaked, completely immersed in clean water at
least 30 minutes and drained. Individual tile that exhibits drying along
edges shall be allowed to remain on the backs of tile at the time of
setting.
Tiles shall be installed by applying a skin coat of a plastic mix of neat
cement to backs of tile and firmly pressing tile into the floating coat to
true plane and position. White cement shall be used for the skin coat
where white joints are required.
During the process of setting tiles, continuous horizontal and vertical
cuts every 40cm to 60 cm shall be made through the floating coat
while plastic, using the point of a trowel turned edge wise, Care shall
be taken to prevent cutting into the scratch coat.
Where full size tile cannot be laid, it shall be cut (sawn) to required
size and edges rubbed smooth to ensure a true and straight joint.
All tile work finishing shall be adequately protected from damage
during the progress of construction and any damage shall be repaired
to the satisfaction of the Engineer at the Contractor's expense.
Joints in Tile Work
Joints in tile work shall be accurately aligned with horizontal joints
level and vertical joints plumb. Joints shall be maintained uniformly
wide by aligning spacer lugs on tile edges if tiles are so manufactured
or by use of wetted strings.
Tile Layout
Tiles shall be laid out in such a way that no tile less than half size
occurs. Where tile must be cut at edges or penetrated the cut edges
shall be carefully filed and neatly ground. Chipped, cracked or broken
tile shall not be used and all defective work shall be replaced and
repaired to the satisfaction of the Engineer at the Contractor's
expense.
Grouting the Tile Joints
After tiles have been set firm and strings removed, the tiles shall be
dampened and joints grouted full with a plastic mix of neat cement by
trowel, brush or finger application. Unless otherwise directed, grout
shall be white cement. During grouting all excess grout shall be

Detailed Specifications Of Building Works (Civil)   Page 95 


cleaned off the tile surface with damp cloth sponges
The finished floor surface shall be true to required levels.
All tile work finishing shall be adequately protected from damage
during the progress of construction till completion and any damage
shall be repaired to the satisfaction of the Engineer at the Contractor's
expense. Upon completion prior to final inspection and acceptance,
the Contractor shall clean all tile work. Acids or agents liable to
damage the work shall be avoided. If tile surface show mass
scratches, crack or other imperfections, which cannot be removed by
cleaning; the Contractor shall remove the defective material and
replace with new material at no additional expense. Sample of
workmanship and tile grout proposed (silicone) shall be approved
prior to execution of work.
Measurement
The measurement shall be in square meters of the work done
including the setting mortar. The rate shall be for the material and
labour, all complete.
Flag stone of specified thickness shall be of uniform colour free from
cracks and other defects. Each of the four edges shall be trimmed to
four straight lines with right angle to other edge unless otherwise
stated. The size of the flagstone shall be of uniform in width of 45cm
and the variable length not less than 30cm. Thickness of the slab shall
not exceed more than 50mm nor be less than 30mm.
Laying
Stone slab of specified thickness shall be laid on sand bed or 1:4
cement sand bed as specified by engineer. Joints shall be kept as thin
as possible and shall not exceed 6mm and all the joints are pointed
with 1:1 Cement sand mortar unless specified otherwise by engineer.
Laying shall start from one side in the slope as indicated in drawing or
Flag Stone
H7 – H10 instruction. Under no circumstances shall the contractor insert small
paving
stone chips underneath the slab to raise its level to desired level. After
the slabs of stone are laid, the mortar in the joints shall be raked to a
depth of 12.5mm to 20mm. Joints flush pointed with 1:1 cement sand
mortar. Special care shall be taken to protect the floor from walking
over it before it is completely dry or in any event not earlier than 3
days.
Sample of floor stone shall be produced before site In-charge for
approval and the contractor shall procure only those stone slabs that
clearly and definitely confirm with the approved sample. At any case,
the procured slabs shall be exhibited before using as floor slab.
Measurement
It shall be measured in square meter for specified thickness.
Telia tiles are to be uniform in size, shape and colour and free from
twist and other defects, in every respect equal to samples to be
deposited with and approved by the Engineer In-charge.
Measurement
Telia brick Measurement of works will be made in m2 of plan area of works.
H11
pavement Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ. The payment will be full and final compensation
for all material, labour, and equipment to complete the works as
specified.

Page 96   Detailed Specifications Of Building Works (Civil) 


The flat brick soling shall be made in foundation and floor. The brick
laying/ soling shall be done over the 5cm sand filling in line and level
Each brick shall be laid separately and tamped firmly in place in the
Flat Brick
H12, sand bed. Joints between bricks shall be filled with dry sand. On
Soling
H15a completion the surface shall be true to line and level with no part
deviating from true line and level by more than 20mm. No mud on
sand filling shall be allowed when level is not maintained in
excavation.
The Brick on Edge brick soling shall be made in foundation and floor.
The brick laying/ soling shall be done over the 5cm sand filling in line
and level Each brick shall be laid separately and tamped firmly in
H13,
Brick On place in the sand bed. Joints between bricks shall be filled with dry
H15b,
Edge Soling sand. On completion the surface shall be true to line and level with no
H17
part deviating from true line and level by more than 20mm. No mud on
sand filling shall be allowed when level is not maintained in
excavation.
Providing and laying 12mm thick wooden parquet flooring of natural
wild shishum, including Chapra polishing to smooth finished floor
surfaces as per drawing, specification and direction of engineer, all
complete, in m².
Material
The wooden parquet flooring shall be of natural wild shishum in
standard size (e.g. minimum size of 70mm x 280mm x 12mm or
50mm x 300mm x 12mm parquet tile) or equivalent as approved by
the Engineer. The moisture content shall be not more than 8%.
Laying
(These wooden tiles are laid over the dust and grease free cement
surface floor. The floor is adequately spread with adhesive and tiles
are laid. The joints of one tile to other tile should +-. 05mm.)
The wild shishum wooden parquet flooring shall be provided on neatly
H14, H38 Parqueting finished and levelled IPS flooring. The tiles shall be laid over standard
base of wood, using parquet adhesive in pattern approved by the
Engineer. The smoothly finished surface shall be sandpapered, and
finely finished with chapra polish as approved.Over these surface two
coats of transparent lacquer paints are applied.
The Contractor shall submit sample of material for approval of the
Engineer. The Contractor shall also erect a sample panel of 900mm x
900mm or larger size for his approval of the finished workmanship
prior to commencement of the work.
Measurement
It shall be measured from wall to wall of actual work done in square
meters, which shall include skirting works also.
Rate
Rate shall include all material, laying, finishing, skirting and labour
etc., all complete.
H16, H18 Stone soling Refer to dry stone masonry
Sand filling in floor shall be done with proper ramming in 23mm
H19 Sand filling layers, after sprinkling with water and consolidating. Sand shall be
free from rubbish, organic materials etc. Particular care shall be

Detailed Specifications Of Building Works (Civil)   Page 97 


exercised not to dump sand in space between foundation trench and
inside face of the masonry.
Measurement shall be in cu.m. of consolidated actual Work.
Brickbat boulders shall be hard, tough, sound and durable. No
brickbat shall be more than 5cm. Boulders shall be laid in their natural
Brickbat bed. Smaller size boulders/pebbles shall be used to fill up gaps
Filling between boulders in order to form uniform well-knitted floor structure.
Measurement shall be in cubic meter of actual length, breadth and
depth.
Neat cement
H20 Refer to plaster works, exclude sand.
punning
The seasoned and aldrin treated Timber Planks of finished size of
450mm x65mm x15mm of specified hardwood or as directed by the
consultant shall be used and laid in approved type of pattern over
levelled cement punned surfaces and fixed to the floor with Dendrite
glue or water repellent Glue and each tile is screwed to ground with
Wooden two nos. sheet metal screws and grip. At the edges, of floor the plank
H21
planking should have minimum of 8mm gap for the expansion and contraction.
The top surface shall be finished in perfect line and level.
The planks shall be painted with chapra paints as per the
specifications and finished with 2 coats of Polyurethane paints as
wearing coat. The texture of the floors shall be in mat or as instructed
by the Project In-charge.
The cement concrete interlocking tiles of approved shape size and
color shall be provided in cement sand mortar. These shall be either
pre-cast concrete blocks or cast-in-situ concrete. Cement sand mortar
used for bedding and joint shall be in 1:4 ratio.
Laying
The tiles shall be laid on either concrete or compacted sand-gravel as
indicated in the Drawing.
In the case of cement sand base , it shall be 1 part cement; 4 parts
sand and mixing shall be done as per specification for mortar mixing
of brick masonry work laid to the dimensions, lines and levels shown
in the Drawing and well compacted by ramming or other means.
Before laying the foundation of lean concrete, the base shall be
leveled and slightly watered to make it damp.
Concrete
In the case of sand gravel it shall consist of a material approved by
H22, H23 interlocking
the Engineer. The tiles shall then be laid out and bedded on 12 mm
tiles
thick cement sand mortar of 1:4 ratios. The gaps between the
block/slabs shall not be more than 12 mm and shall be filled with 1:4
cement sand mortar.
Tests and Standard of Acceptance
Concrete shall be tested in accordance with specification for concrete
and shall meet the specified criteria. All tiles shall be laid true to the
lines and levels shown on the Drawing or as instructed by the
Engineer.
Measurement
The work shall be measured in square meter of the area. Concrete
and/or sand-gravel foundation shall be measured in cubic meters.
Excavation for foundation shall not be measured. It is deemed
included in the measurement of the tiles.

Page 98   Detailed Specifications Of Building Works (Civil) 


Payment
The tiles measured as above shall be paid at the contract unit rate
which shall be the full and the final compensation to the Contractor.
Concrete and/or sand-gravel foundation shall be paid for separately,
as provided under respective Sections of these Specifications.
The plaster of Paris shall be of semi – hydrate variety calcium
sulphate. Its fineness shall be such that when sieved through a sieve
of IS sieve designation 3.35mm for 5 minutes, after drying the residue
left on it shall be not more than 1% by weight. It shall not be too quick
setting. Initial setting time shall not be less than 13 minutes.
Preparation of Surface
Projecting burrs of mortar formed during existing cement plaster shall
be removed. The surface shall be scrubbed clean with wire brushes.
In addition the plastered surface shall be pock marked with pointed
tool, at spacing of not more than 4cm centers and depth of pocks to
be approx. 3mm deep. This is to ensure a proper key for the plaster.
Plaster of The surface shall be cleaned of oil and grease marks etc.
H24
Paris works Application
The material shall be mixed with water to a workable consistency.
Plaster of Paris shall be applied directly on the wall plasters in suitable
size panels and finished t a smooth surface by a steel trowels. The
plaster shall be applied in such a manner that it fully fills the gaps the
thickness over the plastered surface is as specified in the description
of the item. The finished surface shall be smooth and true to plane,
slopes or curves as required.
Measurement
Measurement shall be in square meter of area of application. Rate
shall include materials, mixing, laying, curing, finishing and labour etc.
all complete.
H25 Clay tiling Refer to glazed tiling works
Materials
Cement: Portland cement (white as well) as per specification under
“Concrete Work”
Sand: As per specification under “Concrete Work”
Granite: Granite shall be of good quality, 16 ± 2mm thick, having
smooth, hard polished surface, regular in shape, size and of uniform
thickness, of good appearance, and of sharp and square edges. It
shall be free from cracks and other defects. The color and size shall
be as per the instruction of the engineer and drawing. Sample of
Granite
H26 granite stone to be used shall be submitted to the engineer and his
flooring
approval should be taken before the bulk purchase. All the granite
stone supplied shall conform to the approved sample in all respect.
Proportion
Base Course: 1 part cement; 2 parts sand and mixing shall be done
as per specification for mortar mixing of brick masonry work
Dressing
Each granite stone slab shall be machine cut to required size and
shape as specified in the drawings. All angles and edges of the
granite slabs shall be true and square and free from chippings and the

Detailed Specifications Of Building Works (Civil)   Page 99 


surface shall be true and plane. The thickness of the stone shall be as
specified in the drawings. No tolerance shall be allowed for thickness.
The granite slabs shall be mirror polished. All granite stones shall be
brought pre-polished to the site. The contractor shall prepare samples
and obtain approval of the Engineers before proceeding with the work.
The contractor shall ensure that no chisel marks are visible on the
surface of the stone before fixing. Stones with chisel marks or broken
edges shall be rejected.
Laying
The base shall be made rough and watered and given a cement wash
and then the mortar shall be laid in 19-20 mm. thick layers as per
instruction of Engineer. After laying mortar, it should be leveled with
wooden floats. Proper slope for draining wash water shall be provided
as per instruction of the Engineer. And over this, granite stone should
be laid; the joints should not be more than 1.5 mm. The joints should
be painted with approved colored cement slurry.
Curing
After about 2 hours of laying, the surface shall be covered with wet
bags and kept wet and left undisturbed for 2 days.
Finish
Finally, when the surface is absolutely dry, the surface shall be
rubbed with wax to give a glazing surface, as per instruction of
Engineer. Care shall be taken that the floor is not left slippery and that
ordinary wax is not used under any circumstances
Measurement
Measurement shall be in square meter of exact length and breadth of
the floor. Rate shall include materials, mixing, laying, curing, finishing
and labor etc. all complete.
Providing and laying of pre-cast Anti-slip (300X 300) cement tile of
approved pattern in Ramp and other specified area in cement mortar
1:4 (1 Cement : 4 Sand) and pointing the joints with cement mortar of
same color as of cement tile all complete.
The Pre-cast cement tile shall conform to relevant standard of NS and
IS of latest revision. The surface shall be cleaned of all dust particles
and impurities that affect cement mortar.
Anti-slip Proportion
Precast Base Course: 1 part cement; 4 parts sand and mixing shall be done
H27
Cement Tile as per specification for mortar mixing of brick masonry work
Installation
The tile shall be laid in cement mortar having 20mm thickness
minimum. All the joints shall be finished as per the drawing and
instruction of the Engineer. A sample of workmanship shall be
approved prior to execution of work.
Measurement:
It shall be measured in square meter of the area covered including
materials and labor complete.
The tiles shall be of vitreous ware and free from deleterious
substances. The iron oxide content allowable in the raw material shall
Acid or alkali
not exceed two percent. The tiles shall be vitrified at the temperature
H31 resistant tiles
of 11000C and above and shall be kept unglazed. The finished, tile,
when fractured shall appear fine grained in texture, dense and
homogenous. The tiles shall be sound, true to shape, flat and free

Page 100   Detailed Specifications Of Building Works (Civil) 


from flows and manufacturing defects affecting their utility. The tiles
shall be of required colour.
Dimensions and Tolerances
Ceramic unglazed vitreous acid-resistant tiles shall be made in three
sizes namely 98.5 X 98.5 mm, 148.5 X 148.5 mm and 198.5 X 198.5
mm. They shall be available in the following thickness: 25, 20 and 15
mm. The depth of the grooves on the underside of the tile shall not
exceed 3 mm. Tolerance on length, breadth and thickness of tiles
shall be + 2 percent.
Shape
The tiles shall be square shaped. Half tiles rectangular in shape shall
also be available. Half tiles for use with full tiles shall have dimensions
which shall be such as to make two half tiles, when joined together,
match with the dimension of full tile. The shape of tiles other than
square shall be as agreed to between the purchaser and the
manufacturer.
Marking
Tiles shall be legibly marked on the back with the name of the
manufacturer or his trade mark, manufacturer’s batch number and
year of manufacture. Each tile may also be marked with the standard
certification mark.
Preparation of Surface and Laying
The cement used to be acid and or alkali resistant cement and
cement mortar to be used to be acid and or Alkali resistant mortar.
Thickness of bedding of mortar for flooring to be 10 mm or specified
on the item and for dado/skirting to be 12 mm or specified on item.
Rate
The rate for flooring shall include the cost of all materials and labour
involved in all the operations described above.
Providing and laying plain, textured, coloured vinyl Tiles with color and
patterns as indicated or as approved by site engineer/ Architect,
including compatible adhesive over previously prepared substrate,
with polyurethane surface treatment as per drawing and design
requirement.
Materials
Vinyl Sheet :
As specified in BOQ.or as per site engineers approval. Contractor
shall submit manufacturer’s technical data for flooring and accessory.
Vinyl sheet Welding Thread:
H32 flooring Vinyl thread or rod shall be used as produced by the manufacturer of
sheet vinyl flooring and intended for heat sealing of joints. Color shall
match field of sheet vinyl floor covering unless otherwise specified by
engineer
Adhesive:
Only Manufacturer approved adhesive as compatible to the tiles, as
approved by site engineer/architect shall be used. Manufacturer
approved adhesives shall be submitted to site engineer/ Architect for
approval.
Preparation of Surface and Installation
Subfloor surface shall be solid, dry, smooth and free from cracks,

Detailed Specifications Of Building Works (Civil)   Page 101 


holes, ridges, or coatings preventing adhesive bond and other defects
impairing performance or appearance. Slab substrates shall be dry
and free of curing compounds, sealers, hardeners and other materials
that may interfere with adhesive bond. Coatings from subfloor
surfaces that would prevent adhesive bond, including curing
compounds incompatible with flooring adhesives, paints, oils, waxes
and sealers shall be removed.Adhesion and dryness characteristics
shall be determined by performing bond and moisture tests
recommended by flooring manufacturer.
Cementitious leveling and patching compounds as recommended by
site Engineer shall be used for filling small cracks, holes and
depressions and leveling subfloors. This contractor shall be
responsible for leveling new or existing floors whose surface varies up
to 5/16”. Site engineer shall be notified in writing where substrate
varies more than above before proceeding with the work. Gypsum
based leveling compounds shall not be accepted.
Flooring and accessories shall be installed only after other finishing
operations, including painting, have been completed. Flooring shall
not be installed over concrete slabs until the latter have been cured
and are sufficiently dry to achieve bond with adhesive. Any
unsatisfactory work shall be informed to site engineer.
Flooring work shall not be commenced until the subfloor surfaces are
satisfactory and approved by site engineer. Installation shall be
carried out as per manufacturer's instruction after approval from site
engineersThe finished floor surface shall be true to required levels.
All flooring work finishing shall be adequately protected from damage
during the progress of construction and any damage shall be repaired
to the satisfaction of the Engineer at the Contractor's expense. Upon
completion prior to final inspection and acceptance, the Contractor
shall clean all work. Agents liable to damage the work shall be
avoided. If surface show mass scratches, crack or other
imperfections, which cannot be removed by cleaning; the Contractor
shall remove the defective material and replace with new material at
no additional expense. Sample of workmanship and tile grout
proposed (silicone) shall be approved prior to execution of work.
Marble stone: Marble shall be of good quality having smooth, hard
surface, regular in shape, size and of uniform thickness, of good
appearance, and of sharp and square edges. It shall be free from
cracks and other defects. Marble stone of uniform size with more than
45cm and the minimum length of 1200mm to fit in the counter and
floor, may be from Godavari Marble factory (polished of minimum size
600mmx600mm) or Rajasthani (Indian) Marble equivalent conforming
to IS 1130 – latest Revision or BS specification or as approved by the
H33 – Marble
engineer. No small marble will be allowed except in the thin wall or
H37 flooring
skirting or the edges or unless specified by engineer. The marble
must be backed with the nylon grip net. . The marble shall be of
minimum thickness of 20mm. The colour shall be as per the
instruction of engineer or drawings. Sample of marble stone to be
used shall be submitted to the Project manager and his approval
should be taken before the bulk purchase. All the marble stone
supplied shall conform to the approved sample in all respect.
Proportion

Page 102   Detailed Specifications Of Building Works (Civil) 


Base Course: 1 part cement; 2 parts sand and mixing shall be done
as per specification for mortar mixing of brick masonry work
Dressing
Each marble stone slab shall be machine cut to required size and
shape as specified in the drawing and as instructed by engineer. All
angles and edges of the marble slabs shall be true and square and
free from chippings and the surface shall be true and plane. The
thickness of the stone shall be as specified in the drawing. No
tolerance shall be allowed for thickness.
For flooring, the marble slabs shall be machine cut with good finish at
edges and corners. The contractor shall ensure that no chisel marks
are visible on the surface of the stone before fixing. Marbles with
chisel marks or broken edges shall be rejected.
Laying
The base shall be made rough and watered and given a cement wash
and then the mortar shall be laid in 20 mm. thick layers as per
instruction of Engineer. After laying mortar, it should be levelled with
wooden floats. Proper slope for draining wash water shall be provided
as per instruction of the Engineer. And over this, marble stone should
be laid; the joints should not be more than 3 mm. The joints should be
painted with white cement slurry.
Curing
After about two hours of laying, the surface shall be covered with wet
bags and kept wet and left undisturbed for two days.
Finish
Finally, when the surface is absolutely dry, oxalic acid powder shall be
rubbed well on the surface with grinding machine with water, and this
operation shall be repeated until the surface becomes perfectly
smooth and glossy. The surface shall be rubbed with wax to give a
glazing surface. White cement or colour cement shall be used in joint
to have the required colour as per specified or as per instruction of
Engineer. Care shall be taken that the floor is not left slippery and that
ordinary wax is not used under any circumstances
If required by the Engineer, the grinding and polishing shall be done
by grinding machine in 3 operations, first grinding with machine fitted
with coarse Carborundum stone, second grinding with medium grade
Carborundum stone and final grinding with fine grade Carborundum
stone.
Measurement
Measurement shall be in square meter of exact length and breadth
(length and height in dado) of the floor. Rate shall include materials,
mixing, laying, curing, finishing, grinding, polishing and labour etc., all
complete.
25mm thick crazy marble flooring consisting of 19mm thick cement
mortar (1:2) with cement sand, and 6mm thick top course (1:1) with
Cast in situ
white or color cement with marble chips mixed with marble pieces
crazy marble
H33a including mixing, laying, grinding and polishing to smooth finished
flooring
glazed floor surface, all complete, in m².
Materials
Cement: Portland cement (white as well) as per specification under

Detailed Specifications Of Building Works (Civil)   Page 103 


“Concrete Work”
Sand as per specification under “Concrete Work”
Aggregate : hard and tough (granite stone) of 12mm gauge, well
graded, clean and free from dust and dirt.
Marble Chips: of 3mm gauge, having maximum size 3mm and
minimum size or 1.5mm. Marble chips for terrazzo flooring shall be
dry, dust free, sharp and hard.
Marble Pieces: 19mm thick of size 200mm to 300mm dimension
Proportion
Base Course: 19mm thick cement mortar of 1:2.
Upper Course: 6mm thick Marble chips and cement of specified (white
or other) (1:1) 1 part marble chips; 1 part cement mixed with
approved size & shape of marble pieces
Mixing
Cement concrete shall be prepared by mixing the ingredients dry by
measuring with boxes to have the required proportion. First cement
and sand shall be mixed dry and this dry mix shall be mixed with
stone chips dry and then mixed by adding water slowly and gradually
and mixed thoroughly to have a uniform mix.
The marble chips and cement shall be mixed by measuring with
boxes to have the required proportion, first dry mixed, and then
thoroughly mixed by adding water gradually to have a uniform plastic
mix.
Laying
The base shall be made rough and watered and given a cement wash
and then the cement sand mortar of 1:2 shall be laid in 19mm thick
layers in panels of 90 CM x 90 CM or as per instruction of Engineer.
Panels shall be bounded by glass dividing strips 6mm thick and 25mm
deep. After laying, the mortar shall be compacted by beating and
tamping and leveled with wooden floats. Proper slope for draining
wash water shall be provided as per instruction on the Engineer.
Within 2 hours of laying of the bottom layer of cement mortar with
pieces of marbles, the upper layer of marble chips and cement shall
be laid, and the surface tamped lightly and finished perfectly level with
straight edge float and trowel. Additional aggregates may be spread
on the finished surface while compacting or rolling so that the final
surface is covered with chips to extent of about 70% of the exposed
area.
Curing
After about 2 hours of laying, the surface shall be covered with wet
bags and kept wet and left undisturbed for 2 days.
Finish
The surface shall be ground by rubbing with sand stone blocks and all
the cement in the surface removed. A neat cement wash shall then be
given in the surface and left undisturbed for 6 days and the surface
shall be ground with carborundum stones of different grades starting
with coarse one and successively with finer ones, and rubbing shall
be continued until the entire surface shows a uniform granular
appearance. The surface should be kept wet during all these days.
After final rubbing, the surface shall be thoroughly cleaned by washing
with soft soap water and then with clean water.
Finally, when the surface is absolutely dry, oxalic acid powder shall be

Page 104   Detailed Specifications Of Building Works (Civil) 


rubbed well on the surface with pieces of felt with a few drops of
water, and this operation shall be repeated until the surface becomes
perfectly smooth and glossy. The surface shall be rubbed with wax to
give a glazing surface. White cement or colored cement shall be used
to have the required color as per specified or as per instruction of the
Engineer.
If required by the Engineer, the grinding shall be done by grinding
machine in at least three operations, first grinding with machine fitted
with coarse carborundum stone, second grinding with medium grade
carborundum stone, and final grinding with fine grade carborundum
stone.
Measurement
Measurement shall be in square meter of exact length and breadth of
the floor or length and height in dado. Rate shall include all materials,
mixing, laying, curing, grinding, finishing, polishing and labour etc. all
complete.
11. I. Plaster, Punning and Pointing Works
Plastering shall be started from top and worked down. All putlog holes
shall be properly filled in advance of the plastering as the scaffolding
is being taken down. Wooden screeds 75 mm wide and of the
thickness of the plaster shall be fixed vertically 2.5 to 4 meters apart
to act as gauges and guides in applying the plaster. The mortar shall
be laid on the wall between the screeds using the plaster's float and
pressing the mortar so that the raked joints are properly filled. The
plaster shall then be finished off with a wooden straight edge reaching
across the screeds. The straight edge shall be worked on the screeds
with a small upward and sideways motion 50 mm or 75 mm at a time.
Finally, the surface shall be finished off with a plaster's wooden float.
Metal floats shall not be used.
When recommencing the plastering beyond the work suspended
earlier the edges of the old plaster shall be scraped, cleaned and
wetted before plaster is applied to the adjacent areas.
No portion of the surface shall be left out in a condition to be patched
I1 – I7, General
up later on.
I13 - I16 Plaster Works
The plaster shall be finished to a true and plumb surface and to the
proper degree of smoothness as required by the Engineer.
The average thickness of plaster shall not be less than the specified
thickness. The minimum
Thickness over any portion of the surface shall not be less than the
specified thickness minus 3 mm.
Any cracks which appear in the surface and all portions, which sound
hollow when tapped, or are found to be soft or otherwise defective,
shall be cut out in rectangular shape and re-done as directed by the
Engineer.
The surface to be plastered shall be brushed clean mortar joints of
brick masonry or hollow concrete walls or any other surface to be
plastered shall be raked to a depth of approximately 12mm, and the
surface brushed down with a stiff brush and thoroughly wetted. The
surface shall be free of all dust, loose materials, grease etc.
The mortar shall be first dry mixed, by measuring with boxes to

Detailed Specifications Of Building Works (Civil)   Page 105 


required proportion, and then water added slowly and gradually and
mixed thoroughly to uniform consistency.
The thickness of the plaster shall not be less than 12 mm not more
than 20mm. In case of plaster thicker than 20mm, it shall be built by
two or more coats each coat not exceeding 12mm in thickness.
Cement shall be as specified above.
Sand shall be as before specified but shall be graded to a suitable
fineness in accordance with the nature of the plaster, etc., in order to
obtain the finish required.
Lime for plastering shall be as before described in clause 414 and
slaked and run at least four weeks before use.
All other mixes shall be constructed in a like manner.
Moist curing shall be accomplished by keeping the plaster uniformly
damp by suitable means. Moist curing shall start during application
and continue for not less than 7 days.
Hacking
Prices of all paving and plastering etc. shall include for hacking
concrete ceilings, beams, floors etc., by approved means and for
raking out joints of walls 12mm deep to form a proper key. Plastering
on walls generally shall be taken to include flush faces of lintels etc.,
in same.
Surfaces to be paved or plastered must be brushed clean and well
wetted before each coat is applied. All cement plaster shall be kept
continually damp in the interval between application of coats and for
seven days after application of the final coat.
Dubbing out where required shall be composed of similar material to
that following.
Partially or wholly set material will not be allowed to be used or re-
mixed.
Samples
The Contractor shall prepare sample square meter of the plastering
and paving as directed until the quality, texture and finish required is
obtained and approved by the Project Engineer after which all
plastering or paving executed shall conform with the respective
approved sample. No payment shall be accounted for such sampling.
Finish
Care shall be taken to insure that finished plaster surfaces shall be
plumb, square, straight and true to line.
Generally all screeds and paving shall be finished smooth, even and
truly level (unless specifically required to falls and currents, etc.), and
paving shall be steel troweled or floated.
Rendering and plastering shall be finished plumb, square, smooth and
even.
All surfaces to be plastered shall be thoroughly wetted before any
plastering is commenced and the Contractor shall allow in his prices
for dusting external angles with neat cement to give additional
strength.
No plastering will be allowed to take place until all chases for service
have been cut, services installed and chases made good. On no
account may finished plaster surface be chased and made good.
All Work shall be to approval and any not complying with the above
shall be hacked away and replaced, as directed, and at the

Page 106   Detailed Specifications Of Building Works (Civil) 


Contractor's expense.
Arises and Angles in Plastering
All arises shall be clean and sharp or slightly rounded as directed
including neatly forming miters.
All making good shall be cut out to a rectangular shape, the edges
undercut to form dovetail key and finished flush with face of
surrounding plaster. All cracks, blisters and other defects must be cut
out made good and the whole of the paving and plastering Work left
perfect on completion.
Screeds shall be in cement and sand (1:4) and rates shall include for
thoroughly hacking, cleaning and soaking the receiving structure in
water. No creed shall be laid on a dry structure in any circumstances.
Where changes of floor finish occur they shall be divided by strips as
specified.
The Contractor's special attention is drawn to the fact that all screeds,
immediately after the initial set has taken place, will be required to be
continuously covered in water by the sand trap or other approved
method for at least 10 days. Any screed panel that is found to be dry
before the end of this period shall be removed at the discretion of the
Project Engineer.
Waterproofed external rendering shall consist of minimum 12mm
cement and sand (1:4) rendering at the rate of 2.05 litre to 41 kgs of
cement all in accordance with the manufacturer's instructions and
finished perfectly true and even with a wood float.
External Plastering and Rendering:
Waterproofed External Plaster or Rendering work shall consist of
minimum 12.5mm to 16mm as detailed in the Bill of Quantity with
cement/ sand ratio 1:3 or 1:4 at the rate of 1/2 gallon to 90 lbs of
cement all in accordance with the manufacturer’s instructions and
finished perfectly true and even with a wood float.
Internal Plastering and Rendering:
Internal Plastering or Rendering shall consist of minimum 12.5mm to
16mm as detailed in the Bill of Quantities with cement/ sand ration
1:3, 4 finished perfectly true and even with a wood float.

For pointing, the mortar shall be filled and pressed into the raked out
joints, before giving the required finish. The pointing shall then be
finished to proper type given on the Drawing. If type of pointing is not
mentioned on the Drawing the same shall be ruled pointing. For ruled
pointing after the mortar has been filled and pressed into the joints
and finished off level with the edges of the bricks, it shall while still
General
green be ruled along the centre with a half round tool of such width as
I8 – I12 Pointing
may be specified by the Engineer. The superfluous mortar shall then
Works
be cut off from the edges of the lines and the surface of the masonry
shall also be cleaned of all mortar.
Where external faces of the mortared masonry work will be backfilled
or otherwise permanently covered up, the mortared joint shall be
finished flush to the faces of the adjacent stonework.
Where mortared masonry faces will remain exposed, the mortar joints

Detailed Specifications Of Building Works (Civil)   Page 107 


shall be pointed to a consistent style as shown on the Drawing.
Pointing shall be carried out using mortar 1:3 by volume of cement
and sand or as shown on the Drawing. The mortar shall be filled and
pressed into the raked out joints before giving the required finish. The
pointing, if not otherwise mentioned, shall be ruled type for which it
shall, while masonry work is still green, be ruled along the centre with
half round tools of such width as may be specified by the engineer.
The excess mortar shall,then, be taken off from the edges of the lines
and shall not be unnecessarily plastered over the exposed stone
works. The thickness of the joints shall not be less than 3mm for
Ashlar masonry.
Before applying the punning and pointing, the base surface shall be
cleaned, any dust or loose particles removed and thoroughly wetted.
The surface shall be free of all dust, loose materials, grease etc. The
average thickness of the punning and pointing work shall not be less
than 3 mm. The pattern shall be as per instruction of the Engineer or
as shown in the drawings.
The mortar shall be first dry mixed, by measuring with boxes to
required proportion, and then water added slowly and gradually and
mixed thoroughly to uniform consistency.
The coat shall be finished by rubbing with a steel trowel and any
depression shall be filled in and rubbed to shining surface.
Cement shall be as specified above.
Sand shall be as before specified but shall be graded to a suitable
fineness in accordance with the nature of the plaster, etc., in order to
obtain the finish required.
All other mixes shall be constructed in a like manner.
Moist curing shall be accomplished by keeping the plaster uniformly
damp by suitable means. Moist curing shall start during application
and continue for not less than 7 days.
Measurement
Measurement of works will be made in m2 of works as specified.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ.
The payment will be full and final compensation for all material,
labour, and equipment to complete the works as specified.
11. J. Paint Works
All materials shall be delivered on site intact in the original drums or
tins and shall be mixed and applied strictly in accordance with the
manufacturer’s instructions and to the approval of the Engineer. All
cement paints and washable distemper shall be applied by brush;
emulsion paints shall be applied by means of a brush then rolled. All
enamel paints are applied by brush or sprayed, and bitumen and
J1 – J29 bituminous base aluminium paints are applied by brush. Before
application of any paint, adjoining surfaces shall be covered by cloth,
General or paper and wherever paints stains it shall be removed before
leaving the work in same day.
The only addition, which will be allowed to be made locally will be
liquid thinners supplied or recommended by the manufacturers and
none shall be, thinned more than approved by the Engineer.

Page 108   Detailed Specifications Of Building Works (Civil) 


Preparation and priming of surfaces:
Concrete and Cement rendered surfaces shall be smooth and free
from defects and shall be allowed to dry out thoroughly. Surfaces shall
be thoroughly brushed down and left free from all efflorescence, dirt
and dust.
All such surfaces, which are to be finished with oil or enamel paint,
shall be primed with two coats of alkali resisting primer.
Plaster surfaces shall be perfectly smooth and free from defect. All
such surfaces shall be allowed to dry for a minimum period of four
weeks. Surfaces shall be stopped with approved plaster compound,
rubbed down flush, thoroughly brushed down and left free from all
efflorescence, dirt and dust.
Fair-faced surfaces shall be dry, brushed down and free from dust or
dirt and shall be treated with an approved alkali resisting primer (for
plastic emulsion).
Metal work generally shall be thoroughly wire brushed to remove all
scale, rust, and through sand papering shall be done before any
painting is done. Where severe rust exists, the special anti-rust primer
must be used. After painting it shall be stored in covered shed and
60cm above ground.
Shop primed surfaces shall have bare places touched up with an
approved metal primer.
Un-primed surfaces shall be given one coat of primer as last.
Galvanized surfaces, which are thoroughly weathered, shall be,
brushed down with white spirit, washed down and given one coat of
zinc chromate primer.
Bituminous-coated surfaces shall be given as isolating coat of shellac
knotting followed by an approved metal primer.
Woodwork generally shall be rubbed down, given one coat shellac
knotting, one coat wood self knotting primer, and all cracks, nail holes,
defects, and uneven surfaces, etc., stopped and faces up with hard
stopping rubbed down flush.
Before oiling woodwork all stains must be removed and uniform colour
obtained and filled.
COLOURS AND PRIMING:
The priming undercoats and finishing coats shall each be of differing
tints and the priming and undercoats shall be of the correct types and
tints to suit the respective finishing coats in accordance with the
following instructions. All finishing coats shall be of colours and tints
selected by the Engineer. The paintwork shall have and uniform finish
and all paint for external work shall be exterior quality only.
Rubbing Down:
Each coat of paint shall be properly dried and shall be well rubbed
down with fine glass paper before the next coat is applied. The
paintwork shall be finished smooth and free from brush marks.
Samples Cards of all paints, etc., shall be submitted to and samples
prepared for approval of the Engineer before laying on and such
samples, when approved, shall become the standard for work.
Program:
The contractor shall so arrange his program of work that all other

Detailed Specifications Of Building Works (Civil)   Page 109 


Trades are completed and away from the area to be painted when the
painting begins.
Ironmongery, Protection and Cleaning Up:
All ironmongery shall be removed from joinery before painting is
commenced and shall be cleaned and renovated of necessary and re-
fixed after completion painting.
Cover up all floors, etc., with non-resinous sawdust or other approved
covering when executing and all painting decorating work.
Paint splashes, spots and stains shall be removed from floors,
woodwork, etc., and damaged surface touched up and the whole of
the work left clean upon completion.
Materials:
All paint materials of specified brand shall be obtained from the
manufacturer or authorized dealer. All sealers, primers and
undercoating are to be obtained from the makers of the finishing
materials and are to be in accordance with their recommendation for
the particular finish required.
Knot Sealer:
For use on knots and resinous portions of woodwork.
Stopping and Filling composed of parts putty to one part of stiff white
lead.
Lacquer:
Approved polyurethane eggshell clear lacquer applied in accordance
with the manufacturer’s instructions.
Polish shall be an approved brand of wax polish.
Oil shall be best quality linseed oil.
Filler for polished or oiled surfaces to be Beeswax filler.
Wood Preservative:
All wood work, as specified or instructed shall, be treated after cutting
and preparation but before assembly or fixing with three coats of
solution consisting of one part if Atlas “A” wood preservative brown
grade to three parts of water. The solution is to the brushed in all
faces of all timbers unless exposed to view and painted. This is
applicable in the wood frame contact with masonry and roof purling,
batten and counter rafter.
The contractor shall note that this solution is HIGHLY POISONOUS
and shall take all necessary precautions and instruct his workmen
accordingly.
Paint Application:
Painting Items as described hereafter shall comprise the following,
and shall all include for preparing and priming surfaces as above
described: -
Cement Paint : Apply two coats.
Plastic Emulsion : Apply a minimum of three coats, using a thinning
medium or water only if and as recommended by the manufacturer.
An approved plaster primer tinted to match may be substituted for the
first coat.
Paint : Apply two undercoats and one finishing coat of enamel gloss
oil paint.
Flat oil paint : Apply two coats of flat oil paint, using thinning
medium in accordance with the manufacturer’s instructions.

Page 110   Detailed Specifications Of Building Works (Civil) 


Oil : Apply two coats of linseed oil.
Wax Polish : Apply a minimum of two coats to approval.
Lacquer : Apply three coats of Polythene lacquer as described, to
approval.
Prime : Prepare and prime only before fixing.
Moulded cornices and coves.
(a) Length shall be measured at the centre of the girth.
(b) Moulded cornices and coves shall be given in square metres the
area being arrived at by multiplying length by the girth.
(c) Flat or weathered top to cornices when exceeding 15 cm in width
shall not be included in the girth but measured with the general plaster
work.
(d) Cornices which are curved in their length shall be measured
separately.
If the old Paint of existing surface is firm and sound, it shall be
cleaned of grease, smoke etc. The surface shall then be rubbed down
with sand paper and dusted. Rusty patches shall be cleaned up and
touched with synthetic enamel paint. If the old Paint is blistered and
flaked, it shall be completely removed.
Measurement:
Measurement shall be in square meters of the actual covered area of
the paints. Nothing extra shall be allowed for painting any rough
surface. The rate shall include for specified coats inclusive of
materials, labour, scaffolding all complete.
For whitewashing, wherever scaffolding is necessary, it shall be
erected on double supports tied together by horizontal pieces, over
which scaffolding planks shall be fixed. No ballies, bamboos or planks
shall rest on or touch the surface which is being white washed. For all
exposed brick work or tile work, double scaffolding having two sets of
vertical supports shall be provided. The supports shall be sound and
strong, tied together with horizontal pieces over which scaffolding
planks shall be fixed. Where ladders are used, pieces of old gunny
bags shall be tied on their tops to avoid damage or scratches to walls.
For white washing the ceiling, proper stage scaffolding shall be
erected.
Preparation of Surface
J1, J2, Before new work is white washed, the surface shall be thoroughly
White wash
J13 brushed free from mortar droppings an foreign matter. In case of old
work, all loose particles and scales shall be scrapped off and holes in
plaster as well as patches of less than 50 cm area shall be filled up
with mortar of the same mix. Where so specifically
ordered by the Engineer-in-Charge, the entire surface of old white
wash shall be thoroughly removed by scrapping. Where efflorescence
is observed the deposits should be brushed clean and washed. The
surface shall then be allowed to dry for atleast 48 hours before white
washing is done.
Preparation of Lime Wash
The lime wash shall be prepared from fresh stone white lime. The lime
shall be thoroughly slaked on the spot, mixed and stirred with
sufficient water to make a thin cream. This shall be allowed to stand

Detailed Specifications Of Building Works (Civil)   Page 111 


for a period of 24 hours and then shall be screened through a clean
coarse cloth. 40 gm of gum dissolved in hot water, shall be added to
each 10 cubic dicimetre of the cream. The approximate quantity of
water to be added in making the cream will be 5 litres of water to one
kg of lime.
Indigo (Neel) upto 3 gm per kg of lime dissolved in water, shall then
be added and stirred well.
Water shall then be added at the rate of about 5 litres per kg. of lime
to produce a milky solution.
Application
The white wash shall be applied with moonj brushes to the specified
number of coats. The operation for each coat shall consist of a stroke
of the brush given from the top downwards, another from the bottom
upwards over the first stroke, and similarly one stroke horizontally
from the right and another from the left before it dries.
Each coat shall be allowed to dry before the next one is applied.
Further each coat shall be inspected and approved by the Engineer-
in-Charge before the subsequent coat is applied. No portion of the
surface shall be left out initially to be patched up later on.
For new work, three or more coats shall be applied till the surface
presents a smooth and uniform finish through which the plaster does
not show. The finished dry surface shall not show any signs of
cracking and peeling nor shall it come off readily on the hand when
rubbed.
For old work, after the surface has been prepared, a coat of white
wash shall be applied over the patches and repairs. Then a single
coat or two or more coats of white wash as stipulated in the
description of the item shall be applied over the entire surface. The
white washed surface should present a uniform finish through which
the plaster patches do not appear. The washing on ceiling should be
done prior to that on walls.
Protective Measures
Doors, windows, floors, articles of furniture etc. and such other parts
of the building not to be white washed, shall be protected from being
splashed upon. Splashings and droppings, if any shall be removed by
the contractor at his own cost and the surfaces cleaned. Damages if
any to furniture or fittings and fixtures shall be recoverable from the
contractor.
Measurements
Length and breadth shall be measured and area shall be calculated in
sqm.
Measurements for Jambs, Soffits and Fills etc. for openings shall be
as described in plaster. Cornices and other such wall or ceiling
features, shall be measured along the girth and included in the
measurements.
The number of coats of each treatment shall be stated. The item shall
include removing nails, making good holes, cracks, patches etc. not
exceeding 50 sq. cm. each with material similar in composition to the
surface to be prepared.
Rate
The rate shall include all material and labour involved in all the
operations described above.

Page 112   Detailed Specifications Of Building Works (Civil) 


Washable distemper of required colour as approved by the Engineer
shall be used, conform to IS: 427-latest revision. Before application of
the distemper the shade shall be approved by the Engineer. The paint
(SKK-Japanese, Nerolac, Berger or equivalent) shall be water based
washable distemper as per NS, IS specification. Only fresh distemper
shall be used, hard or set shall not be used.
Preparation of Paint
The washable distemper powder shall be stirred slowly in clean water
using 0.6 litre of water per kg of distemper or as specified by the
manufacturer. Warm water shall preferably be used. It shall be
allowed to stand for at least 30 minutes (or if practicable over night)
before used. The mixture shall be well stirred before and during use to
maintain an even consistency.
Distemper shall not be mixed in larger quantity than is actually
required for one day’s work.
Preparation of Surface
Before new work is distempered, the surface shall be thoroughly
brushed free from mortar dropping and other foreign matter and sand
papered smooth. New plaster surfaces shall be allowed to washable
for at least six weeks before applying distemper.
Pitting in plaster shall be made good with plaster of Paris mixed with
the colour to be used. The surface shall then be rubbed down again
with fine grade sandpaper and made smooth. A coat of distemper
shall be applied over the patches. The patched surface shall be
Distemper allowed to washable thoroughly before the regular coat of distemper is
J3
works applied.
Application
For new work, the treatment shall consist of a priming coat of whiting
followed by the application of two or more coats of distemper till the
surface shows and even colour. For each coat, the entire surface shall
be coated with the mixture uniformly with proper distemper brushes in
horizontal strokes followed immediately by vertical ones, which
together shall constitute one coat.
The subsequent coats shall be applied only after the previous coat
has dried. The finished surface shall be even and uniform and shall
show no brush marks.
Enough distemper shall be mixed to finish one room at a time. The
application of a coat in each room shall be finished in one operation
and no work shall be started in any room, which cannot be completed
the same day. After each day work, the brushes shall be washed in
hot water and hung down to washable. Old brushes, which are dirty or
caked with distemper, shall not be used.
On plastered, POP surface (paint shall be prepared with sand
papering), putting, and two coats of primer. The paint is applied in two
coats of washable distemper with roller or brush. The surface should
be properly cleaned and treated with water based primer as per
manufacturer’s specifications. Rectification of defects in plaster/POP
with broken edges should be done by using a proper colour putty,
paste as per manufactures specifications.
The surface on which paint is applied shall become hard washable in

Detailed Specifications Of Building Works (Civil)   Page 113 


16 hours. The necessary single / multistage scaffoldings required for
the work shall be provided as detailed out under coatings. The
equipment, roller or brush used on the work should be immediately
washed with water to facilitate future use.
Measurement
Measurement shall be in square meters of the actual covered area of
the paints. Nothing extra shall be allowed for painting any rough
surface e.g. external sand - faced plaster or work in short width or
surface in any shape. The rate shall include for two or more coats
inclusive of materials, labour, scaffolding all complete.
Cement paint of required colour shall be of ready mixed type in
sealed container of approved brand (Snowcem India Ltd., or
equivalent brand or manufacture)r conforming to IS: 5410 - latest
revision, approved by the engineer in sealed tins, shall be used.
Before application of the cement paint the shade shall be approved
the Engineer. It shall be procured either in 50 kg. Container or 25 kg.
Container. All such container shall have unbroken seal with
manufacturer’s name and trade marks as well as a description of
contents all clearly marked. Such paint shall be mixed and applied
strictly in accordance with the manufacturer’s instructions and with the
approval of site In-charge. All materials shall be stored in dry place.
Preparation of Paint
Only fresh cement paint shall be used, hard or set paint shall not be
used. The container shall be made loose by rolling and shaking the
container before opening. Cement paint shall be mixed with water in
two stages.
First a paste shall be prepared by mixing 2 parts of cement paint
powder with one part of water by volume and immediately this shall be
thinned by adding another part of water to have uniform solution of
consistency of paints. Care shall be taken to add the cement paint
Water proof
gradually to the water and not vice versa.
J4 cement paint
The second stage shall comprise of adding further one part of water to
works
the mix and stirring thoroughly to obtain a liquid of workable and
uniform consistency. In all cases the manufacturer’s instructions shall
be followed meticulously.
Cement paint shall be mixed in such quantities as can be used up
within an hour of its mixing as otherwise the mixture will set and
thicken affecting flow and finish. The lids of cement paint shall be kept
tightly closed when not in use, as by exposure to atmosphere the
cement paint rapidly becomes air set due to its hygroscopic qualities.
Preparation of Surface
Before application of paint all dust and foreign materials shall be
removed from the surface by use of wire brush. All holes, cracks and
abrasion shall be fill with plaster of Paris, properly prepared and
applied and smoothed off to match adjoining surfaces. Any loose or
uneven areas or any major cracks or defects in the concrete or plaster
back ground shall be cut out and made good and the repairs allowed
to dry thoroughly. Any efflorescence shall be removed by dry brushing
The surface shall be allowed to run off.
Application
The fresh mixed paint shall be frequently stirred during application
and no mixture (paint) shall be used after an hour of mixing. A vertical

Page 114   Detailed Specifications Of Building Works (Civil) 


stroke with another horizontal stroke shall be termed one coat. Paint
solution shall be applied to the surface with hair brushed/roller in a
number of coats to get uniform finish. After the first coat of the paint
has hardened, it shall be cured with water at least for 24 hours before
the second coat is applied. Similarly required number of coats shall
be given to get an even and uniform shade. It shall be kept damp at
least for seven days. Sample of workmanship shall be approved by
the Engineer prior to commencement of work.
The final painted surface shall exhibit uniform and good finished
appearance. Measurement shall being square meter of actual covered
area. No extra shall be allowed for scaffolding, curing and painting
corners, plaster strips etc.
Measurement / Payment
Measurement shall be in square meters of the actual covered area of
the paint. Nothing extra shall be allowed for painting any rough
surface e.g. external sand - faced plaster or work in short width or
surface in any shape. The rate shall include for two or more coats
inclusive of materials, labour, scaffolding all complete.
The primer and paint shall be of approved quality and of approved
manufacture like Asian Paints, Nerolac, Jensolin, Berger British Paints
India Ltd., Johnson and Nicholson, India or equivalent brand approved
by the Engineer. These materials shall be ready mixed and in sealed
tins with manufacturer’s name, colour and instruction clearly painted
in the container.
Preparation of Surface
All surfaces to be painted shall be planed and thoroughly sand
papered, first by using No. 120 sandpaper. Ordinary putting shall fill
up nail holes, cracks or other in equalities. Putting shall be made up of
2 parts of best quality whiting (absolutely dead stone lime) 1 part if
white lead mixed together in linseed oil and kneaded (3 oz. of linseed
oil to 1 lb. of whiting).
A primer coat shall be locally applied in holes, cracks etc. before putty
is applied. The putty/paste fillers shall be of approved quality and
J5 a, J15 manufacture and shall be applied to the surface with a knife or other
Enamel Paints
– J17 sharp edged tools after the priming coat as well as after each
undercoat. After the surface is dry, it shall be sand paper by using No.
60 sandpaper.
Surface so prepared shall be painted with one coat of primer. The
primed surface when dry shall be sand papered by using No. 100
sand paper.
The primed surface so prepared shall be painted with one coat of
selected enamel using bristle brush and not horsehair ones. The paint
shall be applied in thinnest possible layers with parallel strokes
Care shall be taken to ensure the surface being free from dust or
other foreign material before priming or enamelling the surface. No
paint shall splash on the floor, wall jambs, sill or other part of the
building.
Application
On Wood work
After preparing and after the priming coat has been applied a topcoat

Detailed Specifications Of Building Works (Civil)   Page 115 


shall be applied.
The primed surface so prepared shall be painted with one coat of
selected enamel using bristle brush and not horsehair ones. The paint
shall be applied in thinnest possible layers with parallel strokes.
Another coat shall be applied after the previous coat is dry. Care
should be taken that dust or other foreign materials do not settle or
otherwise disfigure the various coats. The same brand of materials
will be used for various coats. The paint shall be used and applied as
per manufacture's printed instruction. The paints shall be applied with
bristle brushes and not horse hair ones. The paints shall be applied in
the thinnest possible layers with parallel drawings, no flowing down
shall be allowed. Painting to false ceiling and acoustic materials such
as thermo Cole, perforated acoustic tile, soft board etc. shall be done
by spray painting only. The Engineer prior to commencement of work
shall approve sample of workmanship.
On metal surface
The paint shall be continuously stirred in the container so that its
consistency is kept uniform throughout.
The painting shall be laid on evenly smoothly by means of crossing
and laying - off. The crossing and laying off consists of covering the
area with paint, brushing the surface hard for the first time and then
brushing alternatively 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 if
finished. The full process of crossing and laying - off will constitute
one coat. Where so stipulated, the painting shall be carried out using
spray machines suited for the nature and location of the work to be
carried out. Only skilled and experienced workmen shall be employed
for this class of work. Paints used shall be brought to the requisite
consistency by adding suitable thinner. Spraying shall be carried out
only in dry conditions. No exterior painting shall be done in damp
foggy or rainy weather. Surface to be painted shall be clean, dry,
smooth, and adequately protected from dampness. Each coat shall be
applied in sufficient quantity to obtain complete coverage, shall be
well brushed and evenly worked out over the entire surface and into
all corners, angles and crevices allowed to thoroughly dry. Second
coat shall be of suitable shade to match final colour, and shall be
approved by the Engineer before final coat is started. Allow at least 48
hours drying time between coats for interior and 7 days for exterior
work, and if in the judgement of the Engineer more time is required it
shall be allowed.
Finished surfaces shall be protected from dampness and dust until
completely dry. Finished work shall be uniform, of approved colour,
smooth and free for runs, sags, defective brushing and clogging.
Make edges of paints adjoining other materials of colours sharp and
clean, without overlapping.
Finish:
The painted surfaces shall present uniform appearance and semi –
glass finish free from steaks, blisters etc.
Measurement
Measurement shall be in square meters of the actual covered area.
Nothing extra shall be allowed for painting any rough surface e.g.

Page 116   Detailed Specifications Of Building Works (Civil) 


external sand - faced plaster or work in short width or surface in any
shape. The measurement shall be as follows:

Description of Measurement
Overlapping Factor
Work Method
Panelled or 1.5 for each side
Framed
Ledged & 1(1/8) for each side.
Battened
Flush 1 for each side.
Fully glazed or Measured flat (not 0.5 for each side.
gauged girthed) end of frame
Part panelled and to frame. 1 for each side.
part
Fully ventilated or 1.5 for each side.
Louvered
Boarding with 1.5 for each side.
covered fillet and
match boarding
Tile & slate Measured flat (no 3/4 for overall
battening deduction for open
Trellis or Jaffri spaces) 1 for Painting all over
Gates and open The height shall be 1 for Painting all over
palisade fencing taken from the lower
including standard end of the palisade
braces, rails, stays up to the top of the
palisade but not to
the standards if they
are higher.

Carved or Measured flat 1.5 for each face.


enriched work
Corrugated sheet. Measured flat 114% of flat area
The rate shall include for specified coats inclusive of materials, labour,
scaffolding, all complete
On the plastered/POP surface, paint shall be prepared with sand
papering, putting, and two coats of primer. The paint is applied in two
coats of acrylic emulsion with roller or spray. The surface should be
properly cleaned and treated with water based primer as per
manufacturer’s specifications. Rectification of defects in plaster, POP
with broken edges should be done by using a proper colour putty,
J5 b, Emulsion paste as per manufactures specifications.
J18, J19 Paints The surface on which paint is applied shall become hard dry in 12
hours. The necessary single / multistage scaffoldings required for the
work shall be provided as detailed out under coatings. The equipment,
rollers or spray used on the work should be immediately washed with
water to facilitate future use. After the first coat of the paint has
hardened, the second coat is applied as instructed by the engineer.
Similarly required number of coats shall be given to get an even and

Detailed Specifications Of Building Works (Civil)   Page 117 


uniform shade.

Chapra (french Wood) polish is prepared from the chapra mixed with
spirit. Two layers of resin is applied by the smooth cotton clothes and
dried.
Preparation of Surface
Before application of Chapra polish, the timber surfaces shall be
thoroughly sand papered to obtain smooth surfaces and all the dust
are removed from the surfaces. A coat of primer of chalk power mixed
with resin or readymade approved putty is applied and sand papered
to fill in the voids and joints.
Preparation & Application
J10 Chapra paint
The Chapra polish shall be made by mixing Chapra granules, thinner
and spirit. The chapra must completely dissolve in the spirit. Over the
primed surfaces, the Chapra polish of approved quality shall be
applied with smooth cotton cloth with firm rubbing and spread evenly.
The cloth shall be of good quality and perfectly cleaned.
Chapra wood finish shall be reapplied at least three times, after
sandpapering with finer sand paper to get the final finish & best result.
Measurement
The measurement shall be in square metres of the finished work. The
rate shall include all the materials and labour, all complete.
Red Lead Red Lead primer paint shall be of approved brand. The lead content in
J11, J12,
Primer the paint shall be less than 60% by weight. The site in charge shall
J22, J23
examine the paints before seal is broken
J24, J25 Plastic felt
Japanees
J27
Texture paint Refer to general provisions above and the manufacturer's technical
Heritage Wall specification brochures
J28 Surface
Texture
Prevention of the termite from reaching the super-structure of the
building and its contents can be achieved by creating a chemical
barrier between the ground, from where the termites come and other
contents of the building which may form food for the termites. This is
achieved by treating the soil beneath the building and around the
foundation with a suitable insecticide.
Materials
Chemicals: Any one of the following chemicals in water emulsion to
achieve the percentage concentration specified against each chemical
Anti Termite shall be used:
J29
Treatment (i) Chlorphriphos emulsifiable concentrate of 20%
(ii) Lindane emulsifiable concentrate of 20%
To achieve the specified percentage of concentration, Chemical
should be diluted with water in required quantity before it is used.
Graduated containers shall be used for dilution of chemical with water
in the required proportion to achieve the desired percentage of
concentration. .
Safety Precautions : Chemical used for antitermite treatment are
insecticides with a persistent action and are highly poisonous. This
chemical can have an adverse effect upon health when absorbed

Page 118   Detailed Specifications Of Building Works (Civil) 


through the skin, inhaled as vapours or spray mists or swallowed. The
containers having emulsifiable concentrates shall be clearly labeled
and kept securely closed in stores so that children or pet cannot get at
them. Storage and mixing of concentrates shall not be done near any
fire source or flame. Persons carrying out chemical soil treatments
should familiarize themselves and exercise due care when handling
the chemicals whether in concentrated or in diluted form. After
handling the concentrates or dilute emulsion, worker shall wash
themselves with soap and water and wear clean clothing especially
before eating and smoking. In the event of severe contamination,
clothing shall be removed at once and the skin washed with soap and
water. If chemical has splashed into the eyes, they shall be flushed
with plenty of soap and water and immediate medical attention shall
be sought. The use of chemical shall be avoided where there is any
risk of wells or other water supplies becoming contaminated.
Treatment
Treatment along outside of foundations: The soil in contact with
the external wall of the building shall be treated with chemical
emulsion at the rate of 7.5 litres per square metre of vertical surface of
the sub-structure to a depth of 300 mm. To facilitate this treatment, a
shallow channel shall be excavated along and close to the wall face.
The chemical emulsion shall be directed towards the wall at 1.75 litres
per running metre of the channel. Rodding with 12 mm diameter mild
steel rods at 150 mm apart shall be done in the channel. If necessary,
for uniform dispersal of the chemical to 300 mm depth from the
ground level. The balance chemical of 0.5 litre per running metre shall
then be used to treat the backfill earth as it is returned to the channel
directing the spray towards the wall surface.
If there is a concrete or masonry apron around the building,
approximately 12 mm diameter holes shall be drilled as close as
possible to the plinth wall about 300 mm apart, deep enough to reach
the soil below and the chemical emulsion pumped into these holes to
soak the soil below at the rate of 2.25 litres per linear metre.
In soils which do not allow percolation of chemicals to desired depth,
the uniform disposal of the chemical to a depth of 300 mm shall be
obtained by suitably modifying the mode of treatment depending on
site condition.
In case of RCC foundations the soil (backfill) in contact with the
column sides and plinth beams along with external perimeter of the
building shall be treated with chemical emulsion at the rate of 7.5
litres/sqm. of the vertical surface of the structure. To facilitate this
treatment, trenches shall be excavated equal to the width of the
shovel exposing the sides of the column and plinth beams upto a
depth of 300 mm or upto the bottom of the plinth beams, if this level is
less than 300 mm.
The chemical emulsion shall be sprayed on the backfill earth as it is
returned into the trench directing the spray against the concrete
surface of the beam or column as the case may be.
Treatment of Soil under Floors : The points where the termites are
likely to seek entry through the floor are the cracks at the following

Detailed Specifications Of Building Works (Civil)   Page 119 


locations:
(a) At the junction of the floor and walls as result of shrinkage of the
concrete;
(b) On the floor surface owing to construction defects;
(c) At construction joints in a concrete floor, cracks in sections; and
(d) Expansion joints in the floor.
Chemical treatment shall be provided in the plinth area of ground floor
of the structure, wherever such cracks are noticed by drilling 12 mm
holes at the junction of floor and walls along the cracks on the floor
and along the construction and expansion joints at the interval of 300
mm to reach the soil below. Chemical emulsion shall be squirted into
these holes using a hand operated pressure pump to soak the soil
below until refusal or upto a maximum of one litre per hole. The holes
shall then be sealed properly with cement mortar 1:2 (1 cement: 2
coarse sand) finished to match the existing floors. The cement mortar
applied shall be cured for at least 10 days as per instruction of
Engineer-in-charge.
Treatment of Voids in Masonry : The movement of termites through
the masonry wall may be arrested by drilling holes in masonry wall at
plilnth level and squirting chemical emulsions into the holes to soak
the masonry. The holes shall be drilled at an angle of 45 degree from
both sides of the plinth wall at 300 mm intervals and emulsion squirted
through these holes to soak the masonry using a hand operated
pump. This treatment shall also be extended to internal walls having
foundations in the soil. Holes shall also be drilled at wall corners and
where door and window frames are embedded in the masonry or floor
at ground. Emulsion shall be squirted through the holes till refusal or
to a maximum of one litre per hole. Care shall be taken to seal the
holes after the treatment.
Treatment at Points of Contact of Wood Work : The wood work
which has already been damaged beyond repairs by termites shall be
replaced. The new timber shall be dipped or liberally brushed at least
twice with chemical in oil or kerosene. All existing wood work in the
building which is in contact with the floor or walls and which is infested
by termites, shall be treated by spraying at the points of contacts with
the adjoining masonry with the chemical emulsion by drilling 6 mm
holes at a dowonward angle of about 45 degree at junction of wood
work and masonry and squirting chemical emulsion into these holes
till refusal or to a maximum of half a litre per hole. The treated holes
shall then be sealed. Infested wood work in chaukhats, shelves, joints,
purlins etc., in contact with the floor or the walls shall be provided with
protective treatment by drilling holes of about 3 mm diameter with a
downward slant to the core of the wood work on the inconspicuous
surface of the frame. These holes should be at least 150 mm centre to
centre and should cover in entire frame work. Chemicals shall be
liberally infused in these holes. If the wood is not protected by paint or
varnish two coats of the chemicals shall be given on all the surfaces
and crevices adjoining the masonry.
Measurement
Measurement shall be in square meter of applied surface of total
plinth area, flat measurement only and
Rate

Page 120   Detailed Specifications Of Building Works (Civil) 


Rate shall be inclusive of all labor and materials.
11. K. Damp Proof Works
The damp proof course shall consist of cement, sand/stone aggregate
mixed with 2% of Accoproof, Impermo or Cement seal by weight of
cement and painted with two coal tar paint over it. Damp proof Course
will be provided to all walls, which do not have tie beam above ground
level as per the details of the working drawing.
Water Proofing Compound
Integral cement water proofing compound conforming to IS 2645 and
of approved brand and manufacture, enlisted by the Engineer-in-
Charge from time to time shall be used.
The contractor shall bring the materials to the site in their original
packing. The containers will be opened and the material mixed with
dry cement in the proportion by weight, recommended by the
manufacturers or as specifically described in the description of the
item. Care shall be taken in mixing, to see that the water proofing
material gets well and integrally mixed with the cement and does not
run out separately when water is added.
Cement shall be fresh Portland cement. Sand shall be clean course of
5mm size and down free from mica and clay. Stone aggregate shall
be hard and tough of 12.mm size well graded and free from dust and
dirt. Water proofing compound other than Accoproof, Impermo or
Cement seal may be used after obtaining permission from the site-in–
charge regarding the acceptability of the compound and quantity
required for desired result.
Cement shall be thoroughly mixed with required 2%by weight of
K1, K2 Concrete DPC
waterproofing compound, and then mixed dry with the required
volume of sand to make a proportion of 1:2. The cement sand mix
shall then be thoroughly mixed dry with stone aggregate to maintain
required proportion. Clean water shall then be mixed gradually to give
a plastic mix of required consistency. The mixing shall be done by
turning at least three times to give uniform and homogeneous
concrete.
All the mixing shall be done in an impervious masonry platform.
Before lying concrete, the level of the surface of the plinth shall be
checked longitudinally and transversely. All joints shall be racked and
surfaces moisten by pouring clean water on it. The inside of the
formwork shall be covered with polyethylene sheet so as to make
water- tight joint between the formwork and the concrete.
Concrete shall be laid uniformly by tamping to make dense concrete,
leveled both transversely and longitudinally.
The damp proof course shall be laid continuously except across
doorways. Construction joints if unavoidable shall be given at the site
of doors or wall opening. Such joints shall be sloped, and such sloped
surface shall be applied with neat cement wash before starting
concerning on following days. Hardened concrete shall be cured for
15 days. Shuttering may be removed after 72 hours.
Two coats of hot coal tar shall be applied on the cured cement
concrete. The first coat shall be applied at 1.5 Kg. per sq. and the
paint shall be blinded immediately with coarse sand and the surface is

Detailed Specifications Of Building Works (Civil)   Page 121 


tamped lightly. Second coat of hot coal tar shall be applied at the rate
of 1 Kg. per sq. uniformly over the surface. Such surface shall be
immediately blinded with coarse sand and tamped lightly. Lay over the
full width of the walls and at the height shown on the drawings a
mortar screed of sufficient thickness to form a level surface and cover
the screed with two coats of hot bitumen.
Measurement
Measurement of works will be made in m³ of works as specified.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ. The payment will be full and final compensation
for all material, labour, and equipment to complete the works.
K3 Bitumen Paint Refer tarfelt works below
Polythene
K4 To be approved by the Engineer-in-Charge
Sheet
Prior to the laying of the roofing materials on the slope or flat roofs,
one layer of finished underlay shall be provided on thin news paper
sheets. The underlay shall work as the false ceiling for the room as
well as shall act as the water-sealing agent to the room. This is
achieved through the following:
Waterproof and Termite resistant Plywood:
Kit Plywood of Phenol Bonded, hot pressed and termite resistant
special plywood with manufacturer’s guarantee towards their reliability
to the specifications, of the kind, as per the Indian Standards. The
sizes and the thickness shall be as per the detail designs and as
specified in the bill of quantities. Samples of the materials and their
manufacturer’s warranty card shall be submitted for Project In-
charges approval.
Tarfelting and Bitumen Paints:
Tar felt: Shalimar Tar felt or equivalent shall be according to IS. Tar
felt supplied should be packed in rolls with IS Certification mark. Tar
felt shall be free from visible external defects, such as holes, oil
patches, ragged or untrue edges, breaks, cracks, tears,
K5 – K6 Tarfelt
protuberances and indentations. Unless otherwise stated, tar felt
supplied shall be in widths of 90 cm and 100cm and generally in
lengths of 10m and 20m. The sample should be submitted to the
Engineer In-charge before bulk purchase, and should be approved by
him.
Bitumen Mastic: Shall be of approved quality conforming to IS: 3037-
1965. This shall be supplied in sealed tins with IS Certification mark.
Laying: The felt shall be laid in lengths at right angles to the direction
of the run off gradient, with paper or plastic barrier between tar felt
and concrete, commencing at the lowest level and working up to the
crest such that the overlaps of the adjacent layers of felt offers the
minimum obstruction to the flow of water. In the next layer, mastic
asphalt or bitumen is spread, and tar felt is laid. The tar felt laid should
be in three layers.
The bitumen mastic (binding material) shall be prepared by heating to
the correct working temperature and conveyed to the point of work in
a bucket or pouring can. Each coat of each bay shall be spread
evenly and uniformly by means of a float to the recommended

Page 122   Detailed Specifications Of Building Works (Civil) 


thickness, on to the previously prepared surface, the isolating
membrane or the preceding coat. Each coat of bitumen mastic shall
be followed, without delay by the
succeeding, since exposure to contamination (by dust or dirt)
might impair adhesion and cause blistering. The finished floor shall
not sound hollow when tapped with wooden mallet.
The tar felt before laying shall be first cut to the required lengths,
cleaned of dusting materials and laid out flat on roof. Each length of
felt prepared for laying shall be laid in position and rolled up for a
distance of half of its length. The hot binding material shall be poured
on to the roof across the full width. In case of rolled felt, the felt is
steadily rolled out and pressed down. The excess bonding material is
squeezed out at the ends and is removed as the laying spreads.
When the first half of the strip of felt has been bonded to the roof, the
other half shall be rolled up and then unrolled on to the hot bonding
material in the same way. Minimum overlap at the ends and the sides
of strips of felt shall not be less than 15cm. All overlaps shall be firmly
bonded with hot bitumen. The laying of second layer of felt shall be so
arranged that the joints be staggered with those of the layer beneath
it.
Measurement
Measurement of all the works will be made in m2 of works as
specified.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ. The payment will be full and final compensation
for all material, labour, and equipment to complete the works as
specified.
Providing and applying of two component acrylic polymer modified
cementations flexible membrane system (Perma guard, Aquafin 2K/M
or equivalent) as approved by engineer, on RCC rooftop, basements,
terraces and sunken slabs etc including injection system (pressure
grouting) on water leakage area and new & old concreting joint where
necessary and filling Perma bond SBR modified mortar or equivalent
on junction between floor and parapet wall area with “V” shape groove
Elastometric cutting as specified by the site engineer all complete:
K7 water Measurement / Payment
Proofing Measurement shall be in square meter of exact length and breadth.
Rate shall include materials, mixing, laying, curing, finishing and
labour etc., all complete.
Note: The installation specifications for the approved material if
different, the manufacturers specification shall be followed after site
engineer’s approval. Technical specification from manufacturer and
the warranty provision/document shall be submitted to the site
engineer before approval by the contractor.
Semi flexible Providing and applying 2 coat waterproofing coating system for
polymer protecting concrete and masonry on RCC roof top, basements slabs,
K8 coating terrace and sunken slabs area over the entire surface including
system surface preparation, pipe lines and other joints
2 coat shall be applied by brush at the ratio of 1:2 (Perma Bond AR /

Detailed Specifications Of Building Works (Civil)   Page 123 


Shield liquid/ tapecrete P 151 and fresh grey cement powder) or as
approved by site engineer according to respective manufacturers
specification
Materials:
Approved polymer materials from manufacturer (Tapecret P 151,
Perma Bond AR/ Perma Shield or equivalent) as approved by site
engineer shall be applied.
Technical specification from manufacturer and the warranty provision /
document shall be submitted to the site engineer by the contractor.
Mixing:-
The polymer shall be mixed with neat cement in the ratio of 2 part
cement: 1 part polymer by weight. The mixture has to be stirred
thoroughly until no air bubbles remain in the mix. Any lump found in
the mix should be removed.
Surface preparation:
The surface shall be cleaned to remove all dust, foreign matters,
loose materials and any deposits of contamination which could affect
the bond between the surface and the waterproofing coating. By
scarifying, grinding, water blasting, sand blasting, acid washing or
other approved method.
New flat surface like sub base concrete shall be made reasonably
smooth so as not to impede the application of the waterproofing
coating and to avoid sharp projection. All concrete shall be thoroughly
pre-wetted for at least prior to th application of the coating by pouring
water on flat surface or by vigorously spraying water on vertical/
inclined surfaces.
Depressions shall be filled and levelled after engineers approval
Application:-
The mix shall be applied in 2 coats by brush on rendered and / or
prepared surface. First coat should be allowed to stir dry for 5-6
hours. The coatings shall be applied in uniform thickness to
horizontal and vertical surfaces. The surface should be made wet
before application in case of porous structure.
Curing and Protection
The surface after application shall be kept moist for a period of 2-3
days. Curing shall be started as soon as the chemical has hardened
sufficiently so as not to be damaged by a fine water spray.
After application of final coat, initial air drying shall be done for 2-6
hours. During this period no water is to be used for curing. In case of
high temperature and low humidity combined with high wind condition,
the coating shall be covered with polythene sheet to avoid rapid
drying of the coating.
After maximum period of 6 hours of the final application, moist curing
shall be done for next 24 hours by way of spraying water on the
coating. During the period at no point of time should the coating be left
completely dry or submerged in water.
During the first 12 hours of curing, the work shall be protected from
abrasion, rain, and other adverse conditions. After moist curing, the
coating shall be allowed to air dry for 3 days before submersion in
water if required for use.
The finished coat shall be tough, hard-wearing surface with
waterproofing and shall allow trapped vapour to escape preventing

Page 124   Detailed Specifications Of Building Works (Civil) 


peeling and blister formation.
Measurement / Payment
Measurement shall be in square meter of exact length and breadth.
Rate shall include materials, mixing, laying, curing, finishing and
labour etc., all complete.
Providing and applying powder or liquid waterproofing compound
(Perma Trik/ Perma Plast-o-proof or equivalent) as approved by
engineer as integral part of concreting system or plaster as specified
by the site engineer all complete:
Mixing:-
The compound shall be mixed with cement in the ratio as specified in
BOQ or as instructed by site engineer.
Liquid compound:
(Perma plast-o- proof or equivalent): 100 ml per 50 bags of cement)
Integral water
Powder form:
proofing
(Perma Trik or equivalent) 500 gm per 50 kg bag of cement)
treatment
The mixture shall be thoroughly mixed. Application, curing and
system:
protection shall comply with the concreting or plastering works under
respective specification.
Note: The installation specifications for the approved material if
different, manufacturer’s specification shall be followed after site
engineers approval. Technical specification from manufacturer and
the warranty provision/document shall be submitted before approval
to the site engineer by the contractor.
Measurement / Payment
Measurement shall be as specified in BOQ .
Rate shall include material and labour cost.
11. L. Maintenance and Dismantling Works
The Contractor shall dismantle any cement masonry works as
indicated in the Drawings or as ordered by the Engineer. The resulting
material shall be the property of the Employer and all suitable
materials shall be stockpiled for reuse purposes within a lead of 30 m
as directed by the Engineer. Unsuitable material shall be disposed off
as directed by the Engineer.
L1, L2, Dismantling
Cement masonry dismantling shall include use of labour and proper
L14, L15, Masonry
equipment, transporting, stockpiling and all incidental and provisions
L16 Works
necessary to complete the work.
The Contractor shall dismantle any dry stone masonry wall as
indicated in the drawings or as instructed by the Engineer. The
resulting material shall remain the property of the Employer and all
suitable material shall be stockpiled for reuse purposes within a lead
of 30 m as directed by the Engineer.
The Contractor shall dismantle any plain or reinforced concrete works
as indicated in the Drawings or as ordered by the Engineer. The
Dismantling resulting material shall remain the property of the Employer and all
L3, L4 Concrete suitable materials shall be stockpiled for reuse purposes within a lead
Works of 30 meter. Unsuitable material shall be disposed off as directed by
the Engineer.
Concrete/reinforced concrete dismantling shall include use of labour

Detailed Specifications Of Building Works (Civil)   Page 125 


and proper equipment, transporting, stockpiling and all incidental and
provisions necessary to complete the work.
The Contractor shall dismantle any wood works as indicated in the
drawings or as instructed by the Engineer. The resulting material shall
L17 Wood works remain the property of the Employer and all suitable material shall be
stockpiled for reuse purposes within a lead of 30 m as directed by the
Engineer.
The Contractor shall dismantle any steel works as indicated in the
drawings or as instructed by the Engineer. The resulting material shall
Fence, Post,
L19 remain the property of the Employer and all suitable material shall be
steel works
stockpiled for reuse purposes within a lead of 30 m as directed by the
Engineer
Minor Crack:
Providing and applying water proof mortar (Perma bond SBR mortar
or equivalent.) on the RCC slab minor crack making “v” shaped
groove cutting and polymer coating of 1 feet wide area from groove all
complete.
Major crack:
Providing and filling seal (Perma poly seal or equivalent) on the RCC
slab major crack with making “V” shaped groove cutting with primer
Crack
coat all complete.
Treatments:
Note: The installation specifications for the approved material if
different, manufacturers' specification shall be followed after site
engineer’s approval. Technical specification from manufacturer and
the warranty provision/document shall be submitted to the site
engineer before approval by the contractor.
Measurement / Payment
Measurement shall be in running meter of exact length. Rate shall
include materials, mixing, laying, curing, finishing, and labour etc., all
complete
Injection/Pres Providing and applying pressure grouting by injection system with
sure Grouting mixing integral waterproofing compound (Perma grout - 500, Aquafin -
treatment IB2….. or equivalent) as approved by engineer with fresh cement
slurry on RCC basement slab, Water tank and RCC Shear wall area,
including providing and filling Perma bond SBR modified mortar or
equivalent on junction between concrete construction joint with “V”
shape groove cutting including 15 mm dia pipe inserts at 1 x 1 m
centre to centre as specified by the site engineer all complete:
Application:
Application shall be as per manufacturer's specification after approval
by site engineer. Technical specification from manufacturer, the
warranty provision and document shall be submitted to the site
engineer by the contractor. Any flaws and defects shall be repaired at
contractor cost and shall be submitted in clean flaw less condition.

Measurement / Payment
Measurement shall be in square meter of exact length and breadth.
Rate
Rate shall include materials, mixing, laying, curing, finishing and
labour etc., all complete.
11. M. Metal, Fence and railing Works

Page 126   Detailed Specifications Of Building Works (Civil) 


The Mild steel (MS) products including collapsible gates are fabricated
from the Mild Steel flat, angle and channels conforming to the BS 15
or equivalent. The welding shall be butt-welding. The grips are of
plastic or metal. The screws shall be steel screws.
The product is primed with two coats of red lead primer.
Measurement
Fabrication of
M1- M5, The work shall be measured in m² of opening in vertical plan or in unit
MS Members
weight as specified in the Bill of Quantity.
Payment
Payment for the work will be made on the basis of contract unit price
indicated in the BOQ. The payment will be full and final compensation
for all material, labour, and equipment to complete the works as
specified.
These shall consist of MS laths 1.25mm thick and 80mm wide laths
or as specified. The laths shall be machine rolled and straightened
with an effective bridge depth of 16mm and shall be interlocked
together throughout their entire length and jointed together at the end
with end locks. These shall be mounted on specially designed pipe
shaft. Each lath section shall be continuous single strip piece without
any joint.
The springs shall be coiled type. The spring shall be manufactured
from high tensile spring steel wire or strip of adequate strength to
balance the shutters in all positions. The spring pipe shaft etc. shall be
supported on strong mild steel brackets.
Guide Channel
The guide channels shall be of mild steel deep channel section and of
rolled, pressed or built up (fabricated) construction. The thickness of
the sheet used shall not be less than 3.15mm.
The minimum depths for guide channels shall be as follows:
Clear width of shutter Depth of Guide Channel.
Up to 3.5m 60mm
Rolling
M6 3.5m and above 75mm
Shutter
The gap between the two legs of the guide channel shall be sufficient
to allow the free movement of the curtain and at the same time - close
enough to prevent the rattling of the curtain due to wind.
Each guide channel shall be provided with a minimum of three fixing
elates or supports for attachment to the walls or column by means of
bolts or screws. The spacing of cleats shall not exceed 0.75m.
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, plumb and true,
either in the overlapping fashion, projecting fashion or embedded in
grooves, depending on the method of fixing.
The cover of shaft, spring etc. shall be of the same material as that of
lath.

Fixing
Brackets shall be fixed on the lintel or under the lintel as specified with
rawl plugs, and screws bolts etc. the shaft along with the spring shall
then be fixed on the brackets.

Detailed Specifications Of Building Works (Civil)   Page 127 


The lath portion (shutter) shall be laid on ground and the side guide
channels shall be bound with it with ropes etc. the shutter shall then
be placed in position and top fixed with pipe shaft with bolts and nuts.
The sides guide channels and the cover and frame shall then be fixed
to the walls through the plate welded to the guides. These plates and
bracket shall be fixed by means of steel screws bolts, and rawl plugs
drilled in the wall. The plates and screws bolts shall be concealed in
plaster to make their location invisible. Fixing shall be done accurately
in a workman like manner that the operation of the shutter is easy and
smooth.
Painting
All surfaces are to be painted with primer coat and minimum two coats
of enamel paints as per specification, after drying and thoroughly
cleaned to remove all loose scale and loose rust. Surfaces not in
contact but inaccessible after shop assembling, shall receive the full-
specified protective treatment before assembling.
Measurement & Rate
The measurement shall be done in height multiplied by width of the
shutter, i.e. in Sqm. No extra will be paid for like shutter cover box,
edges, etc. The rate shall be inclusive of labor, material, all complete.
The Mild steel gates are fabricated from the Mild Steel flat, angle and
channels conforming to the BS 15 or equivalent. The welding shall be
butt-welding conforming relevant clause of this specification
The grips are of plastic or metal. The screws shall be steel screws.
The gate shall of steel sheet conforming to BS 15 or equivalent of
20G.
The gate is primed with two coats of red lead primer.
The gate is painted with two coat of enamel of bituminous aluminium
M8 MS Gate paint to get uniform painted surfaces.
Measurement
The above work shall be measured in m² of opening in vertical plan
completed as specified.
Payment
Payment for the work will be made on the basis of contract unit price
indicated in the BOQ. The payment will be full and final compensation
for all material, labour, and equipment to complete the works as
specified.
The barbed wire fences shall be two-strand galvanized barbed wire
(Minimum of 100gm/m2) over the Mild steel wires of required diameter
should be used for fencing. The Mild Steel should conform BS 15 or
equivalent. The concrete in concrete post shall conform to the design
drawings.
Construction Procedures
M10, The concrete posts are erected over the foundation. The barbed wire
M12, Fence Works is tightened to the post in the hooks. A tension not exceeding 400
M13 kg/m2 is applied while erecting the wires in layers as per the design.
At the end diagonal bracing shall be made.
Testing and Inspection
The erected fencing shall deform any post and wires shall be straight
with out sagging.
Measurement
The above work shall be measured in m² of fence in vertical plan

Page 128   Detailed Specifications Of Building Works (Civil) 


above the foundation completed as specified.
Payment
Payment for the work will be made on the basis of contract unit price
indicated in the BOQ. The payment will be full and final compensation
for all material, labour, and equipment to complete the works as
specified.
Tubes shall be designated by their nominal bore. These shall be light,
medium or heavy as specified depending upon the wall thickness.
Tubes shall be clean finished and reasonably free from scale. They
shall be free from cracks, surface flaws, laminations and other
defects. The ends shall be cut clean and square with axis of tube,
unless otherwise specified.
Wall thickness of tubes used for construction exposed to weather
shall be not less than 4 mm and for construction not exposed to
weather it shall be not less than 3.2 mm where structures are not
readily accessible for maintenance, the minimum thickness shall be 5
mm.
Fabrication
The component parts of the structure shall be assembled in such a
manner that they are neither twisted nor otherwise damaged and be
so prepared that the specified cambers, if any, are, maintained. The
tubular steel work shall be painted with one coat of approved steel
primer after fabrication. All fabrication and welding is to be done in an
approved workshop.
Straightening : All material before being assembled shall be
straightened, if necessary, unless required to be of curvilinear form
and shall be free from twist.
Black Pipe
Bolting : Washers shall be specially shaped where necessary, or
M11 Tubular Truss
other means, used to give the nuts and the heads of bolts a
satisfactory bearing. In all cases, where the full area of the bolts is to
be developed, the threaded portion of the bolt shall
not be within the thickness of the parts bolted together and washers of
appropriate thickness shall be provided to allow the nuts to be
completely tightened.
Welding : Where welding is adopted, it shall be as specified.
Caps and Bases for Columns : The ends of all the tubes, for
columns transmitting loads through the ends, should be true and
square to the axis of the tubes and should be provided with a cap or
base accurately fitted to the end of the tube and screwed, welded or
shrunk on. The cap or base plate should be true and square to the
axis of the column.
Sealing of Tubes : When the end of a tube is not automatically
sealed by virtue of its connection be welding to another member the
end shall be properly and completely sealed. Before sealing, the
inside of the tubes should be dry and free from loose scale.
Flatened Ends : In tubular construction the ends of tubes may be
flattened or otherwise formed to provide for welded. Riveted or bolted
connections provide that the methods adopted for such flattening do
not injure the material. The change of sections shall be gradual.
Hoisting and Erection

Detailed Specifications Of Building Works (Civil)   Page 129 


Tubular trusses shall be hoisted and erected in position carefully,
without damage to themselves, other structure, equipment and injury
to workman. The method of hoisting and erection proposed to be
adopted shall be got approved from the Engineer-in-charge. The
contractor shall however be fully responsible, for the work being
carried out in a safe and proper manner without unduly stressing the
various members. Proper equipment such as derricks, lifting tackles,
winches, ropes etc. shall be used.
Measurements
The work as fixed in place shall be measured in running metres
correct to a centimeter on their weights calculated on the basis of
standard tables correct to the nearest kilogram unless otherwise
specified. Weight of cleats, brackets, packing pieces bolts nuts,
washers distance pieces separators diapharam gussests, fish plates,
etc. shall not be measured separately. No deduction shall be made for
skew cuts.
Rate
The rate shall include the cost of labour and materials involved in all
the operations described above including application of one coat of
approved steel primer, i.e. red oxide zinc chrome primer.

11. N. Ceiling, Wall Panelling and Partition Works


The material for installing false ceiling system shall be made of
appropriate board with flexural strength not less than 485 N cross
directional and 175 N machine directional, with hardness at core, end
and edge not less than 65 N, with capacity to withstand breaking load
not less than 556 N in longitudinal direction and not less than 275 N in
transverse direction. The thermal resistance value "R" shall be not
less than 0.45, with fire propagation index "I" not less than 2.1. It shall
be fixed to the underside of the suspended grid comprising properly
placed at maximum distance 457mm c/c frame. Connecting clip and
softie cleat using standard screw and proper metal grip, as per
drawing, manufacturers' specification, and instruction of engineer, all
complete.
Finish
General The ceiling boards free of damages are fixed to the framing in perfect
line and level. The joints are sealed with plaster of Paris and non-
woven paper tapes with out forming any bubble the joints shall be
finished flush to make the ceiling in one piece. The finished surface
shall be smooth and true to plane and curved as required. Once
laying of ceiling is completed the dust and floors are cleaned for the
painting works.
Measurement
It shall be measured flat in square meter of the actual area covered.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ. The payment will be full and final compensation
for all material, labour, and equipment to complete the works as
specified.
Gypsum 9.5 mm-12mm thick (or as specified) Gypsum board tiles of 610 x 610
N10 N11
Board mm size ( or as per design) conforming to IS 2095: 1982 & 2542-

Page 130   Detailed Specifications Of Building Works (Civil) 


1981. The tiles shall be plain, textured or designed with design
patterns as per drawings or approved by site engineer.
The suspenders are galvanized mild steel straps of 28G and
horizontal and transverse members are galvanized mild steel channel
of 16 G. Construction Procedures

Frame Work
The frame work shall be of zinc coated mild steel or galvanized iron
(G.I. framing) and shall consist of 45 mm sq. or 50 x50 mm square
tubes of 18G as main runners as specified in the item at specified
spacing welded together with 45 mm x 45 mm zinc coated Gypsteel
branded channels, or 50 x 50 mm G.I. channels of 18G as runners at
specified spacing. The above frame shall be suspended from existing
RCC slab with adjustable 25 x 4 mm mild steel flats welded at top to
reinforcement bars, including exposing the reinforcement bars and
making good the damages with cement mortar as specified in the item
and drawings.
Expanded Metal
Expanded metal shall be fixed with the long way of the mesh across
the supports. The strands in the various sheets shall all slope in one
direction, in vertical work they shall also slope inwards and
downwards from the plaster face. To ensure continuity of key at the
fixing points small round rods, V-shaped ribs or strips of hardwood
shall be fixed on the face of the supports. All sheets shall be lapped
not less that 25-mm at the sides and ends, overlaps shall not occur
only at supports. Sides of the sheets shall be wired together with
galvanized wire of not less than 18 SWG, at every 75 mm between
supports. Cut ends of wire used for fastening etc. shall be bent
inwards and not towards the plaster finishing coat. The expanded
metal shall be secured to supports by means of galvanized staples at
intervals of not more that 100-mm. It shall be secured to steelwork by
wire or clips.
The fixing centres should normally be not greater than 350 mm for
mesh weighing 1.2 kg/sq.m. of 10 or 6 mm mesh. Care shall be taken
to ensure that the anti corrosion treatment is in good condition after
fixing.
Gypboard or Boral plaster board
The material for installing false ceiling system shall be made of
gypsum board with ISO 9002 and ISO 14000 certification, with
minimum thickness of 12.5mm (maximum variation in thickness
+0.4mm or –0.4mm), with minimum density of 677 kg/cum, with
flexural strength not less than 485 N cross directional and 175 N
machine directional, with hardness at core, end and edge not less
than 65 N, with capacity to withstand breaking load not less than 556
N in longitudinal direction and not less than 275 N in transverse
direction. The thermal resistance value "R" shall be not less than 0.45,
with fire propagation index "I" not less than 2.1. It shall be fixed to the
underside of the suspended grid comprising properly galvanised
0.5mm thick 80mm x 26mm ceiling section to be placed at maximum
distance 457mm c/c, 0.5mm thick 20mm x 45mm x 30mm channel

Detailed Specifications Of Building Works (Civil)   Page 131 


along the wall, 0.9mm thick 15mm x 45mm intermediate channel to be
placed at maximum distance of 122mm c/c, 0.5mm thick 25mm x
25mm ceiling angle to be placed at maximum distance connecting clip
and 22mm x 37mm softie cleat to be fixed at RCC ceiling by using
standard screw and proper metal grip, as per drawing, manufacturers'
specification, and instruction of engineer, all complete.
Finish
The ceiling boards free of damages are fixed to the framing in perfect
line and level. The joints are sealed with plaster of Paris and non-
woven paper tapes with out forming any bubble the joints shall be
finished flush to make the ceiling in one piece. The finished surface
shall be smooth and true to plane and curved as required.
Once laying of ceiling is completed the dust and floors are cleaned for
the painting works.
Measurement
It shall be measured flat in square meter of the actual area covered.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ. The payment will be full and final compensation
for all material, labour, and equipment to complete the works as
specified.
The Armstrong fine fissures board of size 600 x 600 x 16 mm or 600 x
1200 x 16 mm size shall be used. The Boards shall have texture and
design pattern.
The suspenders must conform to Armstrong standard grid. Horizontal
and transverse members are galvanized mild steel channel.
Construction Procedures
The Armstrong ceilings are suspended from the concrete ceilings, and
or truss and purling by steel hangers to suspend the horizontal steel
channels. The horizontal members are screwed with steel screws and
grip in the wall. The suspenders are clamped to the truss and purling
with steel screws. After the framing is completed the engineer in
Armstrong charge shall check the framing before allowing fixing the ceiling
N13
Board boards.
The Armstrong fine fissures boards free of damages are fixed to the
framing in perfect line and level.
Once laying of ceiling is completed the dust and floors are cleaned.
Measurement
Measurement of all the works will be made in m2 of works as
specified.
Payment
Payment for work will be made on the basis of contract unit price
indicated in the BOQ.
The payment will be full and final compensation for all material, labor,
and equipment to complete the works as specified.
This panelling shall be decorative or non-decorative (Paintable) type
as per design and thickness specified by the Engineer-in-Charge
The ornamental wood work shall be painted on the back with priming
Sisam wood
N19 coat of approved wood primer before fixing the same to the grounds
wall panelling
with screws, which shall be sunk into the wood work and their tops
covered with putty. The ornamental work shall be made true and
accurate to the dimensions shown in the working drawings. The fixing

Page 132   Detailed Specifications Of Building Works (Civil) 


shall be done true to lines and levels. The planks for wall lining shall
be tongued and grooved, unless otherwise specified.
Measurements
Wall panelling shall be measured in square metre nearest to two
places of decimal.
Rate
The rate includes the cost of materials and labour required for all the
operation described above.
Providing and fixing the prefabricated concrete panel of 50mm to
75mm thickness with tongue groove joint on metal channel with all
accessories, for interior and exterior walls for dry construction.
Application:
Panels precasted as solid reinforced precast concrete (flat panels),
or as reinforced concrete ribbed panels with a thin exterior shell of
specified thickness as approved by the site engineer shall be used.
75 mm thick panels shall be used for the external wall and 50 mm
thick panels for internal partition walls shall be used or as specified in
the design. Engineering and energy performance documentation of
the material shall be submitted to the site engineer for approval.
Standard panels (2.4 m x 0.6 m, 2.7 m x 0.6 m, 3 m x 0.6 m) shall be
N20 – Prefab Panel
laid in the metal channels as per manufacturers’ specification with
N23
approval of site engineer to
Protection
Protect installed products shall be protected until completion of
project.
Damaged products shall be touched-up, repaired or replaced before
Substantial Completion
Measurement:
It shall be done in exact square meter of the area done after
deducting the openings.
Rate
Rate shall be for all the works including all Connections, bracing,
reinforcement, labor and materials.
UPVC
N24, N25 partition Refer UPVC door and windows
board
Aluminium
N26, N27 Refer Aluminium door and windows
partition
11. O. Road Works / P. Gabion Works
Refer to Detailed Specification of relative departmental documents

Detailed Specifications Of Building Works (Civil)   Page 133 


Page 134   Detailed Specifications Of Building Works (Civil) 
LIST OF APPROVED MAKES (Example only)
____________________________________________________________________________________
Sl.No. MATERIALS MANUFACTURERS
_______________________________________________________________________________________
1. Doors & Windows fixtures/ Fittings: Everite, Hardima, Earl Bihari
2. Door Closer / Floor spring : Doorking, Everite, Hardwyn, Amar Darmy.
3. Aluminium Sections. : Indal , Bhoruka, Hindalco, Jindal
4. Clear Glass/ Clear Float Glass : Modi, Gujrat Guardian, Tata, Saint Gobain(SG)
Toughened Glass
5. Laminates : Formica, Decolam, Century, Marino, National, Green Ply
6. Synthetic Enamel Paints : Berger (Luxol gold), Asian(Apcolite), ICI
Dulux (Gloss), Nerolac (Full gloss hard drying)
7. Oil Bound Distemper : Asian (Tractor), Berger (Bison), Nerolac
(Super Acrylic).
8. Cement Paint : Snowcem Plus, Berger (Durocem Extra),
Nerolac (Nerocem with titanium),.
9. Plastic Emulsion Paint : ICI, Asian, Nerolac
10. Other Paints/Primers : ICI Dulux, Asian, Berger, Nerolac
11. Cement : OPC 43 grade conforming to BIS-8112 and approval of Engineer
12. Reinforcement Steel : TMT steel conforming to BIS-1786 and approval of source by
Engineer
13. Glass Mosaic Tiles : Italia, Bizzaza. Pallidio
14. Back-up Rod. : Supreme Industries or equivalent
15. M.S. Pipe : Jindal Hisar, Prakash-Surya, BST, Kalinga
16. Polysulphide sealant. : Pidilite, Fosroc, Choskey, Chematal Rai
17. Polycarbonate Sheets : GE Plastics or approved equivalent
18. Metal Fire Check Doors : Navair, Shakti-met, Godrej, Pacific Fire Control,
Promat
19. Gyspum Board System : India Gypsum, Laffarge, Boral
20. Sunken Portion Treatment : Choksey, Roffe, Krytone,Sika
21. Admixtures for concrete. : Cico, Vam Organics, Roffe, Pidilite
22. Epoxy Paint. : Nerolac, Shalimar or approved equivalent.
23. Ceramic Tiles : Johnson, Somany, Kajaria, Spartek, Nitco, Orient
24. Pre-Laminated Particle Board : Novopan, Greenlam, Kitlam,Bhutan Board.
25. Flush Door Shutters. : Century, Kitply, Novapan, GIC Goyal, Green Ply
26. Silicon Treatment : GE-Silicon, Pidilite, Choksey, Wacker, Forsoc
27. Glazed Tiles : Bell, Somany, Johnson, Kajaria, Cera.
28. PVC Water Stops : Supreme, Fixopan or approved equivalent
29. White Cement. : Birla White, J.K.
30. Powder Coating Material Pure
Polyester. : Jotun , Berger, Goodlass Nerolac
31. Masking Tapes : Suncontrol , Wonder Polymer.
32. Stainless Steel Screws For
Fabrication and fixing of Windows.: Kundan , Puja , Atul.
33. Proposed Treatment on MS Brackets. : Galvanised Brackets As per IS:4759-1996 610
gms./sqm.(microns) 80-90
34. Dash Fasteners./Anchor bolts : Hilti, Fischer, Bosch.
35. Stainless Steel Bolts, Washers Nuts. : Kundan, Puja, Atul.

Detailed Specifications Of Building Works (Civil)   Page 135 


36. Stainless Steel Pressure Plate Screws. : Kundan, Puja, Atul.
37. Stainless Steel Friction Stay. : Securistyle, Earl Bihari.
38. E.P.D.M. Gaskets. : Anand Reddiplex, Enviro Seals
39. Weather Silicon. : Dow Corning, Wacker, GE
40. Structural Silicon at butt joints : - Do -
41. PVC continous fillet for periphery
packing of Glazings /Structural glazings.: Roop, Anand, Forex Plastic.
42. Floor Springs. : Doorking, Opel.
43. Aluminium Cleat arrangement for
Glazings. : Deco or approved equivalent
44. Water proofing / Injection Grouting : Overseas Water Proofing Corporation
45. 6mm thick Reflective Glass : Glaverbel, Glavermas, Saint Gobain.
46. Door Locks. : ACME, Godrej, Harrison
47. Door Seal – Woolpile Weather Strip : Anand -Reddiplex.
48. Aluminium Grill : Decogrille and approved Equivalent
49. Vitrified Porcelene Tiles: : Restile (Granamite- Atena), Naveen, Bell-Ceramics,
Kajaria, Somani
50. Carpets : Hollitex, Standard, Mohawk
51. Aluminium Cladding sheets : Alstrong , Alpolic, Alucobond,
52. Aluminium Die-cast handles : Giesse, Securistyle, Alu-alpha
& two point locking kit
53. Stainless steel D-handles : D-line, Giesse, Dorma
54. Auditorium Chairs : Penworker, Suri Cine chairs, Godrej
55. Woollen Fabric for Auditorium : ESSMA, Raymonds
56. Stainless Steel Pipes/Flats : 304 Grade
57. Structural Steel : Conforming to BIS 2062 and approval by Engineer
58. Ready Mix Concrete : L&T,ACC,BIRLA,AHLCON
59. Antistatic Epoxy Floor : Fosrock, Beck, Famaflor, STP
60. SBS bitumen based Self adhesive
membrane Material : Grace-Bituthene CP1.5, Texsa-Texself 1.5
61. Acoustic Mineral Fibre : USG-Radar, Armstrong, 21st Century, Acostyle
62. APP modified Bitumen water
proofing membrane : Lloyds, STP, Bitumat
63. Hand made ceramic tiles : Raja Tiles, Saraswathi
64. Curtain wall : Specialised Agency to be Approved by Engineer
65. Fire Panic bar : Briton, Monarch, Von-Duprin
66 Ply board : Greenply, Kitply, Century
67 PVC Doors : Rajshri or approved equivalent

Note : Wherever makes have not been specified for certain items, the same shall be as per National
Standard and as per approval of Engineer

Page 136   Detailed Specifications Of Building Works (Civil) 


Addition to the General/ Detailed
Specifications of Work
This addition will be the part of contract which comprises specifications of work which is not
included in the standard specifications. Some sections elaborate the specification which is not
adequately described in the standard specification.

1. Civil Works

Contents
1. Civil Works..................................................................................................................................... 1
1. Cordoning Work ..................................................................................................................... 2
2. Double Scaffolding ................................................................................................................. 2
3. 100mm thick Prefab Dry Wall with Insulation ....................................................................... 3
4. Heterogeneous Vinyl Flooring ................................................................................................ 4
5. Conductive Flooring ............................................................................................................... 4
6. PVC Carpeting 1.5mm thick ................................................................................................... 5
7. PVC Coving ............................................................................................................................ 5
8. False Ceiling without insulation ............................................................................................. 6
9. False Ceiling with insulation................................................................................................... 7
10. Metal False Ceiling for OT Room .......................................................................................... 7
11. Expansion Joint ....................................................................................................................... 8
12. Signages .................................................................................................................................. 9
13. Dumb Waiter ......................................................................................................................... 12
14. Bed / Hospital Lift ................................................................................................................ 13
15. Stretcher Lift ......................................................................................................................... 15
16. Hermatic Door ...................................................................................................................... 16
17. OT Components .................................................................................................................... 16
18. Medical Gas Pipeline System (MGPS) ................................................................................. 19
19. Retrofitting Works ................................................................................................................ 28

1|Page
1. Cordoning Work

Supply and installation of 0.31mm thick CGI sheet for cordoning purposes of height 2.4m all
complete as per drawings, specifications and instruction of site-engineer.
Supplying and installation of MS black pipe of NB 50L of 2.1m height at regular interval
of 2.1m c/c horizontal with ground anchorage of 300mm with two layers NB 25L
horizontal bracing above ground including removing it after completion of the work and
cleaning thoroughly all complete as per drawing and instruction by the Site Engineer.

2. Double Scaffolding
Supplying and installation of MS black pipe of NB 50M at regular interval of 1.5m c/c and NB
50M horizontal bracing at 1.0m c/c interval and metal platform at 2.0m interval with necessary
cuplock joint connection, jack key support all complete for double scaffolding including
removing it after completion of the work and cleaning thoroughly all complete as per instruction
by the Site Engineer.

2|Page
Fig: Double Scaffolding

3. 100mm thick Prefab Dry Wall with Insulation

Fiber Cement Board Dry Wall is a system that is fabricated as stud wall in which fiber cement board
is fixed on the either side of the metal frame. The wall used for the construction should meet the
specification as follows:

• Internal / External Partition


Total Thickness: at least 100 mm thick
Covering Board installation - 12mm thick High Pressure Steam Cured Non Asbestos
Fiber Cement Standard Wall Board (TYPE Density>1250kg/cubic meter, Everest or
Sherra or equivalent) confirming IS 14862 & ISO 8336, fire resistant as per BS 476 over
GI framing of 76mm width track and 75mm width stud, tested as per AS-1530 part 3 &
BS-476 Part 4,5,6,7&8, on either side of the framework with 25 mm fully threaded self-
tapping screws @ 300mm center to center.
Stud system – Stud Frame should be made of 75mm studs (0.55mm thick having one
flange of 36mm and another flange of 34mm and placed at 610mm c/c in both ways),
Track Frame should be made of 76mm width (0.55mm thick having one flange of 25mm
and another flange of 25mm and placed at bottom / top of wall, side of Door, Windows
and appropriate location. For Door, window and corners extra support has to be provided
with 3” Steel Medium Square Pipe.

3|Page
Joint treatment - Boards are to be fixed horizontally/vertically in a staggered manner to
avoid through joints on both sides. To have a joint less finish, uniform gaps (typically
should not be more than 2-3mm) should be covered with manufactured recommended
jointing compound and tapping all complete.

4. Heterogeneous Vinyl Flooring

Heterogeneous Vinyl Flooring - Providing & laying at least 3.00 mm thick approved heterogeneous
vinyl flooring complying to the quality parameters: residual indentation of 0.06mm (EN 433/ISO 24343-1
or ISO 24343), slip resistance conforming to ESF, EN 13845 annex C (R10) or DIN 51130 R10 or class
DS EN 13983, composed of a transparent compact wear layer of at least 0.7 mm thick (EN 429/ISO
24340), abrasion resistance - group T (EN 660-2/ISO 24338 or NF 189 or EN 651 or EN 660), Impact
sound reduction not less than 17dB (EN ISO 717-2 or EN ISO 712-1 or ISO 10140), provided with an
anti-bacterial protection surface treatment, chemical and stain resistance as per EN423/ISO26987,
reaction to fire shall be as per EN13501-1:BFL-S1, emission into air:T VOC after 28 days should be
less than 100µg/m3 as per EN ISO 16000/ISO 10580 or ISO 1600001-1 or ISO 16000-6 or VOC
emission pass as per GB 18586 including installation of the vinyl flooring over self-levelling compound
average of 3mm thickness, including laying PVC coving in all the corners, joints welded with hot
welding rods to make it seamless all complete as per instruction and acceptance of site engineer.

5. Conductive Flooring

Conductive Tile flooring: Providing and Laying of at least 2.00 mm thick approved permanently
conductive ESD Tiles as per EN 649 or ISO 24346 or PVC sheet flooring with conductive backing. The
tiles or flooring should be manufactured from PVC with embedded conductive Veins throughout the

4|Page
entire thickness of the tile. The tiles or flooring should offer guarantee on lifelong conductivity
independently from humidity and temperature. Tiles or flooring should be highly compressed with a
compact surface. These conductive tiles or flooring should be completely free from volatile antistatic
chemicals, and ensures a permanent and stable conductive performance of the floor over its entire
lifetime. For cleanroom application, tiles or flooring should satisfy the strictest requirements for particle
release behavior, helping to reduce any threat of contamination. The compact, pore-free surface should
be resistant to bacteria and molds to maintain highest standards of hygiene. The abrasion or wear
resistance for the tiles or flooring should be Group M or Group P as per EN 660-2 or EN 649 or NF 189
EN 660-1. The tiles or flooring should have no effect of castor chair continuous use. The seams
between the tiles or flooring shall be hot welded using the same base material of tiles or flooring so that
a true material cohesion between the tiles or flooring can be produced. The welding / seaming shall be
done using hot air welding machine. The Electrical Resistance offered by the tiles or flooring is as per
IEC 61340-4-1 or EN 1081(100v) or ANSI/ESD 7.1 or IEC 61340-5-1 or ANSI/ESD-S7.1 or ASTM F
150 or EN 1081. The laying of Copper tape and Conductive adhesive has to be laid before the tiles or
flooring are laid. The tiles or flooring should be resistant against non-oxidizing organic and mineral
acids in any concentration. Total Thickness of tiles or flooring should be as per EN ISO 24346 or EN
428 or ASTM F 386, Slip Resistance as per DIN 51130 : R9, Indentation Residual as per EN433 or EN
ISO 24343 or ASTM F 1914 : not less than 0.03mm , Color fastness as per EN ISO 20 105 - B02 or
ISO 105 - B02: ≥ 6, Conductive Tiles or flooring to be installed over existing Cementitious self-leveling
compound flooring of average thickness 3mm. All the corners should be coved using conductive coving
mould all complete as per instruction and acceptance of site engineer.

6. PVC Carpeting 1.5mm thick

Providing & laying at least 1.5 mm thick approved PVC Carpeting flooring with conforming to resistant
to mild diluted acids and alkalis.This flooring should conforms to abrasion resistance as per IS 3664,
fire resistance as per IS 3464, Colour fastness as per IS 9766 less than 4, Dimensional stability as per
IS 3464:1986 should not exceed 1.25%, Curling as per IS 3464:1986, Ply adhesion as per IS
3464:1986 equals to 0.60 kN/m, Water absorption as per IS 3464:1986 less than 0.4%, Heating ageing
and exudation as per IS 3462:1986 no visible effect or exudation, Oil absorption as per IS 3464:1986
less than 0.05% and flexibility as per IS 3462:1986 should not crack or show any sign of failure till 0°c.

7. PVC Coving

Providing and laying floor coving and capping using PVC coving mould in approved pattern and colour
combination all complete as per drawings and instruction of site engineer.

5|Page
Fig: Coving

8. False Ceiling without insulation

Supply and installation of 6mm thick fiber cement board, standard weight not less than 8,95kg/m^3 and
thermal conductivity of 0.21 W/m/°K at 50°C, 600mm x 600mm square false ceiling in T- Grid System
with hooks, connectors, etc. The fiber cement board should be fire resistance as per BS 476, Part
4,5,6,7 and 8 and Moisture resistant as per IS 14862.
Suspended false ceiling should be G.I. exposed ceiling suspension system of grid size 600mm x
600mm to be placed in main runner 38mm x 24mm, cross tee 29mm x 24mm and wall angle 24mm x
24mm and G.I. system duly suspended with 4mm dia. G.I./M.S. bar hanger fixed with steel dash
fasteners or iron purlins from the roof with adjustment clip providing positions for light fixtures, air
conditioning diffusers and ducts, sprinklers, smoke detectors, etc. The main runner to be secured to
structural soffit by hangers @1200mm maximum c/c. The last hanger at the end of each main runner
should not be placed at more than 450mm from the adjacent wall. Flush fitting 1200m cross tee to be
interlocked between main runners @600mm c/c, so as to form 600mm x 600mm grid. Provide
provisions for light fixtures, air conditioning ducts and diffusers, fire alarms, sprinklers or smoke
detectors, etc. as per the drawing, instructions and acceptance of site engineer.

Fig: False Ceiling Detail

6|Page
9. False Ceiling with insulation

Supply and installation of 6mm thick fiber cement board, standard weight not less than 8,95kg/m^3 and
thermal conductivity of 0.21 W/m/°K at 50°C, 600mm x 600mm square false ceiling in T- Grid System
with hooks, connectors, etc. The fiber cement board should be fire resistance as per BS 476, Part
4,5,6,7 and 8 and Moisture resistant as per IS 14862.
Suspended false ceiling should be G.I. exposed ceiling suspension system of grid size 600mm x
600mm to be placed in main runner 41mm x 24mm, cross tee 29mm x 24mm and wall angle 24mm x
24mm and G.I. system duly suspended with 4mm dia. G.I./M.S. bar hanger fixed with steel dash
fasteners or iron purlins from the roof with adjustment clip providing positions for light fixtures, air
conditioning diffusers and ducts, sprinklers, smoke detectors, etc. The main runner to be secured to
structural soffit by hangers @1200mm maximum c/c. The last hanger at the end of each main runner
should not be placed at more than 450mm from the adjacent wall. Flush fitting 1200m cross tee to be
interlocked between main runners @600mm c/c, so as to form 600mm x 600mm grid. Provide
provisions for light fixtures, air conditioning ducts and diffusers, fire alarms, sprinklers or smoke
detectors, etc. as per the drawing, instructions and acceptance of site engineer.
Insulation material should be 50mm thick thermocoal layer with proper fixing as per the drawing,
instructions and acceptance of site engineer.

10.Metal False Ceiling for OT Room

Providing and fixing 0.5mm thick metal clip in SS finish false ceiling board Plain ceiling with the hole
size of 0.8mm at all heights of size (2’ x 2’) of the quality of aluminium alloy plate with approved texture,
design and pattern for false ceiling works including framework along with required accessories like steel
thread rod with surface treatment of zincification, hanger for sprinf tee, steel main channel with height
38mm, length 3000mm and thickness of 0.8mm, Steel hanger for spring tee with height of 95/105mm
and 1mm thickness, Spring tee, Angle, etc. The tiles should have noise reduction capacity (NRC)= 50-
65% , Fire Performance as per Class 1, BS 476 part 7, Light Reflectance (LR) = 76% durable,
electrostatic factory applied polyester coil or power coated finish with layer peeling resistance. The work
shall be carried out as per drawings, instruction and acceptance of site engineer. Product test
certificates should be required.

7|Page
11.Expansion Joint

Providing, fixing and installation of floor expansion joint made of aluminium grade 6063 T5, comprising
of aluminium frames, turn bars, 50% movement during expansion, finished with water barrier all
complete as per design, drawings, instruction and acceptance of site engineer.

8|Page
Providing, fixing and installation of wall/ceiling expansion joint made of aluminium grade 6063 T5,
comprising of aluminium frames, turn bars, 50% movement during expansion, finished with water
barrier all complete as per design, drawings, instruction and acceptance of site engineer.

12.Signages

Wall Mounted Acrylic Signage: Supplying and fixing of wall mounted acrylic signage in
minimum 4mm thick acrylic sheets including high quality printing of approved texts, stickers,
drilling and fixing of high quality bolts, raised up-to 15mm from wall surface all complete as
per drawings, specifications and instruction of site-engineer.

9|Page
Fig: Wall mounted Acrylic Signage
Forex Signage: Supplying and fixing of forex signage of minimum 2mm thick PVC foam sheets pasted
on desired wall or wood surface with superior quality glue to perfect line and level including high quality
printing of approved texts all complete as per drawings, specifications and instruction of site-engineer.

Fig: Forex Signage


Projecting Type Acrylic Signage: Supplying and fixing of acrylic signage in minimum 4mm thick
acrylic sheets to project at an angle of 90 degrees perpendicular to the face of wall including high
quality printing of approved texts, stickers, fixing of boards with sufficient high quality screws into
adjacent walls all complete as per drawings, specifications and instruction of site-engineer.

10 | P a g e
• Fig: Projecting type acrylic Signage
Acrylic Signage General: Supplying and fixing of acrylic signage of minimum 4mm thick acrylic sheets
pasted on wall surface with superior quality glue to perfect line and level including high quality printing
of approved texts all complete as per drawings, specifications and instruction of site-engineer.

Fig: Acrylic Signage General


Stickers: Supplying and fixing of plastic stickers in minimum 200 GSM plastic sheets of approved
quality pasted on desired wall, glass or wood surface with superior quality glue to perfect line and level
including high quality printing of approved texts all complete as per drawings, specifications and
instruction of site-engineer.

11 | P a g e
Fig: Stickers
Ceiling-hung acrylic signage: Supplying and fixing of ceiling-hung acrylic signage in 4mm thick acrylic
sheets including high quality printing of approved texts, stickers, hanging cable all complete as per
drawings, specifications and instruction of site-engineer.

Fig: Ceiling Hung Acrylic Signage

13.Dumb Waiter
Supply and installation of 100 kg Dumb Waiter lift as per specification etc all complete.
Capacity – 100 Kg
Speed-mps – 0.4 mps
Travel-meters – 2 Stop
Stops & Opening - 2 stops, 2 opening (All opening on the same side)
Control – A.C. VVVF (with closed loop)
Operation – Simplex Full Collective (with/without Attendant)

12 | P a g e
Power Supply – 3 Phase AC -400 Volts +/-10% variation, 50 Hz +/- 5% variation
Machine – Geared placed directly above the hoistway
Cab Size (W*D) – mm – 800*800*900 mm height inside dimension
Entrance Opening (W*H) – mm – 800*900
Hoistway Available - About 1520 mm wide x 1270 mm deep - Finished Dimensions
Car Panels - Steel car in SS Finish of 1.6mm thick
Flooring: Anti Bacterial anti fungal, 3mm thick heteregenous PVC flooring or SS
Chequered plate flooring of 6mm thick
Entrance Protection- Landing : SS Manually Operated Vertical Bi-Parting Door

Fig: Dumb Waiter

14.Bed / Hospital Lift

Supply and installation of KONE, OTIS, Orbis or eqvt. Gearless 26 person(1768 kg) 4 floor
Bed/Hospital lift as per specification etc all complete.
Capacity – 1360 Kg
Speed-mps – 1
Travel-meters – 4 Stop
Stops & Opening - 4 stops, 4 opening (All opening on the same side)
Control – VVVF Regenerative Drive with Speed encoder
Operation – Simplex Full Collective

13 | P a g e
Controller - Microprocessor based modular control system (location inside the lift well at the
top floor)
Communication - Loop type serial communication
Power Supply – 3 Phase AC -400 Volts +/-10% variation, 50 Hz +/- 5% variation
Machine – Gearless with permanent Magnet motor located in the shaft at top
Ropes - Flat Polyurethane-Coated belts/ Steel Ropes
Cab Ventilation – Cross Flow Fan
Cab Size (W*D) – mm – 1600*2400
Shaft Size Required (W*D) – mm – 2400*2900
Entrance Type - Side Opening (Telescopic Opening)
Fire Rating – Two hour Fire Rated Doors
Entrance Opening (W*H) – mm – 1200*2450
Overhead –mm – 4500
Pit Depth – mm – 1750
Entrance Protection Systems – High Performance infra-red door detector
Door Operation – Power operated system with VVVF Control
Door Operator – DC door operation system with VVVF control
Human Interface device HID) - Separate Hall button braille with micro stroke push buttons
with Ring illumination in Hairline Finish with 4.3" STN LCD digital display position
indicator full height car operating panel (COP2) with micro stroke Ring illuminated cell push
buttons in Hairline Finish
6.4' STN LCD Display
Door open and door .close button on the car operating panel intercommunication system
STN LCD Display in car integrated within the car operating panel in Right Center
Battery operated alarm bell & emergency light Auto/Attendant Operation
Fire switch at main lobby
Belt Inspection Device
Automatic Rescue Device (ARD)
Manual rescue operation
Belt inspection system
Floor announcement system
Provision for CCTV

14 | P a g e
Provision for Access Control
Flooring: Anti Bacterial anti fungal, 3mm thick heteregenous PVC flooring.
Handrail : Bed guard on three side of wall / Stainless steel

15.Stretcher Lift

Supply and installation of KONE, OTIS, Orbis or eqvt. Gearless 15 person(1020) 4 floor
Stretcher lift as per specification etc all complete.
Capacity – 1020 Kg
Speed-mps – 1
Travel-meters – 4 Stop
Stops & Opening - 4 stops, 4 opening (All opening on the same side)
Control – VVVF Regenerative Drive with Speed encoder
Operation – Simplex Full Collective
Controller - Microprocessor based modular control system (location inside the lift well at the
top floor)
Communication - Loop type serial communication
Power Supply – 3 Phase AC -400 Volts +/-10% variation, 50 Hz +/- 5% variation
Machine – Gearless with permanent Magnet motor located in the shaft at top
Ropes - Flat Polyurethane-Coated belts/ Steel Ropes
Cab Ventilation – Cross Flow Fan
Cab Size (W*D) – mm – 1000*2400
Shaft Size Required (W*D) – mm – 2100*2900
Entrance Type - Side Opening (Telescopic Opening)
Fire Rating – Two hour Fire Rated Doors
Entrance Opening (W*H) – mm – 900*2450
Overhead –mm – 4500
Pit Depth – mm – 1600
Entrance Protection Systems – High Performance infra-red door detector
Door Operation – Power operated system with VVVF Control

15 | P a g e
Door Operator – DC door operation system with VVVF control
Human Interface device HID) - Separate Hall button braille with micro stroke push buttons
with Ring illumination in Hairline Finish with 4.3" STN LCD digital display position
indicator full height car operating panel (COP2) with micro stroke Ring illuminated cell push
buttons in Hairline Finish
6.4' STN LCD Display
Door open and door .close button on the car operating panel intercommunication system
STN LCD Display in car integrated within the car operating panel in Right Center
Battery operated alarm bell & emergency light Auto/Attendant Operation
Fire switch at main lobby
Belt Inspection Device
Automatic Rescue Device (ARD)
Manual rescue operation
Belt inspection system
Floor announcement system
Provision for CCTV
Provision for Access Control
Flooring: Anti Bacterial anti fungal, 3mm thick heteregenous PVC flooring.
Handrail : Bed guard on three side of wall / Stainless steel

16.Hermatic Door

Supply and laying of (1.5m x 2.1m, 1.0m x 2.1m and 0.75m x 2.1m) hermatic door
(Manually Sealed) of thickness minimum 46mm made of minimum 0.8mm thick GPSP
sheets on both sides with honeycomb kraft paper as infill, minimum1.2mm thick GPSP
powder coated door frames, hardware like SS push plate, SS 'D' handle, double glazed view
panel (300mm x 300mm), door closer, automatic door bottom seal all complete as per
drawings, specifications and instruction of site-engineer.
It should be ISO & CE certified. The door panels and frames should be fire resistant tested in
accordance with BS 476: Part 22: 1987 clause 5 and the test certificate should be included.

17.OT Components

OT Control Panel : Membrane type Operation Theatre Control Panel (6 service Tiles)
mounted flush in the theatre wall with Electrical Distribution Board complete with all
accessories etc. The control panel comprising of the following :-
* 1 no Day Time Digital Clock

16 | P a g e
* 1 no Elapsed Time Digital Clock
* 1 no Hands Free Telephone
* Medical Gas Alarm ( 5 gas )
* Temperature & Humidity display control
* Peripheral Light Control.

Laminar Flow (Plainair Ceiling system) with unidirectional airflow: Plenum unit,
Holding structure & Top plenum are made of Aluminium Sheet 1.6mm thk. with aluminum
extrusion frame & sealed gasket conforming to DIN 4799 standards for the air distribution
system with hepa filter having efficiency 99.97% down to 0.3 micron.. The laminar flow
system shall have such design that it provides "S" class Hepa filter . The filter housing
terminals are made of a one piece frame and plenum with perfect tightness features. Diffuser :
2 layer monofilament precision woven polyester of uniform porosity with an open area of
sufficient resistance to create laminar from diffusers face and integral lighting provides an
illumination level in excess of 1500 Lux in operating area and 1000 Lux other electronic
stepless dimming down to 5% without flicker.
Pressure Relief Damper: Pressure Relief Damper having made out SS304, 1.5mm thick &
the multiple blades also made of 304 graded stainless steel with sleeve & aluminum grill for
maintaining the positive pressure inside the operation theatre complete with all accessories
etc.

17 | P a g e
OT Ceiling Pendant:
Single Arm Swing Type, Level degrees rotation: 0~340°. Configurated with disc braking
system which for controlling the whole pendants to make sure without drifting and easy to
stop.
Working platform : 1pcs (height adjustable), Control handle : 1pcs, Round angle design for
prevention of collision.
Material : High-strength aluminum alloy, the whole sealed design. Surface electrostatic
powder painting;
No. of Outlets : Provision as required
Column Length : 800 mm
Loading capacity: Upto150 kg
Level degrees rotation: ≤350°
Power Sockets : 6-8Nos. (Universal)
RJ45 :2 Nos.
Monitor/Equipment Self : 1Nos.
I.V.Pole S.S : 1 Nos. with extension arm
Drawer : 1 No.
Grounding Point : 1 nos.
SS Basket with slide holder : 1 Nos.

18 | P a g e
Fig : OT Ceiling Pendant
HVAC system with HEPA Filteration (In Major OT)
Air Handling Unit
Condensing Unit
Ductings with insulation and Damper Control
Copper Pipings
Remote Controller
Supply and return air Grills and diffusers
HEPA filters with pre filters

18.Medical Gas Pipeline System (MGPS)

Gas Pipeline for Oxygen, Vacuum & Air supply

S No. Purchaser’s Specifications Unit


Pipeline for Oxygen, Vacuum & Air
Manufacturer
Brand
Make/ Model
Country of origin
1 Description of Functions
The Medical Gas Pipeline System is an infrastructure developed to
carry/transport medical gases from its source to end
point/consumption, safely and in best quality
2 System Configurations

19 | P a g e
2.1 The System can be of

● Copper Tubing/Pipeline

● Medical vaccum system

● Monitoring System

2.2 Set
Installation: Installation of piping shall be carried out with utmost
cleanliness. Only pipes, fittings and valves which have been degreased
and brought in polythene sealed bags shall be used at site. Pipe fixing
clamps shall be of nonferrous or non-deteriorating plastic suitable for
the diameter of the pipe. All pipe joints shall be made using flux less
brazing method. All joints shall be made of copper to copper. Adequate
supports shall be provided while laying pipelines to ensure that the
pipes do not sag. The spacing of supports shall not exceed 1.5 meter
for any size of pipe. Suitable sleeves shall be provided wherever pipes
cross through wall/slabs. All pipe clamps shall be non-reactive to
copper.
2.3 Medical gas systems are commonly color coded to identify their
contents, but as coding systems and requirements (such as those
for bottled gas) vary by jurisdiction, the text or labeling is the most
reliable guide to the contents
2.4 Oxygen BPC Flow meter with Humidifier Bottle: set

Should have pressure compensated Flow meter for
accurate gas for measurement and control of oxygen
and air.
• Should have Jacket type shatter proof flow tube and
rotary pin valve control for adjustment of flow through
bubble humidifier.
• Should be easy to install.
• Should be high degree of safety.
• Should be durable & Precise
• Should be easy to maintain.
3 Technical Specifications
(a) Oxygen Manifold: Set
• Should fully comply and meet with requirement of UK
DOH Health Technical memorandum 02-01 (HTM 02-
01) standard.
• It should have CE marked with the notified body number
specified along with certificate of origin.
• It should be supplied with 6-cylinder manifold bank as
left side and 6-cylinder manifold as right side with non-
return valve with header racks and cylinder tailpipes
should be 230 bar rated with high pressure copper link
pipe.
• The oxygen manifold supply system should consist of an
automatic changeover manifold control panel.
• The automatic manifold should have selector switch for
switching between bank for commissioning and servicing
and servicing and alarm latching switch to indicate bank
charges.

20 | P a g e
Cylinder Header Racks and Tailpipes-

• It should fully comply and meets with the requirements of


the UK DOH Health Technical Memorandum 02-01
(HTM 02-01) standards or equivalent. It shall be duly CE
marked to the Medical Device Directive under the
auspices of. Under this directive, med gas products are
classified as C Medical Devices. It shall be provided with
a copy of the certificate of origin.
• Cylinder header racks for oxygen service shall be
provided with connections for bull nose cylinder
connections. Cylinder racks shall be manufactured from
powder coated steel and shall be designed to securely
support cylinders of varying diameters.
• Tailpipes shall have gas specific connections to the
manifold header with threaded connections.
• Manifold header racks shall incorporate hard-seat,
polymer-free non-return integral with each cylinder
connection point to maintain system in the event of
tailpipe fracture and prevent backflow of gas into the high
pressure cylinders.
• A cylinder rack of capacity equal to one bank shall be
provided for the storage of spare cylinders for immediate
replenishment of a depleted bank.
• All header racks and cylinder tailpipes should be 230 bar
rated, with high pressure copper link pipes verified by
technical files with the quality system.

(b) Emergency Oxygen System: Set


It will have emergency arrangement of one set of two-cylinder
configuration & high flow regulator with pressure gauges for Cylinder
& line pressure and safety valve. Pressure regulator shall be detachable
from the manifold.
Oxygen fully Automatic changeover control panel of
(c) 150M3/HR(2500Ltr/Min): Set
• It should comply and meet with the requirement of
Health Technical Memorandum 02-01 (HTM 02-01)
standard. It shall be provided with a copy of the
certificate of origin.
• Automatic changeover manifold should be European
CE marked with CE BODY NOTIFICATION NO to
the medical Device Directive under the auspices. Under
this directive, med gas products are classified as Class
II Medical Devices. It shall be provided with a copy of
the certificate of origin.
• It should have all regulators which should be adiabatic
certified.

21 | P a g e
• The manifold control panel should be designed and
certified for use with oxygen at 220 bar and output 4 to
7 bar. Auto-ignition testing shall be carried out and a
copy of the test report shall be shall be provided for
review.
• Should be stainless steel body with LED light inside,
digital LCD display screen and alarm sound mandatory
having 6 regulators for safety.
Central regulators panel with cylinder headers each side. Headers are
complete with gas specific cylinder tailpipes. Pre-wired for alarm
connection to BMS outputs. Central regulator panel with cylinder
headers each side. Headers are complete with gas specific cylinder
tailpipes. Pre-wired for alarm connection to BMS outputs. All
components degreased for oxygen use.
(d) Drop Outlets point with Gas Out-Let for Oxygen, Suction & Air Set
(BS EN, HTM standard)
• It should fully comply and meets with the requirements of
the UK DOH Health Technical Memorandum 02-01
(HTM 02-01) standards or equivalent. It shall be CE
marked with the notified body number specified on it. It
shall be provided with a copy of the certificate of origin.
• Terminal units shall have gas indexing geometry. Other
gas specific indexing geometries are not acceptable.
• Terminal unit front fascia should be metal and it should
be hundred percent metals. Gas specific components
comprising the terminal unit second fix shall be
manufactured from die-cast zinc alloy or similar hard
wearing metal. Plastic components are not acceptable.
• Terminal units socket castings shall be permanently
coated with a low friction fluoro-polymer for maximum
reliability and service life. The terminal unit socket die-
casting shall incorporate a gas indexing pin to overcome
the risk of loosening due to rough handling or abuse.
• The second fix socket shall incorporate a sheer-plane to
safeguard the first fix and pipeline in the event of
accidental damage or bed jacking. Gas specific
components shall incorporate the gas identity marking
permanently stamped or cast into the component surface.
• The first fix shall be all metal construction, aluminum
metal body with a brass base block and copper stub pipe.
The first fix shall incorporate an integral check valve to
enable servicing of the second fix and valve seals without
isolation of the gas supply.
• Probe roller pins shall be manufactured from stainless
steel.
• Wall mounted terminal units shall be provided with white

22 | P a g e
ABS mounting box with matching fascia. The mounting
box shall have smooth rounded corners to avoid the
possibility of injury.
• A bezel shall be available to cover the plaster edge,
provide a neat and easily to clean finish.
• The gas terminal outlet should be 100% all metal
construction with aluminum O ring

(e) Area valve service unit (AVSU): set


• Should have class I Medical device (CE) and comply with
HTM 02-01, BS EN ISO 7396- 1:2016 for the purpose to
isolate area, section or zone of Medial gas pipeline system
in case of Emergency, Routine maintenance or expansion
of supply network with provision to emit audio-visual
signals to warn of preset deviation.
• In emergency situation where total / partial system
shutdown is inevitable, provision of maintaining supply
through external source to the critical areas should be
available through NIST connections. (With non-return
valve except vacuum)

Scope & Specification of the unit:

• Should be CRCA powder coated wall mountable 18 SWG


steel box to house 2to 5 gas shut 0ff valves (Including
Vac) pre-piped with 95mm "K" type medical grade
copper extension at the top to connect pipeline network.
• Extension pipes 15 mm Ø for Gases & 22 mm Ø for
Vacuum should have laser engraved gas specific direction
signage and name of gas / vacuum on each block
• Degreased full port ball valves (PN 30) designed to
maintain 1500 LPM flow at 4 bar with quarter turn (90⁰)
closing & opening of valve through butterfly knob
• Should have Ball valve certified in accordance to pressure
equipment directive 2014/68/EU and each block should
have Gas and vacuum specific NIST connection.
(Conforming to BS EN ISO 18082:2014) to connect
external supply sources, if required.
• Should have Gas venting as per BS EN ISO 11197 to
avoid inadvertent gas build up.
• Should be Microprocessor based warning module with
adjustable in-situ to set operational parameters.
• Should have Digital & illuminated LED display for
Normal, High & Low with High/Low alarm set-points for
each gas (Low only for Vacuum) service and option to
choose digital pressure unit in psi / bar or kg/cm2.
• Should have LED display coupled with audio warning in
case of preset deviation with the Provision to "Mute"
audio signal for 15 minutes max.

23 | P a g e
• Warning system is of immense importance, hence highly
accurate, calibrated & temperature compensated PCB
mount Pressure Sensors with the following properties are
to be used:
a. Sensing pressure span: 60 mbar to 10 bar/6 kPa
to 1 Mpa/ 1 psi to 150 psi Digital Output
b. Temperature span: 0 to 50-degree C (32ºF to
122ºF) for gases
-20 to 85-degree C (-4 ºF to 185 ºF) for Vacuum
c. Accuracy:0.25% of FSS BFSL
(f) Accessories for OXYGEN, Metal BPC Flow Meter & Humidifier Set
bottle.
● Back Pressure Compensated flow meter will be of accurate gas
flow measurement with following features.
● Control within a range of 0-15 Lpm.
● It will meet strict precision and durability standard.
● The flow meter body should be made of brass chrome plated
materials.
● The flow tube and shroud components should be made of
clear, impact resistant polycarbonate.
● Flow Tube should have large and expanded 0-15 Lpm range
for improved readability at low flows.
● Inlet filter of stainless steel wire mesh to prevent entry of
foreign particles.
● Flow (Max): 15l/min.
● Increments: 1L/min increment.
● Calibration pressure and Temperature:
o 50psig(340kPa) at 70 0 F (210C)
o 60psig(413kPa) at 70 0 F (210C)
● Maximum pressure: 145psig(1000kPa)
● The humidifier bottle is made of unbreakable & Reusable of
polycarbonate material and auto cleavable at 134 degrees
centigrade.
● ISO/CE Certified.
(g) Oxygen Suction & Air Accessories for OT. Set
• (PIN INDEX Adopter with 2 mtrs. Low Pressure Tube)
• S.S probe o2, vaccum & adapter
• Stainless steel probe & adaptors
• ISO/CE
(h) Isolation Valve with brass fittings- 1 set Set
For o2 & Air 22mm valves for Suction in all outlets.
Valve shall be both side brass nut nipple, union ball-type, with Teflon
(TFE) seats and Viton seals and ball which seals in both directions,
blow-out proof stem, with a pressure rating of 2760 kPa (400 psig).
Valves shall be operated by a lever-type handle requiring only a quarter
turn from open position to a fully closed position.

(i) ICU Bed Head Panel- with provision of two oxygen, one air, one Set
vacuum outlet, two electrical switch board with socket
• Bed Head Units Approved as a Class I Medical device (CE) and
Complying with the Requirements of HTM 08-03, BS EN ISO

24 | P a g e
11197 for the purpose of bringing electrical services, medical
gases and communications in one composite enclosure to the
patient bedside
• Manufacturer should ensure that separate compartments for
Medical Gases, extra Low voltage communication ports and
low voltage i.e. 240 vac are provided to comply with the ISO
Standards.
Scope & specifications of the unit are as under:
• Surface Mountable 1200 mm Long. (Horizontal Type)
• Epoxy coated extruded Aluminum Alloy profile having
thickness not less than 2 mm. should conform to 6030-
T6 (ISO: AIMg0.5Si).
• Three Pre piped medical gas outlets with 125 mm
protruded copper pipes (all inlets from top) flared to
accommodate 12 mm Ø drop lines for brazing with
the MGPS network.
• Four Shutter Type Multi-standard socket
compatible to 5-6-10-13 A plugs should be
provided in two electrical circuits, one each for
power supply and UPS system
• Protection should conform to Class II & IP 54.
• One each of RJ 11 Telephone & RJ 45 Data socket is to be
provided.
• Embedded 300mm 6 W LED Reading light with diffuser at
the center of the unit.
• One 1200 mm long homogenous aluminum extruded rail,
specially profiled to adapt “Quick Claw Clamp” to park
equipment without tools and skill. All mountings on rail
should be “quick mount self-locking” type except for
drip pole.
• One telescopic drip pole with 4 hooks, height
adjustable through 425 mm made of 304 stainless
steel to be clamped on rail with 120 mm swivel
aluminum arm.
• Special wall mounting type monitor shelf consisting of
300 mm Long vertical channel for height adjustment and
265 mm Long swivel arm to hold and position the
monitor shelf with 15-degree Angular adjustment of
shelf for convenient viewing.
• Mounting Block with Quick Claw clamp and colour
coded antistatic hose with crimped end connectors for
connecting Gas Outlet to flow meter with humidifier on
rail system.
• Mounting Block with Quick Claw clamp and colour
coded antistatic hose with crimped end connectors for
connecting Vac Outlet to Ward vacuum unit on rail
system.
• One goose neck patient examination LED light with quick
claw clamp.
• One autoclavable 260 X 130 X 70 mm semi-

25 | P a g e
transparent Polycarbonate basket with quick claw
clamp for easy removal & cleaning.
• One autoclavable 90 mm Ø X 250 mm
“U” shaped bottom semi-transparent
Polycarbonate Catheter Jar with quick
claw clamp to fix onto the rail.
• Laser engraved Lot No on the unit is a must for
traceability to comply with the Medical Device
Directives 93/42 EEC.
• The unit shall comply with the requirements of HTM
08-03, BS EN ISO 11197:2016, BS EN ISO 9170-1:
2008, BS EN ISO 19054:2006 + A1:2016 & MDD
Class 1-93/42 EEC.
• Documents to be enclosures with the offer:
a. Technical Brochure of the equipment.
b. Manufacturer's detail i.e. address, contact person,
SSI Registration etc.
c. Manufacturing Unit should have ISO 9001 &
ISO 13485 accreditation
• Special Requirement: If found suitable, prior “Sample
Approval” is mandatory to evaluate workmanship,
design, aesthetics etc along with the installation
Manual, maintenance Guide & IFU.

(j) Ward vacuum unit- with capacity of 1 ltr unbreakable


polycarbonate jar regulator and vacuum capacity should be 0 to 760 Set
mm/hg with 4 inches white gauge.

(k) Medical vaccum system (single system) set


The system should consist of following:
• 3.7 KW., 5HP Electric motor
• Vaccum filtration system- 1 Nos
• 1000ltr capacity vaccum receiver- 1Nos
• Interconnecting copper piping of suitable sizes- 1 set
• Non- return valve 54mm- 1 Nos
• Pressure switch -1 Nos

26 | P a g e
The medical gas copper fittings are intended for joining degreased Mtrs
copper tube pipelines compliant to BS EN 13348, BS EN 1057 & BS
2871 part 1 table X as quoted in HTM 02-01 & C11
15 mm dia. Copper pipe oxygen & Air
(l) 15 mm dia. 0.9 mm. wall thickness Copper pipes shall be solid drawn,
tempered, seamless, phosphorous deoxidized, non-arsenic and
degreased for Medical Gas Pipe Line.

(m) 22 mm dia. Copper pipes for drop line for oxygen & Air
22 mm dia. 0.9 mm. wall thickness Copper pipes shall be solid drawn,
tempered, seamless, phosphorous deoxidized, non-arsenic and
degreased for Medical Gas Pipe Line.

28 mm dia. Copper pipes for suction drop line.


(n) 28 mm dia. 0.9 mm. wall thickness Copper pipes shall be solid drawn,
tempered, seamless, phosphorous deoxidized, non-arsenic and
degreased for Medical Gas Pipe Line.

(o) 35 mm dia. Copper pipes for suction. mtrs


35 mm dia. 1.2 mm. wall thickness Copper pipes shall be solid drawn,
tempered, seamless, phosphorous deoxidized, non-arsenic and
degreased for Medical Gas Pipe Line.
4 Accessories, Spare Parts and Consumables
All standard accessories, consumables and parts required to operate the
equipment, including all standard tools and cleaning and lubrication
4.1 materials, to be included in the offer. Bidders must specify the quantity
of every item included in their offer (including items not specified
above).
5 Operating Environment
The system offered shall be designed to operate normally under the
5.1 conditions of the purchaser's country. The conditions include Power
Supply, Climate, Temperature, Humidity, etc.
6 Standards & Safety Requirements
6.1 Must ISO/CE certified.
7 Warranty
7.1 Comprehensive warranty for 2 years after completion of pipeline.
Terms & Conditions:
• Supplier submit color original brochure with specification
in English language
• Supplier must provide sample of copper pipeline, brass
saddles & gas outlets during bidding & will be qualified
if it passes the technical specification as specified
• List of important spare parts & accessories with their part
number & costing
• Manufacture should provide the quality control certificate
& copy of valid ISO/CE/USFDA certificate
manufacturing license of the company
• Certificate of 10 yrs. experience in manufacturing &
supplying of medical grade o2 plant only.

27 | P a g e
8 Maintenance Service During Warranty Period
During the warranty period supplier must ensure planned preventive
8.1 maintenance (PPM) along with corrective/breakdown maintenance
whenever required.
9 Installation and Commissioning
The bidder must arrange for the equipment to be installed and
9.1 commissioned by certified or qualified personnel; any prerequisites for
installation to be communicated to the purchaser in advance, in detail.
10 Documentation
10.1 Certificate of calibration and inspection from factory.

19.Retrofitting Works

Particular Specifications for Items of Work in Retrofitting - An Addition to General


Specifications
The items of work mentioned in this specifications are an addition to the general specifications. These
items shall only be used for the retrofitting works and will not be applicable to the new construction
works.

A) Drilling
Scope:
The purpose of drilling works is to drill holes of specified diameter not less than the specified depth of
insertion inside a stone or brick masonry wall or PCC or RCC elements as per the drawings provided
to the contractor for the insertion of anchor rods or through bars of specified diameter.
The items from BoQ that define the type of drill holes are as follows:

1. Drilling suitable holes in stone masonry in stone layer with power driven hammer
drilling machine to a depth of 150mm in masonry wall for reinforcement bars up-to
and including 12 mm nominal diameter with up-to 16mm diameter drill bit including
marking, drilling and removal of dust from holes and leaving the place clean all
complete as per the drawings and instruction of site-in-charge.
2. Drilling suitable holes in stone masonry walls with power driven drill machine to a
total depth as the thickness of wall with size up-to 400 mm for rebars up-to and
including 12 mm nominal diameter with up-to 16 mm diameter drill bit including
marking, drilling, and removal of dust from holes and leaving the place clean all
complete as per the acceptance of engineer-in-charge.
3. Drilling suitable holes in RCC beams, columns, slab, staircase etc. with power driven
drill machine to a depth of 150 mm for rebars up-to and including 12 mm nominal
diameter with up-to 16 mm diameter drill bit including marking, drilling and removal

28 | P a g e
of dust from holes and leaving the place clean all complete as per the acceptance of
engineer-in-charge.
4. Drilling suitable holes in RCC beams, columns, etc. with power driven drill machine
to a depth as the thickness of the RCC members with maximum depth of 400 mm for
rebars up-to and including 12 mm nominal diameter with up-to 16 mm diameter drill
bit including marking, drilling and removal of dust from holes and leaving the place
clean all complete as per the acceptance of engineer-in-charge.
5. Drilling suitable holes in brick masonry walls with power driven drill machine to a
total depth as the thickness of wall with size up-to 400 mm for rebars up-to and
including 12 mm nominal diameter with up-to 16 mm diameter drill bit including
marking, drilling, and removal of dust from holes and leaving the place clean all
complete as per the acceptance of engineer-in-charge.
Diameter of hole:
The holes shall be at least 2mm higher than the nominal diameter of the reinforcement bars e.g. at
least 14 mm diameter holes for 12 mm nominal diameter of reinforcement bars. If the drill bit is not
available for 2 mm higher size, the holes shall be made with a drill bit which is next higher in
diameter. Unless approved by the Engineer regarding the next higher diameter hole, the payment shall
be made for only 2 mm higher diameter for all works associated with the purpose of the drilling.
Equipment:
The holes can be drilled with any sort of drilling machines. However, drilling shall be done with
drilling machines that emit minimum sound level. The maximum allowed sound level and the time of
the day for drilling shall be agreed beforehand with the engineer-in-charge.
The drill bit shall be of good quality to avoid breaking of drill bits too often. The tip of the drill bit
shall preferably be with a diamond tip to account for speed, low sound level and comfort in handling.
The dust shall be removed with an air blower or compressor machine whichever the contractor feels
comfortable with. If air blower is used, assurance shall be given for maintaining the air dust level.
The holes shall not be washed with water jets unless directed by engineer-in-charge.
Marking of holes:
The location for the holes shall be marked by the contractor in co-ordination with the Engineer and
shall be done as per the drawings. The Engineer shall have the final decision regarding the approval of
the location / position of drill holes. The Engineer can slightly modify the location of drill holes but
without decreasing the number of drill holes that are required for a given area. If the number of drill
holes need to be decreased, the written approval from designer will be mandatory.
Details on Drilling:
The drilling shall be done perpendicular to the surface of the wall. Unless otherwise directed by the
Engineer, the contractor shall not use water while drilling. (This is to account for the requirement of
dry surface for the bonding of epoxy.) The minimum depth of drilling shall be as per the specification
of the epoxy bonding chemical that is to be used for anchor rods. If drilling hole is deeper than that
specified in the BoQ or the specification of the epoxy material whichever is higher, the contractor
shall fill the extra depth either with a longer rod or with epoxy bonding chemical. No extra will be
paid for this.
If during drilling the stone on either side breaks, the contractor shall co-ordinate with the Engineer.
The stone shall be removed along with the adjoining mortar. A new stone with similar strength shall

29 | P a g e
be replaced. Block stone shall be preferable. The voids shall first be filled with concrete of minimum
M20 strength to fit the stone without any voids. Extra payment shall be made for the removal of stone,
use of M20 concrete as well as laying of new stone block.
There is a probability that the core between the inner and outer layers of stones have voids i.e. they
are not filled with any mortar. If such instances occur, the contractor shall report to the Engineer.
Multiple drills shall be performed in the locality of the void to ensure the extent up-to which the void
has spread. Further investigation can be done through removing of stones at locations specified by the
Engineer. The voids shall be filled with cement grouting with grouting distance as specified by the
Engineer. Extra payment shall be made to the contractor for all the additional works required for
testing as well as for grouting. Video documentation will be mandatory regarding any payment in this
regard and will be done by the engineer.
Testing of Drilled Holes:
The depth of the holes shall be tested by inserting a rod of same diameter as used for anchor rod. The
rod shall go to the depth as specified in the BoQ or the specification of the epoxy material whichever
is higher.
The diameter of holes shall be measured by both the insertion of bar and measurement of the holes at
the surface. The Engineer may also verify the diameter of holes by cross-referencing the diameter of
drill-bit used.
Measurement and Payment:
The payment shall be made as per the number of holes drilled. The rate shall be based on the depth of
drill holes i.e. the rate for each drill will be based on the depth to which drilling shall be done. In no
case shall the payment be made for drill holes shorter than the depth as required by the specification
of the epoxy bonding chemical.

B) Fixing of Anchor Rods


Scope:
The work includes fixing of bars or anchor rods of specified diameter into pre-drilled holes up-to
specified depth with epoxy resin of approved make for retrofitting works.
The items in the BoQ that define the type and nature of fixing are as follows:

1. Fixing of 10mm dia. Bars in pre-drilled holes up-to a depth of 100mm to 200mm
including application of epoxy resin anchor grout of approved quality as indicated in
the drawings and cleaning of site all complete as per the acceptance of site-in-charge.
2. Fixing of 10mm dia. Bars in pre-drilled holes throughout the thickness of wall up-to a
thickness of 400 mm including application of epoxy resin anchor grout of approved
quality as indicated in the drawings and cleaning of site all complete as per the
acceptance of site-in-charge.
Description of Epoxy Resin:
The epoxy resin shall be of approved quality to bond between stone / cement mortar and
reinforcement bars. The epoxy resin shall be approved in written by the Engineer with clear mention
of the date and batch number of production and expiry date. The method of application shall be
written and signed by both the Engineer and the Contractor before its application. The date of
manufacture shall not be higher than three months at the time of application.

30 | P a g e
The resin shall be of high viscosity two-component or three-component type. If low viscosity epoxy
resin is to be used, it shall be mixed with appropriate volume of fine sand and cement. Pull-out test
shall be conducted on trial sample holes on each batch of grout strictly to the method of application
that is to be used during actual application. The resin shall be used only after the approval of pull-out
test.
It is preferable that low volume containers are used which can be consumed completely once it is
opened and not resealed. However, if large volume containers are used, measurement of the
proportions should be as per the product specifications which should be clearly understood by the
engineer.
Method of Working:
The chemical shall be used to the same method as directed by the specifications provided by the
company with the diameter of holes and the minimum depth as defined by the product specifications.
If the hole is not fully packed by epoxy, pressure gun / injector shall be used to ensure that the hole is
fully packed with epoxy after the rod has been inserted.
The depth of the holes shall be verified by the Engineer prior to the application of anchor grout. The
holes should be dry and free of loose particles / dust before the application of anchor grout. If
required, the holes can be pre-heated with hot air pumps to account for fast bonding in moist / damp
places. The curing of the anchor grout after its application shall be done for at least the time as
mentioned in the product specifications.
If the anchor rod need to be fixed in damp or wet area, moisture insensitive epoxy resin shall be used.

Testing of Work:
The anchor rods inserted shall be tested three days after its insertion with a standard pull-out test. The
test shall be done for at least three anchor rods per thousand rods. In case any one of the three tests
fail, the test shall be done for three percent of the total rods inserted for the batch of epoxy used.
Video documentation of the test is mandatory for payment. No cost will be incurred for the testing of
rods.
Measurement and Payment:
The measurement shall be done as per the number of anchor rods fixed. The rate shall be based on the
depth of insertion of rod. In no case shall be payment be done until the testing of the rods is conducted
successfully.

C) Cleaning of Reinforcement Bars from Rust


Scope:
The work requires chipping of cover to expose reinforcement, cleaning of reinforcement from rust and
reapplication of concrete to seal the reinforcement.
The item of work in BoQ for the work is as under:

1. Cleaning of reinforcement from rust from the reinforcing bars to give it a total rust
free steel surface by using alkaline chemical rust remover of approved make with

31 | P a g e
paint brush or spraying and removing loose particles after 24 hours of its application
with wire brush and thoroughly washing with water and allowing it to dry, all
complete as per direction of site-in-charge.
Description of Chemical Rust Remover:
The chemical rust remover shall be sulphate and chloride free. The chemical should not further trigger
rusting mechanism after it has been used.
Two types of chemicals need to be used to clean corroded surface and protect it from further rusting.
The first is the chemical rust remover of approved brand to remove the rust from the reinforcement
bar surface. The second is the chemical protective coating to be applied on the surface of
reinforcement bars to prevent it from further rusting.
Method of Application:
The loose / deteriorated concrete shall be chipped-off to expose reinforcement. If the reinforcement is
rusted on all sides, further 15 to 20 mm behind the reinforcement bar shall be removed in order to
make space for application of chemicals. However, if the rust is too high and the concrete is
completely deteriorated up-to 20 mm behind the reinforcement bar, the concrete work shall be
completely dismantled to remove all the deteriorated concrete. The reinforcement shall be checked for
the volume of rust. If the rust can be estimated to be less than 25% of the diameter of reinforcement
bar, the rust removing chemical shall be applied with a paint brush. The chemical shall be left in
contact with the reinforcement bar for 24 hours and then wiped clean with a moist cloth.
After the surface gets dry, two coats of corrosion resistant paint shall be applied to the reinforcement
bar.
In case of edges of beam and column, the reinforcement bars shall be painted with a layer of epoxy
resin and micro-concrete of approved grade and quality shall be applied to have a smooth and flushed
finish as the existing concrete surface. In case of beam and slab soffit, the cover concrete shall be
polymer modified concrete for quick adhesion with the old concrete. When concrete is completely
removed from the slab, a layer of epoxy resin shall be applied to the thickness of the peripheral
concrete and concrete work with specified grade can be placed.
If the reinforcement bar has rust more than 25% of the diameter, the reinforcement bar can be cut and
replaced up-to the extent where the rusting is severe. The remaining reinforcement shall be cleaned,
treated and covered with concrete as mentioned previously. However, without removal of the
reinforcement bar, the bar can be cleaned with rust remover and a new reinforcement bar can be
placed in contact with the existing bar, all the other process remaining the same.
All the work commenced for removal of rust shall be done in presence of engineer-in-charge with his
prior approval to the process.
Disposal of Excess Chemical:
The excess chemical shall not be disposed without approval and proper direction from the Engineer.
Measurement and Payment:
The payment shall be done as per the area of reinforcement that has been cleaned or the coverage area
as specified in the BoQ.

32 | P a g e
D) Bonding between old and new concrete / masonry and concrete surface / masonry
and masonry surface
Scope:
Painting existing chipped wall surface with epoxy bonding chemical of approved quality before
shotcrete or concrete jacketing work as per the instruction and acceptance of site-in-charge.
Description of Chemical:
The chemical shall preferably be a two part solvent free bonding agent composed of liquid epoxy
resin and hardener. The bonding chemical shall have a minimum tack-free time of 30 minutes.
Method of Application:
The chemical shall preferably be applied with a brush on the old surface. The surface shall be
thoroughly cleaned from all loose particles, dust and oily materials before the application of the paint.
The surface shall be dry before the application of the epoxy resin.
The components of the chemical shall be mixed and applied on the prepared surface before laying of
concrete or addition of walls. The new wall or concrete shall be applied before the surface gets tack
free. If the coating gets dry or lose tackiness, second coat shall be applied to it. No extra payment
shall be done for the application of second coat.
Testing of Work:
If demanded by the Engineer, the testing of adhesion between the surfaces can be done. As a general
test, the Engineer can demand to use chisel to try to peel-off the new material from the old. If the
Engineer is not satisfied, he can demand for further tests like direct shear test, bending test, slant test,
or whichever test he feels comfortable with.
Measurement and Payment:
The measurement shall be done in per square meter of the area painted. The payment shall be made
upon acceptance of work by the Engineer.

E) Shotcreting Works
Scope:
50mm thick shotcreting in RCC columns, beams, slabs and masonry surface (brick and stone
masonry) in two layers with concrete of minimum grade M20 including the cost of centering and
shuttering at edges and corners etc. as directed by site-in-charge.
Description of Work:
Shotcreting is the application of concrete over a surface through a pressurized nozzle to a thickness as
specified in the BoQ and drawings. The shotcreting shall be done in two layers of equal thickness or
in thickness as prescribed by the designer.
Preparation of Surface:
The surface shall be chipped to make it suitable for proper adhesion of the shotcrete to the surface.
The surface shall be free from all dust particles, loose materials, or external materials that can affect
bonding between old and new surface.
Material for Shotcrete:

33 | P a g e
The shotcrete shall be the concrete of approved grade as specified in BoQ. The material will include
appropriate plasticizer / bonding chemical for the adhesion with the existing surface on which
shotcrete is to be laid.
Method of Working:
The surface to be shotcreted should first be chipped. The contractor and the engineer-in-charge shall
verify first that the wall surface does not contain any grease, fungus growth or other oily materials
that can become a barrier for the shotcrete to hold to the wall. The wall shall then be chipped at
specified locations or in the specified pattern and air blower shall be used to remove all loose particles
and dust from the wall surface.
For thin sections and where concrete shall not disperse into the wall area, windows or other such
places, appropriate end formwork to restrict the shotcrete to its proper location.
The first layer of concrete shall be applied to uniform thickness. A curing time of at least 24 hours
shall be provided before application of second layer. The second layer shall be applied after the
surface is painted with cement slurry of approved water-cement ratio. The second layer should be to
the perfect line and level to the acceptance of the Engineer. The tolerance limit for variation of
thickness shall not be more than 5mm.
For maximum effectiveness, the shotcrete works shall be performed at a distance of 0.5m to 1.5m of
the nozzle from the wall surface with the nozzle held perpendicular to the wall surface. The aggregate
shall be 10mm down.
The formwork shall be removed at least 24 hours after the shotcreting works.
Testing of Work:
Sample cores shall be extracted from the applied area and tested for compliance with the minimum
strength specified. The compaction of the prepared surface shall be tested with pulse-velocity meter to
the required level of acceptance.
Measurement and Payment:
The measurement shall be done in per square meter of the area of application. The payment shall be
made after recommendation from the testing work.

F) Epoxy Grouting for RCC Elements


Scope:
Providing and injecting epoxy grout of approved quality into cracks / honey-comb area of
concrete / masonry by suitable gun / pump at required pressure including cutting of nipples
after curing etc. all complete as per the instruction of site-in-charge.
Description of Epoxy:
The epoxy injection grout shall be of low to very (ultra) low viscosity, which can easily permeate into
minor cracks. The epoxy injection grout shall preferably be used within three months from the date of
manufacture, which will assure that the desired properties of the chemical can be obtained. In no
circumstances shall the chemical within the last three months of its expiry date shall be allowed at site
since the epoxy tends to lose most of its original properties within that time.
Method of Application:

34 | P a g e
It shall be ensured that the cracks are properly sealed by epoxy mortar or high-strength micro-concrete
before the application of epoxy grouting. If cracks are available on both sides of the walls or on
multiple visible sides in RCC elements, proper sealing of the cracks shall be done to prevent the
injected epoxy from flowing out. If the chemical is of two component type, the entire components
shall be mixed just before beginning the injection.
The injection shall be performed from the lowest nipple with a pressure of at least 2 N/mm2. The
injection shall be continued until the epoxy reaches the next higher nipple or the pressure reaches 10
N/mm2. The pressure shall then be provided from the nipple up-to which the epoxy grout has reached.
After removing pressure gun / pump from a nipple, the nipple shall be sealed and excess part taken
out. The extra parts from the nipple shall be cut-off after the curing time is complete which is either
24 hours or as specified in the product specification, whichever is higher.
Measurement and Payment:
The work is paid in the basis of per point of nipple injected.

G) Cement Grouting
Scope:
The purpose of cement grouting is to fill-up cracks in stone or brick masonry with cement grout with
specified chemicals to repair cracks in masonry walls and bring them into their original strength.
The items from BoQ that define the type of cement grouting are as follows:

1. Providing and injecting epoxy grout of approved quality into cracks / honey-comb
area of concrete / masonry by suitable gun / pump at required pressure including
cutting of nipples after curing etc. all complete as per the instruction of site-in-charge.
Description of Admixture:
The admixture for mixing with cement shall be for non-shrinking nature of the grout. The grout shall
not shrink after its application. Commonly used admixtures are used in the proportion of 250gm per
bag (50kg) of cement.
Method of Application:
The surface for the application of cement grouting shall be thoroughly cleaned. If the cracks are wider
than 5 mm, stitching shall be done prior to application of cement grout. For cracks below 5 mm,
suitable holes (for insertion of injection nipple or HDPE pipes) are drilled at a distance of 0.75m to
1.5m at an angle of 45 degrees along the length of the crack. The crack along the length is then sealed
with rich cement paste to ensure that the cement slurry does not flow out of the cracks.
The grouting compound shall be mixed with the cement in the proportion of 250 gm per 50 kg of
cement or as specified by the product specification. The water cement ratio shall be maintained at 0.4
to 0.5 depending on the extent of the cracks. If the crack is wider, lower water cement ratio can be
used. This can also be achieved by using plasticizers to improved workability of cement slurry.
The grouting shall be applied with a manual or power driven pump beginning from the lowest pipe or
nozzle. The pipe is sealed after the cement slurry begins to flow from the next upper pipe after which
pressure shall be applied from that pipe. The pressure to be applied shall not be higher than 0. 6
N/mm2 (preferably between 0. 4 N/mm2 to 0. 6 N/mm2).

35 | P a g e
After grouting is completed up-to the highest level, the work is left for 24 hours and then curing shall
be done for 3 days before the extra projections of the pipe are cut and grinded to make a smooth
finish.
Measurement and Payment:
The work is paid in the basis of per point of nipple injected.

36 | P a g e
TECHINICAL SPECIFICATION OF
ELECTRICAL WORKS
TECHNICAL SPECIFICATION FOR ELECTRICAL WIRING / PANELS / SWITCHGEAR
1. MEDIUM VOLTAGE CABLES
1.1 SCOPE
This section shall cover supply of medium voltage cables.

1.2 STANDARDS
The following standards and rules shall be applicable:
IS : 1554 PVC insulated electric cables (heavy duty).
IS : 1753 Aluminium conductors for insulated cables.
IS : 3961 Recommended current ratings for cables.
IS : 8130 Aluminium conductors for insulated cables

1.3 MEASUREMENTS
The cables will be measured in meters. The unit rate shall include cutting the cable into required
lengths, packing , loading , unloading, insurance, transportation, delivery to stores/site as per
work order, stocking in stores, testing of cables at stores etc. of medium voltage cable.

1.4 GENERAL
The medium voltage cables shall be supplied, laid, connected, tested and commissioned in
accordance with the drawings, specifications, relevant Standards Specifications, manufacturer’s
instructions. The cables shall be delivered at site in original drums with manufacturer’s name, size,
and type, clearly written on the drums.

1.5 MATERIAL
Medium voltage cable shall be PVC insulated. PVC sheathed, aluminium or copper conductor,
armoured and unarmoured heavy duty, conforming to IS : 694 Part I & II, IS : 1554 Part I.

1.5.1 TYPE
The cables shall be circular, multi core, annealed copper or aluminium conductor, PVC insulated
and PVC sheathed, armoured or unarmoured.

1.5.2 CONDUCTOR
Uncoated, annealed copper / aluminium, of high conductivity upto 4 mm.² size, the conductor
shall be solid and above 4 mm.², conductors shall be concentrically stranded as per IEC : 228.

1.5.3 INSULATION
Polyvinyl chloride (PVC) rated 70° c. extruded insulation as per IEC : 502.

1.5.4 CORE IDENTIFICATION


Two core: Red and Black
Three core: Red, Yellow and Blue
Four core: Red, Yellow, Blue and Black
Single core: Green, Yellow for earthing

TECHINICAL Specification OF ELECTRICAL WORKS ELECTRICAL


Black shall always be used for neutral
1.5.5 ASSEMBLY
Two, three or four insulated conductors shall be laid up, filled with nonhygroscopic material and
covered with an additional layer of thermoplastic material.

1.5.6 ARMOUR :
Galvanised steel flat strip / round wires applied helicaly in single layers complete with covering
the assembly of cores.
For cable size upto 25 Sq. mm: Armour of 1.4 mm dia G.I. round wire
For cable size above 25 Sq. mm: Armour of 4 mm wide 0.8 mm thick G.I. strip

1.5.7 SHEATH
Polyvinyl chloride (PVC), 70 deg.c. rated extruded as per IEC : 502.
Inner sheath shall be extruded type and shall be compatible with the insulation provided for the
cables.
Outer sheath shall be of an extruded type layer of suitable synthetic material compatible with the
specified ambient and operating temperature of cables. The sheath shall be resistant to water,
ultraviolet radiation, fungus, termite and rodent attacks. The colour of outer sheath shall be black.

1.5.8 RATING:

Upto and including 1100 Volts.

1.6 GENERAL
All cables shall be adequately protected against any risk of mechanical damage to which they
may be liable in normal conditions of handling during transportation, loading, unloading etc.
The cable shall be supplied in single length i.e. without any intermediate joint or cut unless
specifically approved by the client.
The cable ends shall be suitably sealed against entry of moisture, dust, water etc. with cable
compound as per standard practice.

2 DISTRIBUTION BOARDS
1) Scope :
It includes supply & Installation, commissioning, Distribution Boards standard company
fabricated or to be fabricated by fabricator.

2) Distribution Boards:

Distribution boards along with the controlling MCB’s/Fuse or Isolator as shown shall be fixed
in an M.S. Box with hinged door suitable for recessed mounting in wall. Distribution boards
shall be made of 18 SWG steel sheet duly rust inhibited through a process of de-greasing, acid

TECHINICAL Specification OF ELECTRICAL WORKS ELECTRICAL


pickling, phosphating and powder coated to an approved color of adequate micron rating duly
approved by architect/consultant.
Three phase boards shall have phase barriers and a wire channel on three sides. Neutral bars
shall be solid tinned copper bars with tapped holes and chase headed screws. For 3 phase DB’s,
3. Independent neutral bars shall be provided. All DB’s shall be internally pre-wired using
copper insulated PVC wires brought to a terminal strip of appropriate rating for outgoing
feeders.

3) Conduit knockouts shall be provided as required/shown on drawings and the entire board
shall be rendered dust and vermin proof with necessary sealing gaskets. The top and bottom
side of DB should be detachable.

1) Bus bars shall be suitable for the incoming switch rating and sized for a temperature rise of 35°
C over the ambient. Each board shall have two separate earthing terminals. Circuit diagram
indicating the load distribution shall be pasted on the inside of the DB as instructed. One
earthing terminal for single phase and two terminals for 3 phase DB’s shall be provided with
an earth strip connecting the studs and the outgoing ECU earth bar.

3 INTERNAL WIRING:
This section covers, definition of point wiring, system of wiring and supply, installation,
connection, testing and commissioning of point wiring for light points, ceiling fan points, exhaust
fan points, convenience socket outlet points, power socket outlet points etc. including fixing of
light fixtures, ceiling fan, exhaust fan, wall fan etc.

3.1 POINT WIRING:


A point shall consist of the branch wiring from the distribution board together with a switch as
required, including the ceiling rose or ceiling fan box or socket or suitable termination. A point shall
include, in addition, the earth continuity conductor / wire from the distribution board to the earth
pin / stud of the outlet / switch box and to the outlet points.

The point wiring shall be carried out in the under mentioned manner :
• Supply, installation, fixing of conduits with necessary accessories, junction / pull /
inspection / switch boxes and outlet boxes.
• Supplying and drawing of wires of required size including earth continuity wire.
• Supply, installation and connection of flush type switches, sockets, cover plates, switch
plates etc.
• The point shall be complete with the branch wiring from the Switch board to the outlet
point, Pre laid conduit with accessories, junction, pull, inspection boxes, control switch,
socket, outlet boxes, ceiling roses, button / swan holder, connector etc.

3.2 POINT RATE :


The rate per point shall include supply, installation, connection, testing and commissioning of
point as described under “point wiring”. The measurements of the points will be enumerated.

TECHINICAL Specification OF ELECTRICAL WORKS ELECTRICAL


3.2.1 Circuit Mains shall not be paid extra. Rate for the point shall consist of wiring from the out
let point to the switch board as required with a connector/ plate/ceiling rose fan box with hook
socket with switch. The point rate shall include in addition to phase and neutral wire a PVC
insulated earth continuity wire from switch to outlet. The unit rate for the point shall consist of the
circuit wiring form DB to outlet point through switch and/or socket, switch board as required and
including the outlet points with connector, fan hook box or sockets. A point shall include in addition
to phase and neutral wire a PVC insulated Earth continuity wire from DB to the final termination
at outlet points. No extra rate shall be paid for circuit mains for looping switch board to switch
board.

3.3 MATERIAL:

3.3.1 PVC CONDUITS:


All non-metallic PVC conduits shall conform to IS : 9537. The conduit shall be plan and type as
specified in IS : 9537 and shall be used with the corresponding accessories (Refer IS : 3419
specification for fittings for rigid non PVC metallic conduits). PVC conduits shall be rigid
unplasticised, heavy gauge having 2.0 mm. wall thickness upto 20 mm. diameter conduit and 2.5
mm. wall thickness for all sizes above 20 mm. diameter.

3.3.2 BOXES:
All the boxes for switches, sockets and other receptacles, junction boxes, pull boxes and outlet
boxes shall be fabricated from 2.0 mm. thick mild sheet painted with two coats of red-oxide and
then two coats of enamel paints as called for. Colour of the paints shall be as approved by the
client. The boxes shall have smooth external and internal finished surface. Boxes in contact with
earth or exposed to the weather shall be of 2 mm. mild steel and hot dip galvanized after
fabrication. Separate screwed earth terminal shall be provided in the box for earthing purpose. All
boxes shall have adequate no. of knock out holes of required diameter for conduit entry. Switch
boxes to receive switches, socket outlets, power outlets, telephone outlets, fan regulators, etc.
shall be fabricated to the approved shape and size to accommodate all the devices without
overcrowding. Outlet boxes to receive ceiling fan shall be fitted with adequately sized rod / hook
to fix ceiling fan. The boxes shall be of minimum depth of 65 mm.

3.3.3 COVER PLATE:


The cover of the boxes to receive outlet points shall be of best anodized sheet cut to shape and
size or plate of approved manufacturers of switches.
3.4 CABLES:
The cables shall conform to IEC60228 conductor sizes, IS : 694. For all internal wiring of 650 / 1100
volts grade.
The conductors shall be plain annealed copper conductors complying with IS : 1554.
The conductors shall be circular copper conductor.
The insulation shall be XLPE compound complying with the requirements of IS : 694. It shall be
applied by an extrusion process and shall form a compact homogenous body.
The thickness of XLPE insulation shall be as set out in the relevant standards
The cores of all cables shall be identified by colours in accordance with the following sequence.
Single phase - Red

TECHINICAL Specification OF ELECTRICAL WORKS ELECTRICAL


Three phase - Red, Yellow, Blue
Neutral - Black
Earth - Green or Green/Yellow

3.4.1 General Service Light Point Wiring:


Supplying, wiring, testing and commissioning and putting into operation of for lights, ceiling fans,
exhaust fans points using 2.5 sq mm multi stranded copper conductor, 1100 volts grade, PVC
insulated wires drawn through pre-installed 20 mm dia HDP Pipe as a cable sleeve concealed in
wall and floor including all fixing and connecting materials. The rate for point wiring shall include
the circuit wiring from designated Distribution Board (DB) up to the first light/fan/ control switch
on wards to light/fan then the looping between switches /lights/fans/ etc. (No cable jointing is
allowed except switch and fixture). The cost shall be including HDP Pipes, modular formation
control switches/electronic fan dimmers integrated in multi modular plate flushed in required size
of GI box, GI fish wire, cutting and filling chases for recessed pipes as deemed as per drawing and
lay out plan all complete.
Modular switches and Fan dimmer shall be - North West, Siemens, Philips or equvalent.

3.4.2 Power Socket Point Wiring:


Supplying, wiring, testing and commissioning and putting into operation for 6 A light power point
using 2 x 4 sq mm + 1 x 2.5 Sq mm multi stranded copper conductor, 1100 volts grade, PVC insulated
wires drawn through pre-installed 25 mm dia 2 mm thick HDP pipe, cable sleeve/support but
including specified dia pipes concealed in wall and floor including all fixing and connecting
materials. The rate for point wiring shall include the circuit wiring from designated Distribution
Board (DB) up to the first power point then the looping between sockets. The cost shall be
excluding modular formation switch sockets and their flushing GI box but including GI fish wire,
cutting and filling chases for recessed pipes as deemed as per drawing and lay out plan all
complete.

3.4.3 A/C Point wiring system:


Supply and installation of 3 pin socket point wiring with 2 nos of 4 sq. mm + 1no of 2.5 sq. mm
multistring flexible copper wires through 25 mm internal dia HDPE conduit concealed from DB to
various points as per drawing and specification.

3.5 SWITCHES :
Switches shall conform to IS : 3854, IS : 1293 and IS : 4615. The switches shall be single pole, single
or two way and shown on the drawings or as specified. They shall be of moulded type rated for
250 volt, and of full 5 / 15 A capacity. They shall be provided with insulated dollies and covers.
The switches shall be rocker operated with a quite operating mechanism with bounce free snap
action mechanism enclosed in an arc resistant chamber.
The switches shall have pure silver and silver cadmium contacts. The switches shall be flush
moduler type The make of the switches shall be as indicated in the drawings or BOQ or make of

TECHINICAL Specification OF ELECTRICAL WORKS ELECTRICAL


material or as suggested and approved by the client. The switches installed in outdoor area shall
be industrial, metal clad type, and shall be provided in weather proof enclosures, complete with
weather proof gasketed covers.

3.6 SOCKETS :
The sockets shall conform to IS : 1293. Each socket shall be provided with control switch of
appropriate rating. The sockets shall be moulded type, rated for 250 volts, and either of full 9A/16A
capacity, as mentioned on the drawings or BOQ.

Sockets shall be of three pin type, the third in being connected to earth continuity conductor. The
socket shall be flush modular type. The sockets installed in machine room, plant room or wet /
damp area shall be metal clad weather proof type. The finishing and make of all the sockets shall
be same as light switch. The socket shall have fully sprung contacts and solid brass shrouded
terminals to ensure positive electrical connections.
The sockets shall be provided with automatic shutters, which opens only when earth pit of the plug
inserts in the socket.
The socket shall be provided with three pin plug top suitable to the socket and of the same make
as socket.

3.7 DRAWING OF CONDUCTORS:


The drawing and joining of copper conductor or wires shall be executed with due regard to the
following precautions, while drawing insulated wires into the conduits, care shall be taken to avoid
scratches and kinks which may cause breakage of conductors. There shall be no sharp bends.

Insulation shall be shaved off for a length of 15 mm at the end of wire like sharpening of a pencil
and it shall not be removed by cutting it square or ringing.

PVC insulated copper conductor wire ends before connection shall be properly soldered (at least
15 mm length) with soldering flux / copper solder, for copper conductor. Strands of wires shall not
be cut for connecting to the terminals. The connecting brass-screws shall have flat ends. All looped
joints shall be soldered and connected through terminals block / connectors. The pressure applied
to tighten terminal screws shall be just adequate, neither too much nor too less. Conductors having
nominal cross section are exceeding 4 sq. mm shall always be provided with crimping type cable
sockets. At all bolted terminals, brass flat washer of large area and approved steel spring washers
shall be used. Brass nuts and bolts shall be used for all connections.

Only certified wire man and cable jointers shall be employed to do joining work.

For all internal wiring PVC insulated wires of 650 / 1100 volts grade shall be used. The sub-circuit
wiring for point shall be carried out in looping system and no joint shall be allowed in the length of
the conductors. No wire shall be drawn in to any conduit, until all work of any nature that may
cause injury to wire is completed. Care shall be taken in pulling the wires so that no damage occurs

TECHINICAL Specification OF ELECTRICAL WORKS ELECTRICAL


to the insulation of the wire. Before the wires are drawn into the conduits the conduits shall be
thoroughly cleaned of moisture, dust, and dirt or any other obstruction by forcing compressed air
through the conduits.

3.8 JOINTS:
The wiring shall be by looping back system, and hence all joints shall be made at main switches,
distribution boards, socket outlets, lighting outlets and switch boxes only. No joints shall be made
inside conduits and junction boxes. Joints where unavoidable, due to any specified reasons, prior
permission in writing shall be obtained from the client before making such connections. Joints by
twisting conductors are prohibited.

3.9 LOAD BALANCING:


Balancing of circuit in three phase installation shall be planned before the commencement of
wiring and shall be strictly adhered to.

3.10 EARTHING:
All earthing systems shall be in accordance with IS : 3043 - 1985 code of practice for earthing.

TESTING OF INSTALLATION
Before a completed installation is put into service, the following tests shall be complied with
INSULATION RESISTANCE
The insulation resistance shall be measured by applying 500 volt megger with all fuses in places,
circuit breaker and all switches closed. The insulation resistance in gegohms of an installation,
measured shall not be less than 50 megohms divided by the number of points on the circuit.
The insulation resistance shall be measured between
EARTH TO PHASE
EARTH TO NEUTRAL
PHASE TO NEURAL
PHASE TO PHASE

4 LIGHTING FIXTURES & ACCESSORIES


The light fixtures and fittings shall be assembled and installed in position complete and ready for
service, in accordance with details, drawings, manufacturer's instructions and to the satisfaction
of the Project Manager.

The lighting and their associated accessories such as lamps, reflectors, housings, ballasts etc., shall
comply with the latest applicable standards.
Fittings shall be designed for continuous trouble free operation under atmospheric conditions
without reduction in lamp life or without deterioration of materials and internal wiring. Degree of
protection of enclosure shall be IP-65 for outdoor fittings except bulkhead fitting. Bulkhead fitting
shall be provided with IP-54 protection.

TECHINICAL Specification OF ELECTRICAL WORKS ELECTRICAL


Supply, storing, assembling, installation, testing and commissioning of following types wall/ceiling,
surface/recessed, LED lighting fixtures including lamp, power factor improvement capacitor
electronic ballast, control gear etc. and including making connections with 2.5 Sq.mm PVC
insulated copper conductor wire fixing and connecting materials complete as per specification.
Make by (Legero/Wipro/OSRAM)

4.1 LUMINARIES:
I) All LED panels shall be of minimum IP 20 for interior and IP 42 for exterior, or as
described on BOQ.
II) Indoor Ceiling mounted with high efficiency translucence (HET) diffuser 160 V – 260 V
in single phase.
III) Colour temperature 3000k – 6000k, or as described on BOQ.
IV) CRI (Colour rending index) – more than 80 CRI.
V) Driver – Electronic Ballast.
VI) LED Panel - Backlight
VII) Light Output – 90 to 110 lm/watt.
VIII) Standard compliance : IEC 60598 – 1 and IEC 60598 – 2.
IX) Manufacture: LEGERO, WIPRO, OSRAM.
X) Voltage – 160 V – 260 V.
XI) For Backlight:
a. Body – CRCA ,
b. Body Finished - Powder Coated,
c. Optics / Beam Angle – PMMA diffuser
For COB :
a. BODY- Die-cast aluminium
b. BODY FINISH – Powder Coated
c. Optics / Beam Angle – 36 degree

5. Earthing & Lighting Protection

5.1 Chemical Earhting

Supply installation, interconnection, testing and putting in to operation of earth station as per IS
3043. Complete with all fixing materials, including testing & commissioning of maintenance free
chemical earthing of Dual Pipe technology. 2 meter long with Outer dia. of 76 mm and inner dia of
38 mm with 80-100 micron galvanization. The Earthing Electrode shall be placed inside the
removable perforated PVC Pipe of required thickness, diameter and length. Earthing electrode to
be filled with the highly conductive material and shall be backfilled with Dry loose soil throughout
the Electrode. 25 Kg earth enhancing compound per earth pit shall be mixed with water and poured
inside the pit. The Cement concrete of 50 mm thickness shall be made above the earth pit . The
Chemical compound should be tested and certified by BIS accredited laboratory. Ph value should be
7.5. This includes supply & fixing of watering pipe & strip 25x3 mm brought out up to ground level.

5.2 Earthing Bar

TECHINICAL Specification OF ELECTRICAL WORKS ELECTRICAL


Supply, Installation, testing, commissioning and putting into operation of 200x50x6 mm GI Earth
Bar with 14 mm dia holes(stud) of suitable numbers complying the number of Earth strips to be
connected to Earth Bar. The Earth Bar shall be housed in enclosure made of Bricks. The enclosure
and front cover plate shall be made from SS 304 of 370x370x3 mm. The whole assembly shall be
concealed in such a way that the SS 304 front cover plate is properly aligned & flush with the SS 304
Box. The SS 304 Cover Plate and enclosure shall be matt finish.

5.3 Lighting Arrestor

Supply, installation, testing and commissioning of Air Finial Lighting Arrestor (including 20 mm dia.
1200 mm long GI Rod and Connection wire) mounted on top of the building and electrically
connected to the ground through a 25 mm X 3 mm GI strip to the separate earthing as per drawing.

TECHINICAL Specification OF ELECTRICAL WORKS ELECTRICAL


TECHNICAL SPECIFICATION OF
SANITARY WORKS
Technical Specification of Sanitary Works

Contents
1 GENERAL .......................................................................................................................................... 5
1.1 Scope ........................................................................................................................................... 5
1.2 General ........................................................................................................................................ 5
1.3 Basic Materials and Method........................................................................................................ 6
1.4 Materials Trade Names Variations.............................................................................................. 6
1.5 Regulations.................................................................................................................................. 6
1.6 Drawings and Specifications ....................................................................................................... 6
1.7 As Built Record........................................................................................................................... 7
1.8 Cutting and Patching: .................................................................................................................. 7
1.8.1 Painting ................................................................................................................................... 7
1.8.2 Expansion and Contraction ..................................................................................................... 7
1.9 Clean Up ..................................................................................................................................... 8
1.10 Pressure Testing .......................................................................................................................... 8
1.10.1 General ................................................................................................................................ 8
2 SOIL, WASTE, VENT AND RAIN WATER PIPES ........................................................................ 9
2.1 Scope ........................................................................................................................................... 9
2.2 General Requirements ................................................................................................................. 9
2.3 PVC Pipes and Fittings: Soil, Waste and Vent Pipes.................................................................. 9
2.4 ASTRAL uPVC Foam Core Pipes & ASTRAL uPVC DWV .................................................. 10
2.4.1 UPVC Pipes .......................................................................................................................... 10
2.4.2 Clamps: ................................................................................................................................. 11
2.4.3 Pipe Supports and Hangers ................................................................................................... 11
2.4.4 Waste Pipe from Appliances ................................................................................................. 11
2.5 Traps ......................................................................................................................................... 12
2.5.1 Floor Traps ............................................................................................................................ 12
2.5.2 F1oor Trap Inlets ................................................................................................................... 12
2.5.3 Grating for F1oor Traps ........................................................................................................ 12
2.5.4 Urinal Traps .......................................................................................................................... 12
2.6 Fixing ........................................................................................................................................ 12
2.6.1 Joining ................................................................................................................................... 12
2.6.2 Clean Outs ............................................................................................................................. 12
2.6.3 Cement Concrete ................................................................................................................... 13
2.6.4 Painting ................................................................................................................................. 13
2.6.5 Cutting and Making Good..................................................................................................... 13
Tolerances: ............................................................................................................................................ 13
2.7 Testing....................................................................................................................................... 13
2.8 Measurement ............................................................................................................................. 14

Page 1
Technical Specification of Sanitary Works

2.8.1 General .................................................................................................................................. 14


2.9 Pipes Specials............................................................................................................................ 14
2.10 Measurement ............................................................................................................................. 14
3 SANITARY-WARES ....................................................................................................................... 14
3.1 Scope ......................................................................................................................................... 14
3.2 General Requirements ............................................................................................................... 15
3.3 Orissa Type Pan or IPWC commode & Cistern........................................................................ 15
3.4 European pattern W.C. commode with flushing cistern. .......................................................... 15
3.5 Flushing Cistern ........................................................................................................................ 15
3.5.1 Flush Pipe:............................................................................................................................. 16
3.5.2 Ceramic/plastic cistern .......................................................................................................... 16
3.6 Fixing: ....................................................................................................................................... 16
3.7 Mixing Fittings:......................................................................................................................... 16
3.8 Angle Valve: ............................................................................................................................. 16
3.9 Urinals ....................................................................................................................................... 16
3.10 Wash Basin ............................................................................................................................... 17
3.11 Sinks .......................................................................................................................................... 17
3.11.1 Fixing: ............................................................................................................................... 17
3.11.2 Stainless Steel Scrub Sink/sluice/sterilization sink ........................................................... 17
Fixing ................................................................................................................................................ 17
3.12 Towel Rail ................................................................................................................................. 18
Fixing ................................................................................................................................................ 18
3.13 Toilet Paper Holders ................................................................................................................. 18
3.14 Commode Spray........................................................................................................................ 18
Fixing ................................................................................................................................................ 18
3.15 Soap Dish: ................................................................................................................................. 18
Fixing: ................................................................................................................................................... 18
3.16 Rob Hook: ................................................................................................................................. 18
Fixing: ............................................................................................................................................... 18
3.17 Mirrors ...................................................................................................................................... 18
3.18 Shower Set ................................................................................................................................ 18
3.19 Accessories................................................................................................................................ 19
3.20 Measurement ............................................................................................................................. 19
4 WATER SUPPLY WORKS ............................................................................................................. 19
4.1 Scope ......................................................................................................................................... 19
4.2 General Requirements ............................................................................................................... 19
4.3 GI Pipes, Fittings & Valves ...................................................................................................... 19
4.4 Chlorinated polyvinyl chloride (CPVC) pipes and fittings ....................................................... 20
4.5 Clamps ...................................................................................................................................... 21
Page 2
Technical Specification of Sanitary Works

4.6 Unions ....................................................................................................................................... 22


4.7 Flanges ...................................................................................................................................... 22
4.8 Trenches .................................................................................................................................... 22
4.9 Pipe Protection .......................................................................................................................... 22
4.10 Valves ....................................................................................................................................... 22
4.11 Air Valves ................................................................................................................................. 22
4.12 Scour Valves ............................................................................................................................. 23
4.13 Valves ....................................................................................................................................... 23
4.14 Bib Cocks .................................................................................................................................. 23
4.15 Ball Cocks ................................................................................................................................. 23
4.16 Manhole Frames & Cover for Water Tanks .............................................................................. 23
4.17 Measurement ............................................................................................................................. 23
5 PIPE INSULATION ......................................................................................................................... 24
6 STORAGE TANKS .......................................................................................................................... 24
6.1 General ...................................................................................................................................... 24
6.2 RCC Storage Tanks ................................................................................................................... 24
6.3 Stainless steel water tank .......................................................................................................... 24
6.4 Support for Overhead Water Storage Tanks ............................................................................. 24
7 PLUMBING FIXTURES .................................................................................................................. 26
7.1 Electric Water Heater ................................................................................................................ 26
7.2 Plumbing Fixtures ..................................................................................................................... 26
Chrome Plated (CP) Brass Fittings ....................................................................................................... 26
8 MANHOLE AND CHAMBERS ...................................................................................................... 26
8.1 Making Connections: ................................................................................................................ 26
8.2 Septic Tank ............................................................................................................................... 27
8.3 Soak Pit ..................................................................................................................................... 27
8.4 Pumps ........................................................................................................................................ 27
8.5 Measurement ............................................................................................................................. 27
8.6 Color code ................................................................................................................................. 27
9 SANITARY AND SEWER PIPES ................................................................................................... 27
9.1 HDPE / PVC Pipe system ......................................................................................................... 27
9.2 RCC Hume Pipes ...................................................................................................................... 28
9.3 SOLAR WATER HEATER...................................................................................................... 29
9.4 General Requirement ................................................................................................................ 29
9.5 Measurement: ............................................................................................................................ 30
10 TESTING AND COMMISSIONING ............................................................................................... 30
10.1 Testing and Commissioning:..................................................................................................... 30
10.2 Water Piping: ............................................................................................................................ 30
10.3 Disinfection ............................................................................................................................... 30
Page 3
Technical Specification of Sanitary Works

10.4 Commissioning and Testing...................................................................................................... 31


11 FIRE HYDRANT SYSTEM ............................................................................................................. 31
12 MAKE OF EQUIPMENT AND APPROVED MANUFACTURERS ............................................. 33

Page 4
Technical Specification of Sanitary Works

1 GENERAL

1.1 Scope

The Contractor shall furnish all materials, labour and related items necessary to complete the
work indicated on the Drawings and Specified herein.

1.2 General

Unless specifically mentioned otherwise, all the applicable codes and standards published
by the Indian Standard Institution and its subsequent revision and all other Standards which may
be published by them before construction work starts, shall govern in respect of design,
workmanship, quality and properties or materials and method of testing.

Some of these available Standards are listed below.

IS: 458 - 1971 Specification for Cement Concrete Pipes with and without
Reinforcement
IS: 778 - 1964 Specification for Gun Metal Gate, Globe and Check Valves for Water,
Steam and Oil only
IS: 780E -1966 Specification for Sluice Valve for Various Purpose
IS: 781 - 1984 Specification for Cast Copper Alloy Screw Down Bib Taps and Stop
Valves for Water Services.
IS: 781E -1959 Specification for Sand Cast Brass Screw down Bib Taps and Stop Taps
for Water Services
IS: 783 - 1959 Code of Practice for Laying of Concrete Pipes.
IS: 1171 - 1963 Basic Requirement of Water Supply, Drainage and Sanitation.
IS: 1703 - 1989 Water Fittings -Copper Alloy Float Valves (Horizontal Plunger Type)
Specification
IS: 1726 - 1991 Cast Iron Manhole Covers & Frames -Specification
IS: 1742 -1983 Code of Practice for Building Drainage
IS: 2064 -1962 Code of Practice for Selection, Installation and Maintenance of
Sanitary Appliance
IS: 2065 – 1983 Code of Practice for Water Supply in Building
IS: 2373 – 1963 Specification for Water Meters (Bulk type)
IS: 2470 - 1985 Code of Practice for Installation of Septic Tanks.
IS: 2556 - 1967 Specification for Vitreous Sanitary Appliances (Vitreous China).
IS: 3597- 1966 Method of Test for Concrete Pipe
IS: 5329- 1969 Code of Practice for Sanitary Pipe Work Above Ground for Building.

The Contractor will submit all samples to the Engineer for approval, together with
Manufacturer's literature and installation instructions and obtain his full approval before placing
any material orders or commencing the works.
Page 5
Technical Specification of Sanitary Works

In cases where materials are not available in Metric Measurements (as referred to) the nearest
size Imperial units shall be provided, with prior approval of the Engineer, at no extra cost to the
contract.

1.3 Basic Materials and Method

All materials provided for the Contract will be in strict accordance with the latest version of the
applicable Indian Standards. All manufacturer's data, specifications and relative information
together with samples will be submitted to the Engineer for approval prior to being purchased,
otherwise at the Contractor's own risk.

1.4 Materials Trade Names Variations

Tenders shall be based upon complete installations. Products required which are not
shown or mentioned, or not specified herein as to manufacturer, quality, etc. shall be
furnished of the highest quality (commercial standard).

Materials shall be new and free from all defects.

All materials, apparatus or equipment called for on the Plans or in the


Specifications by trade names, or the name of a particular manufacturer, or by catalogue
reference are the materials, apparatus, or equipment which should be allowed for in the
Tender, or qualification submitted at the time of Tender submission.

1.5 Regulations

The work shall be carried out in accordance with all rules, regulations, by-laws and
requirements of all authorities having jurisdiction. All changes and alterations required by
an authorized inspector of any authority having jurisdiction shall be carried out at no cost
to the employer.

1.6 Drawings and Specifications

These Specifications shall be considered as an integral part of the Drawings which


accompany them. Neither the Plans nor the Specifications shall be used alone. Any item
or subject omitted from one, but which is mentioned or reasonably implied in the other
shall be considered as properly and sufficiently specified and therefore must by supplied
by the Contractor.
Misinterpretation of any requirements of either the Drawings or Specifications shall
not relieve the Contractor of his responsibility for properly completing his work.
The Contractor shall apply to the Engineer for any explanation which he may
require in regard to the meaning and intent of any clause in the Specification and Contract.
He shall be held responsible for any errors or losses consequent upon failure to obtain
such explanation.
The Contractor shall consult with the Engineer to obtain detail drawings or
instructions for exact location of equipment as work progresses, before installing fitting

Page 6
Technical Specification of Sanitary Works

or equipment and will be responsible for coordination with all other work trades including
finishes.
Drawings show general location and routes to be followed by pipes, ducts, etc.
where not shown, or shown diagrammatically, the Contractor shall install them in
accordance with best trade practices.
1.7 As Built Record
The Contractor shall request a complete set of drawings, (white) from the Engineer and use these
for "As Built" records.
"As Built" records shall be retained in the site office and kept up to date daily in regard to
changes in actual installation from the Plans and Specifications. Alterations to duct work, piping
services, etc. shall be noted and the revised arrangement drawn in accurately, complete with
dimensions from column lines. Every precaution shall be taken to protect the Drawings from
damage and loss.
The" As Built" records shall be made available to the Engineer upon request and made
available at each site meeting. After no further alteration can be expected and the Contract is
nearing completion, the records shall be submitted for final approval.
The Contractor shall include on "As Built" records the dimension’s location of all buried
piping and valves, and during construction plainly mark location of exterior services and valves
to prevent damage to these until the Project is completed.

1.8 Cutting and Patching:


Openings not indicated on the Architectural or Structural drawings which are required for
bringing equipment into the building or for other temporary or permanent service, shall be
approved by the Engineer. The Contractor will provide, maintain and restore these openings and
shall pay for their provision and restoration. Ample notice shall be given of size and location of
such openings.
The Contractor shall ensure that he does not undertake any cutting that may impair the
strength of the building. No holes, except expansion bolts and small screws may be drilled into
the structure without obtaining prior approval.
All cutting and patching work shall be done in a neat and workman like manner by mechanics
skilled in the trades.

1.8.1 Painting
All equipment supplied under this Specification shall be delivered to the site with a factory
applied prime coat of paint unless noted otherwise. All supports and hangers shall receive a prime
coat of paint.
Painting where required for pipe, duct services, equipment identification including
stenciling shall be carried out by a paint tradesman under this division in accordance with the
workmanship and material specification.
All factory prime-coated or finish coated equipment shall be touched up or repainted if
equipment is marred during shipment or installation.

1.8.2 Expansion and Contraction

Unless shown otherwise, the Contractor shall be responsible for measures to control the thermal
movement of piping and apparatus. Piping shall be erected in such a manner that strain and
weight does not come upon cast connections or apparatus.

Page 7
Technical Specification of Sanitary Works

Where possible, the effect shall be obtained by providing changes in direction and loops in pipe
runs, supplemented by the necessary guides, anchors and limit stops.

1.9 Clean Up
The Contractor shall clean all exposed metal surfaces from grease, dirt or other foreign materials.
Chrome plated and polished work shall be left bright and clean. All openings in pipes and fixtures
shall be properly capped and plugged during construction.
Fixtures and equipment shall be properly protected from damage during the construction period
and shall be cleaned in accordance with the manufacturer's instructions.

1.10 Pressure Testing


1.10.1 General
i. These clauses shall apply to all piping systems including the plumbing and drainage
systems, which shall also be governed by the applicable requirements of the IS specifications.
ii. The Contractor shall notify the Engineer 24 hours in advance of all test.
iii. Tests of piping system or protection thereof shall include all apparatus forming part of the
complete systems, except where such apparatus is factory tested prior to installation in the
systems. iv. All tests shall be performed before the application of pipe covering or before being
concealed.
v. Except where otherwise noted, test pressure shall be twice the maximum working pressure
of the systems, or 0.5 N/mm², whichever is greater. Test fluid shall be water, unless otherwise
indicated. All defects found shall be rectified by removing and remarking the particular section.
Caulking of thread, hammering and welding of leak joint shall not be allowed.
vi. Piping systems may be tested in whole or in part. Each system to be tested shall be suitably
isolated from existing or new systems using temporary blanks between flanges, thickness of
blanks shall be approved by the Engineer or caps. Where necessary for testing purposes, a pair
of flanges shall be installed in the piping system for the installation of blanks. Tests shall not be
performed against a closed valve.
vii. All drains, vents, safety or relief valves and other pressure sensitive devices shall be
removed prior to testing, and the openings capped or plugged. It is not permissible to plug or seal
safety or relief valves. Air shall be removed from all high points to the satisfaction of the
Engineer before flushing vent openings.
viii. Temporary blanks or caps shall be removed when testing has been satisfactorily completed
and drains, vents, safety or relief valves etc. replaced.
ix. At least four hours shall elapse after erection before any welded or brazed line is subjected
to test pressure.
x. When test pressure is attained, the test pump or compressor shall be disconnected and the
connection capped. The test pressure gauge shall be left in the system.
xi. At least four hours shall elapse after test pressure is applied before the system is inspected
for leaks. All joints, glands, connections etc. shall be carefully inspected for leaks and tightened
as necessary.
xii. Test pressure shall be maintained without loss for a period of 24 hours.
xiii. Joints or connections which continue to leak after tightening shall be completely
dismantled, checked, cleaned (replace if necessary), re-assemble and retested. Opening, caulking
or hemp shall not be used for leaking joints.
xiv. All water shall be drained from system following testing to prevent damage.
xv. During testing, precautions shall be taken to prevent injury to persons or property as a
result of sudden rupture of a piping system.
Page 8
Technical Specification of Sanitary Works

2 SOIL, WASTE, VENT AND RAIN WATER PIPES

2.1 Scope

Work under this section shall consist of furnishing all labour, materials, equipment and
applications, necessary and required to completely install all soil, waste, vent and rain water
pipes as required by the drawings, specified hereinafter and given in the Bill of Quantities.
Without being restricted to the generality of the foregoing, the soil waste and vent pipes system
shall include:
• Vertical and horizontal soil wastes and vents pipes, rain water pipes and fittings, joints,
clamps and connections to fixtures.
• Connection of all pipes to sewer and storm water lines as shown on the drawings at ground
floor levels.
• Floor and urinal traps, clean-out plugs and inlet fittings.
• Waste pipe connection from all fixtures e.g. Washbasins, sinks, urinals, kitchen,
equipment and plant room equipment.

2.2 General Requirements

All materials shall be of the best quality conforming to the specifications and subject to the
approval of the Engineer. Pipes and fittings shall be fixed truly vertical, horizontal or in slopes
as required in a neat workman like manner. Pipes shall be fixed in a manner as to provide easy
accessibility for repair and maintenance and shall not cause obstruction in shafts, passages, etc.
Fitting positions shall in all cases line up with & conform to access panels for ease of
maintenance. Pipes shall be securely fixed to walls by suitable clamps at intervals specified.
Access doors for fittings and clean-outs shall be so located that they are easily accessible for
repair and maintenance. All work shall be executed as directed by the Engineer.

2.3 PVC Pipes and Fittings: Soil, Waste and Vent Pipes

Where specified, soil, waste and rain water pipes shall be 4 or 6 kg. f/cm2 working pressure rigid
PVC single socketed push-on rubber joint pipes. PVC pipe should have a length of 3m or 6m
with moulded PVC fittings of thickness not less than 3.2mm. Pipes shall be of colour specified
by the Engineer. Fitting for PVC pipes shall be moulded and include tees, bends, reducers,
offsets, plugs etc. Outlets of suitable diameter for connection to the appliance shall be provided.
PVC pipes shall be jointed as recommended by the manufacturer. Fixing of PVC pipes shall be
done in the best workmanship.
Before use at site, all pipes shall be tested by filling up with water for at least 10 minutes.
After filling, pipes shall be struck with a hammer and inspected for blowholes and cracks. All
defective pipes shall be rejected and removed from the site.
Pipes shall be further tested after installation, by filling up the stack with water. All
opening and connections shall be suitably plugged. The total head for PVC pipes shall not exceed
10 meters. All pipes shall be fixed in gradient towards the outfall drain. Pipes inside toilets shall
be chased and concealed or otherwise as shown on the Drawings.

Page 9
Technical Specification of Sanitary Works

PVC pipes to be laid in trench or floor or wall. Complete installation of PVC pipes include
supply of pipes and necessary fittings such as Tees, Bends, Reducers, Crosses, Couplers, epoxy
materials etc., trench excavation in any type of soil and backfilling with proper compaction,
chasing in wall or floor and repair to original finish, laying and jointing of PVC pipes and fittings
and pressure testing. The trench width shall be 2 times 300 mm + outer diameter of pipe, and the
pipes laid underground shall not be less than 600mm from the ground level.
All soil and waste pipes shall be tested to detect any leakage etc. in accordance to IS:
5329-1969.
Measurements:
PVC Pipes shall be measured along the centre line of pipes and fittings in running meter between
socket to socket or bend, tee of pipes and pvc fittings as tee,bend,doortee etc.count by number.

2.4 ASTRAL uPVC Foam Core Pipes & ASTRAL uPVC DWV

Providing, fixing, testing and commissioning ASTRAL uPVC Foam core Pipes & ASTRAL
uPVC DWV Click Ring type fittings for drain, waste and vent including injection molded fittings
e.g. tees, bends, clamps, Y junctions, reduces couplings, adapters, door bend and terminal cowl
etc. jointing with lubricant/rubber ring/ solvent cement including cuttings the walls and floor as
required and making good the walls and floors as required at site for internal drainage system.
Installation to be made with proper anchoring, fasteners, clamps, etc. and shall be to the
satisfaction of the Engineer-In-Charge.
PVC Pipes shall be measured along the center line of pipes and fittings in running meter
between socket to socket or bend, tee of pipes and pvc fittings as tee, bend, door tee etc. Count
by number.

2.4.1 UPVC Pipes


All Soil, waste, vent and rain water pipes shall be unplastisized rigid Poly Vinyl Chloride
(UPVC) pipes conforming to IS: 4989-1958. Pipes shall be of following specifications:

Normal diameter Working pressure kgf/cm2

50mm uPVC 6 kgf/cm2


75mm uPVC 6 kgf/cm2

110 mm uPVC 6 kgf/cm2


160 mm SN.4 Astral or equivalent
DWV uPVC

Pipes shall be of colour specified by the Engineer. Fitting for UPVC pipes shall include
couplings tees, bends, elbows, unions, reducers, nipples and plugs. Outlets of suitable diameter
for connection to the appliance shall be provided. Contractor shall use pipes and fittings of
matching specifications. Fittings shall be of the required degree of curvature with or without

Page 10
Technical Specification of Sanitary Works

access door. Access door shall be screw type with neoprene gaskets as shall be approved by the
Engineer.

2.4.2 Clamps:
Holder bat clamps shall be of standard design and fabricated from M.S. flat 40 mm x 3 mm thick
and 12 mm dia. rod and 6 mm nuts bolts. They shall be painted with two coats of black bitumen
paint before fixing. Holder bat clamps shall be fixed in cement concrete of 1:2:4 mix.
Where holder bat clamps are to be fixed on RCC column, wall or beam they shall be fixed
with 40mm x 3mm flat iron "U" type clamps with anchor fasteners of approved design. Rates for
both types of clamps shall be the same and no addition or deduction shall be made.
Structural clamps shall be fabricated from MS structural members e.g., rods, angles,
channels, flats as per detailed Drawing. Contractor shall provide all nuts, bolts, welding and paint
the clamps with one coat of red oxide.
2.4.3 Pipe Supports and Hangers
Spacing for supports & hangers of fixing for internal piping shall be as given in the
following table.

Kind of Pipe Size of Pipe Interval Interval


(mm) Horizontal Run(m) Vertical Run(m)
UPVC 50 2 2
75 2.5 2.5
110 2.5 2.5

2.4.4 Waste Pipe from Appliances


Waste pipe from appliances e.g. wash basins, sinks, urinals, bath tubs, water coolers shall be of
UPVC pipes with proprietary fixtures & fittings of the approved make conforming to all relevant
ISS & also to IS 4984-1978. All pipes shall be fixed in gradient towards the out-falls of drain.
Spacing for clamps for such pipes shall be as follows:

Vertical Horizontal
Pvc Pipes 300cm 240cm
HDPE Pipes 180cm 120cm

Page 11
Technical Specification of Sanitary Works

2.5 Traps

2.5.1 Floor Traps


Floor traps shall be pvc, deep seal with an effective seal of 50mm. All waste pipes shall be over
the trap. The trap arid waste pipes shall be set in cement concrete blocks firmly supported on the
structural floor. The blocks shall be in 1:2:4 mix (1cement: 2 coarse sand: 4 stone aggregate) and
extended 35 mm below finished floor level. Contractor shall provide all necessary shuttering and
centering for the blocks. Size of the block shall be 300 mm x 300 mm and of the required depth.
2.5.2 F1oor Trap Inlets
Where specified, the Contractor shall provide a special type 4 way pvc multi port inlet hopper
without or with one, two or three inlet sockets to receive the waste pipes.

2.5.3 Grating for F1oor Traps


Floor traps shall be provided with 125 mm dia. Chrome Plated (CP) Brass or Stainless Steel
grating with rim of approved design and shape. Minimum thickness shall be of 3 mm.

2.5.4 Urinal Traps


Urinal traps shall be PVC ‘P' or 'S' trap with or without vent and set in cement concrete blocks
as specified without extra charge.

2.6 Fixing
All vertical pipes shall be fixed by MS clamps truly vertical. Branch pipes shall be connected to
the stack at the same angle as that of the fittings. A heel rest bend supported on concrete block
shall be provided at the feet of the stack. No collars shall be used on vertical stacks. Each stack
shall be terminated at top with a cowl (terminal guard).
Horizontal pipes laid to the correct slopes running along ceilings shall be fixed on
structurally adjustable clamps of special design shown on the drawings or as per details shown
on the drawings or as directed. Horizontal pipes shall be laid to uniform slope and the clamps
adjusted to the proper levels so that the pipes fully rest on them. The Contractor shall provide all
sleeves, openings, hangers, inserts during the construction. He shall provide all necessary
information to the building contractor for making such provision in the structure as necessary
and as required

2.6.1 Joining
All joints to be O ring type washer and Solvent as per specification and instruction of Engineer.
Fixing of UPVC pipes shall be done in the best workmanship.

2.6.2 Clean Outs


Clean-outs shall be full pipe size up to 100 mm and a minimum of 100 mm on larger pipes with
cast brass plug and caulked lead seat. A clean-out shall be installed at, or as close as possible to,
the base of every vertical waste, soil and drain stack. A clean-out shall be installed at the up-
slope of each pipe at which a building drain or branch changes direction by 45° or more.
Clean-outs in horizontal drainage piping shall be at intervals not greater than:

Page 12
Technical Specification of Sanitary Works

• 15 m where the piping is of dia. 110 mm and smaller.


• 30 m where the piping is of large than dia. 110 mm.
• 6 m where waste pipes are horizontally connected to sinks.
Nickel Bronze or Stainless Steel Floor Plates with Frames shall be installed on finished
floors for access to clean-outs. Clean-outs on horizontal lines in finished areas shall be as per IS
Specifications.

2.6.3 Cement Concrete


Soil and waste pipes under floor in sunken slabs and in wall chases (when cut specially for the
pipe) shall be encased in cement concrete 1:2:4 mix (1 cement: 2 coarse sand: 4 stone aggregate),
75 mm bed and all round. When pipes are running well above the structural slab, the encased
pipe shall be supported with suitable cement concrete pillars of 150 mm x 150 mm of required
height at interval of 1800 mm. Rate for concrete around pipes shall be inclusive of pillars support,
shuttering and centering.

2.6.4 Painting
Pipe fittings and clamps in exposed positions shall be painted with three or more coats of ready
mix oil paint of approved make, quality and shade.

2.6.5 Cutting and Making Good


Pipes shall be fixed and tested as building work proceeds. Contractor shall provide all necessary
holes, chases in structural members as building work proceeds. Wherever holes are cut or left
originally they shall be made good with cement concrete 1:2:4 mix (1 cement: 2 coarse sand: 4
stone aggregate) and the surface restored as in original condition. No additional payment shall
be made for cutting and making good holes.

Tolerances:
Acceptable tolerance for pipes to IS: 3989 and IS: 1729 shall be as follows:

a. Wall thickness 15%


b. Length 20 mm
c. Height 10%

2.7 Testing
Before use at site, all pipes shall be tested by filling up with water for at least 10 minutes. After
filling, pipes shall be struck with a hammer and inspected for blow holes and cracks. All defective
pipes shall be rejected and removed from the site within 48 hours. Pipes with minor sweating
shall be

accepted at the discretion of the Engineer. Pipes shall be tested after installation, by filling up
the stack with water. All opening and connection shall be suitably plugged. However the total
head in the stack shall not exceed 3m.
Alternatively, the Contractor may test all soil and waste stacks by a smoke testing machine.
Smoke shall be pumped into the stack after plugging all inlets and connections. The stack shall

Page 13
Technical Specification of Sanitary Works

then be observed for leakages and all defective pipes and fittings removed or repaired as directed
by Engineer.

2.8 Measurement
2.8.1 General
Rates for all items quoted shall be inclusive of all work and items given in the above mentioned
specifications and Bill of Quantities and applicable for the work under floor, in shafts or at ceiling
level at all heights and depths. All rates are inclusive of preparing timber block-outs in RCC and
chasing masonry work and making good the same. All rates are inclusive of pre-testing and on
site testing of all the installations and materials prior to commissioning to the satisfaction of the
Engineer.
Pipes (Unit of measurement: Linear meter to the nearest centimetre)
PVC Pipes shall be measured per running meter correct to a centimetre for the finished work,
which shall not include proprietary fittings, e.g. crosses, sockets, nipples and nuts but exclude
bends, tees, elbows, reducers. The length shall be taken along centreline of the pipes and fittings.
All pipes and fittings shall be classified according to their diameters, method of jointing and
fixing substance, quality and finish. The diameters shall be nominal diameter of internal bore.
The pipes shall be described as including all cutting and waste. In case of fittings of an equal
bore, the largest bore shall be measured. Cement concrete around pipes shall be measured along
the center of the pipe line measured per linear meter and include any masonry supports,
shuttering and centering cutting complete as described in the relevant specifications. Slotted
angles/channels shall be measured per linear meter of finished length and shall include support
bolts and nuts embedded in masonry walls with cement concrete block and nothing extra will be
paid for making good the same.
2.9 Pipes Specials
PVC pipe specials e.g. bend, tee, Y- joint etc shall be measured by numbers. Rate shall be for
plain or reducers used wherever required as per the site condition.
2.10 Measurement
Unit of measurement shall be the number of pieces. Floor and urinal traps, traps gratings,
hoppers, clean-outs, plugs shall be measured by numbers and shall include all items described in
the relevant specifications. Bolt welding shall be by number of complete pipe joints.

3 SANITARY-WARES

3.1 Scope
Work under this section shall consist of furnishing all labour materials necessary and required to
completely install all sanitary fixtures, chromium plated fittings and accessories required by the
drawings and specified hereinafter or given in the schedule of quantities. Without restricting to
the generality of the foregoing the sanitary fixtures shall include all sanitary fixtures, CP fittings
and accessories, etc, necessary and required for the buildings. Whether specifically mentioned
or not, all fixtures and appliances shall be provided with all fixing devices, nuts, bolts, screws,
hangers as required. All exposed pipes within toilets and near fixtures shall be chromium-plated
brass or copper unless otherwise specified. All hot water pipes shall be lagged & properly
insulated from the hot water storage tanks to the hot water taps & outlets.

Page 14
Technical Specification of Sanitary Works

3.2 General Requirements


Sanitary fixtures shall be of the best quality approved by the Engineer. Wherever particular
makes are mentioned, the choice of selection shall remain with him. All fixtures and fittings shall
be provided with all such accessories as are required to complete the item in working condition
whether specifically mentioned in the schedule of quantities, specifications or drawings or not.
All fixtures and accessories shall be fixed in accordance with a set pattern matching the tiles or
interior finish as per Engineer/interior designer's requirements. Wherever necessary, the fittings
shall be centered to dimensions and pattern desired. Fixing screws shall be half round head
chromium plated brass screws with CP washers wherever required as per directions of Engineer.
All fittings and fixtures shall be fixed in a neat workmanlike manner true to level at heights
shown on drawings and in accordance with the manufacturer's recommendations. Care shall be
taken to fix all inlet and outlet pipes at correct positions. Faulty locations shall be made good
and any damage to the finished floor.

3.3 Orissa Type Pan or IPWC commode & Cistern


Pan or Commode shall be of white vitreous china first class quality, single or double symphonic
close `P' or `S trap coupled with cistern with fittings, brackets as specified in the Bill of
Quantities, The W.C. pan/Commode and cistern shall be new free from cracks, crazes, and
blisters and shall have smooth surfaces.
3.4 European pattern W.C. commode with flushing cistern.
These shall be of white glazed vitreous china first class quality, double or single trap symphonic
water closet suite as specified in the Bill of Quantities, P or S Trap flushing cistern or flush valve
as specified conforming to Indian Standard Specification. The commode and flushing cistern
shall be free from cracks, blisters and shall have smooth surface.
Fixing: - W.C. commode shall be fixed to floor with CP brass screws or by means of 75mm
long 6.5mm dia counter sunk bolts and nuts imbedded in floor concrete or as per the instruction
of the Project Engineer. The base of pedestal of the commode shall be filled with white cement
mixed with pigment to match the shade of floor or as directed by the Project Engineer. Following
measure shall be adopted for fixing the W.C. commode
The central axis of the commode shall be perpendicular to the finished face of wall.
The outlet of the commode shall be centrally placed in the rubber gasket of the Pvc. pipe
as per drawing or as directed by the Project Engineer and shall have not leakage.
The distance between center line of outlet of W.C. commode and finished wall face shall
be so adjusted as to rest squarely against the finished wall face.
Seat and lid: This shall be of ISI marked solid of heavy duty quality and fitted exactly on the
rim of the W.C. Commode with C.P. brass hinges, rubber buffers and C.P. brass nuts.

3.5 Flushing Cistern


Flushing Cistern shall be of white vitreous china first class quality with push/pull handle of 10
lit capacities. Cistern shall have mosquito proof cover ball valve with copper float, lever and
siphon complete with necessary unions etc. for inlet outlet and overflow connections. Cistern
shall be fixed on rolled cantilever bracket, which shall be firmly embedded in the wall by making
holes of required sizes. Brackets shall be grouted in holes with cement mortar 1:2 (1cement: 2
fine sand). The wall used for making holes shall be made good to original condition.

Page 15
Technical Specification of Sanitary Works

3.5.1 Flush Pipe:


Cistern shall have 32 mm. dia. outlets for flush pipe connected to W.C. pan. /commode Flush
pipe shall be of chromium plated. Vertical drop of flush pipe shall be embedded in the wall with
a long bend from outlet of cistern. Horizontal piece shall be laid under floor. The chase of
embedding shall be made good with cement concrete 1:2:4 mix. Jointing between C.P. flush pipe
and W.C. pan shall be made with white lead, yerr, and water proofing compound or any other
suitable method. The joint shall be absolutely leak proof.

3.5.2 Ceramic/plastic cistern


Cistern shall be connected of 450mm Length with brass unions at the ends. One end shall be
connected to cistern inlet and the other to distribution line with a angle cock in between for
control of flow.

3.6 Fixing:
The W.C. pan or comode shall be laid in floor slope towards the pan in a workman like manner
care being taken not to damage the pan in the process of fixing. If damaged in any way, it shall
be replaced at no cost to the Employer. The pan shall be fixed on a proper base of cement
concrete 1:2:4 mix (1 cement: 2 coarse sand: 4 stone ballast 20mm. nominal size) taking care
that cushion is uniform and even without having any hollows between the concrete base and pan.
Joining between the pan and finished floor shall be neatly done and no hair cracks shall be visible.
Joining between the outlet of pan white trap shall cement concrete and water proofing compound
and made leak proof.

3.7 Mixing Fittings:


Mixing fittings shall be C.P. brass of approved quality with modern head for hot and cold for
spray and rim with diverter.

3.8 Angle Valve:


Angle valve shall be of 12.7mm dia. C.P. brass with C.P. cap and c.p. nipple .The connection
between angle valve and supply line laid in chase shall be made in a manner so that the union is
flush with finished face of the wall and no threaded portion of the angle valve or supply line is
visible.
3.9 Urinals
Urinals shall be lipped type half stall white glazed vitreous china of size 610 x 400 x 380 mm
size. Flat back urinals shall be provided with 15 mm dia. spreader, 32 mm dia. PVC bottle trap
with pipe and wall flange, and shall be fixed to wall by one CI bracket and two CI wall clips
complete as recommended by manufacturer's directives with approval by Engineer. Urinals shall
be fixed with CP brass screws.
Urinals may be flushed with CP flush valves and spreader, if given in the schedule of
quantities and as described in the item
Waste pipes shall be concealed by chasing into the walls as directed by the Engineer.
Specifications for waste pipes shall be same as given in the relevant section of this specification.
Urinal partition shall be white glazed porcelain of size 680 x 300 mm (division plate).

Page 16
Technical Specification of Sanitary Works

3.10 Wash Basin


Wash basins shall be white glazed vitreous china size, shape and type specified in the schedule
of quantities, as shall be approved by the Engineer. Each basin shall CI brackets and clip-sand
the basin securely fixed to wall. Placing of basin over the brackets without secure fixing shall
not be accepted. They shall be provided & fixed in place early so that the built up vanity may
be installed in sufficient time to comply with completion dates. Each basin shall be provided
32mm dia. C.P. Waste Coupling with C.P. Chain and Rubber plug, 32mm dia. C.P. or pvc P or
S trap ,15mm dia. C.P. Bib-cock/mixer, pipe connector etc. fittings as given in the schedule of
quantities. Each basin shall be provided with mixing fitting or pillar tap as specified in the Bill
of Quantities and/or as approved by the Engineer. Basins shall be fixed at proper heights as
shown on drawings. If heights are not specified, the rim level shall be 79cms or as directed by
the Engineer.
Note:
• Rectangular wash basin shall be furnished with full pedestal
• Oval washbasin shall be installed with counter slab as shown in drawings.

3.11 Sinks
Sinks shall be stainless steel as specified in the schedule of quantities. Each sink shall be provided
with CI brackets and clips and securely fixed. Counter top sinks shall be fixed with suitable
angle iron clips or brackets as recommended by the manufacturer. Each sink shall be provided
with 32 mm dia. C.P. waste coupling with C.P. chain rubber plug,32 mm dia. bottle trap with
clean out hole and plug ,15 mm dia. C.P. Sink cock. Fixing shall be done as directed by the
Engineer and shall be coordinated with the Interior Fit-out Program. Supply fittings for the sinks
shall be fittings or CP cock/mixer as specified in the Bill of Quantities.

3.11.1 Fixing:
The sink shall be laid in wall in a workman like manner care being taken not to damage the sink
in the process of fixing. If damaged in any way, it shall be replaced at no cost to the Employer.
The sink shall be fixed on a proper base of cement concrete 1:2:4 mix (1 cement: 2 coarse sand:
4 stone ballast 20mm. nominal size) taking care that cushion is uniform and even without having
any hollows between the concrete base and sink. Joining between the sink and wall shall be
neatly done and no hair cracks shall be visible. Joining between the outlets of sink shall be made
leak proof.

3.11.2 Stainless Steel Scrub Sink/sluice/sterilization sink


Stainless Steel Scrub Sink, sluice, sterilization sink shall be of shape and type as specified in the
Bill of Quantities. The scrub sink shall be fabricated from 340 quality prime grade of 16 SWG
stainless steel as per bill of quantity. The sink shall be fitted with a 32mm waste coupling and
joined to the wall drain pipe. The sink is fabricated by fabricator with the equivalent quality.
Fixing
The sink is fixed to the wall with nickel-painted pan head screws and mild steel brackets as
indicated in the drawings.
The fittings shall be 15mm elbow-operated mixer of approved make.

Page 17
Technical Specification of Sanitary Works

3.12 Towel Rail


Towel Rail shall be of C.P. brass heavy quality of size 15mmx450mm.

Fixing
Brackets shall be fixed to wall by means of C.P. brass screws to wooden plugs or crawl plugs or
dash fasteners firmly embedded in the wall or as directed by the Engineer.

3.13 Toilet Paper Holders


Toilet Paper Holders shall be of chrome plated brass heavy quality of size as specified in Bill of
Quantity.

3.14 Commode Spray


Commode spray shall be of chrome-plated brass with 1.2m long flexible type as specified in Bill of
Quantity.
Fixing
These shall be fitted in recess in masonry on 80mm thick cushion of cement concrete 1:2:4 and
jointing to the masonry with white cement or with approved materials to match with dado work.

3.15 Soap Dish:


Soap Dish shall be of chrome plated brass heavy quality of size as specified in Bill of Quantity.
Fixing:
These shall be fitted in recess in masonry on 80mm thick cushion of cement concrete 1:2:4 and
jointing to the masonry with white cement or with approved materials to match with dado work.

3.16 Rob Hook:


Rob hook hall be of CP brass heavy quality of size as specified in the below quantities
Fixing:
These shall be fitted in recess in masonry on 80mm thick cushion of cement concrete 1:2:4 and
jointing to the masonry with white cement or with approved materials to match with dado work.

3.17 Mirrors
Mirrors shall be electro-coated copper 5.5mm thick of guaranteed quality and reputed make. The
size shall be as specified in the Bill of quantities & the drawings. The image shall be clear and
without waviness at all angles of vision. Mirrors shall be provided with plastic frame fixed with
CP brass semi-round headed concealed screws and cup washers or CP brass clamps as specified
or instructed by the Engineer.

3.18 Shower Set


Shower set shall comprise of Stainless Steel wall mixer with diverter for spout and shower head
with short bend as specified in the Bill of Quantities. Each shower set shall be provided with
spout of approved quality to be approved by the Engineer or as specified in the Bill of Quantities
or detailed as per the drawings. Wall mixer or diverter shall be so fixed to allow for tiled or other
finishes as keeping the wall flange clear off the finished wall.

Page 18
Technical Specification of Sanitary Works

3.19 Accessories
The Contractor shall install all chromium plated and porcelain accessories as shown on the
drawings in compliance to the manufacturer's specifications directed by the Engineer, and given
in the Bill of Quantities. All CP accessories shall be fixed with CP brass half round head screws
and cut washer in wall with raw plugs and shall include cutting and making good as directed by
him. Porcelain accessories shall be fixed in walls and set in cement mortar 1:2 mix (1-part cement
and 2 part fine sand) and fixed in relation to the tiling work.

3.20 Measurement
Unit of measurement shall be based on the number of fixture. Rate for providing and fixing of
sanitary fixtures, accessories, urinal partitions shall include all items, and operations stated in the
respective specifications and Bill of Quantities, and nothing extra is payable. Rates for all items
under specifications above shall be inclusive of cutting holes and chases and making good the
same, CP screws, nuts, bolts and any fixing arrangement required and recommended by
manufacturers, testing and commissioning.

4 WATER SUPPLY WORKS

4.1 Scope
Work under this section consists of furnishing all labour, materials, equipment and appliances
necessary and required to completely install the water supply system as required by the drawings,
specified hereinafter and given in the schedule of quantities. Without restricting to the generality
of the foregoing, the water supply system shall include the following:
• Connecting the mains supply to the designed tanks as per the drawings.
• Control valve, masonry chambers and other appurtenances.
• Connections to all plumbing fixtures, pantries and overhead tanks.
• Excavation and refilling of pipe trenches.
• Pipe protection and painting
4.2 General Requirements
All materials shall be new of the best quality conforming to specifications. All works executed
shall be to the satisfaction of the Engineer. Pipes and fittings shall be fixed truly vertical,
horizontal or in slopes as required in a neat workman like manner. Short or long bends shall be
used on all main pipelines as far as possible. If HDPE, Ppr, Pvc,Cpvc,multilayer pipes are used
then methods approved by the manufacturer shall be used. Pipes shall be fixed in a manner as to
provide easy accessibility for repair and maintenance and shall not cause obstruction in shafts,
passages, etc. Pipes shall be securely levelled to the required slopes & fixed to walls and ceilings
by suitable clamps at intervals specified. Valves and other appurtenances shall be located to
provide easy accessibility for operation, maintenance and repairs.

4.3 GI Pipes, Fittings & Valves


All pipes inside the building and where specified, outside the building shall be galvanized steel
tubes conforming to IS 1239-1979 of class specified. When class is not specified they shall be
of medium class. Fittings shall be malleable iron galvanized fittings of approved make. All
fittings shall have manufacturer's trademark stamped on it. Fittings of GI pipes shall include
Page 19
Technical Specification of Sanitary Works

couplings, bends, tees, nipples, reducers, unions, and bushes. Fittings shall be IS 1979 (part I to
X) 1975. Pipes and fittings shall be joined with screwed fittings. Care shall be taken to remove
butt from end of pipe after cutting by a round file. Genuine red lead with grumet and a few
strands of fine hemp shall be applied and seal tape shall be used for C.P fittings and gate valves.
All pipes shall be fixed in accordance with layout and alignment shown on drawings. Care shall
be taken to avoid air pockets. GI pipes inside toilets shall be fixed in wall chases well above the
floor. No pipes shall be run inside a sunken floor unless specifically instructed. Pipes shall be
run under ceilings or floors and other areas as shown on drawings.

4.4 Chlorinated polyvinyl chloride (CPVC) pipes and fittings

Chlorinated Polyvinyl Chloride (CPVC) water supply Pipes should be of standard dimensional
ratios SDR 11(class 1). All CPVC Pipes and Fittings should be made from identical CPVC
compounds having the same physical properties. Pipes and fittings should be product of SDR 11
meet the requirement of ASTM D 2846, specific to Copper Tube Size dimension.

Pipe Temperature Pressure Rating


(0C) (kg/sq cm)
SDR 11 27 27.6
82 6.8

The joints should be dame of ASTM F-493 Solvent Cement Application.

Horizontal and vertical pipes should be supported by pipe clamps or by hangers not less
than 75 cm and as per requirements.

Threaded CPVC fittings with tapered pipe threads should be used with a suitable thread
sealant to ensure leak proof joints.
The diameter and thickness corresponding as tabulated below.

NominalSize(mm) OD (mm) Wall thickness (mm)


15 15.9 1.73
20 22.2 2.00
25 28.6 2.60
32 34.9 3.20
40 43.3 3.80
50 54 4.90

The joint of pipes and fitting shall be either threaded joint or solvent cement joint as
directed in above codes.

Complete installation of CPVC pipes include supply of pipes and necessary fittings such
as Tees, Bends, Reducers, Crosses, Unions, socket, elbow, crossover, transition piece, transition
joint, end cap, clamp etc. with both male and female of respective fittings, chasing in wall or
floor and repair to original finish, laying and jointing of pipes and fittings and pressure testing.
All water supply CPVC pipes, fittings and valves shall be tested by hydrostatic pressure of at
Page 20
Technical Specification of Sanitary Works

least 10 kg/cm2. Pressure shall be maintained for a period of at least 24 hours without appreciable
drop in the pressure.
In addition to the testing carried out during the construction, the Contractor shall test the
entire installation after connections to the plumbing systems. The Contractor shall rectify all
leakage, and shall replace all defective materials in the system.
After commissioning of the water supply system, the contractor shall test each valve by
closing and opening it a number of times to observe if it is working efficiently. The valves, which
do not operate effectively, shall be replaced by new ones at the Contractor’s cost and tested as
above. Upon completion of all the test and necessary replacements, all water piping shall be
disinfected as below:
After thoroughly flushing the system with clean water, the system shall be filled with a
measured quantity of sodium hypo chloride solution to the water to give free residual chlorine
of 5 mg/1itre. After 1 hour of retention, the system shall be drained, re-flushed and returned to
service.

Measurement
Measurement for the Contract Item CPVC pipes shall be made per running meter and the rate
shall be inclusive of all fitting, clamps, cutting, chases and hooks in wall and floor and making
good the same and testing of pipes and fittings.

4.5 Clamps
Holder bat clamps for supporting of CPVC, UPVC and other pipes shall be of standard design
and fabricated from MS 12mm bolts and nuts. They shall be painted with two coats of black
Japan paint before fixing. MS clamps shall be of standard design and fabricated from MS flat 40
x 3mm thick.

Structural clamps shall be fabricated from mild steel structure section e.g. rods, angles,
channels, nuts, bolts, welding and painting the clamps with one coat of red oxide. The clamps
shall be fixed as per drawing and instruction. Alternative – installation of a galvanized metal
channel system with accessories (i.e. Hilti –MN, ML series system with pipe clamps, and
hangers. Where MS clamps are to be fixed on RCC column or slotted angles, walls or beam they
shall be fixed with 40 x 3mm flat iron `U' type CPVC clamps with anchor fasteners of approved
design or 6 mm nuts and bolts. Structural clamps shall be fabricated from MS structural members
e.g. rods, angles, channels, flats as per detailed drawings or as directed. The Contractor shall
provide all nuts, bolts, welding and paint the clamps with one coat of redoxide. Wooden saddles
shall be provided free of cost but structural clamps shall be paid separately by weight.

Slotted angle/channel supports on walls shall be provided wherever shown on drawings.


Angles/channels shall be of sizes as approved by the A/E. Angles/channels shall be fixed to brick
walls with bolts embedded in cement concrete blocks and to RCC walls with suitable expansion
bolts or fasteners using electrical drilling for making holes. The spacing of support bolts
horizontally shall not exceed 1m. Wherever MS clamps are required to be anchored directly to
brick walls, concrete slabs, beams or columns, nothing extra shall be payable for clamping
arrangements for making good with cement concrete 1:2:4 mix as directed by the A/E.

CPVC and other pipes through ceiling shall be supported by MS bars.

Page 21
Technical Specification of Sanitary Works

4.6 Unions
The Contractor shall provide adequate numbers of unions/flanges on all pipes to enable
dismantling later. Unions shall be provided near each gunmetal valve, stop cocks or check valves
and on straight runs as necessary at appropriate locations and required and/or directed by the
Engineer.
4.7 Flanges
Flanged connections shall also be provided on all equipment connections as necessary and
required or as directed by the Engineer. Connections shall be made by the correct number and
size of bolt-sand made with 3mm thick insertion rubber washers. Where hot water or steam
connections are made insertion gasket shall be of 1.5mm thick compressed fiber gaskets
approved by the Architect. Bolt hole diameter for flange shall conform to match the specification
for CI sluice valve to IS 780.

4.8 Trenches
All pipes below ground level shall be laid in trenches and shall have a minimum cover of 60cms.
Excavation for trenches shall be done as specified in subsequent pages of this documents but the
width and depth of the trenches shall be as follows:

Dia. of pipes Width of trenches Depth of trenches


15mm to 50mm 30cms 75cms
65mm to 100mm 45cms 100cms
Where specified all pipes in trenches shall be protected with fine sand 15cms all-round
before filling in the trenches.

4.9 Pipe Protection


Where specified in the schedule of quantities all pipes in chase or below ground shall be protected
against corrosion by applying two coats of bitumen paint, wrapping with polythene tape and
finishing with one more coat of bitumen paint.

4.10 Valves
Valves 65mm dia. and below shall be heavy gunmetal full-way valves or globe valves
conforming to IS 778-1971 class I. Valves shall be tested at the manufacturers with test results
and their name stamped on it. The Engineer shall approve all valves before they are allowed to
be used in the works.

4.11 Air Valves


Air valves shall be provided in all high points in the system to prevent air locks, as shown on the
drawings or directed by the Engineer. Air valves shall be gunmetal or CI of size as specified in
the Bill of Quantities. Each air valve shall be provided with an isolation gunmetal full-way valve
for size 65mm dia and below and CI double flanged valve 80mm dia. and above.

Page 22
Technical Specification of Sanitary Works

4.12 Scour Valves


Scour valves shall be provided at all low points in the system as shown on drawings or directed
by Engineer. Valves shall be gunmetal full-way valves for sizes 65mm dia and below and CI
double flanged valves 80mm dia. and above.

4.13 Valves
Valves shall be heavy gunmetal full way gate valves or non return valves conforming to I.S.
7781964 (Class – I) valves shall be tested at manufacturer's works to 21 kg/sq.cm and shall have
manufacturer's name stamped on it. All valves shall be approved by the Engineer before they are
allowed to be used on work.

4.14 Bib Cocks


All brass bib cocks shall be of chromium brass heavy type with CP flange bright finished with
renewable leather washers conforming to I.S. 781-1967. The weight shall be as follows:

Diameter Stop Cocks Bib Cocks


Mm kg kg
15 0.40 0.40
20 0.75 0.75
25 1.30 1.25

4.15 Ball Cocks


Ball cocks used for storage tanks shall be high or low pressure ball cocks with brass lever rods
and polythene ball floats. The ball floats shall conform to Indian Standard which shall be hammer
tested.

4.16 Manhole Frames & Cover for Water Tanks


Each tank shall be provided with adequate number of C.I. lockable type manhole frames and
standard cast iron tank covers as specified in Bill of Quantities. Manhole covers shall be of sizes
shown on drawings and shall be approved by the Engineer.
Concrete tanks:
• The Contractor shall provide puddle flanges fabricated from MS/GI pipes of required sizes
and lengths and welded to 5mm MS plates. All puddle flanges must be fixed in true alignment
and level and shall be back welded to the reinforcement to prevent movement during concreting.
• The Contractor shall make connection of pipelines laid and fixed by him to concrete,
masonry or steel tanks as required at site. No additional payment shall be allowed for making
connections.

4.17 Measurement
Pipes above ground shall be measured per running meter (to the nearest cm) and the rate shall be
inclusive of all fittings including unions, elbows. Clamps, cutting chases and hooks in wall and
floors and making good the same and testing of pipes and fittings.

Page 23
Technical Specification of Sanitary Works

Pipes below ground shall be measured per running meter and the rate shall be inclusive of all
fittings including unions, excavation for trenches refilling and disposal of surplus earth and
testing.
Gunmetal valves, non-return valves, ball cocks, foot valves, stop cocks, bib cocks, shall be
measured by number.
For Painting for pipes with enamel or black bituminous paint, no separate payment shall be
admissible.
Protection to pipes with polythene tape shall not be measured separately.

5 PIPE INSULATION

Pipe Insulation: THERMAL INSULATION TUBES:-Providing and fixing in position 6 mm


wall thick Aero flex thermal insulation tubes for Insulation to hot water line pipes as per need
joining and covering with Aero seal adhesive and ever seal tapes as and where required and also
Aero coat paints to exposed pipe lines etc. all complete as per instruction of the Engineer, all
complete

6 STORAGE TANKS

6.1 General
The Contractor shall provide and install Storage tanks in accordance with the Detailed Drawings
and as specified in Bill of Quantities and in the location shown on the Plans.
The Contractor shall provide inlets, outlets, and overflow pipes, socket for float level
switch and inter connection. The overflow and vent pipes shall be provided with a mosquito
proof brass net. The vent pipes of size mentioned shall be provided with bends and pieces of
pipes facing downward. The holes in the tanks for the inlets, outlets, overflows, etc. shall be
made as per the manufacturer's specifications.

6.2 RCC Storage Tanks


RCC storage tanks shall be constructed as per the Drawings. The Contractor shall provide puddle
flanges fabricated from GI pipes of required sizes and welded to 300 x 300 x 6 mm MS plate.
All puddle flanges must be fixed in true alignment and level and shall be tack welded to the
reinforcement bar to prevent movement during construction.
The Contractor shall make connections of pipe lines laid and fixed by him to existing
concrete, masonry or steel tanks as required at site. No additional payment shall be allowed for
making connection.

6.3 Stainless steel water tank


The tank shall be vertical or horizontal types as required. The tank shall be made of 304 grade
steel with inlet outlet, over flow etc. The tank shall be confirmed to the drawing.

6.4 Support for Overhead Water Storage Tanks


The tanks where required shall be on the roof top over an elevated RCC platform other structural
members as shown on the Drawing. The tanks shall be put in such a manner that the bottoms of
Page 24
Technical Specification of Sanitary Works

all the tanks have a sufficient bearing. The Contractor shall provide all supporting and fixing
devices (such as mild steel ring around the tanks with anchoring members) necessary to fix the
tanks and fitting securely in position as per the manufacturer's Specifications. The fixing devices
shall be rigidly anchored into the building structure. All the devices shall be rust proof and shall
be so fixed that they do not present any unsightly look.

Page 25
Technical Specification of Sanitary Works

7 PLUMBING FIXTURES

7.1 Electric Water Heater


Water heater shall be complete packaged unit with insulated heavy gauge factory painted metal
casing as shown on the Drawings. Electric heaters shall have glass lining with magnesium anode
rod, ceramic heating element, anti-mixing baffle (to avoid quick mixing of cold and hot water)
and nylon bushes in order to avoid electrolysis problems.
Electrical heaters shall be provided with double safety thermostat and safety valve.
Electric heaters shall be furnished with cord and plug for connection to grounded sockets. Size
as indicated on Drawings.
7.2 Plumbing Fixtures
Plumbing fixtures shall be new free from flaws and blemishes and shall have a clear smooth
surface. Fixtures shall be white in colour unless stated otherwise. Visible parts such as trim,
supplies, traps, etc. shall be heavy chrome plated brass.
Each fixture shall be provided with a trap and with loose key compression stops in
addition to a valve or faucet on the fixture.
Each fixture shall be piped up with domestic hot water as applicable and cold water,
waste and vent in accordance with the schedule.
Chrome Plated (CP) Brass Fittings All mixers, fittings, bib cocks, etc. shall be of the best
quality heavy pattern of approved make. All CP fittings shall be fixed in a neat workmanlike-
manner and shall not carry tool mark and scratches. All valves shall carry identical CP handles
(Knobs) approved by the Engineer.

8 MANHOLE AND CHAMBERS


All manholes, chambers, septic tanks and other such works designated to be constructed shall be
as specified in the Schedule of Quantities.
All manholes, chambers, septic tanks, etc. shall be supported on a base of cement concrete of
such thickness and mix as given in the Schedule of Quantities or shown on the Drawings.
All manholes shall be provided with cement concrete benching in 1:2:4 mix. The
benching shall have a slope of 100 mm towards the channel. The depth of the channel shall be
the full diameter of the pipe. Benching shall be finished with a floating coat of neat cement.
All manholes shall be plastered with 12 mm thick cement mortar 1:3 (1 cement: 3 coarse
sand) and finished inside with a floating coat of neat cement. Manholes shall be plastered outside
as above cut with rough plaster.
All manholes with depths greater than 1.2 m shall be provided with 20 mm square or 25
mm round rod catch rings set in cement concrete or brickwork in 1:2:4 mix, 300 mm vertically
and staggered. Catch rings shall be coated with tar before embedding.
All manholes shall be provided with reinforced cement concrete slab cover of 100mm
thick.

8.1 Making Connections:


The Contractor shall connect the new sewer line to the existing manhole by cutting the walls,
benching and restoring them to the original condition. A new channel shall be cut in the benching
of the existing manhole for the new connections. The Contractor shall remove all sewage and
water if encountered in making the connection without additional cost.

Page 26
Technical Specification of Sanitary Works

8.2 Septic Tank


The septic tank shall be constructed as per the detailed drawing and item provided thereof in
particular.
Excavation for the septic tank is to be excavated in open trenches etc., to true lines and
depth as per invert level of the inlet manhole as shown or required including planking and
shuttering as necessary. The inlet level, bottom level and outgoing level must be properly
followed as per the Drawing and direction and the septic tank should be air tight, water tight, and
light is also excluded to help decomposition of the sewage.
Septic tank should be initially filled with water, disinfections should not be used beyond
very small quantities which may be absolutely necessary. Since they kill bacterial life and the
septic tank will not function. Soap and grease from bathrooms are also harmful.
All level pegs for inlet and outlet pipes and invert level shall be approved by the Project
Engineer prior to proceeding to work.

8.3 Soak Pit


The soak pit work shall be done as per the Drawing. The earthwork in excavation shall be carried
out to the exact dimensions given in the Drawing. The soak pit shall be constructed and
honeycomb dry machinery shaft as per the Drawing. Round the shaft and within the radius of
given measurement shall be placed well-burnt brickbats. Brickbats of sizes 50 to 80 mm shall be
packed round the radius of given measurement. The top of the slab shall be as per the Drawing
or direction of the Project Engineer.

8.4 Pumps
Pumps shall be KBS/Grundfos/Wilo or equivalent brand of said capacity and installed in pump
house or shed including its structure and base plate as per drawings or supplied drawings. The
pumps shall be installed with all wiring and electrical fixtures such as switches, wires, light, low
and high level guard and pump control panel.

8.5 Measurement
Measurement of works shall be made in unit piece of works as specified.

8.6 Color code


Pipe for various uses shall be painted with colour code for pipes as approved by the Project
Engineer.

9 SANITARY AND SEWER PIPES

9.1 HDPE / PVC Pipe system


Material
HDPE pipes shall confirm to NS 206/2046 or other equivalent standards. The High Density
Polyethylene shall be of high quality and of wall thickness conforming to a working pressure of
4.0 Kg/sq.cm. The pipe shall be manufactured using virgin GM 5010 T2 raw materials as
manufactured by Panchakanya Plastics or equivalent.
Fitting shall be of high density polythene pipe of series II, made at site there from shall be
true to shape, smooth and cylindrical, their inner and outer surface being as far as practicable
concentric. These shall be sound and cast so as to be free from cracks, pinholes or other
imperfections.
Page 27
Technical Specification of Sanitary Works
Fixing
Jointing, laying and testing shall be as per the manufacturer’s specifications. Pipes shall
be of color specified by the Project Engineer. Fitting for HDPE pipes shall include couplings,
tees, bends, elbows, unions, reducers, nipples and plugs. Outlets of suitable diameter for
connection to the appliance shall be provided.
No joints shall be covered until these are checked and tested by the Project Engineer. Inlet
and outlets of levels of the soil pipe and waste pipe line shall be strictly followed (Peg marking
to be approved).
Measurement
HDPE pipe shall be measured per running meter and fitting per number as stated in the BOQ.

9.2 RCC Hume Pipes

RCC Hume Pipes shall be socket and spigot joint and class shall be NP2 or NP3 as specified in
BOQ. Unless specified otherwise, pipe shall be lowered into the trench and installed singly. Pipes
shall not be joined until after they have been lowered into the trench.
The line and levels of the pipeline are shown approximately on the drawings. The pipes
shall be accurately installed to the lines, levels, grades and positions set out by the contractor
from data given on the drawings or supplied to him by the Engineer. The excavated bed shall be
properly compacted. Pipe shall rest on the 100mm thick sand bed for the full length of the pipe
barrel. Earthwork in excavation and back filling, concreting works shall be according to the Civil
Works specification.
The contractor shall keep the interior of pipes clean and free from water, dirt, stones or
other foreign matter as installation proceeds and at the end of day’s work or at other times when
installation work is not proceeding, the open ends of pipes shall be sealed off by a wooden plug
or approved stopper.
The pipe trench shall be kept free from water all the times. The contractor shall take all
necessary precautions to prevent the pipe from floating due to water entering the trench from any
source, and shall assume full responsibility for any damage due to this cause. It shall be at the
contractor’s expense to restore and replace the pipes to its specified condition and grade if it is
displaced due to floating.
The contractor has to take necessary precautions including shoring of trenches and
dewatering from trench, if necessary, without any extra cost.

The collar of each pipe shall be placed home in the socket of the one previously laid, and the pipe
then adjusted and fixed in the correct position with the spigot of the pipe accurately centred in the
socket. A ring of gasket in or tarred rope yarn shall be inserted in the socket of each pipe
previously laid and driven home with a wood caulking tool and wooden mallet, such yarn when
in position shall not occupy more than one quarter of the total depth of the socket. The socket
shall then be completely filled with cement sand mortar of 1:2 and a fillet shall be protected by
means of a cover of damp jute which shall be kept moist for at least 24 hours after forming.

Page 28
Technical Specification of Sanitary Works

Measurement
Measurement for sewer installation will be taken from inside of manholes and all specials shall
be included in the linear measurement (in running meters). No extra measurement will be done
for trench excavation, dewatering, shoring of trenches, PCC bedding, supply and installation of
RCC Hume pipes and specials, trench back filling with proper compaction, resealing of original
floor or ground finish etc.

9.3 SOLAR WATER HEATER


9.4 General Requirement
Each solar water heater shall be 1.6 sq.m absorber collector with integral insulated hot water tank
of 200 /300/400 litres capacity .The collector plate will be of 15 dia GI pipes running vertically
collector plate will be of 15mm dia G.I pipes manifold at the bottom, at 90 mm c/c, welded to
25mm dia G.I pipe manifold at bottom, the 15 mm dia G.I pipes supply fittings and wired on to
corrugation of 1830 X 830 corrugated G.I sheet. The collector surface shall be painted with 1
coat of red lead primer and two coats of blackboard matt black paint. The under side of collector
plate (where it rest on 50mm fibre glass wool )shall be painted with 1 coat of red lead primer and
two coats of white enamel.
Single glazing cover shall be 4 mm clear glass with the fully weatherproofed 25mm, air
gap between the glass and collector surface .There shall be 50mm deep fibreglass wool insulated
beneath and around the side edges of the collector plate. A 25mm drain pipe shall be provided
with plug or end cap at the lowest part of the solar panel.
The top end of the G.I pipes running vertically shall enter and be welded to a 90 litre hot
water tank lying across the top and of the solar panel, this tank, if of oxy-acetylene gas welded
joint, is to be of gauge thickness 10 SWG .If of arc welded, the tank shall not be of gauge thinner
than the 10 SWG. The tank shall be painted with the 1 coat of red lead primer and 2 coats of
white enamel .There shall be a vent pipe of 15mm dia. rising from the central topmost portion of
the insulated hot water tank, from which the hot water supply is also drawn off the vent pipe
rises from the tank.
The hot water shall be insulated with 75mm thick fiberglass wool all around and the whole
solar panel plug insulated hot water tank encased in a weather proof box of 24 BWG G.I sheet
(unpainted).
Minimum vertical distance between the bottom of cold water storage tank and top of the
solar panel /hot water storage shall be 600mm .The whole solar collector tank system shall be
mounted on stout framework of GI pipes or MS Angles at40°- 45° to the horizontal and facing
south ,clear of any shadowed areas throughout the year. The frame shall be fitted with foot rest
plates 150mm X 150mm & sat on Tow elf pads in order to avoid damage to the both roof deck
finish and to the absorbed set.
A material used in the construction of the solar heater shall be clean, free from dust, rust,
oil, or other blemishes. Welded joint should be thoroughly tapped and brushed free of welding
scale, residue etc. The solar water unit is to be able to withstand a pressure maximum of 2 kg/cm²
(20m vertical head ) the system shall be pressure tested and flushed before installation ,and shall
be pressure tested again after installation to the satisfaction of Engineer.

Page 29
Technical Specification of Sanitary Works

9.5 Measurement:
Unit of measurement shall be based on the number. Rate for providing and fixing of solar heater
with (booster) electric rod with thermostat of 3 k.w. shall include all items, and operations stated
in the respective specifications and Bill of Quantities, and nothing extra is payable.

10 TESTING AND COMMISSIONING

10.1 Testing and Commissioning:


Piping shall not be buried, concealed or insulated before being properly tested.
The tests shall be carried out in accordance with the requirements of all authorities having
jurisdiction.
Storm waste and sanitary drainage systems within the building shall conform the
following:
The tightness of joints and the soundness of piping shall be tested in the presence of the
Engineer. After drains and roof leaders have been placed in position and branches installed, but
before the fixtures have been set and connected or the main drain has been connected
permanently to the sewer.
The test shall be carried out in the following manner. Openings and pipe ends throughout
the work shall be securely closed by means of approved plugs and the entire system, including
rising stacks, rain- water leaders, branches to the fixtures and all horizontal mains and drains
shall be filled with water up to the top of the highest opening. This water shall stand at the same
level for not less than two hours. Another test shall be made of the entire plumbing system after
the fixtures have been set and the main sewers connected to the drains. This test shall consist of
turning the water into all pipes, fixtures and traps in order that any imperfect material or
workmanship may be detected.
Where it is impossible to test the whole system at any time, it may be divided into parts.
A smoke test shall also be made and any other test required by the Engineer.
Any leaks discovered shall be made tight while the system is under pressure. If this is impossible,
the pipe, etc. shall be removed and refitted and the test reapplied until satisfactory results have
been obtained.

10.2 Water Piping:


Water piping shall be tested at 10 kg per sq. cm pressure for a period of not less than 24 hours.
The pressure must remain constant for the period and the leaks, if any, shall be made tight while
the system is under pressure. If this is impossible, the joint shall be re-made and the test reapplied
until satisfactory results have been obtained.

10.3 Disinfection
Before being placed in service, all sanitary water piping shall be thoroughly flushed and
chlorinated by the application of a chlorinating agent which shall calcium or sodium hypo
chloride obtained from an approved manufacturer.
The chlorinating solution shall have a chlorine dosage of 50 ppm and shall be injected into
the system at one end through a cock or tapped connection. All valves and accessories on the
system shall be operated to ensure treatment of entire system. The solution shall be retained in
the system for a period of at least 24 hours. At the end of this period the water shall be flushed

Page 30
Technical Specification of Sanitary Works

from the line at its extremities until the water at these points is of the same quality as the source
of supply.

10.4 Commissioning and Testing

Before commissioning and testing of fixtures, the Contractor shall ensure that all soil and waste
stacks and drainage system are connected to the respective manholes and the out fall. He shall
also ensure that the water supply system has been commissioned and tested.

Fixtures shall be cleaned and all debris and dirt removed. All stickers, labels, etc. shall be
removed with hot water.

Cold water shall be let in each fixture individually. The fixtures shall then be observed for
any leakage or drip at inlet and outlet connection. The rate of flow for each fixture shall be
adjusted by control valves. All defective part shall be replaced and retested.

After commissioning of the cold water system, water heaters shall be charged with hot
water. After expelling all air in the system by allowing the water to flow through the tap for some
time, the heaters shall be switched on. Each heater shall be observed for any leakages and its
thermostatically controlled operations. If necessary, thermostats shall be reset and any leakage
or defects in the heater repaired or replaced.

On satisfactory testing and commissioning of the fixtures, the Contractor shall clean all
fixtures and accessories by a suitable detergent and hand over the bath room in absolutely clean
and usable conditions.

The Contractor shall remove all debris, dirt and surplus materials caused by the work. The
system shall be left complete and ready for use.

11 FIRE HYDRANT SYSTEM


o The scope of work covered in this specification shall also include the information
contained in the NBC Code and following IS specification.
▪ IS: 1648 – 1961
▪ IS: 3614 – 1966
▪ IS: 3844 – 1966 o General: Provide complete wet riser pipe system, all of approved
manufacture. Notwithstanding any other provision elsewhere in the contract, the sole
responsibility of supplying and installing the complete installation totally and finally acceptable
to the local Fire Brigade and the Regional council of Fire section, rest entirely with the contractor
and the contractor shall obtain certificate to the effect from the authorities concerned
o All pipes, fittings and accessories of the entire installation should be painted with one coat
of approved quality primer and two coats of anti-corrosive paint of approved quality and shade.
The rate quoted for supplying and fixing shall include for painting as well.
o Pipe installation & fittings: All supply pipes shall be of heavy duty 'C' class MS seamless
pipe SH:40 or approved equivalent to that required by the local Fire Brigade and THE
REGIONAL COUNCIL OF FIRE SECTION as follows:

Page 31
Technical Specification of Sanitary Works

• Wrought iron pipes shall be GI treated and fixed in accordance with the Fire Brigade
Department's requirements. As far as possible, it is preferred to have all pipes joints welded with
flanges.
• The joints shall be distributed in normal conformity with local fire brigade requirements,
if any, and in consultation with Engineer for case of future maintenance, repair and inspection.
They shall be secured clear off the wall surface by means of C.I. or M.S. holder bat clamps or
brackets.
• Flanges: All flanges shall be as per IS table.

• Fittings: All fittings such as bends, tees, elbows and reducers etc. shall be fabricated out
of pipes of quality as approved.
• Control Valves: All main control valves other than in the cabinets shall be of cast iron,
sluice type, manufactured by approved make.
• Check Valves: All check valves shall be REC II type, specially designed to close without
shock under conditions of rapid arrestation or reversal flow in water columns working on a
pressure of 10 kg/cm² manufactured by approved make.
o Fire Hose Cabinet: Provide fire hose cabinets of approved manufacture and size with 30”
X24” to two hose length of 15m each and one branch pipe with locking arrangement. Fire Hose
Cabinet.
▪ Cabinet shall consist of 65mm dia hose reel with 30m length or (15mX 2) gun metal
branch with nozzle coupling reel.
▪ All fire hose cabinets shall be sized to receive landing valve, hose reel and fire
extinguishers. The word FIRE HYDRANT shall be painted on cabinets.
Hose Reel: Swinging hose reel with 19mm hydraulic rubber braided hose 36m long, swinging
up to 170° nozzle shape reel carrier, with drum set all complete.

Shock Control: Provide MS fabricated air cushion tanks on top of each riser of 225mm dia. and
1200mm long with shut off drain and air release valve as shown.

Page 32
Technical Specification of Sanitary Works

12 MAKE OF EQUIPMENT AND APPROVED MANUFACTURERS

S. No Description Manufactures/Brand Name


Part I Sanitary Plumbing Installation

A. Sanitary Fixture and Faucets


1. Vitreous China Sanitary ware a. Parry ware Sanitary ware
b. Hind ware Sanitary Ware
c. Cera or Approved Equivalent
d. Somany Sanitary ware
2. C.P. brass Faucets, Wastes, Traps etc. a. Parry ware, Jaquar or approved
equivalent
b. ARK
c. Ess-Ess or Essco
3. C.P. Flush Valves for W.C. a. Parry ware, Jaquar or approved
equivalent
b. Ark, Ess-Ess, Essco or Approved
equivalent
4. C.P. Angle Valves (Ball Valve Type) a. Parryware, Jaquar or approved
equivalent
b. Ark, Ess-Ess, Essco or approved
equivalent
c. Essel or approved equivalent
5. C.P. Bathroom Accessories (toilet a. Parryware or approved equivalent
paper Holder, Glass shelf, Towel b. Jaquar
Rod, Soap tray etc) c. ESS ESS or approved equivalent
6. C.P. Wastes, Spreaders, Urinal Flush a. Parry ware, Jaquar or approved
Pipe equivalent
b. Jaquar
c. ESS ESS or approved equivalent
7. Stainless steel Kitchen Sink a. Jayna
b. Nirali or approved equivalent
B. Pipe and Fittings
1. UPVC Soil, Waste & Vent pipes and a. Panchankanya or Approved
fittings equivalent.
b. Marvel
c. Nepatop
d. Supreme
2. G.I. Pipes a. Hipco
b. Jindal, Hissar or Approved
equivalent
3. G.I. Fittings a. R’ Brand
b. Unik Brand
c. Sun or approved Equivalent
4. CPVC Pipes and Fittings a. Astral/Marvel/Raksya/Ashirbad

Page 33
Technical Specification of Sanitary Works

5. RCC Pipes a. Local od approved quality


6. HDPe Pipe a. Panchakanya, Nepatop, equivalent
confirming to NS 40

7. Gratings strainers Cleanouts etc. a. Neer’ Brand (Sage Metals) or


Approved Equivalent
C.. Insulation
1. Synthetic polymeric Rubber a. Superlon
Compound insulation b. Aeroflex or Approved equivalent
D. Valves
1. Gunmetal Gate Valves, Non-return a. Leader or Approved equivalent
Valves, Non-return Valves, Float b. Sant or Approved Equivalent
Valves
2. Ball Valves (CPVC) a. Astral, Marvel, Ashirbad
3. Butterfly Valves a. Audco
b. Keystone
c. C&R
d. Advance or Approved equivalent
E. Manhole covers Gratings etc.
1. C.I. Manhole covers a. Nepal Dhalaut Pvt. Ltd
b. Swastika
F. Pumps & Motors
1. Clear Water Pumps a. KSB
b. Wilo
c. Pedrollo
d. Salmson, France
e. Grundfos, UK or Approved
Equvalent
2. Package Hydro pneumatic Systems a. Grundfos, UK
b. Salmson, France or Approved
equivalent
3. Drainage Pumps a. Grundfos, Uk
b. Salmson, France
c. KSB
d. Nocchi, Italy
e. Pedrollo or Approved Equivalent
4. Level Controllers a. Femack or Approved Equivalent
Part II Fire Fighting Installation
A. Pipe & Fittings
1. Mild steel pipes/ G.I. Pipes a. Tata
conforming to IS:1239 b. Jindal (Hissar) or Approved
Equivalent
2. Mild steel pipes conforming to a. Swastrik
IS:3589 b. Prakash Surya or approved
equivalents
3. G.I. Fittings a. R’ Brand
b. Sun
Page 34
Technical Specification of Sanitary Works

c. Unik Brand or Approved


equivalent
B. Valves
1. C.I Sluice Valves & Non-return a. Kirloskar/ C&R
Valves b. I.V.C or approved equivalent
2. Butterfly valves a. Keystone
b. Audco
c. C&R
d. Advance or Approved Equivalent
3. Brass Fullway Valves a. Zoloto
b. RB-Italy
c. Leader
d. Sant or approved equivalent
4. Gunmetal Grate Valve and Non- a. Leader
return Valves b. Zoloto
c. Santa or approved equivalent
C. Gun Metal Fire Fighting, Fittings
& Accessories
1. Gunmetal Landing Valves, Branch a. Minimax
Pipe Nozzle, Fire Brigade Connection b. Vijay
Male- Female Couplings etc. c. Newage
d. Firex or approved equivalent
D. Hose pipes & First Aid hose Reels
1. Fire Hose pipe a. Jaishree
b. Firex
c. Newage or approved equivalent
2. First Aid Hose Reel a. Tiger (ISI Marked)
b. Newage or Approved Equivalent
G. Fire Extinguishers
1. Portable Fire Extinguishers a. Minimax
b. Vijay
c. Firex
d. Safex
e. Cease Fire or Approved equivalent

Page 35
SECTION-VI
Bill of Quantities
Notes for Unit Rate Contracts :
Objectives
The objectives of the Bill of Quantities are
(a) to provide sufficient information on the quantities of Works to be performed to enable Bids to be
prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic
valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to
distinguish between the different classes of Works, or between Works of the same nature carried out in different
locations or in other circumstances which may give rise to different considerations of cost. Consistent with
these requirements, the layout and content of the Bill of Quantities should be as simple and brief as possible.
Content
The Bill of Quantities should be divided generally into the following sections:
(a) Preamble;
(b) Work Items (grouped into parts);
(c) Day works Schedule;
d) Provisional Sums; and
(d) Summary.

Preamble
The Preamble should indicate the inclusiveness of the unit prices, and should state the methods of measurement
which have been adopted in the preparation of the Bill of Quantities and which are to be used for the
measurement of any part of the works.

Work Items
The items in the Bill of Quantities should be grouped into sections to distinguish between those parts of the
Works which by nature, location, access, timing, or any other special characteristics may give rise to different
methods of construction, or phasing of the Works, or considerations of cost. General items common to all parts
of the works may be grouped as a separate section in the Bill of Quantities.
Day work Schedule
A Day work Schedule should be included only if the probability of unforeseen work, outside the items included in
the Bill of Quantities, is high. To facilitate checking by the Employer of the realism of rates quoted by the
Bidders, the Day work Schedule should normally comprise the following:
(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day work rates
or prices are to be inserted by the Bidder, together with a statement of the conditions under which the
Contractor will be paid for work executed on a day work basis.
(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates as bid. The
rate to be entered by the Bidder against each basic Day work item should include the Contractor’s profit,
overheads, supervision, and other charges.
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a provisional sum
in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should be
provided as a provisional sum in the Summary Bill of Quantities. The inclusion of such provisional sums often
facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as the future
need arises. Where such provisional sums or contingency allowances are used, the Contract Data should state
the manner in which they will be used, and under whose authority (usually the Project Manager’s).

Summary
The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried forward, with
provisional sums for Day work, for physical (quantity) contingencies, and for price contingencies (upward price
adjustment) where applicable.

These Notes for Preparing Specifications are intended only as information for the Employer or the person
drafting the Bidding documents. They should not be included in the final documents.
Bill of Quantities
1 Provisional Sum
Procument Item Details

SL.
Item Description Unit Quantity Unit Rate(NPR) Amount(NPR)
No

1 Insurance for works, equipment, contractor's workmen PS 1.0 3877063.92 3,877,063.92


and employees and third party insurance against damage
to other persons and property.
2 Relocation of existing building services, Provide and PS 1.0 50000.0 50,000.00
maintain traffic safety, control measures and temporary
diversions during construction as instructed by the
engineer.
3 Carryout test for material and works as required and PS 1.0 1000000.0 1,000,000.00
instructed by the Engineer.
4 Prepare and provide as built drawing after the PS 1.0 300000.0 300,000.00
completion of the project.
5 Project Information Board PS 1.0 15000.0 15,000.00

6 Commissioning for Performance Bond PS 1.0 360881.48 360,881.48

2 Construction work
2.1 Works for complete or part construction and civil engineering work

2.1.1 Building construction work

2.1.1.1 Civil Works

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Site preparation works before and
after construction including surface
dressing work, cutting of grasses,
cutting of raised soil, leveling of
ground, uprooting of any vegetation
1 Sq.m. 3660.0
grown in buildings, removal of dust
and other small volumes of garbage
from buildings all complete as per
drawings, specifications and
instruction of site-engineer.
Supply and installation of 0.31mm
thick CGI sheet for cordoning
2 purposes of height 2.4m all complete R.m. 1016.35
as per drawings, specifications and
instruction of site-engineer.
Supplying and installation of MS
black pipe of NB 50L of 2.1m height
at regular interval of 2.1m c/c
horizontal with ground anchorage of
300mm with two layers NB 25L
3 R.m. 1016.35
horizontal bracing above ground
including removing it after completion
of the work and cleaning thoroughly
all complete as per drawing and
instruction by the Site Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying and installation of MS
black pipe of NB 50M at regular
interval of 1.5m c/c and NB 50M
horizontal bracing at 1.0m c/c
interval and metal platform at 2.0m
interval with necessary cuplock joint
4 Sq.m. 6086.73
connection, jack key support all
complete for double scaffolding
including removing it after completion
of the work and cleaning thoroughly
all complete as per instruction by the
Site Engineer.
Supply and installation of 12mm thick
waterproof plyboard for fixing
vertically along the perimeter of the
scaffolding works for the provision of
5 reduction of direct noise from the Sq.m. 4036.27
construction area including all
necessary fittings all complete as per
drawings, specifications and
instruction of site-engineer.
Dismantling of existing RCC or RBC
works and disposal of removed
materials to the designated location all
6 Cu.m. 58.3
complete as per drawings,
specifications and instruction of site-
engineer.
Dismantling of existing PCC / tiles,
mosaic, marble works and disposal of
removed materials to the designated
7 Cu.m. 294.37
location all complete as per drawings,
specifications and instruction of site-
engineer.
Dismantling of existing brick masonry
wall / hollow block walls in cement-
sand mortar including disposal of
removed materials to a designated
8 Cu.m. 831.31
location and proper stacking all
complete as per drawings,
specifications and instruction of site-
engineer.
Dismantling of CGI sheet works
including removal of CGI sheet, ridge,
gutter and all wooden or metal truss
members, proper seggregation,
9 Sq.m. 1607.11
haulage to the designated location and
proper stacking all complete as per
drawings, specifications and
instruction of site-engineer.
Dismantling of MS black pipe /
Stainless Steel railing works including
removal, proper seggregation, haulage
10 to a designated location and proper Kg. 228.6
stacking all complete as per drawings,
specifications and instruction of site-
engineer.
Dismantling of existing false ceiling
works including removal of false
ceiling, metal or wooden supports etc.,
proper seggregation, haulage to a
11 Sq.m. 265.55
designated location and proper
stacking all complete as per drawings,
specifications and instruction of site-
engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Removal of door/window, haulage to
a designated location and proper
12 stacking all complete as per drawings, Nos. 143.0
specifications and instruction of site-
engineer.
Fixing of door/window, haulage from
a designated location all complete as
13 Nos. 143.0
per drawings, specifications and
instruction of site-engineer.
Dismantling of c/s plaster works of all
thickness and disposal of debris to a
14 designated location all complete as per Sq.m. 6317.27
drawings, specifications and
instruction of site-engineer.
Dismantling of existing brick soling
works and disposal of removed
materials to a designated location and
15 Cu.m. 485.14
proper stacking all complete as per
drawings, specifications and
instruction of site-engineer.
Drilling holes in PCC/RCC members
with power driven machine to a depth
as the thickness of members (up to
450mm) including marking, drilling,
16 Nos. 500.0
removal of dust from holes and leave
the place clean all complete as per
drawings, specification and instruction
by the Site Engineer.
Drilling holes in PCC/RCC members
with power driven machine upto depth
of 150mm including marking, drilling,
17 removal of dust from holes and leave Nos. 10872.0
the place clean all complete as per
drawings, specification and instruction
by the Site engineer.
Drilling holes in brick masonry wall
with power driven machine to a depth
as the thickness of wall (upto 450mm)
including marking, drilling, removal
18 Nos. 6231.0
of dust from holes and leave the place
clean all complete as per drawings,
specification and instruction by the
site Engineer.
Drilling holes in brick masonry wall
with power driven machine upto depth
of 150mm including marking, drilling,
19 removal of dust from holes and leave Nos. 31539.0
the place clean all complete as per
drawings, specification and instruction
by the Site Engineer.
Fixing of 10mm dia. Bars in pre-
drilled holes throughout the thickness
of wall upto depth of 450mm
including application of epoxy resin
anchor grout of approved quality as
20 Nos. 6731.0
indicated in the drawings and cleaning
of site all complete (excluding the cost
of bars) as per drawings,
specifications and instruction of site-
engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Fixing of 10mm dia. Bars in pre-
drilled holes up-to a depth of 150mm
including application of epoxy resin
anchor grout of approved quality as
21 indicated in the drawings and cleaning Nos. 42411.0
of site all complete (excluding the cost
of bars) as per drawings,
specifications and instruction of site-
engineer.
Painting existing chipped wall surface
with epoxy bonding chemical (of
approved quality) for bonding
22 Sq.m. 118.36
between old and new concrete as per
drawings, specifications and
instruction of site-engineer.
Cleaning of rust from the reinforcing
bars to give it a total rust free steel
surface by using alkaline chemical rust
remover (of approved standard make)
with paint brush and removing loose
particles after 24 hours of its
application by wire brush and
thoroughly washing with water and
allowing it to dry, around the rebar
perimeter including Chipping of
unsound / weak concrete material
23 from slabs, beams, columns, etc. with Sq.m. 50.2
manual chisel and / or by standard
power driven percussion type or of
approved make including tapering of
all edges, making square shoulders of
cavities including cleaning the
exposed concrete surface and
reinforcement with wire brushes etc.
and disposal of debris up-to a distance
of 10m all complete as per drawings,
specifications and instruction of site-
engineer.
Providing and injecting approved
cement grout in proportion
recommended by the manufacturer
into cracks/ honey comb area of
concrete/masonry by pressure grout
24 Pts. 45.0
including surface preparation,
finishing, curing (in the existing
buildings) all complete as per
specification and instruction by the
Site Engineer.
Providing and injecting approved
epoxy grout in proportion
recommended by the manufacturer
into drilled holes, cracks, honeycomb
area of concrete/masonry by pressure
25 Pts. 75.0
grout including surface preparation,
finishing, curing (in existing
buildings) all complete as per
specification and instruction by the
Site Engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Chipping in existing stone masonry /
brick masonry / concrete surface to the
required length, width and depth with
due care and precaution, by
mechanical / manual means, including
26 Sq.m. 1765.25
preparing and cleaning the surface and
disposal of rubbish to the allocated
location all complete as per drawings,
specifications and instruction of site-
engineer. .
Earthwork in excavation in all kinds
of soils and Rocks for building
foundation and site development
27 works manually including hauling and Cu.m. 2661.09
lift within the site area all complete as
per drawings, specifications and
instruction of site-engineer
Earthwork in excavation in all kinds
of soils and Rocks for building
foundation and site development
works using hydraulic excavator
28 Cu.m. 1263.24
including hauling and lift within the
site area all complete as per drawings,
specifications and instruction of site-
engineer
Earthwork in backfilling with
excavated earth with watering and
proper compaction work in each 15
29 cm layer compaction by jumper Cu.m. 2172.65
machine, consolidation all complete as
per drawings, specifications and
instruction of site-engineer.
Providing and laying of single layer
chimney made flat brick soling on
foundation and flooring area, packing
the joint with coarse sand including
30 Sq.m. 3086.72
watering, and dressing up to the
approved levels and line all complete
as per drawings, specifications and
instruction of site-engineer.
Providing and laying of stone in soling
works on foundation and flooring
area, packing the joint with coarse
31 sand and dressing up to the approved Cu.m. 85.57
levels and line all complete as per
drawings, specifications and
instruction of site-engineer.
Providing, mixing, laying, compacting
and curing plain cement concrete
grade M10 (or 1:3:6 for nominal mix)
with ordinary portland cement (OPC)
(minimum cement content 230kg per
cum.), sand and well graded crushed
32 Cu.m. 138.58
stone aggregate with the use of mixer
machine and finishing to approved
level, lines and dimensions all
complete as per drawings,
specifications and instruction of site-
engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing, mixing, laying, compacting
with vibrator and curing plain cement
concrete grade M15 with ordinary
portland cement (OPC) (minimum
cement content 287.33 kg per cum.),
sand and well graded crushed stone
33 Cu.m. 268.95
aggregate with the use of mixer
machine and finishing to approved
level, lines and dimensions all
complete as per drawings,
specifications and instruction of site-
engineer.
Providing, mixing with concrete mixer
machine, laying, compacting with
vibrator and curing plain cement
concrete grade M20 using ordinary
portland cement (OPC) (minimum
cement content 347.33 kg per cum.)
for foundation, column, slab, beams,
34 Cu.m. 858.2
tie beam and other structural RCC
works with cement sand and well
graded crushed stone aggregate 20mm
down finishing to approved level lines
and dimensions all complete as per
drawings, specifications and
instruction of site-engineer.
Providing, mixing with concrete mixer
machine, laying, compacting with
vibrator and curing plain cement
concrete grade M25 using ordinary
portland cement (OPC) (minimum
cement content 403.33 kg per cum.)
with admixture for foundation,
35 column, slab, beams, tie beam and Cu.m. 1182.92
other structural RCC works with
cement sand and well graded crushed
stone aggregate 20mm down finishing
to approved level lines and dimensions
all complete as per drawings,
specifications and instruction of site-
engineer.
Providing, mixing with concrete mixer
and applying 50mm thick shotcrete
works in RCC columns, beams, slabs
and masonry surface (brick, stone and
hollow block masonry) in two layers
36 with concrete of minimum grade M20 Sq.m. 5092.37
including the cost of centering and
shuttering at edges and corners,
curing, etc. all complete as per
drawings, specifications and
instruction of site-engineer.
Providing reinforcement bars (Grade
TMT (Fe 500)) work including
straightening, cleaning, cutting,
bending, binding with wire & fixing
in position as per drawing and bar
37 Kg. 439657.6
bending schedule for all RCC works
(foundation, column, beam, wall,
staircase, slab etc.) as per drawings,
specifications and instruction of site-
engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing reinforcement bars (Grade
TMT 500) work including
straightening, cleaning, cutting,
bending, binding with wire & fixing
38 Kg. 11636.37
in position as per drawing and bar
bending schedule for all drilling work
as per drawings, specifications and
instruction of site-engineer.
Supplying and laying of formwork in
columns and shear walls made from
19mm waterproof plywood including
nailing, props and all required
supports and removal of formwork
39 Sq.m. 3089.12
after completion of work with haulage
to appropriate site to perfect line and
level all complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and laying of formwork in
beams made from 19mm waterproof
plywood including nailing, props and
all required supports and removal of
40 formwork after completion of work Sq.m. 3574.96
with haulage up-to appropriate site to
perfect line and level all complete as
per drawings, specifications and
instruction of site-engineer.
Supplying and laying of formwork in
slabs made from 19mm waterproof
plywood including nailing, props and
all required supports and removal of
41 formwork after completion of work Sq.m. 2908.13
with haulage to a appropriate location
to perfect line and level all complete
as per drawings, specifications and
instruction of site-engineer.
Providing and erection of MS Props
(2" dia. 3.5mm thick) at designated
locations for support works in perfect
42 Nos. 100.0
line & level all complete as per
drawings, specifications and
instruction of site-engineer.
Providing and laying of good quality
chimney made brickwork in 1:6 c/s
mortar up-to ground floor in perfect
line level finish including wetting the
43 Cu.m. 495.34
bricks, raking the joints and curing the
work for at least 7 days all complete
as per drawings, specifications and
instruction of site-engineer.
Providing and laying of good quality
chimney made brickwork in 1:6 c/s
mortar above ground floor in perfect
line level finish including wetting the
44 Cu.m. 388.89
bricks, raking the joints and curing the
work for at least 7 days all complete
as per drawings, specifications and
instruction of site-engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and laying of good quality
chimney made brickwork in 1:4 c/s
mortar up-to ground floor in perfect
line level finish including wetting the
45 Cu.m. 60.93
bricks, raking the joints and curing the
work for at least 7 days all complete
as per drawings, specifications and
instruction of site-engineer.
Providing and laying of good quality
chimney made brickwork in 1:4 c/s
mortar above ground floor in perfect
line level finish including wetting the
46 Cu.m. 61.97
bricks, raking the joints and curing the
work for at least 7 days all complete
as per drawings, specifications and
instruction of site-engineer.
Providing and laying of good quality
machine made brickwork in 1:6 c/s
mortar up-to ground floor in perfect
line level finish including wetting the
47 Cu.m. 106.3
bricks, raking the joints and curing the
work for at least 7 days all complete
as per drawings, specifications and
instruction of site-engineer.
Providing and laying of good quality
machine made brickwork in 1:6 c/s
mortar above ground floor in perfect
line level finish including wetting the
48 Cu.m. 219.84
bricks, raking the joints and curing the
work for at least 7 days all complete
as per drawings, specifications and
instruction of site-engineer.
Providing and laying of good quality
machine made brickwork in 1:4 c/s
mortar up-to ground floor in perfect
line level finish including wetting the
49 Cu.m. 1.66
bricks, raking the joints and curing the
work for at least 7 days all complete
as per drawings, specifications and
instruction of site-engineer.
Providing & laying good quality
random rubble stone masonry work in
1:6 c/s mortar in perfect line level
finish including wetting the stones,
50 Cu.m. 453.47
raking the joints and curing the work
for at least 7 days all complete as per
drawings, specifications and
instruction of site-engineer.
Supplying and fitting in position
100mm thick drywall partition using
GI or Galvanum sections, using both
side 10mm thick high pressure steam
cured non-asbestos fiber cement board
(Density&gt;1200 kg/m3) confirming
to IS 14862:2000 & Type B Category
51 III of ISO 8336:1993, on other side, Sq.m. 869.82
fixed on the framework with 80mm
studs of 0.55mm thick made of GI
system placed at 610 mm c/c in 80mm
floor and ceiling channel with 78mm
rockwool insulation, all complete as
per drawings, specifications and
instruction of site-engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and fitting of aluminum full
height partition wall of section 102
series not less than 1.1 mm thick
aluminum fitted with 5mm thick clear
glass and 9 mm BSL board with
52 Sq.m. 314.43
average panel area 10 sq.ft. in perfect
line and level including all required
sealing works all complete as per
drawings, specifications and
instruction of site-engineer.
Providing and applying 100mm thick
wall with 6mm thick waterproof
plywood in internal layer both side
including 0.55mm thick LGS (Light
Guage Steel) studs at appropriate
locations with spacing not less than
600mm c/c in vertical and horizontal
53 direction, necessary support channels, Sq.m. 81.27
corrosion protection painting for
support channel as required, proper
treatment of joints, and necessary
screws which must be 25mm Lg.(Grip
Length) all complete as per drawings,
specifications and instruction of site-
engineer.
Providing, laying & curing 12.5mm
thick plaster works in 1:4 c/s mortar
on face walls to perfect plumb, lines &
level including raking the mortar
54 Sq.m. 5425.6
joints and wetting the application
surface all complete as per drawings,
specifications and instruction of site-
engineer.
Providing, laying & curing 20mm
thick plaster works in 1:4 c/s mortar
on unface walls to perfect plumb, lines
& level including raking the mortar
55 Sq.m. 11838.32
joints and wetting the application
surface all complete as per drawings,
specifications and instruction of site-
engineer.
Providing, laying & curing 12.5mm
thick plaster works in 1:3 c/s mortar
on ceilings to perfect lines & level
56 including raking and wetting the Sq.m. 1947.08
application surface all complete as per
drawings, specifications and
instruction of site-engineer.
Providing, laying & curing 20mm
thick plaster works in 1:4 c/s mortar
on face / unface walls, with laying of
one layer of GI mesh wire (25x25mm
squares, 20SWG), to perfect plumb,
57 Sq.m. 2754.4
lines & level including raking and
wetting the application surface all
complete as per drawings,
specifications and instruction of site-
engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing, laying & curing 20mm
thick plaster works for skirting up-to a
height of 150 to 200 mm on face /
unface walls to perfect plumb, lines &
58 level including raking the mortar Sq.m. 9.6
joints and wetting the application
surface all complete as per drawings,
specifications and instruction of site-
engineer.
20mm thick panipatti construction
works in 1:4 c/s mortar in perfect line
59 and level all complete as per drawings, R.m. 407.74
specifications and instruction of site-
engineer.
Pointing work in 1:2 c/s mortar with
enamel paint in stone masonry wall all
60 complete as per drawings, Sq.m. 249.62
specifications and instruction of site-
engineer.
Providing and laying of 15mm thick
brick tiles of approved quality in
cladding works including 20mm
61 mortar of 1:4 cement-sand mortar as Sq.m. 515.98
backing, in perfect line and level as
per drawings, specifications and
instruction of site-engineer.
Supplying and fixing MS black pipe
roof truss with I.S. or B.S. section
including cutting, jointing, fixing,
erection and primer painting with all
62 necessary MS bed plates, shoe angles, Kg. 33629.28
anchor bolts, sealing or cement
grouting all complete as per drawings,
specifications and instruction of site-
engineer.
Fixing MS black pipe roof truss with
I.S. or B.S. section including cutting,
jointing, fixing, erection and primer
painting with all necessary MS bed
63 plates, shoe angles, anchor bolts, Kg. 3880.38
sealing or cement grouting all
complete as per drawings,
specifications and instruction of site-
engineer. (Excluding the cost of pipes)
Supplying and fabricating I.S. or B.S.
section (C-section, I-section, angles)
including cutting, jointing, fixing,
erection and primer painting with all
64 necessary M.S. bed plates, shoe Kg. 10911.45
angles, anchor bolts, sealing or cement
grouting all complete as per drawings,
specifications and instruction of site-
engineer.
0.50mm thick colored CGI sheet for
roof including fixing in proper shape
& size with all necessary rails, screws,
65 bolts & nuts, washers, J & L hooks Sq.m. 1626.01
etc. all complete as per drawings,
specifications and instruction of site-
engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
0.50mm thick color GI plain sheet for
ridge cover of 600mm width on
roofing including fixing in proper
shape & size with all necessary nails,
66 R.m. 157.64
screws, bolts & nuts, wahsers, J & L
hooks, etc. all complete as per
drawings, specifications and
instruction of site-engineer.
0.50mm thick color sheet gutter of
150mm width upto 450mm for roof
including fixing in proper shape &
size with all necessary rails, screws,
67 bolts & nuts, washer, J & L hooks and R.m. 342.12
20x4mm metal bracket at 1000mm
c/c, etc. all complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and fabricating metal eaves
board 1 mm thickness work in CGI
68 sheet roofing area all complete as per Kg. 177.51
drawings, specifications and
instruction of site-engineer.
Supply and laying of 10mm thick
polycarbonate sheet (density 1.6
kg/m2) in roof including fixing in
proper shape & size with all necessary
69 Sq.m. 147.68
screws, nuts & bolts, washers, J & L
hooks, etc. all complete as per
drawings, specifications and
instruction of site-engineer.
Providing and laying of well seasoned
chaukhats of good quality agrakh
wood for wooden doors and windows
with good finish of approved quality
70 Cu.m. 5.02
including all necessary MS holdfasts,
and other accessories, all complete as
per drawings, specifications and
instruction of site-engineer.
Providing and fixing in position 38mm
thick agrakh wood flush door shutter
with 4mm thick waterproof ply on
both side fixed with specified no.s of
brass/ S.S hinges to each shutter with
necessary brass / S.S. handle, tower
71 Sq.m. 91.35
bolt, door stopper, door lock of brass
of approved quality, made with
provision of master key, door closer
etc. all complete as per drawings,
specifications and instruction of site-
engineer.
Providing and fixing in position
agrakh wood frame shutter for
windows with 38mm x 75mm agrakh
wood frame and 4mm thick plain glass
fixed with specified no.s of brass/ S.S
72 Sq.m. 53.17
hinges to each shutter with necessary
brass / S.S. handle, tower bolt and
neccessary accessories all complete as
per drawings, specifications and
instruction of site-engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying and fitting of Aluminium
Casement door with naturally
anodized color in section (102*45*1.
50)mm and 5mm thick glass, door
73 stopper, door lock, door closer Sq.m. 348.51
including all necessary accessories etc
all complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and fitting of Aluminium
Swing door with naturally anodized
color in section (101*45*1.50)mm and
5mm thick glass, door lock including
74 Sq.m. 46.95
all necessary accessories etc all
complete as per drawings,
specifications and instruction of site-
engineer.
Supply and laying of (1.5m x 2.1m)
hermatic door of thickness minimum
46mm made of minimum 0.8mm thick
GPSP sheets on both sides with
honeycomb kraft paper as infill,
minimum1.2mm thick GPSP powder
coated door frames, hardware like SS
push plate, SS 'D' handle, double
glazed view panel (300mm x 300mm),
75 Nos. 6.0
door closer, automatic door bottom
seal all complete as per drawings,
specifications and instruction of site-
engineer.
It should be ISO & CE certified. The
door panels and frames should be fire
resistant tested in accordance with BS
476: Part 22: 1987 clause 5 and the
test certificate should be included.
Supply and laying of (1.0m x 2.1m)
hermatic door of thickness minimum
46mm made of minimum 0.8mm thick
GPSP sheets on both sides with
honeycomb kraft paper as infill,
minimum1.2mm thick GPSP powder
coated door frames, hardware like SS
push plate, SS 'D' handle, double
glazed view panel (300mm x 300mm),
76 Nos. 3.0
door closer, automatic door bottom
seal all complete as per drawings,
specifications and instruction of site-
engineer.
It should be ISO & CE certified. The
door panels and frames should be fire
resistant tested in accordance with BS
476: Part 22: 1987 clause 5 and the
test certificate should be included.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supply and laying of (0.75m x 2.1m)
hermatic door of thickness minimum
46mm made of minimum 0.8mm thick
GPSP sheets on both sides with
honeycomb kraft paper as infill,
minimum1.2mm thick GPSP powder
coated door frames, hardware like SS
push plate, SS 'D' handle, double
glazed view panel (300mm x 300mm),
77 Nos. 1.0
door closer, automatic door bottom
seal all complete as per drawings,
specifications and instruction of site-
engineer.
It should be ISO & CE certified. The
door panels and frames should be fire
resistant tested in accordance with BS
476: Part 22: 1987 clause 5 and the
test certificate should be included.
Supplying and fitting of Aluminium
Casement double panel aluminium
windows with ventilation in naturally
anodized color of section (101*45*1.
78 Sq.m. 19.16
50)mm and 5mm thick glass all
complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and fitting of Aluminium
Sliding windows with/without
ventilation with flymesh shutter and
with naturally anodized color in
79 Sq.m. 168.29
section (101*45*1.5)mm and 5mm
thick glass all complete as per
drawings, specifications and
instruction of site-engineer.
Supplying and fitting of Aluminum
fixed windows with naturally
anodized color in section 101x45x1.
80 5mm and 5mm thick glass all Sq.m. 38.4
complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and fitting of Aluminum
double glazed fixed windows with
naturally anodized color in section
101x45x1.4mm and with 6mm thick
81 tempered glass on one side then 10mm Sq.m. 21.6
air gap and 6mm thick tempered glass
on other side all complete as per
drawings, specifications and
instruction of site-engineer.
Supplying and fitting of Aluminum
windows with partial fixed and partial
casement windows with / without
ventilation with flymesh shutter in
82 casement area and with naturally Sq.m. 3.92
anodized color in section 101x45x1.
4mm and 5mm thick glass as per
drawings, specifications and
instruction of site-engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying and fitting of Aluminum
windows with partial fixed and partial
sliding windows with / without
ventilation with flymesh shutter for
sliding area and with naturally
83 Sq.m. 29.0
anodized color in section 101x45x1.
4mm and 5mm thick glass all
complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and fitting of Aluminum
windows with partial louvered and
partial fixed windows with naturally
anodized color in section 101x45x1.
84 Sq.m. 12.6
4mm and 5mm thick glass all
complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and fitting of Aluminum
windows with partial fixed and partial
sliding windows with / without
ventilation with flymesh shutter for
sliding area and with naturally
85 Sq.m. 14.1
anodized color in section 101x45x1.
4mm and 5mm thick frosted glass all
complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and fitting of Aluminum
louver windows with naturally
anodized color in section 101x45x1.
86 Sq.m. 9.75
4mm all complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and fitting of Aluminum
fixed windows with naturally
anodized color in section 101x45x1.
87 4mm and 5mm thick frosted glass all Sq.m. 8.43
complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and fitting of Aluminum
louvers of following size :
Tube : 50x25x1.4mm and aluminium
louver plate of 1.3mm thick
88 throughout the length with Aluminum Sq.m. 196.66
frames / studs at edges and spacing of
louvers @50mm c/c all complete as
per drawings, specifications and
instruction of site-engineer.
Supply, fabrication and installation of
collapsible gate of 20x10mm MS
plates, 35x35x4.5mm angles for top
89 rail, bottom rails, wheels etc including Sq.m. 89.44
one coat red oxide primer all complete
as per drawings, specifications and
instruction of site-engineer.
Supply, fabrication and installation of
16SWG metal gate with a frame of
50x50x5mm metal including red oxide
90 Sq.m. 26.73
primer painting all complete as per
drawings, specifications and
instruction of site-engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and fixing of double leaf
fire rated metal door of
1500x2100x46mm size along with
46mm thick fully flush double skin
door with/without vision lite, with at
least of 2 hours of fire resistance.
Door leaf with greater than 1.0 mm
thick galvanized steel sheet. Internal
construction of door should be rigid
reinforcement pads for receiving
appropriate hardware or frame shall be
single rebate profile of minimum size
100x57mm made out of 1.5mm thick
galvanized steel sheet.The frames
should be finished with Powder
Coating in desired
Shade. Frame should have provisions
and necessary reinforcement for
91 Sq.m. 56.7
receiving appropriate hardware.
Frames should be provided with back
plate bracket to receive anchor
fasteners for installation on a finished
plastered wall opening. Once frame
installed may be grouted with cement
slurry by civil contractor if desired,
all complete as per drawings,
specifications and instruction of site-
engineer.
The frames and shutters should be
powder coated in approved color. The
hinges, aldrops, handles, glass and all
accessories attached to the doors
should be fire resistant. The hinges
and holdfasts should be sufficient to
hold the weight of the door including
frames.
Supply, fabrication and installation of
4.5x20mm sized MS grill patti frame
& 12x12mm solid square rod grill
92 with one coat primer painting (1 sq.m. Sq.m. 380.94
= 21.5kg) all complete as per
drawings, specifications and
instruction of site-engineer.
38mm thick (1:2:4) PCC with (1:1)
cement punning for flooring with
approved quality of cement, sand and
well graded stone aggregate including
93 Sq.m. 3582.71
supplying, mixing, laying, rubbing in
hard surface, curing all complete as
per drawings, specifications and
instruction of site-engineer.
50mm thick (1:2:4) PCC with (1:1)
cement punning for flooring for
terrace etc. with approved quality of
cement, sand and well graded stone
94 aggregate including supplying, Sq.m. 650.98
mixing, laying, rubbing in hard
surface, curing all complete as per
drawings, specifications and
instruction of site-engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
3mm thick cement sand punning on
flooring, skirting, etc. including
supplying, mixing, laying and rubbing
with steel trowel to a hard smooth and
95 Sq.m. 268.31
shining surface and curing all
complete as per drawings,
specifications and instruction of site-
engineer.
Supply and laying of porcelain glazed
tile / non-glazed tiles of not less than
10 mm thick on wall and on floor of
approved brand ( Kajaria, Somany,
Nitco or equivalent) complying with
96 Sq.m. 2057.97
IS standard code in 1:4 cement sand
mortar of good finish and sealing in
tile joints all complete as per
drawings, specifications and
instruction of site-engineer.
Supply and laying of 16mm thick
granite over a base of 20mm thick 1:2
c/s mortar layer in perfect line and
97 Sq.m. 234.05
level all complete as per drawings,
specifications and instruction of site-
engineer.
Conductive PVC flooring: Providing
and laying of at least 2mm thick Vinyl
flooring works (permanently static
conductive pressed homogeneous
compact, PUR reinforced, with good
wear resistance, fire rating, electrical
98 resistant, chemical resistant, anti- Sq.m. 135.33
bacterial, anti-fungal) in approved
pattern and color combination,
including the cost of self-leveling base
course and coving works all complete
as per drawings, specifications and
instruction of site-engineer.
PVC flooring: Providing & fixing of
at least 3mm thick heterogeneous
vinyl flooring, Phthalate free
certificate in approved pattern and
color combination with PUR
reinforced patented polyurethane
surface treatment, having wear layer
of not less than 0.7mm thick; Vinyl
99 flooring must follow fire rating, Sq.m. 3443.23
bacteriostatic effect anti-fungi
treatment resistance; chemical high
resistance as per standard. The laid
flooring should be included of self-
levelling base course, coving all
complete as per drawings,
specifications and instruction of site-
engineer.
PVC Carpeting works: Providing and
laying of 1.5mm thick Vinyl flooring
100 works all complete as per drawings, Sq.m. 206.77
specifications and instruction of site-
engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and laying of floor coving
and capping using PVC coving mould
in the PVC carpeting area in appoved
101 pattern and color combination all R.m. 176.18
complete as per drawings,
specifications and instruction of site-
engineer.
Providing and laying 25mm thick
checkered concrete tiles (red color) in
20mm thick cement sand (1:4) mortar
in perfect line & level including
102 Sq.m. 415.04
cleaning, watering, curing the laid
surface all complete as per drawings,
specifications and instruction of site-
engineer.
Supply and laying of non-skid tile
work (tile should not be less than 10
mm thick) in flooring of approved
brand in 1:4 cement sand mortar of
103 Sq.m. 1071.39
good finish and sealing in tile joints all
complete as per drawings,
specifications and instruction of site-
engineer.
Supply and laying of 25mm thick
tactile flooring work in flooring of
approved brand in 1:4 cement sand
104 mortar of good finish and sealing in Sq.m. 57.0
tile joints all complete as per
drawings, specifications and
instruction of site-engineer.
Providing and laying of 50mm thick
flagstone in 1:4 cement-sand mortar
105 all complete as per drawings, Sq.m. 22.27
specifications and instruction of site-
engineer.
Supplying and fixing of 60mm thick
interlocking concrete blocks over
50mm thick crusher dust in perfect
106 Sq.m. 1001.98
line & level, all complete as per
drawings, specifications and
instruction of site-engineer.
Supply and installation of 600mm x
600mm square fiber cement board in
T-Grid System in false ceiling with
107 Sq.m. 1528.81
hooks, connectors, etc. all complete as
per drawings, specifications and
instruction of site-engineer.
Supply and installation of 600mm x
600mm square fiber cement board in
T-Grid System in false ceiling
including 50mm thick thermacoal
108 Sq.m. 264.29
insulation layer with hooks,
connectors, etc. all complete as per
drawings, specifications and
instruction of site-engineer.
Supply and installation of modular
metal finish false ceiling board of size
600mm x 600mm of approved color
and texture, with load carrying
capacity of minimum 14 Kg/m2,
109 Sq.m. 123.67
finished in perfect line and level
including T-sections, connectors, etc.
all complete as per drawings,
specifications and instruction of site-
engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and applying 2mm thick
Polymer modified self adhesive
bituminous waterproof membrane on
roof, toilets or other specified area
110 including, 100mm overlap margin, Sq.m. 3606.3
protection of edges with necessary
sealant all complete as per drawings,
specifications and instruction of site-
engineer. .
Providing, fixing and installation of
floor expansion joint aluminum (3mm
thick) made minimum 50% movement
111 R.m. 46.26
expansion joint supply all complete as
per drawings, specifications and
instruction of site-engineer.
Providing ,fixing and installation of
wall expansion joint aluminum (2mm
thick) made minimum 50% movement
112 R.m. 88.21
expansion joint supply all complete as
per drawings, specifications and
instruction of site-engineer.
Providing and applying of lead sheet
of 1.5mm for lead protection in doors
for X-rays room with good finishing
113 Sq.m. 62.16
all complete as per drawings,
specifications and instruction of site-
engineer.
Providing and applying of lead
protection glass (14" x 14") for X-ray
rooms with good finishing all
114 Nos. 2.0
complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and painting two coat of
weather coat paint on outer part of
building of approved quality and color
115 with one coat of primer painting over Sq.m. 4766.72
properly cleaned surface all complete
as per drawings, specifications and
instruction of site-engineer.
Supplying and painting two coat of
ready-made plastic emulsion paint of
approved quality and color on inner
part of building with one coat of
116 Sq.m. 17710.65
primer painting over properly cleaned
surface all complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and painting two coat of
ready-made enamel paint of approved
quality and color with one coat of
117 primer painting over properly cleaned Sq.m. 396.04
surface all complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and painting of two coat of
silicon paint of approved quality and
color on properly cleaned outer
118 Sq.m. 1448.78
exposed surface all complete as per
drawings, specifications and
instruction of site-engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying and painting of two coat of
anti-bacterial paint of approved
quality and color with one coat of
119 primer painting over properly cleaned Sq.m. 633.92
surface all complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and painting of two coat of
wall putty of approved quality on wall
and ceiling of building over properly
120 Sq.m. 17733.45
cleaned surface all complete as per
drawings, specifications and
instruction of site-engineer.
Providing and painting with two coats
of fire retardent paint of approved
quality with required primer, colour
and shade in interior wall of decanting
121 block including cleaning & rendering Sq.m. 162.54
surface with good finishing all
complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and fitting stainless steel
railing ( 2" dia. Top & 3 line 1" dia.
Lower pipes, vertical post 2" dia. @
2m c/c) including joining &
122 R.m. 418.2
fabrication all complete as per
drawings, specifications and
instruction of site-engineer. (Brand:
Jindal or equivalent)
Supplying and fitting of one layer of
stainless steel pipe of 2" diameter
horizontally with proper fixing at both
ends including cutting of groove,
123 R.m. 122.72
fixing of pipe and sealing the joints all
complete as per drawings,
specifications and instruction of site-
engineer.
Supplying and fitting of PVC handrail
140mm width, aluminum 1.8mm thick
including all necessary hardware and
124 fittings at a spacing not less than 1.5 m R.m. 611.9
all complete as per drawings,
specifications and instruction of site-
engineer.
Supplying, fabrication and installation
of chain link fencing work with 10
SQG GI chain link 60mm x 60mm
mesh sized framed on 25x25x4mm
angles and 50mm dia. MS black pipe
post in 2m interval including jointing,
125 Sq.m. 234.78
fixing, erection and primer painting
with all necessary 3x20 mm MS grills
and plates upto a height of 150mm all
complete as per drawings,
specifications and acceptance of
engineer-in-charge.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Wall Mounted Acrylic Signage:
Supplying and fixing of wall mounted
acrylic signage in minimum 4mm
thick acrylic sheets including high
quality printing of approved texts,
126 Sq.m. 13.45
stickers, drilling and fixing of high
quality bolts, raised up-to 15mm from
wall surface all completeas per
drawings, specifications and
instruction of site-engineer.
Forex Signage: Supplying and fixing
of forex signage of minimum 2mm
thick PVC foam sheets pasted on
desired wall or wood surface with
127 superior quality glue to perfect line Sq.m. 13.31
and level including high quality
printing of approved texts all complete
as per drawings, specifications and
instruction of site-engineer.
Projecting Type Acrylic Signage:
Supplying and fixing of acrylic
signage in minimum 4mm thick
acrylic sheets to project at an angle of
90 degrees perpendicular to the face of
wall including high quality printing of
128 Sq.m. 5.92
approved texts, stickers, fixing of
boards with sufficient high quality
screws into adjacent walls all
complete as per drawings,
specifications and instruction of site-
engineer.
Acrylic Signage General: Supplying
and fixing of acrylic signage of
minimum 4mm thick acrylic sheets
pasted on wall surface with superior
129 quality glue to perfect line and level Sq.m. 3.21
including high quality printing of
approved texts all complete as per
drawings, specifications and
instruction of site-engineer.
Stickers: Supplying and fixing of
plastic stickers in minimum 200 GSM
plastic sheets of approved quality
pasted on desired wall, glass or wood
surface with superior quality glue to
130 Sq.m. 5.84
perfect line and level including high
quality printing of approved texts all
complete as per drawings,
specifications and instruction of site-
engineer.
Ceiling-hung acrylic signage:
Supplying and fixing of ceiling-hung
acrylic signage in 4mm thick acrylic
sheets including high quality printing
131 Sq.m. 37.78
of approved texts, stickers, hanging
cable all complete as per drawings,
specifications and instruction of site-
engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supply and installation of KONE,
OTIS, Orbis or eqvt. Gearless 26
person(1768 kg) 4 floor Bed/Hospital
lift as per specification etc all
complete.
Capacity – 1768 Kg
Speed-mps – 1
Travel-meters – 4 Stop
Stops & Opening - 4 stops, 4 opening
(All opening on the same side)
Control – VVVF Regenerative Drive
with Speed encoder
Operation – Simplex Full Collective
Controller - Microprocessor based
modular control system (location
inside the lift well at the top floor)
Communication - Loop type serial
communication
Power Supply – 3 Phase AC -400
Volts +/-10% variation, 50 Hz +/- 5%
variation
Machine – Gearless with permanent
Magnet motor located in the shaft at
top
Ropes - Flat Polyurethane-Coated
belts/ Steel Ropes
Cab Ventilation – Cross Flow Fan
Cab Size (W*D) – mm – 1600*2400
Shaft Size Required (W*D) – mm –
2400*2900
Entrance Type - Side Opening
(Telescopic Opening)
132 Fire Rating – Two hour Fire Rated Nos. 1.0
Doors
Entrance Opening (W*H) – mm –
1200*2450
Overhead –mm – 4500
Pit Depth – mm – 1750
Entrance Protection Systems – High
Performance infra-red door detector
Door Operation – Power operated
system with VVVF Control
Door Operator – DC door operation
system with VVVF control
Human Interface device HID) -
Separate Hall button braille with
micro stroke push buttons with Ring
illumination in Hairline Finish with
4.3" STN LCD digital display
position indicator full height car
operating panel (COP2) with micro
stroke Ring illuminated cell push
buttons in Hairline Finish
6.4' STN LCD Display
Door open and door .close button on
the car operating panel
intercommunication system
STN LCD Display in car integrated
within the car operating panel in Right
Center
Battery operated alarm bell &
emergency light Auto/Attendant
Operation
Fire switch at main lobby
Belt Inspection Device
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Automatic Rescue Device (ARD)
Manual rescue operation
Belt inspection system
Floor announcement system
Provision for CCTV
Provision for Access Control
Flooring: Anti Bacterial anti fungal,
3mm thick heteregenous PVC
flooring.
Handrail : Bed guard on three side of
wall / Stainless steel
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supply and installation of KONE,
OTIS, Orbis or eqvt. Gearless 15
person(1020) 4 floor Stretcher lift as
per specification etc all complete.
Capacity – 1020 Kg
Speed-mps – 1
Travel-meters – 4 Stop
Stops & Opening - 4 stops, 4 opening
(All opening on the same side)
Control – VVVF Regenerative Drive
with Speed encoder
Operation – Simplex Full Collective
Controller - Microprocessor based
modular control system (location
inside the lift well at the top floor)
Communication - Loop type serial
communication
Power Supply – 3 Phase AC -400
Volts +/-10% variation, 50 Hz +/- 5%
variation
Machine – Gearless with permanent
Magnet motor located in the shaft at
top
Ropes - Flat Polyurethane-Coated
belts/ Steel Ropes
Cab Ventilation – Cross Flow Fan
Cab Size (W*D) – mm – 1000*2400
Shaft Size Required (W*D) – mm –
2100*2900
Entrance Type - Side Opening
(Telescopic Opening)
Fire Rating – Two hour Fire Rated
133 Doors Nos. 1.0
Entrance Opening (W*H) – mm –
900*2450
Overhead –mm – 4500
Pit Depth – mm – 1600
Entrance Protection Systems – High
Performance infra-red door detector
Door Operation – Power operated
system with VVVF Control
Door Operator – DC door operation
system with VVVF control
Human Interface device HID) -
Separate Hall button braille with
micro stroke push buttons with Ring
illumination in Hairline Finish with
4.3" STN LCD digital display
position indicator full height car
operating panel (COP2) with micro
stroke Ring illuminated cell push
buttons in Hairline Finish
6.4' STN LCD Display
Door open and door .close button on
the car operating panel
intercommunication system
STN LCD Display in car integrated
within the car operating panel in Right
Center
Battery operated alarm bell &
emergency light Auto/Attendant
Operation
Fire switch at main lobby
Belt Inspection Device
Automatic Rescue Device (ARD)
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Manual rescue operation
Belt inspection system
Floor announcement system
Provision for CCTV
Provision for Access Control
Flooring: Anti Bacterial anti fungal,
3mm thick heteregenous PVC
flooring.
Handrail : Bed guard on three side of
wall / Stainless steel
Supply and installation of OTIS, Orbis
, Symax or eqvt. Geared 100 kg
Dumb Waiter lift as per specification
etc all complete.
Capacity – 100 Kg
Speed-mps – 0.4 mps
Travel-meters – 4 Stop
Stops & Opening - 4 stops, 4 opening
(All opening on the same side)
Control – A.C. VVVF (with closed
loop)
Operation – Simplex Full Collective
(with/without Attendant)
Power Supply – 3 Phase AC -400
Volts +/-10% variation, 50 Hz +/- 5%
134 Nos. 1.0
variation
Machine – Geared placed directly
above the hoistway
Cab Size (W*D) – mm –
800*800*900 mm height inside
dimension
Entrance Opening (W*H) – mm –
800*900
Hoistway Available - About 1520 mm
wide x 1270 mm deep - Finished
Dimensions
Car Panels - Steel car in SS Finish
Flooring - Flooring: Anti Bacterial
anti fungal, 3mm thick heteregenous
PVC flooring.
Supply and laying of dubo in natural/
filled ground including sprinkling of
water and required fertilizers in the
135 Sq.m. 499.4
initial laying stage all complete as per
drawings, specifications and
instruction of site-engineer.
Supply and filling of brick bats in
recharge pits, soak pits, etc. all
136 complete as per drawings, Cu.m. 35.19
specifications and instruction of site-
engineer.
Supply and fitting of 4'0" diameter
RCC ring in well works all complete
137 R.m. 22.4
as per drawings, specifications and
instruction of site-engineer.
Supply and fitting of 4'0" diameter
RCC cover for well with 60mm
thickness including metal frame
138 opening at top surface of well all Nos. 2.0
complete as per drawings,
specifications and instruction of site-
engineer.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Disposal of excavated extra earthen
materials with the 3 ton capacity truck
upto a distance of 6 km from site at
139 Cu.m. 1751.67
suitable location all complete as per
specifications, instruction of site
engineer.
Modular OT
OT Control Panel : Membrane type
Operation Theatre Control Panel (6
service Tiles) mounted flush in the
theatre wall with Electrical
Distribution Board complete with all
accessories etc. The control panel
140 comprising of the following :- Nos. 2.0
* 1 no Day Time Digital Clock
* 1 no Elapsed Time Digital Clock
* 1 no Hands Free Telephone
* Medical Gas Alarm ( 5 gas )
* Temperature & Humidity display
control
* Peripheral Light Control.
Laminar Flow (Plainair Ceiling
system) with unidirectional airflow:
Plenum unit, Holding structure & Top
plenum are made of Aluminium Sheet
1.6mm thk. with aluminum extrusion
frame & sealed gasket conforming to
DIN 4799 standards for the air
distribution system with hepa filter
having efficiency 99.97% down to 0.3
micron.. The laminar flow system
shall have such design that it provides
"S" class Hepa filter . The filter
141 Nos. 2.0
housing terminals are made of a one
pice frame and plenum with perfact
thightness features. Diffuser : 2 layer
monofilament precision woven
polyester of uniform porosity with an
open area of sufficient resistance to
create laminar from diffusers face and
inetgral lighting provides an
illumination level in excess of 1500
Lux in operating area and 1000 Lux
other electronic stepless dimming
down to 5% without flicker.
Pressure Relief Damper: Pressure
Relief Damper having made out
SS304, 1.5mm thick & the multiple
blades also made of 304 graded
142 Nos. 3.0
stainless steel with sleeve & aluminum
grill for maintaining the positive
pressure inside the operation theatre
complete with all accessories etc.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
OT Ceiling Pendant:
Single Arm Swing Type, Level
degrees rotation: 0?340°. Configurated
with disc braking system which for
controlling the whole pendants to
make sure without drifting and easy to
stop.
Working platform : 1pcs (height
adjustable), Control handle : 1pcs,
Round angle design for prevention of
collision.
Marterial : High-strength aluminum
alloy, the whole sealed design. Surface
143 Nos. 3.0
electrostatic powder painting;
No. of Outlets : Provision as required
Column Length : 800 mm
Loading capacity: Upto150 kg
Level degrees rotation: ?350°
Power Sockets : 6-8Nos. (Universal)
RJ45 :2 Nos.
Monitor/Equipment Self : 1Nos.
I.V.Pole S.S : 1 Nos. with extension
arm
Drawer : 1 No.
Grounding Point : 1 nos.
SS Basket with slide holder : 1 Nos.
HVAC system with HEPA Filteration
(In Major OT)
Air Handling Unit
Condensing Unit
Ductings with insulation and Damper
144 Control Nos. 2.0
Copper Pipings
Remote Controller
Supply and return air Grills and
diffusers
HEPA filters with pre filters
HVAC system with HEPA Filteration
(In Minor OT)
Air Handling Unit
Condensing Unit
Ductings with insulation and Damper
145 Control Nos. 1.0
Copper Pipings
Remote Controller
Supply and return air Grills and
diffusers
HEPA filters with pre filters
Medical Gas Pipeline System
(MGPS):
Providing, fixing, testing and
146 Nos. 49.0
commissioning of Gas Outlets with
Anti-Microbial Coating (BS Type)
Oxygen

147 Vacuum Nos. 51.0

148 Medical Air Nos. 32.0

Providing, fixing, testing and


commissioning of Stainless Steel
149 Probes / Adaptors for Gas Outlets (BS Nos. 49.0
Type)
Oxygen
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)

150 Vacuum Nos. 51.0

151 Medical Air Nos. 32.0

Zonal Service Units complete with


valves, pressure guage etc. either
152 concealed or surface mounted type Set 5.0
both options.
Three Gas (O2, VAC, MA4)
Area Alarm Units complete with
153 pressure switch. Set 4.0
Three Gas (O2, VAC, MA4)
Providing, fixing, testing and
commissioning of degreased Ball
154 Valve with compresseion end fitting Set 3.0
suitable for medical gases.
22 mm

155 28 mm Set 3.0

156 35 mm Set 3.0

Providing, laying, testing and


commissioning of Copper Pipe with
157 saddles, Fittings, pipe supports all R.m. 250.0
complete.
15 mm

158 22 mm R.m. 110.0

159 28 mm R.m. 40.0

160 35 mm R.m. 25.0

161 42 mm R.m. 40.0

162 54 mm R.m. 1.0

Providing, fixing, testing and


commissioning of Oxygen Flowmeter
with Humidifier Bottle(Unbrekable)
"Oxygen Flowmeter 0-15 LPM
163 Set 56.0
Reusable Humidifier Bottle,135ml
with safety valve
Oxygen Nasal Cannula-Adult"

Providing, fixing, testing and


commissioning of Wall Suction Unit
consisting of :
"3 mode vaccuum regulator (Regular /
Off/ Full suction), 0-760 mm Hg - 1
164 Set 56.0
No.
Polycarbonate Reusable Collection
Bottle,1500ml - 1 No.
Wall Bracket - 1 No."
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Theatre Suction Trolley consisting of :
"Multipurpose Therapy Stand (2
Bottles)
Reusable Collection Bottle,3000ml x 2
165 Suction Regulator x 1 Set 3.0
High Pressure Tube 2 meters with
Adapter x1
Mobile Stand x1"

Oxygen manifold system consisting of


as per specifications :
Fully Automatic Oxygen Control
Panel - 1 No.
166 Set 1.0
Manifold with header, NRV and
tailpipe complete - 1 No.
Emergency manifold system for 2
cylinder with regulator - 1 No.
Bed Head Panel made of 1.8-2.0 mm
thick aluminium sheet. It has separate
compartment for medical gas pipings
and electricals.
Size : 1200 mm length x 295 mm
height x 112 mm depth
Provision for Gas Outlet Oxygen - 1
Nos.
167 Set 8.0
Provision for Gas Outlet Vacuum - 1
No.
Provision for Gas Outlet Air - 1 No.
Ward Vacuum unit Slider - 1 No.
3 x Electrical sockets (Multi)
1 x Switched for night light
2 X Grounding point
Utlilty Basket with slider - 1 No.
Bed Head Panel made of 1.8-2.0 mm
thick aluminium sheet. It has separate
compartment for medical gas pipings
and electricals. It should have slider
for utilities like monitor stand, light,
infusion pump pole etc.
Size : 1200 mm length x 334 mm
height x 112 mm depth
Provision for Gas Outlet Oxygen - 2
168 Nos. Set 6.0
Provision for Gas Outlet Vacuum - 2
Nos.
Provision for Gas Outlet Medical Air -
1 No.
Ward Vacuum unit Slider - 1 No.
3 x Electrical sockets (Multi)
1 x Network Socket
2 X Grounding point
Utlilty Basket with slider - 1 No.
Providing, fixing, testing and
commissioning of Duplex Vacuum
Pump System
Vacuum System Skid Mounted all
169 complete , consisting of : Set 1.0
Capacity 5HP x 2 pumps
Receiver Tank 1000 Liters
Valves & gauges with internal pipings
& fittings
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing, fixing, testing and
commissioning of Air Compressor
System
Air Compressor, Oil Free,Skid
Mounted, 7.5 Kw x 2 nos.
Air Tank Capacity : 1000 Liter
170 Set 1.0
Medical Air Dryer Duplex System
Capacity : 60 CFM
Interconnect Pipping and Fitting
Emergency Manifold system for 2
cylinder
Pressure Regulation System - Duplex

171 Day works for skilled labor Man Days 60.0

172 Day works for unskilled labor Man Days 60.0

2.1.1.2 Sanitary Works

Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supply and installation of white
glazed Sanitaryware of approved
make with all necessary fittings and
accessories as per drawings,
specifications and product
specifications all complete including
testing after installation as per the
acceptance of engineer-in-charge.
Sanitaryware: Hindware / Parryware /
Somany / Bolan / Cera or equivalent
1 CP fixtures: Grohe / Hans Grohe / Set 53.0
Essel / Jaquar or equivalent
SWR pipe: Marvel / Hiltake /
Supreme / Nepatop / Panchakanya or
equivalent
Water supply pipe and fitting: Marvel
/ Raksya / Astral / Ashirbad or
equivalent
EWC constellation type white glazed
porcelain clay commode with cistern
and seat cover all complete set.
EWC constellation type disable-
friendly white glazed porcelain clay
2 Set 9.0
commode with cistern and seat cover
all complete set.
580mm white glazed porcelain clay
Orissa Pan with plastic dual flush low
3 Set 14.0
level cistern (3/6 liter capacity) all
complete set.
62cm X 41cm X 38cm white glazed
4 large flat back urinal with bottle trap Set 11.0
all complete set.
68cm X 30cm X 40mm thick white
5 glazed porcelain clay Indian pattern Set 5.0
urinal partition all complete set.
50cm X 40cm white glazed porcelain
clay Indian pattern wash basin with
6 Set 3.0
pedestal and swan type pillar cock all
complete set. (cold water)
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
41cm X 35cm white glazed porcelain
clay Indian pattern wash basin with
7 Set 12.0
pedestal and swan type pillar cock all
complete set. (cold water)
50cm X 40cm white glazed porcelain
clay Indian pattern wash basin with
8 swan type pillar cock and grab bar all Set 9.0
complete set for disabled toilet. (cold
water)
50cm X 40cm white glazed porcelain
clay Indian pattern wash basin with
9 bottle trap, pedestal and central hole Set 26.0
aerator type mixer all complete set.
(hot and cold water)
41cm X 35cm white glazed porcelain
clay Indian pattern wash basin with
10 bottle trap, pedestal and central hole Set 37.0
aerator type mixer all complete set.
(hot and cold water)
50cm X 40cm white glazed porcelain
clay oval type Indian pattern wash
11 basin with central hole aerator type Set 2.0
mixer all complete set. (hot and cold
water)
50cm X 40cm white glazed porcelain
clay oval type Indian pattern wash
12 basin with bottle trap and central hole Set 8.0
swan type pillar cock all complete set.
(cold water)
Stainless Steel Sink:
Supply and installation of steel sink of
304 quality prime grade and 16SWG
stainless steel with all necessary
accessories all complete as per the
13 Set 3.0
acceptance of engineer-in-charge.
37" long and 8" deep stainless steel
kitchen sink with drain board (steel
1mm thick) with sink mixer all
complete set. (hot and cold water)
37" long and 8" deep stainless steel
kitchen sink with drain board (steel
14 Set 3.0
1mm thick) with sink cock all
complete set. (cold water)
55cm X 40cm X 22cm stainless steel
15 sink with swan type sink mixture all Set 13.0
complete set. (hot and cold water)
114.5cm X 51cm X 25.5cm stainless
16 steel sink with sink mixer all complete Set 4.0
set. (hot and cold water)
45cm X 45cm X 30cm stainless steel
17 kitchen sink with sink cock all Set 6.0
complete set. (cold water)
45cm X 45cm X 30cm stainless steel
18 kitchen sink with sink mixer all Set 1.0
complete set. (hot and cold water)
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supply, fabrication and installation of
fabricated steel sink, the splash made
of 304 quality prime grade of 16 SWG
stainless steel, floor mounted with leg
as per the acceptance of engineer-in-
charge.
19 Set 2.0
2000mm length, 600mm deep and
150mm splash stainless steel scrub
sink with stand including waste
coupling, PVC bottle trap and
connector pipe all complete set. (hot
and cold water)
1200mm length, 600mm deep and
150mm splash stainless steel scrub
sink with stand including waste
20 Set 1.0
coupling, PVC bottle trap and
connector pipe all complete set. (hot
and cold water)
Supply and installation of C.P. mixers
and valves with wall flange and cap all
complete set as per the acceptance of
engineer-in-charge.
21 Nos. 8.0
15mm diameter CP single lever
surgical purpose elbow action sink /
basin mixer with extended operating
lever (hot and cold water)
Shower unit set consisting of SS wall
mixer with diverter for spout and
22 Set 25.0
shower head with short bend all
complete set.
15mm diameter angle valve with wall
23 Nos. 363.0
flange.

15mm C.P. water spray with 1.2m


24 Nos. 62.0
long flexible pipe.

15mm diameter CP bibcock with wall


25 Nos. 30.0
flange.

26 15mm diameter C.P. nipple. Nos. 363.0

15 mm diameter auto closing urinal


27 valve with built in control cock and Nos. 11.0
spreader
Supply and installation of Indian
pattern bathroom accessories all
complete as per the acceptance of
28 Nos. 74.0
engineer-in-charge.
450mm X 600mm looking mirror
(Modiguard, or equivalent)
510mm long chrome plated (C.P.)
29 Nos. 56.0
glass shelf. With CP guard rail

Chrome plated (C.P.) toilet paper


30 Nos. 62.0
holder

Chrome plated (C.P.) soap tray (heavy


31 Nos. 132.0
type)
450mm long and 15mm diameter
32 chrome plated (C.P.) towel rod (heavy Nos. 83.0
type)
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)

33 Chrome plated (C.P.) Robe hook Nos. 73.0

34 Grab Bar 600-900 Bend Type Nos. 9.0

35 Grab Bar Swing Type Nos. 9.0

Supply and installation of other


bathroom accessories all complete as
per the acceptance of engineer-in-
charge.
36 Nos. 3.0
Supply and installation of hand dryer
with all required accessories all
complete set. (Grohe, Hansgrohe, or
equivalent)
Supply and installation of stainless
steel liquid soap container (european
37 Nos. 3.0
pattern) all complete as per the
acceptance of engineer-in-charge.
Supply and installation of stainless
steel water tank with cover including
drain hole, inlet and outlet point, over-
flow pipe and other necessary
38 Nos. 10.0
accessories all complete set as per the
acceptance of engineer-in-charge.
(Panchakanya, Hilltake or equivalent)
2000 liter capacity water tank.
Supply and installation of electric
motor pump with the facility of Motor
Starter Switch & Auto Sensor for
three phase electric supply with all
accessories all complete set as per the
39 acceptance of engineer-in-charge. Set 2.0
(Kirloskar, Crompton, or equivalent)
3.0 HP electric motor pump with
50mm suction pipe, 40mm delivery
pipe, and minimum 240 liter per
minute discharge at a height of 20m.
2 HP electric motor pump with 50mm
suction pipe, 40mm delivery pipe, and
40 Set 3.0
minimum 140 liter per minute
discharge at a height of 22m.
2 HP electric motor pump with 50mm
suction pipe, 40mm delivery pipe, and
minimum 200 liter per minute
41 Set 2.0
discharge at a height of 6m, to pump
treated water from treated watertank to
the existing underground watertank
Submersible pump of capacity 200
42 lpm @ 6m head, 1.5 HP pump raw Set 1.0
water to water treatment plant
Motor Starter Switch with all
43 Nos. 2.0
accessories

Pressure Sensor Switch for Pump


44 Nos. 2.0
Autoswitch off all complete set
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supply and installation of electric
water heater (Geyser) including
copper pipe connector with coupling
and other necessary accessories all
45 Nos. 1.0
complete as per specification and
acceptance of engineer-in-charge.
(Ariston, Fazer, or equivalent)
25 liter capacity electric geyser
Supply and installation of gun metal
gate valve / check valve full way /
medium all complete set as per
46 specification and acceptance of Nos. 1.0
engineer-in-charge. Brand- Leader or
Zoloto or equivalent.
32mm gun metal gate valve

47 40mm gun metal gate valve Nos. 7.0

48 40mm gun metal non-return valve Nos. 7.0

49 50mm gun metal check valve Nos. 7.0

Supply and installation of Chlorinated


Poly-Vinyl Chloride (CPVC) pipes
(SDR 11 in CTS) with CPVC fittings
and specials (including tees, elbows,
unions, clamps, screws, nails, and
other accessories as required), Steel
split clamps, including punching holes
on walls or floor and making good the
same to the original condition, all
50 R.m. 1405.0
joining materials for leak-proof
installation all complete including
testing at hydraulic pressure of 10
kg/sq.cm. after installation as per
drawings, specifications and
acceptance of engineer-in-charge.
(Pipes and fittings: Astral, Marvel or
equivalent as per ASTM-D 2846)
20mm internal diameter CPVC pipe

51 25mm internal diameter CPVC pipe R.m. 644.0

52 32mm internal diameter CPVC pipe R.m. 316.0

53 40mm internal diameter CPVC pipe R.m. 337.0

54 50mm internal diameter CPVC pipe R.m. 129.0

55 65mm internal diameter PVC pipe R.m. 6.0

Supply and installation of CPVC


valves including jointing materials all
complete as per the acceptance of
56 Nos. 74.0
engineer-in-charge.
20mm internal diameter CPVC ball
valve, CTS socket all complete set.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)

25mm internal diameter CPVC ball


57 Nos. 52.0
valve, CTS socket all complete set.

32mm internal diameter CPVC ball


58 Nos. 9.0
valve, CTS socket all complete set.

40mm internal diameter CPVC ball


59 Nos. 1.0
valve, CTS socket all complete set.

50mm internal diameter CPVC ball


60 Nos. 4.0
valve, CTS socket all complete set.
Supply and installation of 6mm thick
thermal insulation tube around the
outer periphery of CPVC pipes for hot
water system including proper jointing
61 and covering as per the acceptance of R.m. 609.0
engineer-in-charge. (Aeroflex,
Superloan, or equivalent)
For 20mm internal diameter CPVC
pipe
For 25mm internal diameter CPVC
62 R.m. 295.0
pipe

For 32mm internal diameter CPVC


63 R.m. 52.0
pipe

For 40mm internal diameter CPVC


64 R.m. 24.0
pipe
Supply and installation of solar water
heater with electric booster, thermostat
and other necessary accessories all
complete set as per the acceptance of
engineer-in-charge. (Inside boiler MS
sheet 4.0mm thick with expansion
joint (overlap joint) in cover and
bottom with 25x25x3mm angle
welded, 4.0 kg/sq.cm. pressure tested
in both solar boiler and solar panel,
65 Set 10.0
100mm thick glass wool between
cover and MS tank, 4.0mm plain
single glass, panel size 900x1800mm,
cleaning of the system, testing and
ready for operation. The boiler should
have provision of electrid heating rod
with thermostat.
300 liter capacity, 3 panel solar heater
with 3.0 KW electric booster all
complete set.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
PVC SWR (Soil, Waste, Rain)
ecodrain pipes with all necessary ring
gaskets, including MS clamps,
hangers, cutting, jointing, sealing,
installation of pipes and specials
including making holes and cutting
grooves on walls or floor and
repairing the same to its original
66 finish. Pipe to be installed on trenches R.m. 231.0
or walls or floor or duct or hung to
ceilings as per drawings,
specifications, manufacturer's
recommendations, and cleaning of the
system, testing and ready for operation
all complete as per the acceptance of
engineer-in-charge.
50mm PVC pipe of 6kg/sq.cm.

67 75mm PVC pipe of 6kg/sq.cm. R.m. 807.0

68 110mm PVC pipe of 6kg/sq.cm. R.m. 982.0

160mm DWV uPVC pipe SN-4 Astral


69 R.m. 60.0
or equiv.

CP grating cover for rain water inlet


70 Nos. 28.0
point
Supply and installation of UPVC
specials with O-ring rubber washer,
PVC liquid (solvent cement), PVC
cream, PVC pipe clips with screw all
71 complete set as per specification and Nos. 126.0
acceptance of engineer-in-charge.
(Panchakanya, Prince, Supreme or
equivalent)
50mm dia. UPVC 90 degree bend

72 50mm dia. UPVC 45 degree bend Nos. 244.0

73 50mm dia. UPVC plain Tee Nos. 11.0

74 75mm dia. UPVC Y-branch Nos. 167.0

75 75mm dia. UPVC vent cowl Nos. 26.0

76 75mm dia. UPVC 45 degree bend Nos. 301.0

77 75mm dia. UPVC double Y Nos. 4.0

78 110mm dia. UPVC Y-branch Nos. 71.0

79 110mm dia. UPVC vent cowl Nos. 32.0


Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)

80 110mm dia. UPVC 45 degree bend Nos. 315.0

81 110mm dia. UPVC double Y Nos. 9.0

82 75X50mm UPVC reducer socket Nos. 105.0

83 110X75mm UPVC reducer socket Nos. 6.0

84 110X75mm UPVC Y-branch Nos. 7.0

75mm dia. UPVC P-Trap with SS Jali


85 Nos. 57.0
(Net)

110X75mm UPVC floor trap with SS


86 Nos. 36.0
Jali (Net)

87 160x110mm Y-branch Nos. 5.0

88 160mm dia. 45 degree bend Nos. 4.0

89 160x110 UPVC reducer Socket Nos. 2.0

Supply and installation of non-


pressure NP2 class (light duty) RCC
pipes with collars jointed with stiff
mixture of cement mortar in the
proportion of 1:2 cement: sand mortar
including excavation for laying the
90 pipe in the trench, 100mm thick sand R.m. 102.0
bedding, testing of joints and
backfilling of soil all complete as per
drawings, specifications and
acceptance of engineer-in-charge.
150mm internal dia. NP2 class RCC
hume pipe all complete.
200mm internal dia. NP2 class RCC
91 R.m. 457.0
hume pipe all complete.

300mm internal dia. NP2 class RCC


92 R.m. 20.0
hume pipe all complete.
Supply and installation of ABC
powder type fire extinguisher with
clamps, screws, etc. all complete as
per drawings, specifications and
93 Nos. 29.0
acceptance of engineer-in-charge.
(Minimax, Eversafe or equivalent)
5 Kg. fire extinguisher ABC type,
Minimax/Eversafe or equiv.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
RO Purifier System :
Design, Supply and delivery of RO
Treatment Plant of capacity 500 lph
with the following items:
1. Multi-media filter made of stainless
steel with size 12" x 52" including
multi-port single levered valve,
Media: 200 Kg. of coarse Silex,
golden sand, Anthracite, activated
carbon and MNO2.
2. Softener: Stainless steel of size 12"
x 52" with multi-port single levered
valve, Media: 50 liters of strong cation
94 Set 1.0
based softner resin
3. R.0. Module: 1 Nos. of Cartridge
filter with filtration rating 5 micron,
filter material: PP, spun, filter size: 20
inches and PP Blue housing material
of size 20".
4. 1 Nos. of high pressure horizontal
centrifugal pump made of SS-316.
5. 2 Nos. of 4" dia and 40" length
membranes made of TFC, Polyamide
with 2 Nos. of RO vessel of rating 250
psi made of 4" dia x 40" length
stainless steel.
Well Drilling (Deep Boring)
95 Mobilization of drilling ring and LS 1.0
accessories to site and demobilization
Drilling Pilot Hole in soft formation
96 R.m. 270.0
(Clay, Sand, Silt etc)

Drilling Pilot Hole in hard formation


97 R.m. 50.0
(gravel, boulder, rock)

98 Electrical logging of hole LS 1.0

Reaming of hole in soft formation


99 (Clay, Sand, Silt etc) to fit 150mm dia R.m. 270.0
pipe

100 Reaming of hole to fit 200mm dia pipe R.m. 102.0

Reaming of hole in hard formation


101 R.m. 50.0
(gravel, boulder, rock)

102 Lowering of pipe assembly R.m. 320.0

103 Gravel packing in the annular space LS 1.0

Development of well by Rig machine


104 hrs. 24.0
and Air compressor

105 Pump Fittings LS 1.0

Chemical Analysis of water and


106 LS 1.0
Factual Report, Report Preparation
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
200mm dia ERW MS Plain Pipe 5.4 to
6mm thickness (Heavy) (Brand:
107 R.m. 102.0
jagadamba/ Hipco/ BST) (NSI
Standard)
150mm dia ERW MS Plain Pipe 5.4
mm thickness (Heavy) (Brand:
108 R.m. 182.0
jagadamba/ Hipco/ BST) (NSI
Standard)
150mm dia ERW MS Slotted Pipe 5.4
109 mm thickness (Heavy) (Brand: R.m. 36.0
Tata/Bandal/ Jindal) (ISI Standard)

110 MS Collar for 200mm dia Pipes Nos. 17.0

MS Collar for 150mm dia Pipes &


111 Nos. 36.0
Screen

112 200mmX150 dia. MS reducer Nos. 1.0

Supply of Anti Corrosive Paint for MS


Pipes & Screen, 1" Flat strips 6psc,
113 LS 1.0
200mm dia Flange Set, Welding Rod
etc
Submersible Pump of 5 to 7.5 Hp
having discharge of 2 to 5 ltr/sec, head
30 to 140m with discharge pipe of
114 50mm dia 90m, Flat Cable 4 - 140m Set 1.0
with panel board complete set. Brand:
KSB/ Gi Pipe (M) Jagdamba/ Hipco/
BST)
Water Treatment Plant: Design,
Supply, delivery and installation of
6000 lph capacity Water Treatment
Plant
All vessels to be initially packed with
required quantity of filter media
including supplying, commissioning,
115 testing and operation of the whole Set 1.0
Water Treatment Plant and training to
the Operators. Treated water quality
must be as per NDWQS standard.
Closed Aeration system of capacity
6000 lph with vessel of size 2' dia x 8'
HOS with necessary MS stand, air
blower/ compressor all complete
Electronic Dosing system with
116 Set 3.0
chemical dosing tank 200 liters HDPE
FRP Iron Removal Filter with
multiport valve of capacity 6000 lph
alongwith necessary piping and
activated media all complete. Size of
117 filter: 36"x72". Mixed bed sand Set 1.0
media consisting of the following : i)
Gravel ii) Pebbles iii) Quartz Sand
iv) Anthracite. Average porisity 50
micron
MS Multimedia Filter with multiport
valve of capacity 6000 lph for 6 hour
working operation alongwith
118 necessary piping and activated media Set 1.0
all complete. Size of filter: 36"x72".
Vessel packing with Graded sand,
coarse silex, mesh sand
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
FRP Activated Carbon Filter with
multiport valve of capacity 6000 lph
alongwith necessary piping and
119 activated media all complete. Size of Set 1.0
filter: 36"x72". Vessel packing with
Coarse Silex, Activated Carbon, mesh
sand
Filter Feed and backwash pump 6000
120 Set 2.0
lph
Electric Control Panel complete set for
121 efficient operation of above WTP and Set 1.0
all pumps
Testing, Commissioning of Complete
Plant, Training to Operator, Hand-
over of WTP, submission of Operation
Manual
NOTE: Complete set includes all
122 Job 1.0
necessary pipes and fittings (CPVC,
PVC) for inlet, outlet, overflow,
washout connections. Limit of works
will be from the FILTER FEED
PUMP to OUTLET of WTP.
Fire-Fighting System
Pump House Equipments
Supply, erection, testing &
commissioning of Horizontal
centrifugal type MOTOR DRIVEN
FIRE PUMP SET of capacity 144
M3/hr at 75 MWC. along with
followings strictly as per Technical
Specification:
123 a) Suitable rated Motor of 415 V / Set 1.0
50 Hz / 3 phase supply, Continuous
duty,
b) Common base plate,
c) Coupling,
d) Coupling guard,
e) Foundation Bolts
f) Nuts, bolts, fittings etc. (as required
to complete in all respect)
g) Auto air release valve
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supply, erection, testing &
commissioning of Diesel Engine
driven Standby pump -Horizontal split
casing type horizontal centrifugal
pump complete with gland packing of
capacity 144 M3/hr at 75 MWC along
with following, strictly as per
Technical Specification:
Complete set with gland packing,
coupling, coupling guard (zero access
type), anti-vibration mounting,
foundation bolts etc. The pump shall
be coupled to air radiator cooled / heat
exchanger water cooled (including
cooling water piping & valves), diesel
engine of suitable BHP & speed as per
technical specification. The set shall
be provided with safety control panel,
124 2 nos of batteries of adequate rating Set 1.0
with battery leads & stand, battery
charger panel, residential silencer,
double walled diesel tank of capacity
adequate for 6 hours operation and
fitted with level gauge, level switch,
nozzles, stand, diesel piping & valves
to & from engine and tank and exhaust
silencer. The complete set shall be
mounted on common base frame.
Pump set shall conform to NFPA
requirements and shall be complete
with UL approved controller and FM
approved flow meter on re-circulation
line conforming to NFPA 20
requirements. RCC foundation for the
pump shall be required. However,
dimensions and load data shall be
furnished by Contractor.
Supply, erection, testing &
commissioning of Vertical in-line type
MOTOR DRIVEN JOCKEY PUMP
SET of capacity 11 M3/hr at 75
MWC. along with followings strictly
as per Technical Specification:
Electrical motor driven Jockey pump -
Vertical-in-line type centrifugal pump
complete with mechnical seal,
coupling, coupling guard (Zero access
125 Set 1.0
type), anti-vibration mounting,
foundation bolts.The pump shall be
coupled to Squirrel cage induction
motor, TEFC type of Efficiency 1
(IE2), IP55 of suitable HP and speed
as per technical specification.
Complete set shall be mounted on
common base frame for operation of
415 volts+/- 10%, 3 phase, 50 HZ +/-
5% A.C supply.
Supply, erection, testing &
commissioning of Rubber Expansion
bellows suitable for suction line of
126 above pumps. Manufacturer's Nos. 2.0
certificates of complience should be
submitted before delivery.
100 NB
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)

127 80 NB Nos. 1.0

Supply, erection, testing &


commissioning of SLUICE VALVE,
128 PN-1.6 with companion flanges, Nos. 1.0
gaskets & nuts and bolts.
150 NB
Supply, erection, testing &
commissioning of NON RETURN
129 VALVE with companion flanges, Nos. 1.0
gaskets & nuts and bolts.
150 NB
Supply, erection, testing &
commissioning of HORIZONTAL
130 CHECK VALVE with companion Nos. 2.0
flanges, gaskets & nuts and bolts.
100 NB

131 80 NB Nos. 2.0

Supply, erection, testing &


commissioning of Y- type strainer for
132 Suction line with companion flanges, Nos. 2.0
gaskets & nuts and bolts.
100 NB

133 80 NB Nos. 1.0

Supply, erection, testing and


commissioning of PRESSURE
SWITCH with all accessories like root
valves, 3way gauge valve, damping
coil etc as detailed in Technical
134 Nos. 6.0
Specification & Drawings for
Pumping System. RT Model of
INDFOSS makes, suitable to high-
pressure line. To be mounted on water
line for auto start – stop of fire pump.
Supply, erection, testing and
commissioning of PRESSURE
GAUGE with all accessories like root
valves, 3way gauge valve, damping
135 coil etc as detailed in Technical Nos. 11.0
Specification & Drawings. The scale
shall be in metric units. Accuracy shall
be 1.0 percent of full-scale range or
better conforming to IS: 3624.
Supply, erection, testing and
commissioning of CONTROL
136 CABLE from various instruments to R.m. 30.0
composite panel.
2C x 2.5 mm2

137 12C x 2.5 mm2 R.m. 30.0

Supply, erection, testing and


commissioning of FLOW METER
138 Nos. 1.0
with Digital Display.
150 NB
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supply, erection, jointing, testing and
commissioning of M.S.Seamless
pipes-SCH-40. The pipes being fixed
on the walls or suspended from the
ceiling with angle iron supports
complete with fittings such as bends,
tees, flanges and all necessary
139 accessories complete with 2 coats of R.m. 110.0
P.O. Red Synthetic enamel paint
followed by 2 coats of Primer. Pipes
above 50 NB should be grooved joint
only. 50 NB & below should be
Forged fittings Socket weld type of
joint
150 NB

140 100 NB R.m. 140.0

141 80 NB R.m. 90.0

142 25 NB R.m. 15.0

Supply,erection, testing&
commissioning of STEEL
143 STRUCTURE for pipe support as Kg. 177.5
detailed in technical specification and
drawings

144 Single Headed Landing Valve Set 11.0

15.0 M long x 63 Dia. Hose. with SS


145 couplings. (for Internal & external Set 24.0
Hydrant).
Supply and fixing of swinging HOSE
REEL & S.S. Bend pipe, 19 mm dia.
Bore reinforced rubber of length 36
mtrs. Length fitted with 6.35 mm
146 Set 11.0
nozzle. The hose reel shall be recessed
swinging type, inclusive of connection
with hydrant riser pipe through one 25
mm. NB Gate Valve.
Gun Metal Water Branch Pipe With
147 Set 11.0
Nozzle

148 Air Release Valve Set 3.0

149 MS Hose Box (External) Nos. 1.0

150 MS Hose Box (Internal) Nos. 11.0

2 Way Fire Brigade Inlet Connection


151 Set 1.0
On 100mm Size Manifold

Butterfly Valve
152 Nos. 11.0
80 NB

2.1.1.3 Electrical Works


Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
PANEL & DISTRIBUTION
BOARDS:
Supply, installation, testing and
commissioning of Panel Board type
with locking arrangement with 2 coat
of red oxide metal prime and stage
quality paint before final coat of
enamel paint ( 3 phase, neutral link,
1 earth link) TPNE busbar including Nos. 1.0
necessary accessories for internal
wiring at the board as per drawing and
following specification
250/300 Amp Panel Board with
Suitable color,Floor Mounted Double
cover,Push Type Switch Size 12"x48"
x60" all complete , Cu Bus Bar, Cu
Neutral and Eath links,
150/200 Amp Panel Board with
Suitable color,Floor Mounted
Double cover,pushTypeSwitch, Size
2 Nos. 2.0
9"x38"x52" all
complete , Cu Bus Bar, Cu Neutral
and Eath links,
60/100 Amp Panel Board with
Suitable color,Floor Mounted Double
3 cover,pushTypeSwitch, Size 9"x36" Nos. 2.0
x48" all complete Cu Bus Bar, Cu
Neutral and Eath links,

4 Voltmeter (0-500) Nos. 5.0

5 Amp. Meter (0-500) Nos. 5.0

6 Panel Indicator Nos. 15.0

7 AMP meter selector switch Nos. 5.0

8 Voltmeter selector switch Nos. 5.0

9 400 AMP C.T.Coil Nos. 3.0

10 250-300 AMP C.T.Coil Nos. 1.0

11 100-200 AMP C.T.Coil Nos. 9.0

12 60-100 AMP C.T.Coil Nos. 3.0

MCCB:
Supply, installation, testing and
commissioning of following MCCB,
13 Nos. 1.0
Make of Terasaki, Schnieder, Siemens
or equivalent
400 Amp MCCB 50 kA,(Adjustable)

14 250 Amp MCCB 36 kA,(Adjustable) Nos. 2.0


Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)

15 200 Amp MCCB 36 kA,(Adjustable) Nos. 1.0

16 200 Amp MCCB 25 kA,(Adjustable) Nos. 2.0

17 160 Amp MCCB 25 kA Nos. 1.0

18 125 Amp MCCB 25 kA Nos. 2.0

19 100 Amp MCCB 25 kA Nos. 2.0

20 80 Amp MCCB 25 kA Nos. 2.0

21 16 - 63 Amp MCCB 25 kA Nos. 9.0

22 160 Amp MCCB 16 kA Nos. 1.0

23 125 Amp MCCB 16 kA Nos. 1.0

24 100 Amp MCCB 16 kA Nos. 6.0

25 80 Amp MCCB 16 kA Nos. 1.0

26 16 - 63 Amp MCCB 16 kA Nos. 21.0

SUB DISTRIBUTION BOARD:


Supply, installation, testing and
commissioning of Distribution Panel
Board type with locking arrangement
with 2 coat of red oxide metal prime
and stage quality paint before final
27 coat of enamel paint ( Three phase/ Nos. 2.0
single phase, neutral link, earth link)
TPNE or SPNE busbar including
necessary accessories for internal
wiring at the board as per drawing and
following specification
6 way SPN DB Double Cover

28 8 way SPN DB Double Cover Nos. 2.0

29 12 way SPN DB Double Cover Nos. 2.0

30 4 way TPN DB Double Cover Nos. 2.0

31 6 way TPN DB Double Cover Nos. 3.0

32 8 way TPN DB Double Cover Nos. 6.0


Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)

33 10 way TPN DB Double Cover Nos. 12.0

34 12 way TPN DB Double Cover Nos. 12.0

35 14-16 way TPN DB Double Cover Nos. 11.0

MCB ansd RCCB:


Supply, installation, testing and
commissioning of following MCB
36 Nos. 554.0
Make of Terasaki, Schnieder, Siemens
or equivalent
6–32 amp MCB SP (single pole)

37 6–32 amp MCB DP (Double pole) Nos. 16.0

38 6–32 amp MCB TP (Triple pole) Nos. 15.0

39 40-63 amp MCB DP (Double pole) Nos. 2.0

40 40-63 amp MCB TP (Triple pole) Nos. 6.0

24-40 amp RCCB (30, 100, 300mA)


41 Nos. 1.0
FP (Four pole)

63 amp RCCB (30, 100, 300mA) FP


42 Nos. 1.0
(Four pole)

24-40 amp RCCB (30mA,100,300


43 Nos. 47.0
mA) DP (Double pole)

63 amp RCCB (30mA) DP (Double


44 Nos. 13.0
pole)
Cables and Wires:
Supply and laying of cable from
Transformer to MCP and
other power panel laid underground
through HDPE pipe as per
45 specification including cable shoes at R.m. 145.0
both ends. (Excluding the cost of cable
tray) Make of Nepal Cable, Prakash
Cable, Pioneer Cable Or NS
300 sq. mm 3.5 core PVC Aluminium
Armoured
240 sq. mm 3.5 core PVC
46 R.m. 150.0
Aluminium Armoured

185 sq. mm 3.5 core PVC Aluminium


47 R.m. 60.0
Armoured

150 sq. mm 3.5 core PVC


48 R.m. 25.0
Aluminium Armoured

70 sq. mm 3.5 core Aluminium


49 R.m. 30.0
Armoured
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)

50 sq. mm 3.5 core PVC Aluminium


50 R.m. 95.0
Armoured

35 sq. mm 3.5 core PVC Aluminium


51 R.m. 90.0
Armoured

25 sq. mm 3.5 core PVC Aluminium


52 R.m. 200.0
Armoured

10 sq. mm 4 core PVC Copper


53 R.m. 35.0
Armoured

16 sq. mm 2 core PVC Copper


54 R.m. 95.0
Armoured

6 sq. mm 2 core PVC Copper


55 R.m. 20.0
Armoured

2.5 sq. mm 2 core PVC Copper


56 R.m. 110.0
Armoured
Power Cable from MDB to Floor DB:
Supply and laying of cable from MCP
to Floor Control panel through cable
tray and vertical duct as per drawing
and specification including cable
57 R.m. 25.0
shoes at both ends.(Excluding the cost
of cable tray) Make of Nepal Cable,
Prakash Cable, Pioneer Cable Or NS
50 sq. mm 4 core Copper Un-
Armoured
25 sq. mm 4 core Copper Un-
58 R.m. 30.0
Armoured

16 sq. mm 4 core Copper Un-


59 R.m. 60.0
Armoured

10 sq. mm 4 core Copper Un-


60 R.m. 195.0
Armoured

6 sq. mm 4 core Copper Un-


61 R.m. 70.0
Armoured

4 sq. mm 4 core Copper Un-


62 R.m. 65.0
Armoured

10 sq. mm 2 core Copper Un-


63 R.m. 25.0
Armoured

6 sq. mm 2 core Copper Un-


64 R.m. 50.0
Armoured

4 sq. mm 2 core Copper Un-


65 R.m. 65.0
Armoured
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Light Point Wiring:
Supply, installation, testing &
commissioning of light point wiring
from DB to various points with 2 nos
of 2.5 sq.mm multistrand flexible cu.
wire through 20 mm. concealed.
The rate for point wiring shall include
the circuit wiring from deginated
66 Pts. 1158.0
Distribution Board (DB) up to the first
light/fan/ control switch on wards to
light/fan then the looping between
switches /lights/fans/ etc. for one or
two way, as per drawing and
specification (No cable jointing is
allowed except switch and fixture)
Light Point Wiring
Modular Switches:
Supply, installation, testing &
commissioning of following switches.
67 Nos. 201.0
Make of North-West, Schnieder,
Siemens or equivalent
1 Gang one way Switch

68 2 Gang one way Switch Nos. 137.0

69 3 Gang one way Switch Nos. 42.0

70 4 Gang one way Switch Nos. 32.0

71 6 Gang one way Switch Nos. 20.0

Light Fixtures:
Supply, installation, testing &
commissioning of following light
fixture complete with tube, choke, end
caps, starter, capacitor as per drawing
and specification. Make of (Legero
72 Set 74.0
/Wipro /Osram or equivalent)
36 Watt back-lit LED Recessed
Luminaire, suitable for 600 X 600
module and is enclosed with high
efficient flat PMMA low glare difuser
with luminous flux of 3600 lm
36 Watt back-lit LED Surface
Luminaire, suitable for 600 X 600
73 module and is enclosed with high Set 34.0
efficient flat PMMA low glare difuser
with luminous flux of 3600 lm
24 watt back-lit LED, Recessed
Luminaire suitable for
600 X 300 module with high
74 Set 70.0
efficiency flat PMMA low glare
diffuser with luminous flux of 2400
lm
24 watt back-lit LED, Surface
Luminaire suitable for
600 X 300 module with high
75 Set 176.0
efficiency flat PMMA low glare
diffuser with luminous flux of 2400
lm
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
18 Watt Downlight Recessed made of
high efficiency die-cast aluminium
76 Set 43.0
with powder coated finish with
luminous flux of 1500 lm
12 watt Downlight round, energy
efficient back-lit , recessed diffused
77 LED downlights. made of high Set 62.0
efficient die-cast aluminium housing
with luminous flux of 1200 lm
12 watt Downlight round, energy
efficient back-lit , Surface diffused
78 LED downlights. made of high Set 243.0
efficient die-cast aluminium housing
with luminous flux of 1200 lm
6 watt Downlight round, energy
efficient back-lit LED downlight,
recessed diffused LED downlights
79 Set 81.0
made of high efficient die-cast
aluminium housing with luminous
flux of 600 lm
6 watt Downlight round, energy
efficient back-lit LED downlight,
surface diffused LED downlights
80 Set 30.0
made of high efficient die-cast
aluminium housing with luminous
flux of 600 lm
18 Watt, 4 ft. long Batten LED Light
in square shape with high efficient PC
81 Set 63.0
cover and end caps with luminous flux
of 1800 lm
9 Watt LED Slim Mirror Light (Make
Wipro, Homedec, Decon OR
82 Set 52.0
equivalent) with luminous flux of 810
lm
5 Watt LED bulb with Wall mounted
Light. (Make Homedec, Decon,
83 Set 15.0
Fumagalli OR equivalent) with
luminous flux of 450 lm.
11 W LED , bulk head light best
84 Set 10.0
quality , with luminous flux of 990 lm
Power Socket Point Wiring:
Supply, installation, testing &
commissioning of 3 pin 6A/16A and
13 A Universal socket (socket point
wiring with 2 nos of 4 sq. mm +
85 1no of 1.5 sq. mm multistrand Pts. 721.0
flexiblecopper wires through 25 mm
internal dia HDPE conduit concealed
from DB to various points as per
drawing and specification.
Power socket point wiring
Power S/Socket:
Supply, installation, testing &
commissioning of following power
s/socket. Make of North-West,
86 Nos. 456.0
Schnieder, ABB or equivalent
16/6 Amp Combined S/Socket With
Safety Shutter F
(cost included of PVC/GI Box)
13 A Universal Power S/socket with
87 (cost included of Nos. 265.0
PVC/GI Box)
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Ceiling / Exhaust Fan:
Supply, installation, testing &
commissioning of following ceiling,
88 Nos. 114.0
exhaust fan. Make of Almonard,
Bajaj, Crompton Or Equivalent
42" celing fan

89 9 " Exhaust Fan Nos. 72.0

90 16" Wall fan Nos. 31.0

91 4" PVC pipe for exhaust R.m. 20.0

92 4" PVC Tee - Soc Nos. 2.0

93 4" PVC 45º Elbow - Soc Nos. 2.0

94 4" PVC Coupling - Soc Nos. 3.0

Earthing & Lightning Protection


Supplying & erecting funnel type
earthing having earth
electrode of Copper plate (600 mm X
95 600 mm X 3.15 mm ) buried in earth Nos. 13.0
pit 3 meter below ground with 4 bag
charcoal and 40 kgsalt with alternate
layers of charcoal & salt, with bolted 8
SWG copper strip. (As per drawing).

96 25 x 3 mm GI strip R.m. 204.0

10 SWG Cu wire with Proper


97 R.m. 130.0
Insulation.(Standard Class)

98 Air Finial Lightning Arrester Nos. 6.0

A/C Point Wiring System


Supply, installation, testing &
commissioning of 3 pin 16A Socket
(socket point wiring with 2 nos of 4
sq. mm + 1no of 2.5 sq. mm
99 Pts. 24.0
multistrand flexible copper wires
through 25 mm internal dia HDPE
conduit concealed from DB to various
points as per drawing and
specification.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Air Conditioning system: Accessories,
screws, grips, nut bolts, angle,
channel, drain, copper pipe, insulation
etc. all complete
Supply and installation of 2 Ton
Ceiling Mounted Split Ac units,
installation power supply of 220v AC
100 Nos. 6.0
single phase with complete
accessories: wireless display remote
controller , heating and cooling copper
pipe, insulation etc. all complete.
[Make by McQuay, Panasonic,Fujiare,
Samsung
or equivalent]
Supply and installation of 1.5 Ton
Ceiling Mounted Split Ac units,
installation power supply of 220v AC
single phase with complete
accessories: wireless display remote
101 Nos. 2.0
controller , heating and cooling copper
pipe, insulation etc. all complete.
[Make by McQuay, Panasonic,Fujiare,
Samsung
or equivalent]
Supply and installation of 1 Ton
Ceiling Mounted Split Ac units,
installation power supply of 220v AC
single phase with complete
accessories: wireless display remote
102 Nos. 1.0
controller , heating and cooling copper
pipe, insulation etc. all complete.
[Make by McQuay, Panasonic,Fujiare,
Samsung
or equivalent]
Supply and installation of 2 Ton Wall
Mounted Split Ac units, installation
power supply of 220v AC single phase
with complete accessories: wireless
103 display remote controller , heating and Nos. 1.0
cooling copper pipe, insulation etc. all
complete. [Make by McQuay,
Panasonic,Fujiare, Samsung
or equivalent]
Supply and installation of 1.5 Ton
Wall Mounted Split Ac units,
installation power supply of 220v AC
single phase with complete
accessories: wireless display remote
104 Nos. 14.0
controller , heating and cooling copper
pipe, insulation etc. all complete.
[Make by McQuay, Panasonic,Fujiare,
Samsung
or equivalent]
Supply and installation of 1 Ton Wall
Mounted Split Ac units, installation
power supply of 220v AC single phase
with complete accessories: wireless
105 display remote controller , heating and Nos. 1.0
cooling copper pipe, insulation etc. all
complete. [Make by McQuay,
Panasonic,Fujiare, Samsung
or equivalent]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Telephone
Supply and installation of telephone
point wiring from telephone junction
box to individual point with 2 pair
106 Pts. 29.0
drop wire (0.5mm copper wire)
through 20 mm internal dia HDPE
conduit concealed as per drawing and
specification
Supply and installation of RJ 11 wih
107 Nos. 29.0
GI box.
Supply and installation of telephone
junction box(TJB) made of 18 swg ms
sheet cubical, concealed type with
108 Nos. 14.0
enamel paint complete with 4 IDC
connector as per drawing and
specification
Supply and installation of 20 Pair
109 Cable Wire (20X2X0.45) mm Heavy R.m. 45.0
through Rigid PVC pipe/HDPE Pipe
Supply and installation of 15 Pair
110 Cable Wire (15X2X0.45) mm Heavy R.m. 25.0
through Rigid PVC pipe/HDPE Pipe
Supply and installation of 10 Pair
111 Cable Wire (10X2X0.45) mm Heavy R.m. 115.0
through Rigid PVC pipe/HDPE Pipe
Supply and installation of 5 Pair Cable
112 Wire (5X2X0.45) mm Heavy through R.m. 46.0
Rigid PVC pipe/HDPE Pipe
Power Supply Backup (UPS)
Supply, installation and Testing of 5
kVA/48 V Online UPS Single phase
out pure sinewave with including 8
nos. of 150 AH Inverter Tubular Lead
113 Set 4.0
Acid Battery with Aluminium Battery
Bank Case and interconnection
terminal system by 16 sq.mm DC
cable. Make of Sukam, JCM,
Emersion or equivalent.
Supply, installation and Testing of 10
kVA/48 V Online UPS Single phase
out pure sinewave with including 16
nos. of 150 AH Inverter Tubular Lead
114 Acid Battery with Aluminium Battery Set 1.0
Bank Case and interconnection
terminal system by 16 sq.mm DC
cable. Make of Sukam, JCM,
Emersion or equivalent.
Supply, installation and Testing of 2
kVA/24 V Online UPS Single phase
out pure sinewave with including 2
nos. of 150 AH Inverter Tubular Lead
115 Acid Battery with Aluminium Battery Set 1.0
Bank Case and interconnection
terminal system by 6 sq.mm DC cable.
Make of Sukam, JCM, Emersion or
equivalent.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Generator
Supply, installtion and comissioning
of 125 kVA , 400V
continious rated diesel generator
including Electrical starter motor with
soft start engagement featureset
housed in a double sound proofed
116 Set 1.0
metal casing , Automatic Change over
switch panel all complete with smoke
outlet and earthing accessories and
exhaust with panel all complete with
smoke outlet and earthing accessories
and exhaust with cover complete set. .
( Cumins/Greaves)
Supply, installtion and comissioning
of 50 kVA , 400V
continious rated diesel generator
including Electrical starter motor with
soft start engagement featureset
housed in a double sound proofed
117 metal casing , Automatic Change over Set 1.0
switch panel all complete with smoke
outlet and earthing accessories and
exhaust with panel all complete with
smoke outlet and earthing accessories
and exhaust with cover complete set. .
( Cumins/Greaves)
Supply and installation of security
camera with complete accessories
including CAT6 Cable (10m per
point).
118 Set 69.0
Sensor PS5510 5MP HD Lens Main
strem 5MP @ 15fps inbuilt POE, IR
LED, IR range (28m), 3.6mm lens
POE
16 channel dual strem video
119 compression, support IP Camera with Set 4.0
adaptive access, turbo HD NVR

120 Hard disk 3 TB Set 4.0

CAT6 Cable approx. 10m per point


121 with PVC double lock listi, grip, RJ 45 Pts. 69.0
with complete accessories.
Normal computer 17" LED monitor,
122 make of Samsung, Sony , LG or Set 4.0
Equivalent
Fire Alarm System:
Supply and installation of point wiring
for Fire Alarm System with 2x1.5
sqmm fire retardant (FRLS) insulated
copper wire through 20 mm internal
dia HDPE conduit from FACP to
various point such as smoke dector/
respose indicator/ MCO/hooter etc all
123 complete as per drawing and Pts. 226.0
specification. MCO/hooter etc all
complete as per drawing and
specification.
Supply, installation, testing &
commissioning 2x1.5 sqmm fire
retardant (FRLS) insulated copper
wire through 20 mm internal dia
HDPE conduit
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supply and installation of ionization
124 smoke detector including Nos. 218.0
base plate (System Sensor- UK make)
Supply and installtion of Heat detector
125 including base plate Nos. 8.0
(System Sensor)
Supply and installation of response
126 indicator Nos. 65.0
(System Sensor- UK make)
Supply and installation of break glass
127 type Manual Call Nos. 46.0
Point (System Sensor)
Supply, installation and comissioning
of 12 zone conventional Fire Alaram
built in 230V power supply 24V
standby sealed lead acid battery, all
128 Control Panel (FACP) for automatic Nos. 2.0
fire dection and alarming system with
complete as per drawing and
specification. (System Sensor- UK
make)
Supply, installation and comissioning
of 8 zone conventional Fire Alaram
built in 230V power supply 24V
standby sealed lead acid battery, all
129 Control Panel (FACP) for automatic Nos. 4.0
fire dection and alarming system with
complete as per drawing and
specification. (System Sensor- UK
make)
Supply, installation and comissioning
of 4zone conventional Fire Alaram
built in 230V power supply 24V
standby sealed lead acid battery,all
130 Control Panel (FACP) for automatic Nos. 5.0
fire dection and alarming system with
complete as per drawing and
specification. (System Sensor- UK
make)
External Lighting System
Supply, installation and comissioning
of 9 meter steel tubular pole (Bottom
134mm dia., 3300 mm ht, 155mm dia.
131 2250mm ht., 90mm dia. 2250 ht. and Nos. 28.0
76 mm dia. 1650mm ht with over
lapping of 200mm, 150mm, 100mm
respectively with necessary required
Arm according to drawing.
Supply, installation and comissioning
of 300 mm dia Polycarbonare post top
132 Nos. 28.0
light with 20 W High power LED
Lamp
Supply and Installation of Rack
Mounted Network Switch of
133 campatibal 10/100/1000 make of Nos. 1.0
Cisco, Netgear , TP link, or equivalent
Switch 24 Ports 10/100/1000

134 Switch 16 Ports 10/100/1000 Nos. 1.0

135 Switch 5 Ports 10/100/1000 Nos. 4.0


Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)

6U Wall Mount Rack Compatible for


136 Nos. 1.0
LAN Switch and NVR

4U Wall Mount Rack Compatible for


137 Nos. 1.0
LAN Switch and NVR

2U Wall Mount Rack Compatible for


138 Nos. 7.0
LAN Switch and NVR
Cable Tray with Cover and
Accessories of make of
GEWISS/BEC or equivalent
139 R.m. 85.0
size 305X65 mm hot deep galvanised
steel cable tray(Vertical Ladder type
and Horizontal) MV 40 148
size 95 X 35 mm hot deep galvanised
140 steel cable tray (Vertical Ladder type R.m. 55.0
and Horizontal) MV 40 148
Supply, installation and comissioning
141 of EPABX System Nos. 2.0
2-6 Lines EPABX

142 4-12 Lines EPABX Nos. 2.0

143 8-72 Lines EPABX Nos. 2.0

144 16mm2 Cable Shoe Nos. 72.0

145 25mm2 Cable Shoe Nos. 48.0

146 35 mm2 Cable Shoe Nos. 18.0

147 50 mm2 Cable Shoe Nos. 24.0

148 70 mm2 Cable Shoe Nos. 18.0

149 95 mm2 Cable Shoe Nos. 12.0

150 150 mm2 Cable Shoe Nos. 12.0

151 195 mm2 Cable Shoe Nos. 6.0

152 250 mm2 Cable Shoe Nos. 28.0

Transformer Works
9 meter steel pole (bottom 134mm dia.
3300 mm hit. 155mm dia. 2250mm
153 Set 4.0
height, and 76mm dia 1650 mm ht.
with overlapping of 200mm, 150mm
and 100mm respectively
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying, fitting & fixing steel angle
iron for metal fabrication of size
65mmx65mm of thickness not less
154 than 4.5mm with primer paint all Kg. 16.92
complete as per specification and
instruction of site engineer. A-Bracket
channel for complete set.

155 Cross Arm Channel Set 1.0

156 Stay set (6 inch long) Set 4.0

157 11 kV disc insulator with spindle Set 15.0

158 Pin Insulator or PG clamp Set 15.0

11 kV , 3PH, 250 kVA, 50Hz ONAN


Copper wound Distribution Outdoor
159 Nos. 1.0
Transformer with first fillign of Oil, as
per NEA Standard.
11 kV OUT DROP FUSE set
160 Set 1.0
complete.

161 11 kV Lightning Arrestor Set 1.0

Total of Procument Items


Total Item Price

VAT

Grand Total

You might also like