Construction of Sainik School at Chhingchhip, MIZORAM

Transcription

Construction of Sainik School at Chhingchhip, MIZORAM
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
HINDUSTAN PREFAB LIMITED
(A Govt. of India Enterprise)
JANGPURA, NEW DELHI-110014
Construction of Sainik School at Chhingchhip,
MIZORAM
NIT No. HPL/DGM(Engg.)/Sainik School/TC/36/2013-14 DT. 19-11-2013
NOTICE INVITING TENDER
AND
INSTRUCTIONS TO TENDERERS
ISSUED TO: M/s. ________________________________
________________________________
Ph- (011) 43149800-899, Fax: - (011) 26340365 E-mail:- [email protected] Website: - www.hindprefab.org
Signature of Tenderer with seal
0
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
HINDUSTAN PREFAB LIMITED
(A Govt. of India Enterprise)
JANGPURA, NEW DELHI-110014
NOTICE INVITING TENDER
NIT No. HPL/DGM(Engg.)/Sainik School/TC/36/2013-14 DT. 19-11-2013
1.0
M/s. Hindustan Prefab Ltd., (HPL) has been appointed by the Department of School
Education, Govt. of Mizoram as the “Executing Agency” for implementation of their Projects
in various parts of North Eastern Region.
2.0
On behalf of Department of School Education, Govt. of Mizoram sealed percentage rate
basis tenders are invited by the Hindustan Prefab Limited Jangpura, New Delhi-110014 in
Two bid system/three bid system from the reputed, experienced , technically and
financially sound contractors and from the empanelled contractors of HPL who are
empanelled in the Category ` 25.00 Crores and above for NER and all India basis, for the
work “Construction of School Building, Hostel Building, Sub-station, Market, Medical
Inspection and Junior Staff Residence of Sainik School at Chhingchhip, Mizoram” as
per the following details:
S.
No
1
3.0
Name of Work
Construction of School Building,
Hostel Building, Sub-station,
Market, Medical Inspection and
Junior Staff Residence of Sainik
School at Chhingchhip, Mizoram.
Estimated
Cost
EMD
Cost of tender
documents
(` in
Lakhs)
( ` in
lakhs)
(in ` )
2503.00
35.03
5,000/-
Time of
completion
30 months
(nonrefundable)
The tender documents can be purchased from the office of DGM (Engg./ T&M) Hindustan
Prefab Limited, Jangpura, New Delhi-110014 from 20-11-2013 to 03-12-2013 up to 4.00
PM on furnishing a Demand Draft drawn on a Nationalized Bank/Schedule Bank in favour
of “Hindustan Prefab Limited” payable at New Delhi for ` 5000/- as tender cost (non
refundable). Tender documents can also be downloaded from HPL’s website
www.hindprefab.org. However, cost of tender documents, as aforesaid, shall be payable in
addition to EMD at the time of tender submission.
Signature of Tenderer with seal
1
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
4.0 Earnest Money amounting to ` 35.03 lacs shall be furnished along with the tender in the form
of Demand Draft in favour of “Hindustan Prefab Ltd.,” payable at New Delhi from any
Nationalized Bank/Schedule Bank in India.
4.01
The EMD shall be valid for a minimum period of 90 days from the last day of submission of
tender. Any tender not accompanied with the aforesaid EMD shall be rejected and such
tenderer will not be allowed to participate in the opening of the bids.
4.02
The EMD of unsuccessful tenderers shall be returned within (30) thirty days of the award of
the contract to the successful bidder. However, EMD of successful bidder in the form of
Demand Draft shall be treated as part of Security Deposit
5.0
The tenders shall be submitted in the office of DGM (Engg./ T&M) by 05-12-2013 up to
3.00 PM and opened on the same day at 3.30 PM.
6.0
Hindustan Prefab Limited (HPL) reserves the right to accept or reject any or all tenders in
part or full without assigning any reason thereof. HPL may award the work amongst more
than one bidder at L-1’s accepted rates, terms and conditions, if required.
DGM(Engg./T&M)
Signature of Tenderer with seal
2
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
INSTRUCTIONS TO TENDERERS (ITT)
1.0
Mode of Submission
The tender is to be submitted in three separate sealed covers as under:a)
Envelope – I (EMD, Cost of tender documents and Unconditional
Acceptance Letter)
This Envelope shall contain the following
i)
Requisite EMD as specified in the NIT.
ii)
Cost of Tender documents, (if downloaded from Website) as specified in the NIT.
Copy of cash receipt to be enclosed (if purchased from HPL’s office).
iii)
Letter of Unconditional Acceptance of tender conditions as per proforma
Annexure-I.
This envelope shall be properly sealed and superscribed as “Envelope – I”, indicating the
NIT No., Due date, Name of work and Name of the tenderer/ Contractor.
b)
Envelope – II ( Technical Bid)
This envelope shall contain the following:-
i)
Application form for prequalification, initial criteria for eligibility for
prequalification, evaluation criteria, letter of transmittal etc. as per proforma
given in Technical Bid.
ii)
NIT, General Conditions of Contract, Special Conditions
Corrigendum/ Addendum, if any and Technical Specifications.
iii)
Copy of Power of Attorney / Partnership Deed duly attested by Notary Public
authorizing the person to sign the tender.
iv)
Any other information required to be submitted along with the tender.
v)
The enlisted contractor of HPL in the category above Rs. 25.00 Crores
will be exempted from Technical bid (PQ procedures) and need not to
submit the envelope –II for Technical bid. Copy of certificate issued by
the HPL will have to be attached along with the bid document at the time
of applying for.
of
Contract,
This envelope shall be properly sealed and superscribed as “Envelop–II (Technical Bid)”
indicating NIT No., Due date, Name of Work, Name of tender/ Contractor.
c)
Envelope – III (Financial Bid)
This envelope shall be properly sealed and superscribed as “Envelope – III Financial
Bid”, indicating the NIT No., Due date, Name of work, Name of tender/ Contractor. This
Envelope shall contain the BOQ/ Schedule of Quantities (duly filled in).
Signature of Tenderer with seal
3
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
All the three sealed envelopes shall be wrapped in an outer envelope which should also
be properly sealed super-scribing the NIT No., Due date, Name of work, Name of
tenderer/ contractor. The tenders will be received in the office of DGM (Engg./
T&M), Hindustan Prefab Ltd., Jangpura, New Delhi 110 014 by 05-12-2013 upto
3.00 PM and will be opened on the same day at 3.30 PM in the presence of
representatives of tenderers/ contractors who wish to be present there. In case, the
date of opening of tenders, happens to be Holiday then the tenders would be received
and opened on the next working day at the same place and time.
The tenders received after the due date & time of submission shall not be entertained,
and shall be returned to the tenderer unopened. HPL shall not be responsible for any
postal delays. Tenderer shall take care to ensure the submission of tender at place of
receipt of tender before due date and time.
2.0
(a) First, Envelope – I Containing the Requisite EMD, the cost of tender documents
(if down loaded from Website) and Letter of Unconditional Acceptance of tender
conditions shall be opened. Once the tenderer has given unconditional acceptance to the
tender conditions in its entirety, he is not permitted to put any remark(s) / condition(s)
(except unconditional rebate on price if any) in/along with tender. Tenders not
accompanied with prescribed EMD and letter of unconditional acceptance of tender shall
be summarily rejected and such Tenderers shall not be allowed to attend the Opening of
Technical & Financial Bids.
b) Envelope – II Containing Technical Bids shall be opened of only those tenderers
who have complied with the requirement of Envelope – I.
c) Envelope – III Containing the Financial Bid of those tenderers shall be opened who
are technically qualified. Date of opening of Financial Bids shall be intimated to the
tenderers, who are found to be technically qualified after evaluation in accordance with
the prescribed criteria.
3.0
In case the condition(s) mentioned above is/are found violated at any time before opening of
tender, the tender shall be summarily rejected and HPL shall without prejudice to any other
right or remedy, be at liberty to forfeit the full earnest money absolutely.
4.0
If any information furnished by the tenderer is found incorrect at a later stage, he shall be
liable to be debarred from tendering / taking up of work in HPL. HPL reserves the right to
verify the particulars furnished by the tenderer independently.
5.0.
It will be obligatory on the part of tenderer to sign (along with seal of the Firm/Company)
each page of tender documents, consisting of Technical Bid, Financial Bid, General
Conditions of Contract, Special Conditions of contract etc. cutting or over-writing, if any,
shall be signed and stamped by the person signing the tender.
6.0.
The sites for the work are available/shall be made available in parts.
Signature of Tenderer with seal
4
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
7.0
The time allowed for carrying out the work will be 30 months commencing from the 10th
day after the date of issue of letter of acceptance of tender (Letter of Intent) or from the first
date of handing over of the site, whichever is later, in accordance with the phasing, if any,
indicated with the tender documents.
8.0
Tenderers are advised to inspect and examine the site and its surroundings and satisfy
themselves before submitting their tenders as to the nature of the ground and sub-soil (so far
as is practicable), the form and nature of the site, the means of access to the site, the
accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect
their tenders.
The tenderer shall be deemed to have full knowledge of the site whether he inspects it or not
and no extra charges consequent on any misunderstanding or otherwise shall be allowed. The
tenderer shall be responsible for arranging and maintaining at his own cost all materials, tools
and plants, water, electricity, access, facilities for workers and all other services required for
executing the work unless otherwise specifically provided for in the contract documents.
Submission of a tender by a tenderer implies that he has read this notice and all other contract
documents and has made himself aware of the scope and specifications of the work to be
done and of conditions and rates at which stores, tools and plant, etc. will be issued to him by
HPL and local conditions and other factors having a bearing on the execution of the work.
9.0
HPL does not bind itself to accept the lowest or any other tender, and reserves to itself the
authority to reject any or all of the tenders received and or sub-divide the tender without
assignment of any reason. All tenders in which any of the prescribed conditions are not
fulfilled or are incomplete in any respect are liable to be rejected.
10.0
Canvassing whether directly or indirectly, in connection with tenders is strictly prohibited
and the tenders submitted by the tenderer/ contractors who resort to canvassing will be liable
to rejection.
11.0
FOR PERCENTAGE RATE TENDERS
11.01 In case of Percentage Rate Tenders, tenderer/contractor shall fill up in the Schedule/ Bill of
Quantities, percentage below / above (in figures as well as in words) to total estimated cost
given in Schedule / Bill of Quantities, he will be willing to execute the work. The tenderer
should quote a unique single percentage plus/ minus over the total estimated amount given in
schedule/ bill of quantities. In case more than one schedule is given, stipulating quoting of
separate percentage (plus or minus) over the estimated amount of each schedule, the tenderer
can quote separate percentage for each such schedule. Under no circumstances, tenderer is
allowed to quote separate percentages for individual items, trades or group of items. In case
tenderer quotes separate percentages for individual items, trades or group of items instead of
to the total amount of schedule(s), the tender shall be rejected and earnest money of the
tenderer shall be forfeited in totality.
Signature of Tenderer with seal
5
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
11.02 In case of Percentage Rate Tenders, the tenderer shall also work out the total amount of his
offer after adding percentage plus or minus over the total schedule amount and the same
should be written in figures as well as in words in such a way that no interpolation is
possible. In case of figures, the word ‘Rs.’ should be written before the figure of rupees and
word ‘P’ after the decimal figures, e.g. Rs.2.15P and in case of words, the word “Rupees”
should precede and the word “Paisa” should be written at the end.
11.03 In case of Percentage Rate Tenders, only percentage quoted shall be considered. Any tender
containing item rates is liable to be rejected. Percentage quoted by the tenderer in Percentage
Rate Tender shall be accurately filled in figures and words, so that there is no discrepancy.
However, if the tenderer has worked out the amount of the Tender and if discrepancy is
found in the percentage quoted in words and figures, the percentage which corresponds with
the amount worked out by the tenderer shall be taken as correct. If the amount of the tender is
not worked out by the tenderer or it does not correspond with the percentage written either in
figures or in words then the percentage quoted by the tenderer in words shall be taken as
correct. Where the percentage quoted by the tenderer in figures and in words tally but the
amount is not worked out correctly, the percentage quoted by the tenderer will be taken as
correct and not the amount. If contractor fails to mention plus or minus (above or below)
against the percentage but has worked out the amount, the percentage whether above or
below shall be worked out from the amount. For any other discrepancy, the decision of
Tender Scrutiny Committee of HPL shall be final and binding on the contractor including on
rejection of Tender and forfeiture of EMD.
12.0
The tenderer shall not be permitted to tender for works if his near relative is posted as an
Accountant or Project Engineer or any higher rank officer in any capacity in HPL He shall
also intimate the names of persons who are working with him in any capacity or are
subsequently employed by him and who are near relatives to any Accountant or Project
Engineer or any higher rank Officer of HPL. Any breach of this condition by the contractor
would render him liable to be made ineligible for tendering in HPL.
13.0
A)
HOW TO FILL UP THE TENDER
The offer shall be given for different construction works as follows :
1.
School Building, Hostels, Senior Staff Residence, Junior Staff Residence, Principal
Residence, Subordinate Staff Residence, Guest House, Market, Sub-station, Medical
Inspection, Road work in the Campus:
I)
The estimated rate and amounts are given in the BOQ. The tenderer have to quote
their offer in percentage above or below or at-par the estimated amount. The payment
will be made as per the actual work done and item wise measurement basis.
(II)
Individual items in respect of individual structure are payable separately on actual
measurement basis of respective structure. However, in no case the quantities of
different structures will be merged together for payment
Signature of Tenderer with seal
6
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
(III) Quantities given in BOQ for development works are tentative, these quantities may
vary as per site condition/technical requirement during the execution of work.
(IV)
(B)
The rate quoted by the contractor shall be deemed to be inclusive of Sales Tax,
Turnover Tax on Works Contract/ VAT or any similar tax as per the Sales Tax Act/
VAT Act applicable in the State and it shall not be reimbursed by HPL. Tax
deductions at source shall be made as per laws prevalent in the State.
The BOQ items based on DSR’s 2007 for the Civil & Electrical Items accept few which are
on market rate. (Please refer the BOQ).
The tenderer shall not be permitted to tender for works if his near relative is posted as an
Accountant or Project Engineer or any higher rank officer in any capacity in HPL He shall
also intimate the names of persons who are working with him in any capacity or are
subsequently employed by him and who are near relatives to any Accountant or Project
Engineer or any higher rank Officer of HPL. Any breach of this condition by the contractor
would render him liable to be made ineligible for tendering in HPL.
14.0
TAXES AND DUTIES
14.01 The bidder should quote the rates inclusive of all taxes as applicable in the State (like,
the sales tax, Work Contract Tax and value Added Tax (VAT) on work contract). In the
event of non payment / default in payment of any octroi, royalty, cess, turnover tax, sales tax,
including the purchase tax, consignment tax or any labour dues and E.P.F. etc, by contractor,
the HPL reserves the right to withhold the dues / payments of contractor and make payment
to local / state / Central Government authorities or to labours as may be applicable.
15.0
VALIDITY
The tender for the works shall remain open for acceptance for a period of 90 (ninety) days
from the date of opening of Tenders. If any tenderer withdraws his tender during the validity
period or makes any modifications with terms and conditions of the tender and/ or in the
letter of unconditional acceptance of tender, then HPL shall without prejudice to any other
right or remedy, be at liberty to forfeit entire amount of the earnest money as aforesaid.
Further, the tenderer shall not be allowed to participate in the re-tendering process of the
work. The validity period may be extended on mutual consent.
16.0
This Notice Inviting Tender and Instructions to the tenderers shall form a part of the contract
documents. The successful tenderer, on acceptance of his tender by the Accepting Authority,
shall, within 15 days from the stipulated date of start of the work sign the contract agreement
in prescribed form on Non-judicial Stamp Paper of Rs.100/-. The following documents shall
form part of the Contract Agreement:-
Signature of Tenderer with seal
7
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
a)
Notice inviting tender, Instructions to Tenderers, General Conditions of Contract,
Special conditions of Contract, Technical specifications, Integrity pact and drawings,
if any, forming part of the tender as issued at the time of invitation of tender and
acceptance thereof together with any correspondence leading thereto.
b)
Standard form of agreement.
c)
Bill of Quantities (BOQ)/Schedule of Quantities.
17.0.
The drawings attached with the tender documents are Tender Drawings and are indicative
only.
18.0.
The Witness to the Tender / Contract Agreement who shall be other than the tenderer /
tenderers competing for this work must indicate full name, address, Status/occupation with
dated signatures.
19.0
Transfer of bid documents purchased by one intending bidder to another is not permissible.
20.0
Before commencement of work, the Contractor shall submit the following documents:i)
Performance Bank Guarantee.
ii)
Copy of Valid Labour Licence.
iii)
Copy of electrical licence valid upto the date of completion of project in the name of
contractor.
iv)
Copy of Labour Cess Registration under Building and Other Construction Workers
Welfare Cess Act, 1996.
v)
Copy of ST/ WCT /TOT/ VAT Registration No.
vi)
Copy of E P F Code No.
vii)
Contractor’s All Risk Policy / Erection All Risk Policy.
viii)
Insurance under Workmen Compensation Act
ix)
Copy of Service Tax Registration No.
x)
Copy of ESIC registration as applicable.
xi)
Integrity pact Agreement on Stamp paper as per performa enclosed.
The release of first payment (Running bill or any advance except Mobilization Advance)
shall be subject to the submission of above mentioned documents.
Signature of Tenderer with seal
8
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
21.0
HINDUSTAN PREFAB LIMITED
AWARD CRITERIA
21.1 The employer reserves the right, without being liable for any damages or obligation to inform
the applicant to :
a) amend the scope and value of contract if any to the applicant.
b) reject any or all of the applications without assigning any reasons.
21.2
Any effort on the part of the applicant or his agent to exercise influence or to pressurize the
employer would result in rejection of his application. Canvassing of any kind is prohibited.
DGM (Engg./ T&M)
Signature of Tenderer with seal
9
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Annexure-I
ACCEPTANCE LETTER
TO BE ENCLOSED ALONGWITH EMD IN ENVELOPE – I
Hindustan Prefab Limited
(Address of submission as mentioned in “Notice Inviting Tender”)
Sub :
Construction of School Building, Hostel Building, Sub-station, Market, Medical
Inspection and Junior Staff Residence of Sainik School at Chhingchhip, Mizoram.
Sir,
ACCEPTANCE OF TENDER CONDITIONS
1.
The tender documents for the work as mentioned in “Memorandum to Form of Tender”
have been sold to me/us by Hindustan Prefab Limited and I / we hereby unconditionally
accept the tender conditions and tender
documents in its entirety for the above work.
2.
The contents of clause 2.0(a) and 3 of the Tender documents (Instructions to the
Tenderers) have been noted wherein it is clarified that after unconditionally accepting
the tender condition in its entirety, it is not permissible to put any remark(s)/ conditions
(s) (except unconditional rebate on price, if any) in the tender enclosed in “Envelope-1”
and the same has been followed in present case.
In case this provision of the tender is found violated at any time after opening
“Envelope-I” , I/ We agree that the tender shall be summarily rejected and HPL shall,
without prejudice to any other right or remedy be at liberty to forfeit the full said
earnest money absolutely.
3.
The required earnest money for this work is enclosed herewith.
Yours faithfully,
(Signature of the tenderer)
With rubber stamp
Dated: _______________
Signature of Tenderer with seal
10
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
INTEGRITY PACT
To,
Dy. General Manager (Engg.)
Hindustan Prefab Limited,
Jangpura, New Delhi : 110 0 14
Name of Work : :
NIT No.
Construction of School Building, Hostel Building, Sub-station, Market,
Medical Inspection and Junior Staff Residence of Sainik School at
Chhingchhip, Mizoram
:
HPL/DGM(Engg.)/Sainik School/TC/36/2013-14 DT. 19-11-2013
Dear Sir,
I/We acknowledge that HPL is committed to follow the principles thereof as enumerated in the
Integrity Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition
that I/We will sign the enclosed integrity Agreement, which is an integral part of tender documents,
failing which I/We will stand disqualified from the tendering process. I/We acknowledge that THE
MAKING OF THE BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE
ACCEPTANCE of this condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and
further agree that execution of the said Integrity Agreement shall be separate and distinct from the
main contract, which will come into existence when tender/bid is finally accepted by HPL. I/We
acknowledge and accept the duration of the Integrity Agreement, which shall be in the line with
Article 1 of the enclosed Integrity Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/bid, HPL shall have unqualified, absolute and unfettered right
to disqualify the tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the
tender/bid.
Yours faithfully
(Duly authorized signatory of the Bidder)
Signature of Tenderer with seal
11
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
INTEGRITY PACT
To be signed by the bidder and same signatory competent / authorised to sign the relevant
contract on behalf of HPL.
INTEGRITY AGREEMENT
This Integrity Agreement is made at ........ on this ........ day of ...........2013.
BETWEEN
President of India represented through Dy. General Manager (Engg.), Hindustan Prefab Limited, Jangpura,
on behalf
of
________________________ (Hereinafter referred as the
New Delhi-110014,
‘Principal/Owner’, which expression shall unless repugnant to the meaning or context hereof include its
successors and permitted assigns)
AND
.............................................................................................................
(Name and Address of the
Individual/firm/Company)
through .................................................................... (Hereinafter referred to as the
(Details of duly authorized ignatory)
“Bidder/Contractor” and which expression shall unless repugnant to the meaning or context hereof
include its successors and permitted assigns)
Preamble
WHEREAS
the Principal
/ Owner
has floated
the Tender
(NIT No. …
…….
…………………..……………….) (hereinafter referred to as “Tender/Bid”) and intends to award,
under laid down organizational procedure,
contract
for
:
________________________________________________________________________________________
________________________________________________________________________________________
NIT No. HPL/DGM(Engg.)/Sainik School/TC/36/2013-14 DT. 19-11-2013 hereinafter referred to
as the “Contract”.
AND WHEREAS the Principal/Owner values full compliance with all relevant laws of the land,
rules, regulations, economic use of resources and of fairness/transparency in its relation with its
Bidder(s) and Contractor(s).
AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity
Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms and conditions of which shall
also be read as integral part and parcel of the Tender/Bid documents and Contract between the parties.
Signature of Tenderer with seal
12
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby
agree as follows and this Pact witnesses as under:
Article 1: Commitment of the Principal/Owner
1)
The Principal/Owner commits itself to take all measures necessary to prevent corruption
and to observe the following principles:
(a)
No employee of the Principal/Owner, personally or through any of his/her family members,
will in connection with the Tender, or the execution of the Contract, demand, take a
promise for or accept, for self or third person, any material or immaterial benefit which the
person is not legally entitled to.
(b)
The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and
reason. The Principal/Owner will, in particular, before and during the Tender process, provide
to all Bidder(s) the same information and will not provide to any Bidder(s) confidential /
additional information through which the Bidder(s) could obtain an advantage in relation to
the Tender process or the Contract execution.
(c)
The Principal/Owner shall endeavour to exclude from the Tender process any person,
whose conduct in the past has been of biased nature.
2)
If the Principal/Owner obtains information on the conduct of any of its employees which is a
criminal offence under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC
Act) or is in violation of the principles herein mentioned or if there be a substantive
suspicion in this regard, the Principal/Owner will inform the Chief Vigilance Officer and in
addition can also initiate disciplinary actions as per its internal laid down policies and
procedures.
Article 2: Commitment of the Bidder(s)/Contractor(s)
1)
It is required that each Bidder/Contractor (including their respective officers, employees
and agents) adhere to the highest ethical standards, and report to the Government /
Department all suspected acts of fraud or corruption or Coercion or Collusion of which
it has knowledge or becomes aware, during the tendering process and throughout
the negotiation or award of a contract.
2)
The Bidder(s)/Contractor(s) commits himself to take all measures necessary to
prevent corruption. He commits himself to observe the following principles during his
participation in the Tender process and during the Contract execution:
Signature of Tenderer with seal
13
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
a) The Bidder(s)/Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principal/Owner’s employees involved in the
Tender process or execution of the Contract or to any third person any material or other
benefit which he/she is not legally entitled to, in order to obtain in exchange any
advantage of any kind whatsoever during the Tender process or during the
execution of the Contract.
b) The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
rices, specifications, certifications, subsidiary contracts, submission or non-submission of
bids or any other actions to restrict competitiveness or to cartelize in the bidding process.
c) The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC Act.
Further the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition
or personal gain), or pass on to others, any information or documents provided by
the Principal / Owner as part of the business relationship, regarding plans, technical
proposals and business details, including information contained or transmitted
electronically.
d) The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents / representatives in India, if any. Similarly Bidder(s)/ Contractor(s) of Indian
Nationality shall disclose names and addresses of foreign agents/representatives, if any.
Either the Indian agent on behalf of the foreign principal or the foreign principal directly
could bid in a tender but not both. Further, in cases where an agent participate in a tender
on behalf of one manufacturer, he shall not be allowed to quote on behalf of another
manufacturer along with the first manufacturer in a subsequent/parallel tender for the same
item.
d) The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the Contract.
3)
The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined
above or be an accessory to such offences.
4)
The Bidder(s)/Contractor(s) will not, directly or through any other person or firm
indulge in fraudulent practice means a wilful misrepresentation or
omission
of facts or submission of fake/forged documents in order to induce public official to
act in reliance thereof, with the purpose of obtaining unjust advantage by or
causing damage to justified interest of others and/or to influence the
procurement process to the detriment of the Government interests.
5)
The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use
Coercive Practices (means the act of obtaining something, compelling an action or
influencing a decision through intimidation, threat or the use of force directly or
indirectly, where potential or actual injury may befall upon a person, his/ her reputation
or property to influence their participation in the tendering process).
Signature of Tenderer with seal
14
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Article 3: Consequences of Breach
Without prejudice to any rights that may be available to the Principal/Owner under law or the
Contract or its established policies and laid down procedures, the Principal/Owner shall have
the following rights in case of breach of this Integrity Pact by the Bidder(s)/Contractor(s) and
the Bidder/ Contractor accepts and undertakes to respect and uphold the Principal/Owner’s
absolute right:
1) If the Bidder(s)/Contractor(s), either before award or during execution of Contract has
committed a transgression through a violation of Article 2 above or in any other form,
such as to put his reliability or credibility in question, the Principal/Owner after giving
14 days notice to the contractor shall have powers to disqualify the Bidder(s)/
Contractor(s) from the Tender process or terminate/determine the Contract, if already
executed or exclude the Bidder/Contractor from future contract award processes. The
imposition and duration of the exclusion will be determined by the severity of
transgression and determined by the Principal/Owner. Such exclusion may be forever or
for a limited period as decided by the Principal/Owner.
2) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner
has disqualified the Bidder(s) from the Tender process prior to the award of the Contract
or terminated/determined the Contract or has accrued the right to terminate/determine
the Contract according to Article 3(1), the Principal/Owner apart from exercising any
legal rights that may have accrued to the Principal/Owner, may in its considered
opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and
Security Deposit of the Bidder/Contractor.
3) Criminal Liability: If the Principal/Owner obtains knowledge of conduct of a Bidder or
Contractor, or of an employee or a representative or an associate of a Bidder or
Contractor which constitutes corruption within the meaning of IPC Act, or if the
Principal/Owner has substantive suspicion in this regard, the Principal/Owner will
inform the same to law enforcing agencies for further investigation.
Article 4: Previous Transgression
1)
The Bidder declares that no previous transgressions occurred in the last 5 years
with any other Company in any country confirming to the anticorruption approach or
with Central Government or State Government or any other Central/State Public
Sector Enterprises in India that could justify his exclusion from the Tender process.
2)
If the Bidder makes incorrect statement on this subject, he can be disqualified
from the Tender process or action can be taken for banning of business
dealings/ holiday listing of the Bidder/Contractor as deemed fit by the Principal/
Owner.
Signature of Tenderer with seal
15
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
3)
HINDUSTAN PREFAB LIMITED
If the Bidder/Contractor can prove that he has resorted / recouped the damage
caused by him and has installed a suitable corruption prevention system, the
Principal/Owner may, at its own discretion, revoke the exclusion prematurely.
Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors
1)
The Bidder(s)/Contractor(s)
undertake(s)
to demand
from
all
subcontractors a commitment in conformity with this Integrity Pact. The
Bidder/Contractor shall be responsible for any violation(s) of the principles laid
down in this agreement/Pact by any of its Sub- contractors/sub-vendors.
2)
The Principal/Owner will enter into Pacts on identical terms as this one with all
Bidders and Contractors.
3)
The Principal/Owner will disqualify Bidders, who do not submit, the duly signed
Pact between the Principal/Owner and the bidder, along with the Tender or violate
its provisions at any stage of the Tender process, from the Tender process.
Article 6- Duration of the Pact
This Pact begins when both the parties have legally signed it. It expires for the
Contractor/Vendor 12 months after the completion of work under the contract or till the
continuation of defect liability period, whichever is more and for all other bidders, till the
Contract has been awarded.
If any claim is made/lodged during the time, the same shall be binding and continue to be
valid despite the lapse of this Pacts as specified above, unless it is discharged/determined by the
Competent Authority, HPL on behalf of Deptt. School Education, Govt. of Mizoram.
Article 7- Other rovisions
1)
This Pact is subject to Indian Law, place of performance and jurisdiction is
the
Head quarters of the Division of the Principal/Owner, who has floated the
Tender.
2)
Changes and supplements need to be made in writing. Side agreements have not
been made.
3)
If the Contractor is a partnership or a consortium, this Pact must be signed by all
the partners or by one or more partner holding power of attorney signed by all
partners and consortium members. In case of a Company, the Pact must be signed
by a representative duly authorized by board resolution.
Signature of Tenderer with seal
16
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
4)
Should one or several provisions of this Pact turn out to be invalid; the remainder of
this Pact remains valid. In this case, the parties will strive to come to an agreement
to their original intensions.
5)
It is agreed term and condition that any dispute or difference arising between the
parties with regard to the terms of this Integrity Agreement / Pact, any
action taken by the
Owner/Principal in accordance with this Integrity
Agreement/ Pact or interpretation thereof shall not be subject to arbitration.
Article 8- LEGAL AND PRIOR RIGHTS
All rights and remedies of the parties hereto shall be in addition to all the other legal rights and
remedies belonging to such parties under the Contract and/or law and the same shall be deemed
to be cumulative and not alternative to such legal rights and remedies aforesaid. For the sake of
brevity, both the Parties agree that this Integrity Pact will have precedence over the
Tender/Contact documents with regard any of the provisions covered under this Integrity Pact.
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place
and date first above mentioned in the presence of following witnesses:
............................................................... (For and
on behalf of Principal/Owner)
................................................................. (For and
on behalf of Bidder/Contractor)
WITNESSES:
1.
..............................................
(signature, name and address)
2.
...............................................
(signature, name and address)
Place
Dated
Signature of Tenderer with seal
17
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
FORM OF TENDER
Hindustan Prefab Limited
(Address of submission as mentioned in “Notice Inviting Tender”)
1.
“Memorandum to Form of Tender” as per tender documents within the time schedule of
completion of work as per separately signed and accepted rates in the Bill of Quantities quoted by
me/ us for the whole I/We hereby tender for execution of (Name of work as mentioned in work in
accordance with the Notice inviting Tenders, Conditions of Contract, Specifications of materials
and workmanship, bill of Quantities, Drawings, time schedule of completion of jobs, and other
documents and papers, all as detailed in tender documents.
2.
It has been explained to me/ us that the time stipulated for jobs and completion of works in all
respects and in different stages mentioned in the “Time schedule for completion of jobs” and
signed and accepted by me/ us is the essence of the contract. I/ We agree that in case of failure
on my/ our part to strictly observe the time of completion mentioned for jobs or any of them and
the final completion of works in all respects according to the schedule set out in the said “Time
Schedule for completion of jobs” and stipulations contained in the contract the recovery being
made as specified therein. In exceptional circumstances extension of time which shall always be in
writing may, however be granted by the HPL at its entire discretion for some items, and I/ We
agree that such extension of time will not be counted for the final completion of work as stipulated
in the said “Time schedule of completion of jobs.”
3.
I/We agree to pay the Earnest Money, Performance Guarantee, and Security Deposit and accept
the terms & conditions as laid down in the memorandum below in this respect.
MEMORANDUM TO FORM OF TENDER
Clause No
Values/ Description to be applicable for relevant clause(s)
Sl.No
i)
Description
Name of work
ii)
iii)
iv)
v)
vi)
vii)
NIT No. :
Client/ Owner
Type of Tender
Earnest Money
Estimated cost
Time for completion
of work
Mobilization advance
Interest rate of
Mobilisation advance
Schedule of rates
Applicable
Validity of tender
Performance
Guarantee
Security Deposit/
Retention Money
Escalation /Price
variation
Time allowed for
starting
The work
69.0
Defect liability period
74.0
viii)
ix)
x)
xi)
xii)
xiii)
xiv)
xv)
xvi)
Signature of Tenderer with seal
Construction of School Building, Hostel Building, Substation, Market, Medical Inspection and Junior Staff
Residence of Sainik School at Chhingchhip, Mizoram.
HPL/DGM(Engg.)/Sainik School/TC/36/2013-14 DT. 19-11-2013
Deptt. of School Education, Govt. of Mizoram
Percentage rate
NIT
NIT
NIT
30 months
8.0
8.0
10 % of contract value in three installments
10% (Ten percent)
4.0
9.0
10.0
16.0
43.0
Rs. 35.03 Lacs
Rs. 2503.00 Lacs
For Civil work DSR 2007 & for Electrical items as per CPWD
SOR -2007 with latest amendment if any.
90 (Ninety) days
5.00 % (Five percent) only of contract value within 15 days
after signing of agreement
5.00 % (five percent) only of the contract amount, which
shall be deducted in the manner set out in this contract
Escalation /Price variation is not applicable/ payable in this
contract.
The date of start of contract shall be reckoned from 10th day
After the date of issue of telegram/Letter/Telex/Fax of intent
of Acceptance of tender or from the 1st day of handing over
of the site, whichever is later.
12 (Twelve) months from the date of taking over of the work.
18
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
4.
Should this tender be accepted, I/ We agree to abide by and fulfill all terms and
conditions referred to above and as contained in tender documents elsewhere and in
default thereof, to forfeit and pay HPL, or its successors or its authorized nominees such
sums of money as are stipulated in the notice inviting tenders and tender documents.
5.
I/ We hereby pay the earnest money of amount as mentioned in the “Memorandum to
this Form of Tender” in favour of HPL payable at place as mentioned in the “NIT/ITT”.
6.
If I/ We fail to commence the work within 10 days of the date of issue of Letter of Intent
or from the 1st day of handing over of site or and/ or/ I/ We fail to sign the agreement
as per Clause 84 of General Conditions of Contract and/ or I/ We fail to submit
performance guarantee as per Clause 09 of General conditions of contract, I/ We agree
that HPL shall, without prejudice to any other right or remedy, be at liberty to cancel the
Letter of Intent and to forfeit the said earnest money as specified above.
7.
I/ We are also enclosing herewith the Acceptance letter on the prescribed proforma as
referred to in condition of NIT.
Dated the _____________day of ___________________
SIGNATURE OF TENDERER:
NAME (CAPITAL LETTERS):________________________
ADDRESS: ____________________________________
SEAL OF TENDERER
SIGNATURE OF WITNESS
_______________________
NAME (CAPITAL LETTERS) ________________________
OCCUPATION
ADDRESS
________________________________
__________________________________
Signature of Tenderer with seal
19
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
SPECIAL CONDITIONS OF CONTRACT
(SCC)
Signature of Tenderer with seal
20
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
SPECIAL CONDITIONS OF CONTRACT (SCC)
1.0
GENERAL
Unless otherwise mentioned elsewhere in the tender document, the work in general shall be
carried out as per the latest DSR-2007 including subsequent Addenda and Corrigenda issued
from time to time / relevant BIS Codes or otherwise as directed by the Engineer In-Charge.
Being a Fixed Rate Contract no price escalation shall be allowed after the work allotted to the
Contractor.
The Special Conditions of Contract (SCC) shall be read in conjunction with the General
Conditions of contract (GCC), Specifications of the work i.e. particular specifications,
drawings, BOQ and any other document forming part of this contract. However, if there is
any variation from the GCC, SCC shall prevail over GCC.
2.0
INTRODUCTION
Department of School Education, Mizoram has appointed Hindustan Prefab Ltd., (HPL) as
the Executing Agency for the implementation of construction of proposed Sainik School at
Chhingchhip, in the State of Mizoram. The project will be funded by the Government of
India and Government of Mizoram.
3.0
APPROACHES TO SITE :
The proposed site for this project is located near the State /National Highway and within
Municipal limits of Chhingchhip town.
4.0
SCOPE OF WORK :
The General scope of work is described below:
1. Site clearance
Jungle clearing and site clearance shall be done in a planned manner as per requirement
on site and strictly as directed by HPL.
Before start of any earthwork, the site levels shall be recorded jointly with HPL and the
contractor in requisite format. Copies of these signed records, in duplicate, shall be
submitted with each bill.
2. Earthwork
Preparation and cutting of hill/slopes in terraced formation including disposal of the soil
within the site, as per approved embankment for construction of roads. Excavation for
retaining walls and trench excavation for box culverts.
Signature of Tenderer with seal
21
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
3.
5.0
6.0
7.0
HINDUSTAN PREFAB LIMITED
Roads
Roads shall be constructed after due care is taken in layout and gradient of
roads and road geometry. The road sub base shall be well compacted.
Rates:
The rates shall be quoted on Percentage Rate basis (below/at par/over) CPWD Schedule of
Rates (2007). The rate quoted should be inclusive of all taxes, octroi, VAT, Labour cess and
any other taxes applicable in the state. Nothing extra shall be payable on this account. The
rate quoted by the contractor shall remain firm through the entire contract period including
extended period if any. No escalation / price variation against labour and material shall be
paid to contractor.
.
Secured Advance: No secured advance shall be paid to contractor against any material
brought by him at site.
FACILITIES TO BE PROVIDED BY THE CONTRACTOR :
Contractor has to provide the following facilities to HPL and the cost of these facilities shall
be deemed to be included in the rates quoted by him. All these facilities including
consumables are to be kept intact/ operational during the tenancy of the contract i.e. till
completion or commissioning whichever is earlier, after which these facilities shall be the
property of the contractor.
A suitably furnished office accommodation of approximate 80 Sqm. Area equipped with
basic facilities such as Telephone, Fax, Internet/ broad band connection, photocopier,
Window AC, Fridge, one office attendant, computer (with latest software of MS Office, MS
Projects etc. loaded), laser printer, UPS along with computer operator, regular electricity and
drinking water supply along with proper toilets etc. shall be provided, properly maintained
and kept in running condition.
A four wheeled AC vehicle of latest model like TATA Indigo/ Maruti swift etc. in good
running condition with Driver and consumables shall be provided at site/Head Quarter whose
distance is restricted to 3500 Km per months.
The above facilities should be kept intact upto the end of defect liability period.
The contractor shall make sufficient arrangement for photography/ videography preferably
by maintaining the camera/video camera at site so that photographs/ video films can be taken
of any specific activity at any point of time.
Note:- (In case the contractor do not provide the above facilities and the same are arranged
by HPL, the cost of these facilities shall be recovered from the bill of the contractor.)
Signature of Tenderer with seal
22
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
8.0
HINDUSTAN PREFAB LIMITED
UTILIZATION WORK FORCE OF HPL BY THE CONTRACTOR
HPL shall provide Two nos. skilled / semi-skilled workmen like work supervisors, masons,
wireman, plumber etc. or any other category to assist the contractor in execution of the
works at the fixed recovery rate of Rs. 14500/- per month for each number of workforce
(Rupees Fourteen thousand Five Hundred only per month).
Recoveries, as stated above will be made by HPL from the monthly running account bills.
The contractor shall deploy such work force on the execution of the works as per their trades
and deployment shall be for the period of 36 months.
Further, the monthly rate per person is for the purpose of recovery only and in no way shall
be constructed to be the rate applicable for working out analysis, justification of rates, extra
items, claims etc.
9.0 The contractor shall make all arrangements for ground breaking Ceremony/ inaugural function
etc. for the projects as required and the cost towards it is deemed to be included in his
rates/offer. Any expenditure already incurred /to be incurred by HPL shall be recovered from
the Contractor.
10.0
HPL shall not supply or procure any material for use on works and the contractor has to make
his own arrangements for supplying, procuring, transportation and storage of all such
materials required for the work, at his own cost.
11.0
PAYMENT :
It is clearly agreed and understood by the contractor that notwithstanding anything to the
contrary that may be stated in the agreement between HPL and the contractor, the contractor
shall become entitled to payment only after HPL received the corresponding payment(s) from
the client / owner for the work done by the contractor. Any delay in the release of payment
by the client / owner to HPL leading to a delay in the release of the corresponding payment
by HPL to the contractor shall not entitle the contractor any compensation / interest from
HPL.
12.0
EARNEST MONEY DEPOSIT
Earnest Money of amount as mentioned in “Memorandum to Form of Tender” required to
be submitted along with the tender shall be in the form of Demand Draft payable at
place as mentioned in “N.I.T., I.T.T.” from any Nationalized Bank/ Scheduled Bank.
13.0
RELEASE OF SECURITY DEPOSIT:
While claiming the refund of security deposit, the contractor shall submit no claim / final
claim certificate, duly notarized on a stamp paper of appropriate value, as per the prescribed
format of HPL and also submit the following :-
Signature of Tenderer with seal
23
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
14.0
HINDUSTAN PREFAB LIMITED
i)
Clearance certificate from labour department.
ii)
Certificate from the client to the effect that all the defects have been rectified to their
(client) satisfaction and nothing is pending as such.
iii)
An Indemnity Bond on Judicial Stamp paper of appropriate value indemnifying HPL
against any possible demand raised against the company on account of taxes, duties,
cess, royalty, trade mark, fees, fines, penalties, demand raised by statutory bodies
including court cases and arbitration etc.
ARBITRATION CLAUSE : A Standard clause to appoint arbitrator by the CMD, HPL
only. The application has to be made by the contractor in a standard format only.
"Except where otherwise provided for in the contract, all questions and disputes relating to
the meaning of specifications, design, drawings and instructions herein before mentioned and
as to the quality of workmanship materials used in the work or as to any way arising out or
relating to the contract design, drawings, specifications, estimate, instructions order or these
conditions or otherwise concerning the work or the execution or failure to execute the same
whether arising after award of work or during the progress of the work or after the
completion of work or abandonment thereof shall be referred to the CMD of HPL in
prescribed format attached as Annexure-1, who will appoint the Sole Arbitrator or reappointment another person on transfer or vacation of office or unable to act as Arbitrator in
place of the original Arbitrator. There will be no objection if the arbitrator so appointed is an
employee of HPL and he had to deal with matters to which the contract relates and that in the
Course of his duties as such as he had expressed views on all or any of the matters in dispute
or difference.
Subject as aforesaid the provisions of the Arbitration and Conciliation Act. 1996, or any
statutory modification or re-enactment thereof and the rules made hereunder and for the time
being in force shall apply to the arbitration. The venue of arbitration shall be such place as
may be fixed by the arbitrator in his sole discretion."
The cost of arbitration shall be totally borne by the contractor.
Signature of Tenderer with seal
24
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Notice for appointment of Arbitrator
Annexure - 1
To
CMD
Dear Sir,
In terms of clause ____ of Special Condition of Contract (SCC), I/we hereby
give notice to you to appoint an arbitrator for settlement of disputes mentioned below:
1.
Name of applicant
2.
Whether applicant is Individual/Prop. Firm/Partnership Firm/Ltd. Co.
3.
Full address of the applicant
4.
Name of the work and contract number in which arbitration sought
5.
Contract amount in the work
6.
Date of contract
7.
Stipulated date of initiation of work
8.
Stipulated date of completion of work
9.
Actual date of completion of work (if completed)
10.
Total number of claims made
11.
Total amount claimed
12.
Date of submission of final bill (if work is completed)
13.
Date of payment of final bill (if work is completed)
14.
Amount of final bill (if work is completed)
15.
Date of request made to DGM for decision
16.
Date of receipt of DGM decision
17.
Date of appeal to you
18.
Date of receipt of your decision.
Specimen signatures of the applicant
(only the person/authority who signed the contract should sign)
I/We certify that the information given above is true to the best of my/our
knowledge. I/We enclose following documents.
1.
2.
3.
4.
Statement of claims with amount of claims.
Yours faithfully,
(Signatures)
Copy in duplicate to:
1. The Engineer-in-charges
Signature of Tenderer with seal
25
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
GENERAL CONDITIONS OF CONTRACT
(GCC)
Signature of Tenderer with seal
26
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
INDEX
S.NO.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
DESCRIPTION
CLAUSE NO.
General
1.0
Site visit & collecting local information
2.0
Scope of Work
3.0
Validity of Tender
4.0
Acceptance of Tender
5.0
Set of Contract Documents
6.0
Earnest Money Deposit
7.0
Mobilization Advance
8.0
Performance Guarantee
9.0
Security Deposit/Retention Money
10.0
Mobilization of Men, Material & Machinery
11.0
Income Tax Deduction
12.0
Taxes & Duties
13.0
Royalty on Materials
14.0
Rates to be firm
15.0
Escalation/Price Variation
16.0
Insurance of Work etc.
17.0
Insurance under Workmen Compensation Act.
18.0
Third Party Insurance
19.0
Indemnity Against Patent Rights
20.0
Labour Laws to be complied by the Contractor
21.0
Labour Safety Provision
22.0
Indemnity Against non-observation of Labour
23.0
Laws
24
Law Governing the Contract
24.0
25
Laws By-laws Relating to the Work
25.0
26
Employment of Personnel
26.0
27
Technical Staff for Work
27.0
28
Land for Labour Huts/Site Office and Storage
28.0
Accommodation
29
Watching & Lighting
29.0
30
Health & Sanitary Arrangements
30.0
31
Workmen’s Compensation Act.
31.0
32
Minimum Wages Act.
32.0
33
Labour Records
33.0
34
Release of Security Deposit After Labour
34.0
Clearance
35
Secured Advance against non-perishable
35.0
Signature of Tenderer with seal
27
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
61
62
63
64
65
66
67
68
69
70
HINDUSTAN PREFAB LIMITED
materials
Measurements of works
Payments
Work on Sundays, Holidays and During nights
No Idle Charges towards Labour or P&M etc.
Work to be executed in accordance with
Specifications, Drawings, Orders etc.
Direction for Works
Order of Precedence of Documents
Time schedule & Progress
Water & Electricity
Materials to be Provided by the Contractor
Schedule of Quantities/Bill of Quantities
Anti Termite Treatment & Water Proofing
Treatment
Indian Standards
Centering & Shuttering
Proprietary Materials
Records of consumption of Cement & Steel
Materials and Samples
Tests & Inspections
Borrow Areas
Bitumen Work
Care of Works
Work in Monsoon & Dewatering
No Compensation for Cancellation/Reduction of
works
Restriction on subletting
Prohibition of unauthorized construction &
occupation
Co-ordination with other Agencies
Setting out of the works
Notice before covering up the work
Site Clearance
Valuable articles found at site
Materials obtained from Dismantlement to be
owner’s property
Set-off of Contractor’s Liability
Materials Procured with the Assistance of HPL.
Alternation in Specification, Design and Drawing
Action and compensation payable in case of Bad
Work
Signature of Tenderer with seal
28
36.0
37.0
38.0
39.0
40.0
41.0
42.0
43.0
44.0
45.0
46.0
47.0
48.0
49.0
50.0
51.0
52.0
53.0
54.0
55.0
56.0
57.0
58.0
59.0
60.0
61.0
62.0
63.0
64.0
65.0
66.0
67.0
68.0
69.0
70.0
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
71
72
73
HINDUSTAN PREFAB LIMITED
90
91
Possession prior to completion
Compensation for Delay & Remedies
Withholding and lien in respect of sums due
from contractor
Defect Liability Period
Force Majeure
Jurisdiction
Suspension of works
Termination of Contract on Death of Contractor
Clarification after Tender submission
Addenda/Corrigendum
Quality Assurance Programme
Approval of Temporary/Enabling work
Contract coordination Procedures Co-ordination
meetings and Progress Reporting
Contract Agreement
Manner of Execution of Agreement
Purchase preference to Public Enterprises
Change in firms’ condition to be intimated
Labour Safety Provision
Model Rules for the Protection of Health &
Sanitary Arrangements for Workers
Contractor’s Labour Regulation
Prescribed Pro-forma of Workers
92
Application for Extension of Time
93
94
95
Proforma of Bank Guarantee (EMD)
Proforma of Bank Guarantee (Performance)
Proforma of Bank Guarantee (Mobilization
Advance)
Proforma of Bank Guarantee (in lieu of Security
Deposit)
Guarantee Bond for Anti Termite Treatment
Guarantee to be extended by Contractor for
Removable of Defects after completion in
respect of Water Proofing Work
Agreement Form
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
96
97
98
99
Signature of Tenderer with seal
29
71.0
72.0
73.0
74.0
75.0
76.0
77.0
78.0
79.0
80.0
81.0
82.0
83.0
84.0
85.0
86.0
87.0
1.0 to 15.0
1.0 to 11.0
1.0 to 17.0
Appendix-A to
Appendix-L
Part-I, Part-II &
Part-III
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
GENERAL CONDITIONS OF CONTRACT
1.0
GENERAL
The Contract means the documents forming the tender and acceptance thereof and the
formal agreement executed between the competent authority on behalf of HPL and the
contractor, together with the documents referred to therein including these conditions,
the specifications, designs, drawings and instructions issued from time to time by the
Engineer-in-Charge and all these documents taken together, shall be deemed to form
one contract and shall be complementary to one another.
1.1
In the contract, the following expressions shall, unless the context otherwise requires,
have the meanings, hereby respectively assigned to them.
1.2
Hindustan Prefab Limited, hereinafter called HPL propose to get the works executed as
mentioned in the Contract on behalf of Owner/ Client.
1.3
The work will be executed as per drawings “GOOD FOR CONSTRUCTION’ to be released
by HPL unless otherwise specified elsewhere in the tender documents.
1.4
OTHER DEFINITIONS
a)
ENGINEER-IN-CHARGE means the Engineer of HPL who shall supervise and be incharge of the work from time to time.
b)
WORKS OR WORK: The expression works or work shall unless there be
something either in the subject or context repugnant to such construction, be
construed and taken to mean the works by or by virtue of the contract
contracted to be executed whether temporary or permanent, and whether
original, altered, substituted or additional.
c)
CONTRACTOR: The Contractor shall mean the individual, firm or company,
whether incorporated or not, undertaking the works and shall include the legal
personal representative of such individual or the persons composing such firm or
company, or the successors of such firm or company and the permitted assignees
of such individual, firm or company.
d)
DRAWINGS mean the drawings referred to in the Bill of Quantities, specifications
and any modifications of such drawings or such other drawings as may from time
to time be furnished or approved by HPL.
e)
SITE means the lands and other places on, under, in or through which the works
are to be executed or carried out and any other lands or places provided by HPL
or used for the purpose of the agreement.
f)
APPROVAL means approved in writing including subsequent written confirmation
of previous verbal approval.
Signature of Tenderer with seal
30
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
2.0
HINDUSTAN PREFAB LIMITED
g)
WRITING means any manuscript typed written or printed statement under or
over signature and/ or seal as the case may be.
h)
MONTH means English Calendar month “Day” means a Calendar day of 24 Hrs
each.
i)
CONTRACT VALUE means the sum for which the tender is accepted as per the
letter of intent.
j)
LANGUAGE: All documents and correspondence in respect of this contract shall
be in English Language.
k)
BILL OF QUANTITIES or SCHEDULE OF QUANTITIES means the priced and
completed Bill of Quantities or Schedule of Quantities forming part of the tender.
l)
OWNER/ CLIENT means Central Government/ State Government/ Municipal
Corporation/ Municipal Committee/ Central/State Government Agency for whom
HPL is acting as an agent/ implementing agency and on their behalf HPL is
entering into the contract and getting the work executed.
m)
IMPLEMENTING/ EXECUTING AGENCY means HPL (Hindustan Prefab Limited)
n)
TENDER means the Contractor’s priced offer to HPL for the execution and
completion of the work and the remedying of any defects therein in accordance
with the provision of the Contract, as accepted by the Letter of Intent or Award
letter,. The word TENDER is synonymous with Bid and the word TENDER
DOCUMENTS with “Bidding Documents” or “offer documents”.
o)
The headings in the clauses/conditions of tender documents is/ are for
convenience only and shall not be used for interpretation of the clause/ condition.
p)
Words imparting the singular meaning only also include the plurals and vice versa
where the context requires. Words importing persons or parties shall include
firms and corporations and organizations having legal capacities.
SITE VISIT AND COLLECTING LOCAL INFORMATION
Before tendering, the tenderer is advised to visit the site, its surroundings to assess and
satisfy themselves about the local conditions such as working and
other constraints
at site, approach roads to the site, availability of water and power supply, application
of taxes, duties and levies as applicable, nature of ground, soil and sub-soil condition,
underground water table level, accommodations they may require etc. river regime,
river water level , other details of river, steams and any other relevant information
required by them to execute complete scope of work. The tenderer may obtain all
necessary information as to risks, contingencies and other circumstances (insurgencies
etc.) which may influence or affect their tender price. Tenderer shall be deemed to
have considered site conditions whether he has inspected it or not and to have satisfied
himself in all respect before quoting his rates and no claim or extra charges whatsoever
in this regard shall be entertained/ payable by the HPL at a later date.
Signature of Tenderer with seal
31
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
2.1
HINDUSTAN PREFAB LIMITED
ACCESS BY ROAD
Contractor, if necessary, shall build temporary access roads to the actual site of
construction for works at his own cost to make the site accessible. The Contractor shall
maintain the same in motor-able condition at all the times as directed by Engineer-inCharge at his own cost. The contractor shall be required to permit the use of any roads
so constructed by him for vehicles of HPL or any other agencies/ contractors who may
be engaged on the project site, free of cost.
Non-availability of access roads or approach to site, for the use of the contractor shall in
no case condone any delay in the execution of work nor be the cause of any claim for
compensation.
2.2.
HANDING OVER AND CLEARING OF SITE
2.2.1 The Contractor should note that area for construction may be made available in phases
as per availability and in conjunction with pace of actual progress of work at site. The
work may be required to be carried out in constrained situations. The work is to be
carried out in such a way that the traffic, people movement, if any, is kept operative and
nothing extra shall be payable to the contractor due to this phasing/ sequencing of the
work. The contractor is required to arrange the resources to complete the entire project
within total stipulated time. Traffic diversion, if required, is to be done and maintained
as per specification by the contractor at his own cost and the contractor shall not be
entitled for any extra payment, whatsoever in this regard.
2.2.2 The efforts will be made by the HPL to handover the site to the Contractor free of
encumbrances. However, in case of any delay in handing over of the site to the
Contractor, the HPL shall only consider suitable extension of time for the execution of
the work. It should be clearly understood that the HPL shall not consider any revision in
contract price or any other compensation whatsoever viz. towards idleness of
Contractor’s labour, equipments etc.
2.2.3 The Contractor shall be responsible for removal of all over-ground and underground
structures (permanent, semi-permanent and temporary) and
constructions from the
site. The cost to be incurred in this regard shall be deemed to be included in the quoted
rates of Bill of Quantities items and contractor shall not be entitled for any extra
payment whatsoever, in this regard. Old structures on the proposed site, if required,
shall be demolished by the contractor properly. The useful material obtained from
demolition of structures and services shall be the property of the owner/ HPL and these
materials shall be stacked in workmanship like at the place specified by the Engineer-incharge.
2.2.4 If required, the contractor has to do site clearance, enabling work, barricading, diversion
of Roads, shifting/ realignment of existing drains, nallahs etc. at his own cost as per
directions of Engineer-in-Charge and the contractor shall not be entitled for any extra
payment whatsoever in this regard.
Signature of Tenderer with seal
32
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
2.2.5 Necessary arrangement including its maintenance are to be made by the contractor for
temporary diversion of flow of existing drain and road, as the case may be. The existing
drain, road would be demolished, wherever required, with the progress of work under
the scope of proposed project. The existing Road and drain which are not in the
alignment of the said project but are affected and/ or need to demolished during
execution for smooth progress of the project, shall be rehabilitated to its original status
and condition (including black topping) by the contractor at his own. The cost to be
incurred by contractor in these regards shall be deemed to be included in the quoted
rates of the Bill of Quantities items and contractor shall not been entitled for any extra
payment whatsoever, in these regards.
2.2.6 The Contractor shall be responsible to co-ordinate with service provider/ concerned
authorities for cutting of trees, shifting of utilities and removal of encroachments etc.
and making the site un-encumbered from the project construction area required for
completion of work. This shall include initial and frequent follow up meetings/ actions/
discussions with each involved service provider/ delay in cutting of trees, shifting of
utilities and removal of encroachment by the service provider/ concerned authorities.
However, HPL shall consider suitable extension of time and no extra payment on account
of compensation for delay will be payable to the contractor.
2.2.7 The information about the public utilities (whether over ground or underground) like
electrical/ telephone/ water supply lines, OFC Cables, open drain etc. is the responsibility
of contractor to ascertain the utilities that are to be affected by the works through the
site investigation and collection of information from the concerned utility owners.
2.2.8 The contractor shall be responsible to obtain necessary approval from the respective
authorities for shifting/re-alignment of existing public utilities. HPL shall only assist to
contractor for obtaining the approval from the concerned authorities.
2.2.9 Any services affected by the works must be temporarily supported 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 works. It shall be deemed to be the part of
the contract and no extra payment shall be made to the contractor for the same.
Shifting/ re-alignment of public utilities should be done without disturbing the existing
one. New service lines should be laid and connected before dismantling the existing one.
2.2.10 Shifting/ re-alignment of existing public utilities shall be done by the contractor as per
technical requirement of respective bodies or as per direction of Engineer-in-Charge.
Shifting/ re-alignment of public utilities includes all materials, labour, tools and plants
and any other expenses whatsoever for the same. The cost to be incurred in this regard
shall be paid as per BOQ rates or as per terms and conditions of Contract.
In case any of these services are shifted by the State Govt. / local authorities
themselves for which deposit as per their estimates is to be made to them, the same
shall be deposited by HPL on submission of estimate of concerned Department.
However, nothing extra shall be payable to the Contractor.
Signature of Tenderer with seal
33
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
3.0
SCOPE OF WORK
3.1
The scope of work covered in this tender shall be as per the Bill of Quantities,
specifications, drawings, instructions, orders issued to the contractor from time to time
during the pendancy of work. The drawings for this work, which may be referred for
tendering, provide general idea only about the work to be performed under the scope of
this contract. These may not be the final drawings and may not or indicate the full range
of the work under the scope of this contract. The work will be executed according to the
drawings to be released as “GOOD FOR CONSTRUCTION” from time to time by the
Engineer-in-Charge of HPL and according to any additions/ modifications/ alterations/
deletions made from time to
time as required by any other drawings that would
be issued to the contractor progressively during execution of work. It shall be the
responsibility of the contractor to incorporate the changes that may be in this scope of
work, envisaged at the time of tendering and as actually required to be executed.
3.2
The quantities of various items as entered in the “BILL OF QUANTITIES” are indicative
only and may vary depending upon the actual requirement. The contractor shall be
bound to carry out and complete the stipulated work irrespective of the variation in
individual item specified in the bill of quantities. The variation of quantities will be as per
clause No.69 of contract.
4.0
VALIDITY OF TENDER
The tender for the works shall remain open for acceptance for a period of 90 (ninety)
days from the date of opening of Price Bid of Tenders. The earnest money will be
forfeited without any prejudice to any right or remedy, in case the contractor withdraws
his tender during the validity period or in case he changes his offer to his benefits which
are not acceptable to HPL. The validity period may be extended on mutual consent.
5.0
ACCEPTANCE OF TENDER
The HPL reserves to itself the authority to reject any or all the tenders received without
assigning any reason. The acceptance of a tender shall be effective w.e.f. the date on
which the telegram/ letter of intent of acceptance of the tender is put in the
communication by the HPL. HPL also reserves the right to Split the work among two or
more parties at lowest negotiated rate without assigning any reason thereof. The
contractor is bound to accept the portion of work as offered by HPL after split up at the
quoted/ negotiated rates.
6.0
SET OF CONTRACT DOCUMENTS
The following documents will complete a set of tender document.
a)
b)
c)
d)
e)
f)
g)
Notice inviting tender
Instructions to tenderers.
General Condition of Contract
Special Conditions of Contract
Technical specifications (General, Additional & Technical specifications)
Schedule of Rates/Bills of quantities
Tender Drawings
Signature of Tenderer with seal
34
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
7.0
HINDUSTAN PREFAB LIMITED
EARNEST MONEY DEPOSIT
Earnest Money of amount as mentioned in “Memorandum to Form of Tender” required to
be submitted along with the tender shall be in the form of Demand Draft payable at
place as mentioned in “N.I.T., I.T.T.” In case the amount of earnest money exceeds
Rs.10 Lakh (Rs. Ten Lakh) the balance amount of the earnest money is acceptable in the
form of Bank Guarantee also. The unconditional and irrevocable Bank Guarantee should
be issued by a Nationalised Bank/Scheduled Bank. The Bank Guarantee shall be valid at
least for 180 days effective from the last day of submission of tender.
7.1
EMD shall accompany the offer and be placed in the sealed envelope cover of the offer
as detailed in Notice Inviting Tender/ Instructions to Tenderers. Any tender not
accompanied with the requisite E.M.D. along with letter of acceptance shall be rejected
and such tenderer (s) will not be allowed to attend the opening of bids.
7.2
The EMD of all unsuccessful tenderers will be returned within (30) thirty days of the
Award of the Contract to successful bidder. Subject to clause 7.6 herein below, EMD in
form of Bank Guarantee of successful tenderer shall be returned after submission of
Performance Guarantee by him.
7.3
Once the tenderer has given an unconditional acceptance to the tender conditions in its
entirety, he is not permitted to put any remark(s)/ conditions(s) (except unconditional
rebate on price, if any) in/ along-with the tender.
7.4
In case the conditions 7.3 mentioned above is found violated at any time after opening
of tender, the tender shall be summarily rejected and HPL shall, without prejudice to any
other right or remedy, be at liberty to forfeit the full said Earnest Money absolutely.
7.5
No interest will be payable by the HPL on the said amount covered under EMD.
7.6
EMD of successful tenderer, if deposited in the form of Demand Draft, shall be treated as
part of Security deposit.
7.7
In case the contractor fails to commence the work specified in the tender documents on
10th day or such time mentioned in letter of award (LOI) after the date on which the
engineer-in-charge issue written order to commence or from the date of handing over of
the site, whichever is later, the HPL shall, without prejudice any other right or remedy,
be at liberty to forfeit whole of the Earnest Money absolutely.
8.0
MOBILIZATION ADVANCE
8.1
Mobilization advance not exceeding 10% of the tendered value may be given in
3
(three) installments, if requested by the Contractor in writing within one month of the
order to commence the work. In such a case, the Contractor shall execute an
unconditional and irrevocable Bank Guarantee/Bond from a Nationalized Bank/ Scheduled
Bank as specified by the Engineer-in-Charge, for the full value of advance before the
release of payment of such advance to the Contractor.
8.2
The first installment of 50% (Fifty percent) of total mobilization advance shall be paid
after signing of agreement and upon submission of Performance Guarantee.
Signature of Tenderer with seal
35
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
8.3
The second installment of 25% (twenty five percent) of total mobilization advance will
be paid after setting up of site office and facilities as per contract, completion of
mobilization of Plant & Machinery, scaffolding & shuttering materials etc.
8.4
The third installment of balance 25% (twenty five percent) of total mobilization advance
shall be paid on completion of 10% of work in terms of cost and after contractor has
fully mobilized at site.
8.5
Mobilization Advance shall be admissible only for works where estimated cost put to
tender is Rupees Two Crore and above.
8.6
Recovery of Mobilization Advance
The mobilization advance shall bear simple interest at the rate of 10% (Ten percent)
per annum, and shall be calculated from the date of payment to the date of recovery,
both days inclusive, on the outstanding amount of advance. Recovery of such advance
shall be made by deduction from the contractors bill commencing after first ten percent
of the gross value of the work is executed and paid on pro-rata percentage basis to the
gross value of the work billed beyond 10% in such a way that the entire advance is
recovered by the time eighty percent of the gross value of the contract is executed and
paid together with interest due on the entire outstanding amount upto the date of
recovery of the installment or 80% (eighty percent) of the stipulated contract period is
over, which ever is earlier. If there remains any balance amount of Mobilization advance
yet to be recovered on expiry of 80% of contract period the contractor shall deposit the
amount in cash immediately failing which HPL may realize the balance amount by
invoking the bank guarantee of contractor for which decision of the HPL shall be final
and binding on all concerned.
8.7
The mobilization advance bank guarantee shall be released progressively on recovery of
the respective amount of Mobilization Advance.
8.8
Notwithstanding what is contained in clause Nos. 8.1 to 8.4, no mobilization advance
whatsoever shall be payable, if payment of mobilization advance is not mentioned in the
memorandum to the form of tender.
9.0
PERFORMANCE GUARANTEE
9.1
Within 15 (Fifteen) days after signing of the agreement or within such extended time as
may be granted by HPL in writing, the contractor shall submit an irrevocable and
unconditional performance Bank guarantee in the form appended from any Nationalized
Bank/ Scheduled Bank equivalent to 5% (Five percent) of the tendered amount, in
addition to other deposits mentioned elsewhere in the contract for the proper
performance of the contract agreement (notwithstanding and/ or without prejudice to
any other provisions in the contract) within the contract period (including approved/
extended period of contract, and defect liability period as specified in the contract. In
case the contractor fails to submit the Performance Guarantee of the requisite amount
within the stipulated period, letter of Intent/ award will stand withdrawn and EMD of
Contractor shall be forfeited.
Signature of Tenderer with seal
36
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
9.2
In case the cost of the work exceeds the original tendered value/ contract value on
account of extra items, deviations, additional works, etc. the Performance Guarantee
equivalent to 5% of additional cost (over and above the tendered value/ contract value)
shall be furnished by the contractor, failing which recovery @ 5% of such additional
amount shall be made from the Running Account Bills including final bill of the
contractor.
9.3
The Guarantee shall be in the form of demand draft from any Nationalized Bank/
Scheduled Bank drawn in favour of Hindustan Prefab Limited payable at New Delhi (in
case Guarantee amount is less than Rs.100,000/- (Rupees One Lac). In case the
Guarantee amount is Rs.100,000/- (Rupees One Lac) or more, the Bank Guarantee shall
be given for the equivalent amount from any Nationalized Bank/ Scheduled Bank.
9.4
The Performance Guarantee shall be valid upto 60 (sixty) days after the end of defect
liability period. On expiry of 60 days after satisfactory completion of Defect Liability
period as certified by the Engineer in charge, the Bank Guarantee will be returned to the
contractor without any interest.
9.5
In case the contractor fails to extend the validity of Bank Guarantee beyond the validity
date the Engineer-in-charge shall invoke the Bank Guarantee and claim full amount
stipulated therein from the issuing Bank.
9.6
The Bank Guarantee shall also be invoked in case the contractor fails to pay HPL any
amount due either as agreed by him (Contractor) or determined under any of the
claims/ conditions of the agreement within 30 days of the service of notice to the effect
by Engineer-in-charge.
9.7
In the event of the contract being determined or rescinded under provision of any of the
clause/ condition of the agreement, the performance guarantee shall stand forfeited in
full and shall be absolutely at the disposal of HPL.
9.8
ADDITIONAL PERFORMANCE GUARANTEE FOR EXISTING CONTRACTOR.
9.8.1 In case bidder is a working contractor of HPL at the time of issuance Letter of Intent
(LOI) for the work, the bidder has to furnish an additional performance Bank Guarantee
of 1% (One percent) of the Contract Value of the work, in case working capacity of the
bidder is less than the aggregate of balance work-load of all the works of the bidder with
HPL as on date of placement of LOI for this work. The balance work-load shall also
include the value of work awarded but not yet started and finally approved value of this
work. This additional Performance Bank Guarantee shall be in addition to the
Performance Bank Guarantee of the works to be furnished by the bidder as specified `in
clause No. 9.1 above. Further, no relaxation in Performance Bank Guarantee as in clause
No.9.1 above shall be made in case working capacity works-out to be more than the
balance value of works as mentioned above. The working capacity of the contractor shall
be calculated as under:
9.8.2 WORKING CAPACITY=2.5X (Average Turnover of the party as per latest three audited
Balance Sheets)
Signature of Tenderer with seal
37
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
NOTE: The decision of amount of additional performance Guarantee as above shall be
taken by HPL and shall be final & binding to the contractor.
9.8.3 In case the contractor fails to submit the additional Performance Guarantee of the
requisite amount within 15 days from the date of issue of letter of award or within such
extended time as may be granted by HPL in writing, the letter of Intend (Award) will
stand withdrawn and EMD of the Contractor shall be forfeited.
9.9
ABNORMALLY HIGH AND LOW RATED ITEMS
For item rate tenders if, the rates quoted by the lowest bidder for certain items of the
Bill of Quantities of the Tender are found to be abnormally high or low in comparison to
the Market Rate Analysis of the item(s) done by HPL and/ or in comparison to HPL’s
method of working out market rate justification for the items, the same shall be
governed as under in order to avoid financial loss to HPL in the event of default of
contractor:
(i)
For Abnormally High Rated items (AHR), the progressive payment shall be 80%
(Eighty percent) of the payment due to the contractor against execution of the
AHR item. The balance withheld 20% (twenty percent) payment shall he released
after 75% of total value of the original contract is complete in financial terms.
This 20% withheld payment can be released to contractor on submission of an
unconditional Bank Guarantee of equivalent amount in the proforma of HPL. This
Bank Guarantee shall be valid till completion or extended completion period. The
withheld amount/Bank Guarantee shall be revoked in case of failure of contractor
to execute some or all Abnormally Low Rated (ALR)items required for completion
of work. Further, deviation limit for AHR items shall be nil on plus sides and
100% on minus side. The provision of deviation limit of clause 69.1 (vi) shall not
apply to AHR items. In case of deviation of quantities given in schedule of
quantities for AHR items on plus side, the same shall be governed by clause69.2.
The decision of Engineer-in-Charge of HPL in this regard shall be final and binding
on the Contractor.
(ii)
For Abnormally Low Rated (ALR) items, the contractor shall submit Bank
Guarantee of difference in total of amount of ALR item(s) and the total amount of
corresponding items at Market Rates of HPL. This Bank Guarantee shall be valid
till completion of project. In exceptional circumstances, the amount of Bank
Guarantees may be reduced or Bank guarantee released earlier than completion
period if, in view of engineer-in –charge, all ALR items as provided in the contract
are executed as per terms of contract and/ or not required to be executed.
Notwithstanding what is contained in para 9.9 (i) & (ii) above, the provisions of
para 9.9 (i) & (ii) shall not be applicable on tenders invited on percentage rate
basis.
The decision of HPL on identification/marking of AHR and ALR item shall be final
and binding on the contractor. In case the contractor do not agree for furnishing
of Bank Guarantee as above towards AHR and ALR items, at the time of award of
works, the EMD/ Performance Guarantee of the contractor shall be forfeited and
decision of HPL in this regard shall be final & binding on the contractor.
Signature of Tenderer with seal
38
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
10.0
HINDUSTAN PREFAB LIMITED
SECURITY DEPOSIT/ RETENTION MONEY
The Security Deposit or the Retention Money shall be deducted from each Running
Account Bill of the contractor @ 5% (Five percent only) of the gross value of each
Running Account Bill. The Earnest money deposited by the tender in the form of DD only
will be treated as part of Security deposit.
The Security Deposit or Retention Money shall be refunded without any interest to the
Contractor after satisfactory expiry of defects liability period (referred to in clause
No.74) or on payment of the amount of the final bill which ever is later. (Please refer
clause No.34.0)
If the amount of Security Deposit deduction in cash is more than Rs. 10.00 lakh (Rupees
ten lakh only), the excess amount can be refunded to contractor against submission of
Bank Guarantee of equivalent amount from any Nationalized Bank/ Scheduled Bank in
the prescribed proforma of HPL.
11.0
MOBILIZATION OF MEN, MATERIALS AND MACHINERY:
11.1
All expenses towards mobilization at site and de-mobilization including bringing in
equipment, work force, materials, dismantling the equipments, clearing the site etc.
shall be deemed to be included in prices quoted and no separate payment on account of
such expenses shall be entertained.
11.2
It shall be entirely the Contractor’s responsibility to provide, operate and maintain all
necessary construction equipments, scaffoldings and safety, gadget, lifting tackles, tools
and appliances to perform the work in a workman like and efficient manner and
complete all jobs as per the specifications and within the schedule time of completion of
work. Further, contractor shall also be responsible for obtaining temporary electric and
water connection for all purposes. The contractor shall also make standby arrangements
for water & electricity to ensure un-interrupted supply.
11.3
It shall be the responsibility of the contractor to obtain the approval for any revision
and/or modification desired by him from HPL before implementation. Also such revisions
and/ or modifications if accepted/approved by the HPL shall be carried at no extra cost
to HPL
11.4
The procurement and supply in sequence and at the appropriate time of all materials
and consumable shall be entirely the contractor’s responsibilities and his rates for
execution of work shall be inclusive of supply of all these items.
11.5
It is mandatory for the contractor to provide safety equipments and gadgets to its all
workers, supervisory and Technical staff engaged in the execution of the work while
working. The minimum requirement (but not limited to ) shall be gum boots, safety
helmets, Rubber hand gloves, face masks, safety nets, belts, goggles etc. as per work
requirements. Sufficient nos. of these equipments and gadgets shall also be provided to
HPL by the contractor at his own cost for use of HPL officials and/or workforce while
Signature of Tenderer with seal
39
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
working/supervision at site. No staff/worker shall be allowed to enter the site without
these equipments /gadgets.
The cost of the above equipments/ gadgets are deemed to be included in the rates
quoted by the contractor for the items & works as per Bill of Quantities and contractor
shall not be entitled for any extra cost in this regard. The above norm is to be strictly
complied with at site. In case the contractor is found to be deficient in providing Safety
Equipments/ Gadget in the opinion of Engineer–in-charge, the Engineer-in-charge at his
option can procure the same at the risk & cost of contractor and provide the same for
the use of worksite and shall make the recoveries from the bills of the contractor for the
same. The decision of the Engineer-in-in-charge shall be final and binding on contractor
in this regard.
11.6
All designs, drawings, bill of quantities, etc., except Bar Bending Schedule, Shop &
Fabrication drawings, for all works shall be supplied to the contractor for all buildings
services and development works by HPL in phased manner as the works progress.
However, it shall be the duty and responsibility of the contractor to bring to the notice of
the HPL in writing as to any variation, discrepancy or any other changes required and to
obtain revised drawings and designs and/ or approval of the HPL in writing for the same.
11.7
One copy of contract document including drawings furnished to the contractor shall be
kept at the site and the same shall at all reasonable times be available for inspection.
11.8
All materials, construction plants and equipments etc. once brought by the contractor
within project area, will not be allowed to be removed from the premises without the
written permission of the HPL. Similarly, all enabling works built by the contractor for
the main construction undertaken by him, shall not be dismantled and removed without
the written authority of the HPL.
11.9
Contractor shall have to prepare the Bar Bending Schedule, shop and fabrication
drawings free of cost, if required, for any of the items of work. Five copies of these
drawings each including for revision will be submitted to HPL for approval. Before
executing the item, shop drawings should be got approved by HPL.
11.10 HPL shall supply Work Force in the various categories to assist the contractor in
execution of the works on recoverable basis as per provision mentioned elsewhere in the
contract.
12.0
INCOME TAX DEDUCTION
Income Tax deductions shall be made from all payments made to the contractor
including advances against work done, as per the rules and regulations in force, in
accordance with the Income Tax rates prevailing from time to time.
13.0
TAXES AND DUTIES
13.1
The contractor shall be responsible for the payment, wherever payable, at his own cost
of all taxes such as excise duty, custom duty, sales tax/ turn over tax/ WCT/ VAT,
including the purchase tax, consignment tax, service tax or any other similar tax in the
state concerned, toll tax, octroi charges, royalty cess, Building & Other Construction
Workers’ Welfare Cess, levy and other tax(es) or duty(ies) which may be specified by
local/ state/ central government from time to time on all materials, articles which may
Signature of Tenderer with seal
40
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
be used for this work. The rates quoted by him in the tender in bill of quantities shall be
inclusive of all such taxes, duties etc. The imposition of any new and/or increase in the
aforesaid taxes, duties, levies (including fresh imposition of Work Contract Tax, Turnover
Tax, Sales Tax on Work Contract, VAT, Building & Other Construction Workers welfare
cess, service tax or any other similar Tax) etc. during the currency of the contract shall
be borne by contractor and shall not be paid or reimbursed to the contractor by HPL. In
the event of non-payment/ default in payment of any octroi, royalty cess, turnover tax,
sales tax/ WCT/ VAT, including the purchase tax, consignment tax, Building & Other
Construction workers welfare cess, service tax or any other similar tax in the state
concerned, customs, excise or any other levy/ tax including labour dues etc, by
contractor/supplier, HPL reserves the right to with-hold the dues/payments of contractor
and make payment to local/state/ central Government authorities or to labourers as
may be applicable. The contractor should submit alongwith the tender Registration
Certificate with Sales Tax on Works contract/VAT authorities etc. Otherwise appropriate
recoveries shall be made from his bills.
13.2
The rate quoted by the contractor shall be deemed to be inclusive of Sales Tax, Turnover
Tax on Works Contract/ VAT or any similar tax as per the Sales Tax Act/ VAT Act
applicable in the State and it shall not be reimbursed by HPL. Tax deductions at source
shall be made as per laws prevalent in the State.
13.3
The stamp duty and registration charges if any, on the Contract Agreement levied by the
Govt. or any other Statutory Body shall be borne by the Contractor.
13.4
It will be incumbent upon the contractor to obtain a registration certificate as a dealer
under the Local Sales Tax Act/ VAT Act and the Central Sales Tax Act and necessary
evidence to this effect shall be furnished by the contractors to HPL. Sales tax on the
transactions between the contractor and his sub-contractor/ venders etc. shall not be
reimbursed by HPL. The contractor shall be responsible for any taxes that may be levied
hereunder on the transaction between contractor and HPL.
13.5
The bidder shall quote his rates inclusive of Turnover Tax/ Sales Tax on works contract/
VAT payable to State Govt. with other taxes, duties, levies etc. in conjunction with other
terms and conditions. In case, the Turnover Tax/ Sales Tax on works contract/ VAT on
execution of works is waived off by the State Govt. at later stage for this project the
equivalent amount from the date of waiver of such tax (as per prevailing rate as on the
date of waiver of Turnover Tax/ Sales Tax on works contract) shall be deducted from the
amount payable to the contractor from subsequent Running Accounts Bills.
13.6
VALUE ADDED TAX (VAT)
The consideration agreed for the execution of said contract shall includes the tax, duties,
cess etc. such as excise duty, service tax, VAT which is leviable or may be levied in
future under, any State Law or the Central Law on execution of said contract, such taxes
shall be borne by the contractor and shall not be reimbursed by HPL. Further if dues of
any variance in such tax, duties, cess etc., if there is any increase in the taxes, the same
shall also be borne by the contractor where under any of the State or Central Law, these
is requirement of deduction of tax at source, the same shall be deducted from the
amount paid or payable to the contractor pursuant to this contract and shall be
deposited to the Government/ Authorities by HPL. HPL shall issue the documents/ forms/
certificates as prescribed under the relevant law, in respect of the amount so deducted
from the amount paid or payable to the contractor. HPL shall have full rights to withhold
the amount payable to the contractor in pursuant of this contract if contractor does not
Signature of Tenderer with seal
41
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
fulfill his obligations under any State or Central Law relating to execution of said
contract. In case the amount has already been paid, HPL has the right to recover such
payment from the Contractor.
14.0
ROYALTY ON MATERIALS:
The contractor shall deposit royalty and obtain necessary permit for supply of bajri,
stone, kankar sand etc. from the local authorities and quoted rates shall be inclusive of
royalty. The contractor shall be required to furnish with each bill as documentary
evidence in support of deposit of royalty charges with the local authority.
15.0
RATES TO BE FIRM
15.1
The rates quoted by the tenderer shall be firm, fixed and final for the entire period of
completion and till handing over of the work. No revision in rates or any escalation shall
be allowed on account of any increase in prices of materials, labour, POL and Overheads
etc. or any other statutory increase during the entire contract period (including extended
period).
15.2
The contractor shall be deemed to have inspected the site, its surrounding and
acquainted itself with the nature of the ground, accessibility of the site and full extent
and nature of all operations necessary for the full and proper execution of the contract,
space for storage of materials, constructional plant, temporary works, restrictions on the
plying of heavy vehicles in area, supply and use of labour, materials, plant, equipment
and laws, rules and regulations, if any, imposed by the local authorities.
15.3
The rates and prices to be tendered in the bill of quantities are for completed and
finished items of works and complete in all respects. It will be deemed to include all
constructional plant, labour, supervision, materials, transport, all temporary works,
erection, maintenance, contractor’s profit and establishment/ overheads, together with
preparation of designs& drawings pertaining to casting yard, shop drawing, fabrication
drawing(if required), staging form work, stacking yard, etc. all general risk, taxes,
royalty, duties, cess, octroi and other levies, insurance liabilities and obligations set out
or implied in the tender documents and contract.
15.4
Unless otherwise specified in the Bill of Quantities (BOQ), the contractor has to make his
own arrangement for dewatering/ bailing out of water, effluent including strutting,
shoring etc. At every stages of work wherever required (including Tunnel work) including
working under foul condition as per direction of Engineer-in-Charge at his own cost and
the contractor shall not be entitled for any extra payment, whatsoever, in this regard.
15.5
If required to make work site suitable for execution, contractor shall have to clear jungle
including of rank vegetation, grass, trees etc., clear & clean existing drains/ canals
(including strutting, shoring and packing cavities) and dispose them out of the site up-to
any lead and lift as per direction of Engineer-in-Charge. The contractor should inspect
the sites of work from this point of view. Unless otherwise specified in the Bill of
Quantities, the cost to be incurred in this regard shall be deemed to be included in his
quoted rates of BOQ items and the contractor shall not be entitled for any extra
payment in this regard.
Signature of Tenderer with seal
42
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
15.6
If any temporary/ permanent structure is encountered or safety of such structure in the
vicinity is endangered due to execution of the project, the contractor has to protect the
structures by any means as per direction of Engineer–in-Charge. If any damage caused
to any temporary or permanent structure(s) in the vicinity is caused due to execution of
the projects, the contractor has to make good the same by any means as per direction
of Engineer-in-Charge. The contractor should inspect the site of work from this point of
view. The cost to be incurred in this regard shall be deemed to be included in his quoted
rates of BOQ items and the contractor shall not be entitled for any extra payment in this
regard.
16.0
ESCALATION/ PRICE VARIATION
No claim on account of any price variation/ Escalation on whatsoever ground shall be
entertained at any stage of works. All rates as per Bill of Quantities (BOQ) quoted by
Contractor shall be firm and fixed for entire contract period as well as extended period
(including defect liability period), for completion of the works. No escalation/price
variation clause shall be applicable on this contract.
17.0 INSURANCE OF WORKS ETC.
Contractor is required to take contractor’s all risk policy from an approved insurance
company in the combined names of owner, HPL and Contractor and bear all costs
towards the same for the full period of execution of works including the defect liability
period for the entire cost of contract against all loss of damage from whatever cause
arising other than excepted risks for which he is responsible under the terms of the
contract and in such manner that the Owner,HPL and the contractor are covered during
the period of construction of works and/ or also covered during the period of defect
liability for loss or damage, as under.:
a)
The work and the temporary work for the full value of such works.
b)
The materials, constructional plant, centering, shuttering and
materials and other things brought to the site for their full value.
scaffolding
The contractor shall submit the original policy or the policies of insurance and the
original receipts of payment of the premiums to the Engineer-in-Charge to be kept in the
custody of HPL.
18.0
INSURANCE UNDER WORKMEN COMPENSATION ACT
Contractor
is
required
to
take
insurance
cover
under
the
Workmen
Compensation Act, 1923 amended from time to time for the whole period of execution of
works including the defect liability period from an approved insurance company and pay
premium charges thereof. The contractor shall submit the original policy or the policies
of insurance in the combined names of owner, HPL and Contractor and the original
receipt of payment of the premiums to the Engineer-in-charge to be kept in the custody
of HPL.
Recovery of compensation paid to workmen in the event of an accident any workman
employed by the contractor for execution of the works, suffers an injury or death and is
to be compensated under the provisions sub-section (1) of section 12, of the Workmen’s
Compensation Act, 1923 by the contractor and if the contractor fails to compensate, the
employer shall be entitled to recover from the contractor the amount of the
Signature of Tenderer with seal
43
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
compensation so paid and, without prejudice to the rights of the employer under section
12, sub-section (2), of the said Act. The employer shall be at liberty to recover such
amount or any part thereof by deducting it from the security deposit or from any sum
due to the contractor whether under this contract or otherwise. Employer shall not be
bound to contest any claim made against it under sub-section (1) section 12, of the said
Act, except on the written request of the contractor and upon his giving to employer full
security for all cost for which employer might become liable in consequence of
contesting such claim.
19.0
THIRD PARTY INSURANCE
Contractor is required to take third party insurance cover in the combined names of
owner, HPL and Contractor for the whole period of execution including defect liability
period for amount of 5% (five percent) of entire cost of contract from an approved
insurance company for insurance against any damage, injury or loss which may occur to
any person or property including that of Owner, HPL, arising out of the execution of the
works or temporary works. The contractor shall submit the original policy or the policies
of insurance and the original receipt of payment of the current premiums to the
Engineer-in-Charge to be kept in the custody of HPL.
If the Contractor could not effect a comprehensive insurance cover against risks which
he may be required to effect under the terms of the contract, then he shall give his
attention to get the best insurance cover available and even in case of effecting a wider
insurance cover than the one which the subsidiary of the General Insurance Company
could offer, such an insurance is ought to be done after the HPL’s approval, by or
through the subsidiary of the General Insurance Company.
20.0
INDEMNITY AGAINST PATENT RIGHTS
The contractor shall fully indemnify the HPL from and against all claims and proceedings
for or on account of any infringement of any patent rights, design, trademark or name
or other protected rights in respect of any construction plant, machine, work or material
used for in connection with the works or temporary works.
21.0
LABOUR LAWS TO BE COMPLIED BY THE CONTRACTOR
21.1
Labour License:
The contractor shall obtain a valid license under the contract labour (R & A) Act 1970
and the contract labour Act (R & A) central Rules 1971 as amended from time to time,
and continue to have a valid license until the completion of the work including defect
liability period. The contractor shall also abide by the provision of the child labour
(Prohibition and Regulation) Act.1986 as amended from time to time. Any failure to fulfill
this requirement shall attract the penal provisions of this contract arising out the
resultant for non execution of the work before the commencement of work.
21.2
BUILDING AND OTHER CONSTRUCTION WORKERS WELFARE
CESS:
The Contractor shall be liable to pay Cess levied under the Building and Other
Construction Workers Welfare Cess Act, 1996, at such rates so may be notified by the
Govt. from time to time. The HPL shall deduct at source from every Running Account
Bill of the Contractor, the said Cess at such rates for the time being prevailing which
Signature of Tenderer with seal
44
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
shall not exceed 2% (Two percent) but not be less than 1% (One percent) of the cost of
Construction incurred by the contractor.
21.3
22.0
No Labour below the age of 18 years shall be employed on the work.
LABOUR SAFETY PROVISION
The contractor shall be fully responsible to observe the labour safety provisions
23.0
INDEMNITY AGAINST NON-OBSERVANCE OF LABOUR/ LABOUR LAWS
23.1
The contractor shall be fully responsible for observance of all labour laws applicable
including local laws and other laws applicable in this matter and shall submit indemnity
bond on non-judicial stamp paper duly notarized indemnifying Employer/ HPL against
effect or non observance of any such laws. The contractor shall be liable to make
payment to all its employees, workers and sub-contractors and make compliance with
labour laws. If HPL or the client/owner is held liable as “Principal Employer” to pay
contributions etc. under legislation of Govt. or Court decision in respect of the
employees of the contractor, then the contractor would reimburse the amount of such
payments, contribution etc. to HPL and/ or same shall be deducted from the payments,
security deposit etc. of the contractor.
23.2
The contractor shall submit proof of having valid EPF registration certificate. In absence
of
the said certificate payment to the extent of 5.277% (Five point two hundred
Seventy Seven percent only) of the value of the Running Account bill may be withheld
by HPL and shall be released only after the production of the EPF registration certificate
from the concerned authorities. If it is incumbent upon HPL to deposit withheld amount
with EPF authorities, the withheld amount shall be deposited by HPL with EPF
authorities. In such a case HPL shall not refund this withheld amount to the contractor
even after the production of EPF registration certificate.
24.0
LAW GOVERNING THE CONTRACT
This contract shall be governed by the Indian Laws for the time being in force.
25.0
LAWS, BY LAWS RELATING TO THE WORK
The contractor shall strictly abide by the provisions, for the time being in force, of any
law relating to works or any local authority or any water & lighting agencies or any
undertakings within the limits of the jurisdiction of which the work is proposed to be
executed. The contractor shall be bound to give to the authorities concerned such
notices and take all approvals as may be provided in the law, regulations or by laws as
aforesaid, and to pay all fees and taxes payable to such authorities in respect thereof as
may be provide in the law, regulations or bylaws as aforesaid, and to pay all fees and
taxes payable to such authorities in respect thereof.
26.0
EMPLOYMENT OF PERSONNEL
26.1
The contractor shall employ only Indian Nationals as his representatives, servants and
workmen after verifying their antecedents and loyalty. He shall ensure that no personnel
of doubtful antecedents and any other nationality in any way is associated with the
works.
Signature of Tenderer with seal
45
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
26.2
The HPL shall have full power and without giving any reason to the contractor,
immediately to get removed any representative, agent, servant and workmen or
employees on account of misconduct negligence or incompetence or whose continued
employment may in his opinion be undesirable. The contractor shall not be allowed any
compensation on this account.
27.0
TECHNICAL STAFF FOR WORK
27.1
The contractor shall employ at his cost the adequate number of technical staff during the
execution of this work depending upon the requirement of work. For this purpose the
numbers to deployed, their qualification, experience as decided by HPL shall be final and
binding on the contractor. The contractor shall not be entitled for any extra payment in
this regard. The technical staff should be available at site, whenever required by HPL to
take instructions.
27.2
Within 15 days of letter of intent, the contractor shall submit a site organizational chart
and Resume including details of experience of the Project-in Charge and other staff
proposed by him and shall depute them on the project after getting approval from
Engineer-in-Charge. If desired by the contractor at later date, the Project-in-Charge and
other staff whose resume is approved by HPL can be replaced with prior written approval
of HPL and replacement shall be with equivalent or superior candidate only. Decision of
Engineer in-Charge shall be final and binding on the contractor.
Even after approving the site organizational chart, the Engineer-in-Charge due to nature
and exigency of work can direct the contractor to depute such additional staff as in his
view is necessary and having qualification and experience as approved by the Engineerin-Charge. The removal of such additional staff from the site shall only be with the prior
written approval of Engineer-in-Charge. The contractor shall not be paid any thing extra
whatsoever on account of deployment of additional staff and decision of the Engineer-incharge shall be final and binding on the contractor.
27.3
28.0
28.1
In case the contractor fails to employ the staff as aforesaid he shall be liable to pay a
reasonable amount not exceeding a sum of Rs25,000(Rupees Twenty Five Thousand
only) for each month of default in the case of each person. The decision of the Engineerin-Charge as to number of Technical Staff to be adequate for the project and other
period for which the required technical staff was not employed by the contractor and as
to the reasonableness of the amount to be deducted on this account shall be final and
binding on the contractor as to the amount and the contractor’s liability to pay the said
amount.
LAND FOR LABOUR HUTS/SITE OFFICE AND STORAGE ACCOMMODATION
The contractor shall arrange the land for temporary office, storage accommodation and
labour huts at his own cost and get the clearance of local authorities for setting up of
labour camp and same is deemed to be included in the rates quoted by the contractor
for the work.
Signature of Tenderer with seal
46
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
The contractor shall ensure that the area of labour huts is kept clean and sanitary
conditions are maintained as laid down by the local authorities, controlling the area. The
labour huts shall be so placed that it does not hinder the progress of work or access to
the work site. The vacant possession of the land used for the purpose shall be given
back by contractor after completion of the work. The security deposit of the contractor
shall be released only after contractor demolishes all structures including foundations
and gives back clear vacant possession of this land.
28.2
In the event the contractor has to shift his labour campus at any time during execution
of the work on the instructions of local authorities or as per requirement of the work
progress or as may be required by HPL, he shall comply with such instructions at his
cost and risk and no claim whatsoever shall be entertained on this account.
29.0
WATCHING AND LIGHTING
The contractor shall at his own cost take all precautions to ensure safety of life and
property by providing necessary barriers, lights, watchmen etc. during the progress of
work as directed by Engineer-in-Charge.
30.0
HEALTH & SANITARY ARRANGEMENTS
In case of all labour directly or indirectly employed in work for the performance on the
contractor’s part of this contract, the contractor shall comply with all rules framed by
Govt. from time to time for the protection of health and sanitary arrangements for
workers
31.0
WORKMEN’S COMPENSATION ACT
The contractor shall at all times indemnify HPL and Owner against all claims for
compensation under the provision of workmen’s compensation Act or any other law in
force, for any workmen employed by the contractor or his sub-contractor in carrying out
the contract and against all costs and expenses incurred by the HPL therewith.
32.0
MINIMUM WAGES ACT
The contractor shall comply with all the provisions of the minimum Wages Act, 1948,
contract labour Act (R&A) 1970, and rules framed there under and other labour
laws/local laws affecting contract labour that may be brought into force from time to
time.
33.0
LABOUR RECORDS
The contractor shall submit by the 4th & 19th of every month to the Engineer-in-Charge
of HPL a true statement, showing in respect of the second half of the preceding month
and the first half of the current month, respectively, of the following data:a)
The number of the labour employed by him (category-wise).
b)
Their working hours.
Signature of Tenderer with seal
47
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
c)
34.0
HINDUSTAN PREFAB LIMITED
The wages paid to them.
d)
The accidents that occurred during the said fortnight showing the circumstances
under which they happened and the extent of damage and injury caused.
e)
The number of female workers who have been allowed Maternity Benefits and the
amount paid to them.
f)
Any other information required by Engineer-in-Charge.
RELEASE OF SECURITY DEPOSIT AFTER LABOUR
CLEARANCE
Security Deposit of the work shall not be refunded till the contractor produces a
clearance certificate from the Labour Officer. As soon as the work is virtually complete,
the contractor shall apply for the clearance certificate to the Labour Officer under
intimation to the Engineer-in-Charge. The Engineer-in-Charge, on receipt of the said
communication, shall write to the Labour Officer to intimate if any complaint is pending
against the contractor in respect of the work. If no complaint is pending, on record till
after 3 months after completion of the work and/or no communication is received from
the Labour Officer to this effect till six months after the date of completion, it will be
deemed to have received the clearance certificate and the Security deposit will be
released if otherwise due. (Please refer clause No. 10.0).
35.0
SECURED ADVANCE AGAINST NON-PERISHABLE MATERIALS
Interest free secured advance up-to a maximum of 75% (Seventy five percent) of the
Market value of the Materials or the cost of materials as derived from the tendered item
rate of the contractor, whichever is less, required for incorporation in the permanent
works and brought to site and duly certified by HPL site Engineer-in-charge shall be paid
to the Contractor for all non-perishable items as per CPWD/MOST norms. The advance
will be paid only on submission of Indemnity Bond in the prescribed pro-forma. The
advance shall be recovered in full from next Running Account bill and fresh advance paid
for the balance quantities of materials. The contractor shall construct suitable godown at
the site of work for safe storing the materials against any possible damages due to sun,
rain, dampness, fire, theft etc. at his own cost. He shall also employ necessary watch &
ward establishment for the purpose at his costs and risks.
Such secured advance shall be payable on other items of perishable nature, fragile and
combustible with the approval of the Engineer-in-charge provided the contractor
provides a comprehensive insurance cover for the full cost of such materials. The
decision of the Engineer-in-Charge shall be final and binding on the contractor in this,
matter. No secured advance shall however, be paid on high risk materials such as
ordinary glass, sand, petrol, diesel etc.
36.0
MEASUREMENTS OF WORKS
Unless otherwise mentioned in the bill of quantities the measurements of works shall be
done as per MOST/ CPWD specifications (as specified in Technical Specification of
tender) and if the same is not given in the MOST/ CPWD Specifications, the same shall
be measured as per latest relevant BIS codes in force. The quantity of steel
reinforcement and the structural steel sections incorporated in the work shall be
measured & paid on the basis of standard coefficients of sections as per BIS Codes of
practice.
Signature of Tenderer with seal
48
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
All measurements and levels shall be taken jointly by the Engineer-in-charge or his
authorized representative and by the contractor or his authorized representative from
time to time during the progress of the work and such measurements shall be signed
and dated by the Engineer-in-charge and the contractor or their representatives in token
of their acceptance. If the contractor objects to any of the measurement recorded, a
note shall be made to that effect with reason and signed by both the parties.
If for any reason the contractor or his authorized representative is not available and the
work of recording measurements is suspended by the Engineer-In-charge or his
representative, HPL shall not entertain any claim from contractor or any loss of damages
on this account. If the contractor or his authorized representative does not remain
present at the time of such measurement after the contractor or his authorized
representative has been given a notice in writing 3 (three) days in advance or fails to
countersign or to record objection within a week from the date of the measurement,
then such measurements recorded in his absence by the Engineer-in-charge or his
representative shall be deemed to be accepted by the contractor.
The contractor shall, without extra charge, provide all assistance with every appliance,
labour and other things necessary for measurement and recording levels.
37.0
PAYMENTS
37.1
The bill shall be submitted by contractor each month on or before the date fixed by the
Engineer-in-Charge for all works executed in previous months. The contractor shall
prepare computerized bills using the programme as approved by Engineer-in-charge as
per prescribed format/ proforma. The Contractor shall submit two numbers of hard
copies and one soft copy of floppy/ CD for all bills. Subject to clause 37.3 herein below,
the payment due to the contractor shall be made within fifteen days of getting the
measurements verified form the Engineer-in-Charge or his subordinate/ representative
and certification of bill by the Engineer-in-charge.
37.2
All running payments shall be regarded as payments by way of advance against the final
payment only and not as payments for work actually done and completed and/ or
accepted by HPL and shall not preclude the recovery for bad, unsound and imperfect or
unskilled work to be removed and taken away and reconstructed or re-erected or be
considered as an admission of the due performance of the Contract, or any part thereof,
in this respect, or the accruing of any claim, nor shall it conclude, determine or affect in
any way the powers of the HPL under these conditions or any of them as to the final
settlement and adjustments of the accounts or otherwise, or in any other way vary/
affect the contract. The final bill shall be submitted by the contractor within three
months of the completion of work, otherwise HPL’s certificate of the measurement and
of the total amount payable for the work accordingly shall be final and binding on
contractor.
Each Running Bills should be accompanied by two sets of at-least requisite photograph
as per direction of Engineer-in-Charge taken from various points depicting status of
work as on Report/ Bill date along with Monthly Progress Report for the concerned
month in the proforma to be given/approved by Engineer-in-Charge. Intermittent
progress photographs as and when required shall also be provided by the Contractor at
his own cost as per direction of Engineer-in-Charge. No payment of running account bill
shall be released unless it is accompanied by progress photographs and Monthly
Progress Report as above.
Signature of Tenderer with seal
49
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
37.3
It is clearly agreed and understood by the Contractor that notwithstanding anything to
the contrary that may be stated in the agreement between HPL and the contractor; the
contractor shall become entitled to payment only after HPL has received the
corresponding payment(s) from the client/Owner for the work done by the contractor.
Any delay in the release of payment by the client/Owner to HPL leading to a delay in the
release the corresponding payment by HPL to the contractor shall not entitle the
contractor to any compensation/interest from HPL.
37.4
All payment shall be released by HPL by Account payees cheque from its office, New
Delhi directly at the address notified by the Contractor (postage charges shall be
charged to the contractor’s account). In case payment is made by Demand Draft at the
request of the Contractor, Bank Commission charges shall be debited to the account of
contractor. In case payment is released online, necessary bank commission for online
transfer shall be debited to the account of contractor.
38.0
WORK ON SUNDAYS, HOLIDAYS AND DURING NIGHT
For carrying out work on Sunday and Holidays or during night, the contractor will
approach the Engineer-in-charge or his representative at least two days in advance and
obtain his permission. The Engineer-in-charge at his discretion can refuse such
permission. The contractor shall have no claim on this account whatsoever. If work
demand, the contractor shall make arrangements to carry out the work on Sundays,
Holidays and in two, three shifts with the approval of Engineer-in-Charge at no extra
cost to HPL.
39.0
NO IDLE CHARGES TOWARDS LABOUR OR P & M ETC.
No idle charges or compensation shall be paid for idling of the contractor’s labour, staff
or P&M etc. on any ground or due to any reason whatsoever. HPL will not entertain any
claim in this respect.
40.0
WORK TO
DRAWINGS,
BE EXECUTED
ORDERS ETC.
IN
ACCORDANCE
WITH
SPECIFICATIONS,
The contractor shall execute the whole and every part of the work in the most
substantial and work man like manner both as regards materials and other wise in every
respect in strict accordance with the specifications. The contractor shall also conform
exactly, fully and faithfully to the design, drawings and instructions in writing in respect
of the work assigned by the Engineer-in-Charge and the contractor shall be furnished
free of charge one copy of the contract documents together with specifications, designs,
drawings.
The contractor shall comply with the provisions of the contract and execute the works
with care and diligence and maintain the works and provide all labour and materials,
tools and plants including for measurements and supervision of all works, structural
plans and other things of temporary or permanent nature required for such execution
and maintenance in so far as the necessity for providing these is specified or is
reasonable inferred from the contract. The contractor shall take full responsibility for
adequacy, suitability and safety of all the works and methods of construction.
Signature of Tenderer with seal
50
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
41.0
DIRECTION FOR WORKS
41.1
All works to be executed under the contract shall be executed under the direction and
subject to approval in all respect of the Engineer-in-Charge of HPL who shall be entitled
to direct at what point or points and in what manner works are to be commenced and
executed.
41.2
The Engineer-in-charge and his representative shall communicate or confirm their
instructions to the contractor in respect of the execution of work during their site
inspection in a “Works Site Order Book” maintained at the site office of Engineer-inCharge. The contractor or his authorized representative shall confirm receipt of such
instructions by signing against the relevant orders in the book.
42.0
ORDER OF PRECEDENCE OF DOCUMENTS
In case of difference contradiction, discrepancy, dispute with regard to conditions of
contract, specifications, Drawings, Bill of quantities and rates quoted by the Contractor
and other documents forming part of the contract, the following shall prevail in order of
precedence.
i)
Fax, Telegram or Letter of intent, detailed letter of work order along with
statement of agreed variations and its enclosures.
ii)
Bill of Quantity/ Schedule of Quantities.
iii)
Special condition of Contract.
iv)
v)
Technical specifications (General, Additional and Technical specification) as give
in Tender documents
.
General Conditions of Contract.
vi)
Drawings.
vii)
CPWD/MOST specifications (as specified in Technical Specification of the Tender)
updated with correction slips issued up-to last date of receipt of tenders.
viii)
Relevant BIS Codes.
43.0
TIME SCHEDULE & PROGRESS
43.1
Time allowed for carrying out all the works as entered in the tender shall be as
mentioned in the “Memorandum to the Form of Tender” which shall be reckoned from
the 10th day from the date on which the letter / telegram of intent is issued to the
Contractor or from the first day of handing over of the site, whichever is later. This shall
be the essence of the contract and contractor shall ensure the completion of the entire
work within the stipulated time of completion.
Signature of Tenderer with seal
51
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
43.2
The contractor
shall also furnish within 10
days of date of
letter/
telegram of intent a CPM network/ PERT chart/ BAR CHART for completion of work within
stipulated time. This will be duly got approved from HPL. This approved Network/ PERT
Chart shall form a part of the agreement. Achievement of milestones as well as total
completion has to be within the time period allowed.
43.3
Contractor shall mobilize and employ sufficient resources for completion of all the works
as indicated in the agreed BAR CHART/ Network. No additional payment will be made to
the contractor for any multiple shift work or other incentive methods contemplated by
him in his work schedule even though the time schedule is approved by the Engineer-inCharge.
43.4
During the currency of the work the contractor is expected to adhere to the time
schedule on miles stone and total completion and this adherence will be a part of
Contractor’s performance under the contract. During the execution of the work
contractor is expected to participate in the review and updating of the Network/BAR
CHART undertaken by the HPL. These reviews may be undertaken at the discretion of
HPL either as a periodical appraisal measure or when the quantum of work order on the
contractor is substantially changed through deviation orders or amendments. The review
shall be held at site or any of the offices of HPL/ Owner/ Consultant at the sole discretion
of HPL. The contractor will adhere to the revised schedule thereafter. The approval to
the revised schedule resulting in a completion date beyond the stipulated date of
completion shall not automatically amount to a grant of extension of time to the
contractor.
43.5
Contractor shall submit fortnightly/ Monthly (as directed by Engineer-in-charge)
progress reports on a computer based program (program and software to be approved
by Engineer-in-Charge) highlighting status of various activities and physical completion
of work.
43.6
The contractor shall send completion report with as built drawings and maintenance
schedule to the office of Engineer-in-Charge, of HPL in writing within a period of 30 days
of completion of work.
44.0
WATER AND ELECTRICITY
The contractor shall make his own arrangement for Water & Electrical power for
construction and other purposes at his own cost and pay requisite electricity and water
charges. The contractor shall also make standby arrangement for water & electricity to
ensure un-interrupted supply. The contractor shall however ensure that the water used
by him is fit for construction purpose to the satisfaction of Engineer-in-charge.
45.0
MATERIALS TO BE PROVIDED BY THE CONTRACTOR
The contractor shall, at his own expense, provide all materials, required including
Cement & Steel for the works.
The contractor shall at his own expense and without delay, supply to the Engineer-incharge samples of materials to be used on work and shall get the same approval in
advance. All such materials to be provided by the Contractor shall be in conformity with
the specifications laid down or referred to in the contract. The contractor shall, if
Signature of Tenderer with seal
52
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
requested by the Engineer-in-Charge furnish proof, to the satisfaction of the Engineerin-Charge that the materials so comply.
The contractor shall at his risk and cost submits the samples of materials to be tested or
analyzed and bears all charges and cost of testing unless specifically provided for
otherwise elsewhere in the contract or specifications. The Engineer-in-Charge or his
authorized representative shall at all times have access to the works and to all
workshops and places where work is being prepared or from where materials
manufactured articles or machinery are being obtained for the works and the contractor
shall afford every facility and every assistance cost in obtaining the right and visit to
such access.
The Engineer-in-Charge shall have full powers to require the removal from the premises
of all materials which in his opinion are not in accordance with the specifications and in
case of default, the Engineer-in-Charge shall be at liberty to employ at the expense of
the contractor, other persons to remove the same without being answerable or
accountable for any loss or damage that may happen or arise to such materials. The
Engineer-in-Charge shall also have full power to require other proper materials to be
substituted thereof and in case of default, the Engineer-in-Charge may cause the same
to the supplies and all costs which may require such removal and substitution shall be
borne by the contractor.
45.1
CEMENT AND CEMENT GODOWN
Cement shall be procured by Contractor of 43 Grade confirming to BIS: 8112
specification latest edition or higher Grade as directed by the Engineer-in-charge. The
cement shall be procured directly from the reputed manufacturers/ stockiest, which will
have to be got approved from HPL in advance. Relevant vouchers and test certificates
will be produced as and when required.
The cement shall be stored by the contractor in such suitable covered and lockable
stores, well protected from climate and atmospheric affect. The cement godown shall be
constructed by the contractor as per CPWD specifications at his own cost. The cement
will remain under double lock, one from HPL and other from Contractor. The cement in
bags shall be stored in godowns in easy countable position. Cement bags shall be used
on first in first out basis. Cement stored for beyond 90 days will be required to be tested
at contractors cost, before use in works.
45.2
STEEL & STEEL STOCKYARD
Steel conforming to BIS specifications (latest edition) shall be procured by the
Contractor directly from reputed manufacturers/ producers as per approved list of
HPL.The manufacturer has to give a certificate that the material supplied is not a rerolled. Relevant vouchers & test certificates will be produced by the certificates will be
produced by the contractor. Re-rolled sections will not be allowed.
Reinforcement steel, structural steel shall be stored and stacked in such manner so as to
facilitate easy identification, removal etc. The contractor shall take proper care to
prevent direct contract between the steel and the ground/ water for which he shall
provide necessary arrangement at his own cost including ensuring proper drainage of
area to prevent water logging as per direction of the Engineer-in-charge. Steel shall also
be protected, by applying a coat of neat cement slurry over the bars for which no extra
payments shall be made.
Signature of Tenderer with seal
53
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Test certificates for each consignment of steel shall be furnished and tests to be got
carried out from the authorized laboratory as per the directions of Engineer-in-charge,
before incorporating the materials in the work.
46.0
SCHEDULE OF QUANTITIES / BILL OF QUANTITIES
46.1
The quantities shown against the various items of work are only approximate quantities
which may vary as per the actual requirement at site.
46.2
All items of work in the bill of quantities / schedule of quantities shall be carried out as
per the CPWD/ MOST (as the case may be) specifications, drawings and
instructions
of the Engineer-in-Charge of HPL and the rates shall include for supply of required
materials including proper storage, consumables, skilled & unskilled labour, supervision
and tools, tackles, plant & machinery complete as called for in the detailed specifications
and conditions of the contract. No item which is not covered in the bill of quantities shall
be executed by the Contractor without the approval of the HPL. In case any Extra/
substituted item is carried out without specific-approval, the same will not be paid.
47.0
ANTI-TERMITE TREATMENT & WATER PROOF TREATMENT
47.1
Pre-construction treatment shall be carried out in co-ordination with the building Work
and shall be executed in such a manner that the civil works are not hampered or
delayed by the anti-termite treatment. The treatment shall be carried out as type and
specifications as detailed in BIS (Part II) latest revision. The water proof shall be of
given in the schedule of quantities.
47.2
The treatment against water-proofing of basement, roofs, water retaining areas and
termite infestation shall be and remain fully effective for a period of not less than 10
(Ten) years to be reckoned from the date of expiring of the Defect Liability period,
prescribed in the contract. At any time during the said guarantee period if HPL finds any
defects in the said treatment or any evidence of re-infestation, dampness, leakage in
any part of buildings or structure and notifies the contractor of the same, the contractor
shall be liable to rectify the defect or give re-treatment and shall commence the work or
such rectification or re-treatment with in seven days from the date of issue of such letter
to him. If the contractor fails to commence such work within the stipulated period, the
HPL may get the same done by another agency at the Contractor’s cost and risk and the
decision of the Engineer-in-Charge of HPL for the cost payable by the contractor shall be
final and binding upon him.
47.3
Re-treatment if required shall be attended to and carried out by the Contractor within
seven days of the notice from Engineer-in-Charge of HPL.
47.4
The HPL reserves the right to get the quality of treatment checked in accordance with
recognized test methods and incase it is found the chemicals with the required
concentration and rate of application have not been applied, or the water proof
treatment is not done as per specifications, the contractor will be required to do the retreatment in accordance with the required concentration & specifications at no extra cost
failing which no payment for such work will be made. The extent of work thus rejected
shall be determined by HPL.
Signature of Tenderer with seal
54
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
47.5
Water proofing and anti-termite treatment shall be got done through approved/
specialized agencies only with prior approval of Engineer-in-charge.
47.5a
The contractor shall make such arrangement as may be necessary to safe guard the
workers and residents of the building against any poisonous effect of the chemicals used
during the execution of the work.
47.6
During the execution of work, if any damage shall occur to the treatment already done,
either due to rain or any other circumstances, the same shall be rectified and made good
to the entire satisfaction of Engineer-in-Charge by the contractor at his costs and risks.
47.7
The contractor shall make his own arrangement for all equipments required for the
execution of the job.
47.8
The contractor whose tender is accepted shall execute guarantee Bond in the prescribed
form as appended for guaranteeing the anti-termite treatment and waterproof
treatment.
48.0
INDIAN STANDARDS
Wherever any reference is made to any IS in any particular specifications, drawings or
bill of quantities, it means the Indian Standards editions with the amendments current
at the last date of receipt of tender documents.
49.0
CENTERING & SHUTTERING
Marine plywood only or steel plates of minimum thickness as approved by Engineer-incharge shall be used for formwork. The shuttering plates shall be cleaned and oiled after
every repetition and shall be used only after obtaining approval of HPL’s Engineer at site.
The number of repetitions allowed for plywood and steel shuttering shall be at the
discretion of Engineer-in-Charge of HPL depending upon the condition of shuttering
surface after each use and the decision of Engineer-in-Charge in this regard shall be
final and binding on the contractor. No claim whatsoever on this account shall be
admissible.
50.0
PROPRIETARY MATERIALS
50.1
Following proprietary materials shall be brought to site after the approval of HPL
a)
b)
c)
d)
e)
f)
g)
50.2
Water proofing compound.
Cement
Steel.
Primer / paints / varnish etc.
Bitumen.
Chemical for anti termite treatment.
Any other materials as per discretion of the HPL.
The quantity of proprietary materials shall be measured and recorded in the
Measurement books and signed by the Contractor and the Engineer-in-Charge as a
check to ensure that the required quantities as required for execution of works as per
specifications have been brought to site for incorporation in the work.
Signature of Tenderer with seal
55
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
50.3
Proprietary materials brought at site shall be stored as directed by HPL and those
already recorded in Measurement book, shall be marked for identification.
50.4
The contractor shall ensure that the proprietary materials are brought to site in
original sealed containers or packing bearing manufacturer’s markings and brands
(except where the quantity required is a fraction of the smallest packing). Materials not
complying with this requirement shall be rejected. The empty containers of such
proprietary materials shall not be destroyed/disposed-off without the permission of HPL.
50.5
The contractor shall produce receipted vouchers showing quantities of the materials to
satisfy Engineer-in-Charge that the materials comply with the specifications. These
vouchers shall be endorsed, dated and initialed by Engineer-in-Charge giving the
contract number and name of work and a certified copy of each such voucher signed
both by HPL and the Contractor shall be kept on record.
50.6
When the cost of each category of materials is less than Rs.500/- production of vouchers
may not be insisted upon if the HPL is otherwise satisfied with the quality and quantity
of materials.
51.0
RECORDS OF CONSUMPTION OF CEMENT & STEEL
51.1
For the purpose of keeping a record of cement and steel received at site and consumed
in works, the contractor shall maintain a properly bound register in the form approved
by the HPL, showing columns like quantity received and used in work an balance in hand
etc. This register shall be signed daily by the contractor’s representative and HPL’s
representative.
51.2
The register of cement & steel shall be kept at site in the safe custody of HPL’s Engineer
during progress of the work. This provision will not, however, absolve the contractor
from the quality of the final product.
51.3
In case cement or steel quantity consumed is lesser as compared to the theoretical
requirement of the same as per MOST/ CPWD (as the case may be ) specifications/
norms the work will be devalued and/or a penal rate (i.e. double the rate at which
cement/ steel purchased last) recovery of lesser consumption of cement/ steel shall be
made in the item rates of the work done subject to the condition that the test results
fall within the acceptable criteria as per MOST/ CPWD (as the case may be )
specifications otherwise the work shall have to be dismantled and redone by the
contractor at no extra cost.
In case of cement, if actual consumption is less than 98% of the theoretical
consumption, a recovery shall be affected from the contractor’s dues at the penal rate
for the actual quantity which is lower than 98% of theoretical consumption.
52.0
52.1
MATERIALS AND SAMPLES
The materials/ products used on the works shall be one of the approved make/brands
out of list of manufacturers/ brands/ makes given in the tender documents.
The
contractor shall submit samples/specimens out of approved makes of materials/
products to the Engineer-in-Charge for prior approval. In exceptional circumstances
Engineer-in-Charge may allow alternate equivalent makes/ brands of products/materials
at his sole discretion. The final choice of brand/make shall remain with the Engineer-in-
Signature of Tenderer with seal
56
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Charge, whose decision in this matter shall be final and binding and nothing extra on
this account shall be payable to the Contractor.
In case single brand/ make is mentioned, other equivalent makes/ brands may be
considered by the Engineer-in-Charge with prior approval. In case of variance in CPWD/
IS/ BIS Specifications from approved products/ makes specification, the specification of
approved product/ make shall prevail for which nothing shall be paid extra to the
Contractor.
In case no make or brand of any materials, articles, fittings and accessories etc. is
specified, the same shall comply with the relevant Indian Standard Specifications and
shall bear the ISI/ BIS mark. The Engineer-in-charge of HPL and the owner shall have
the discretion to check quality of materials and equipment to be incorporated in the
work, at source of supply or site of work and even after incorporation in the work. They
shall also have the discretion to check the workmanship of various items of work to be
executed in this work. The contractor shall provide the necessary facilities and
assistance for this purpose.
52.2
The above provisions shall to absolve the contractor from the quality of final product and
in getting the material and workmanship quality checked and approved from the
Engineer-in-charge of HPL.
52.3
The contractor shall well in advance, produce samples of all materials articles, fittings,
accessories etc. that he proposes to use and get them approved in writing by HPL. The
materials articles etc. as approved shall be labeled as such and shall be signed by HPL
and the contractor’s representative.
52.4
The approved samples shall be kept in the custody of the Engineer-in-Charge of HPL till
completion of the work. Thereafter the sample except those destroyed during testing
shall be returned to the contractor. No payment will be made to the contractor for the
samples or samples destroyed in testing.
52.5
The brands of all materials, articles fittings etc. approved together with the names of the
manufacturers and firms from which supplies have been arranged shall be recorded in
the site order book.
52.6
The contractor shall set up and maintain at his cost, a field testing laboratory for all day
to day test at his own cost to the satisfaction of the Engineer-in-Charge. This field
testing laboratory shall be provided with equipment and facilities to carry out all
mandatory field test as per MOST/ CPWD (as the case may be) specifications. The
laboratory building shall be constructed and installed with the appropriate facilities,
Temperature and humidity controls shall be available wherever necessary during testing
of samples.
All equipments shall be provided by the Contractor so as to be compatible with the
testing requirements specified. The contractor shall maintain all the equipments in good
working condition for the duration of the contract.
The contractor shall provide approved qualified personnel to run the laboratory for the
duration of the Contract. The number of staff and equipment available must at all time
be sufficient to keep pace with the sampling and testing programme as required by the
Engineer-in-Charge.
Signature of Tenderer with seal
57
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
The contractor shall fully service the site laboratory and shall supply everything
necessary for its proper functioning, including all transport needed to move equipment
and samples to and from sampling points on the site etc.
The contractor shall re-calibrate all measuring devices whenever so required by the
Engineer-in-Charge and shall submit the results of such measurements without delay.
All field tests shall be carried out in the presence of HPL’s representative. All costs
towards samples, materials, collection, transport, manpower, testing etc. shall be borne
by the Contractor and are deemed to be included in the rates quoted by him in the bill of
quantities.
53.0
TESTS AND INSPECTION
53.1
The contractor shall carry out the various mandatory tests as per specifications and the
technical documents that will be furnished to him during the performance of the work.
All the tests on materials, as recommended by CPWD, MOST and relevant Indian
Standard Codes or other standard specifications (including all amendments current at
the last date of submission of tender documents) shall be got carried out by the
contractor at the field testing laboratory or any other recognized institution/laboratory,
at the direction of the HPL . All testing charges, expenses etc. shall be borne by the
contractor.
All the tests, either on the field or outside laboratories concerning the execution of the
work and supply of materials shall be got carried out by the contractor or HPL at the cost
of the Contractor.
53.2
WORKS TO BE OPEN TO INSPECTION
All works executed or under the course of execution in pursuance of this contract at all
times be open to inspection and supervision of the HPL/ OWNER. The work during its
progress or after its completion or during O&M period may also be inspected, by Chief
Technical Examiner (CTE) of Government of India and/ or an inspecting authority of
State Government of State in which work is executed. Also periodic third party quality
checks/ testing of materials shall be carried out through a Government institution/
laboratory by HPL. The compliance of observations/ improvements as suggested by the
inspecting officers of HPL/ CTE/ State authorities/Govt. Institutions/ Laboratory as third
party/ owner shall be obligatory on the Contractor at the cost of contractor.
54.0
BORROW AREAS
The Contractor shall make his own arrangements for borrow pits and borrow disposal
areas including their approaches and space for movement of man, machinery, other
equipments as required for carrying out the works. The contractor shall be responsible
for taking all safety measures, getting approval, making payment of royalties, charges
etc. and nothing extra shall be paid to the contractor on this account and unit rates
quoted by the contractor for various items of bill of quantities shall deemed to include
the same
Signature of Tenderer with seal
58
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
55.0
BITUMEN WORK
55.1
The contractor shall collect the total quantity of tar or bitumen required for the work as
per standard formula, before the process of painting started and shall hypothecate it to
the Engineer-in-charge. Although the materials are hypothecated to HPL the Contractor
undertakes the responsibility for their proper watch, safe custody and protection against
all risks. The materials shall not be removed from site of work without the consent of the
Engineer-in-charge in writing.
56.0
CARE OF WORKS
From the commencement to the completion of the works handing over, the contractor
shall take full responsibility for care thereof and all the works and in case any damage/
loss to the works or to any part thereof or to any temporary works due to lack of
precaution overdue to negligence on part of contractor, the same shall be made good
by the contractor.
57.0
WORK IN MONSOON AND DEWATERING
The execution of the work may entail working in the monsoon also. The contractor must
maintain labour force as may be required for the job and plan and execute the
construction and erection according to the prescribed schedule. No special/ extra rate
will be considered for such work in monsoon. The contractor’s rate shall be considered
inclusive of cost of dewatering required if any and no extra rate shall be payable on this
account.
58.0
NO COMPENSATION FOR CANCELLATION/REDUCTION OF WORKS
If at any time after the commencement of the work the HPL shall for any reason
whatsoever is required to abandon the work or is not require the whole work thereof as
specified in the tender to be carried out, the Engineer-in-charge shall give notice in
writing of the fact to the contractor, who shall have no claim to any payment of
compensation whatsoever on account of any profit or advantage which he might have
derived from the execution of the work in full, but which he did not derive in
consequence of the full amount of the work not having been carried out or for-closure,
neither shall he have any claim for compensation by reason of any alterations having
been made in the original specifications, drawings, designs and instructions which shall
involve any curtailment of the work as originally contemplated.
Provided that the contractor shall be paid the charges on the cartage only of materials
actually and bonafide brought to the site of the work by the contractor and rendered
surplus as a result of the abandonment or curtailment of the work or any portion
thereof and then taken back by the contractor, provided however, that the Engineer-incharge shall have in all such cases the option of taking over all or any such materials at
their purchase price or at local current rates whichever may be less. In the case of
such stores having been issued by HPL and returned by the Contractor to HPL, credit will
be given to him by the Engineer-in-Charge at rates not exceeding those at which they
were originally issued to him after taking into consideration any deduction for claims on
account of any deterioration or damage while in the custody of the contractor and in this
respect the decision or the Engineer-in-charge shall be final.
Signature of Tenderer with seal
59
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
59.0
RESTRICTION ON SUBLETTING
59.1
The contractor shall not sublet or assign the whole or part of the works except where
otherwise provided by the contract, and even then only with the prior written consent of
the HPL and such consent if given shall not absolve the contractor from any liability or
obligation under the contract and he shall be responsible for the acts, defaults or
neglects of the sub contractor, his agents, servants or workman as full as if they were
the acts, defaults or neglects of the contractor, his agent, servants or workman provided
always that the provision of labour on piece work basis shall not be deemed to be a
subletting under this clause.
59.2
The contractor may entrust specialist items of works to the agencies specialized in the
specific trade. The contractor shall give the names and details of such firm whom it is
going to employ for approval of HPL. These details shall include the expertise, financial
status, technical manpower, equipment, resources and list of works executed and on
hand of the specialist agency.
60.0
PROHIBITION OF UNAUTHORISED CONSTRUCTION & OCCUPAITON
No unauthorized buildings, construction of structures should be put up by the contractor
any where on the project site, neither any building built by him shall un-authorizedly
occupied by him or his staff.
61.0
CO-ORDINATION WITH OTHER AGENCIES
Work shall be carried out in such a manner that the work of other Agencies operating at
the site is not hampered due to any action of the Contractor. Proper Co-ordination with
other Agencies will be Contractor’s responsibility. In case of any dispute the decision of
HPL shall be final and binding on the contractor. No claim whatsoever shall be admissible
on this account.
62.0
SETTING OUT OF THE WORKS
The contractor shall be responsible for the true and proper setting out of the works and
for correctness of the position, levels, dimensions and alignment of all parts of the
works, if any time during the progress of works, shall any error appear or arise in the
position, levels, dimensions or alignment of any part of the works, the contractor shall at
his own expenses rectify such error to the satisfaction of Engineer-in-charge. The
checking of any setting out or of any line or level by the engineers of HPL shall not in
any way relieve the contractor of his responsibility for the correctness.
63.0
NOTICE BEFORE COVERING UP THE WORK
The contractor shall give not less than seven days notice before covering up or
otherwise placing beyond the reach of measurement any work, to the Engineer-incharge in order that the same may be inspected and measured. If any work is covered
up or placed beyond the reach of inspection/measurement without such notice or his
consent being obtained the same shall be uncovered at the contractor’s expenses and he
shall have to make it good at his own expenses.
Signature of Tenderer with seal
60
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
64.0
SITE CLEARANCE
64.1
The contractor shall ensure that the working site is kept clean and free of obstructions
for easy access to job site and also from safety point of view. Before handing over the
work to the HPL the contractor shall remove all temporary structures like the site offices,
cement godown, stores, labour hutments etc. scaffolding rubbish, left out materials,
tools and plants, equipments etc. clean and grade the site to the entire satisfaction of
the Engineer-in-charge. If this is not done the same will be got done by HPL at his risk
and cost.
64.2
The contractor shall clean all floors, remove cement/lime/paint drops and deposits, clean
joinery, glass panes etc., touching all painter’s works and
carry
out
all
other
necessary items of works to make the premises clean and tidy before handing over the
building, and the rates quoted by the
contractor shall be deemed to have included
the same.
65.0
VALUABLE ARTICLES FOUND AT SITE
All gold, silver and other minerals of any description and all precious stones, coins,
treasure, relics, antiques and all other similar things which shall be found in, under or
upon the site, shall be the property of the Owner/ Government and the contractor shall
duly preserve the same to the satisfaction of Engineer-in-Charge and shall from time to
time deliver the same to such person or persons indicated by HPL.
66.0
MATERIALS OBTAINED FROM DISMANTLEMENT TO BE OWNER’S PROPERTY.
All materials like stone, boulders and other materials obtained in the work
of
dismantling, excavation etc. will be considered Owner/ Government
property
and
may be issued to the contractor by the Owner/ HPL, if required for use in this work at
rates approved by HPL or the contractor may be asked to dispose these items at his
cost.
67.0
SET-OFF OF CONTRACTOR’S LIABILITIES
HPL shall have the right to deduct or set off the expenses incurred or likely
to
be
incurred by it in rectifying the defects as aforesaid from any or against any
amount
payable to the contractor under this agreement including
security
deposit
and
proceeds of performance guarantee.
68.0
MATERIALS PROCURED WITH THE ASSISTANCE OF HPL
If any material for the execution of this contract is procured with the assistance of HPL
either by issue from its stores or purchase made under orders or permits or licenses
obtained by HPL the contractor shall hold and use the said materials economically and
solely for the purpose of this contract and shall not dispose them without the permission
of Engineer-in-Charge. The contractor, if required by the HPL, shall return all such
surplus or unserviceable materials that may be left with him after the completion of the
contract or at its termination on whatsoever reason, on being paid or credited
such
price as the HPL shall determine having due regard to the
conditions of materials.
Signature of Tenderer with seal
61
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
69.0
ALTERATION IN SPECIFICATION, DESIGN & DRAWING
69.1
The Engineer-in-Charge shall have power to make any alterations in, omissions from,
additions to or substitutions for, the original specifications,
drawings, designs and
instructions that may appear to him to be necessary during the progress of the work,
and the contractor shall carry out the work in accordance with any instructions which
may be given to him in writing signed by the Engineer-in-Charge and such alterations,
omissions, additions, or substitutions shall not invalidate the contract and any altered,
additional or substituted work which the contractor may be directed to do in the manner
above specified as part of the work shall be carried out by the contractor on the same
conditions in all respects on which he agreed to do the main work. The time for the
completion of the work shall be extended in the proportion that the altered, additional or
substituted work bears to the original contract work, and the certificate of the Engineerin-Charge shall be conclusive as to such proportion. Over and above this, a further
period to the extent of 25 percent of such extension shall be allowed to the contractor.
The rates for such additional, altered or substituted work under this clause shall be
worked out in accordance with the following provisions in their respective order.
i)
The rates for the additional, altered or substituted work are specified in the
contract for the work, the contractor is bound to carry out the additional, altered
or substituted work at the same rates as are specified in the contract for the
work.
ii)
If the rates for the additional, altered or substituted work are not specifically
provided in the contract for the work, the rates will be derived from the rates
for a nearest similar item of work as are specified in the contract for the work.
In case of composite tenders where two or more schedule of quantities/ bill of
quantities form part of the contract, the rates shall be derived from the nearest
similar item in the schedule of quantities/ bill of quantities of the particular part
of work in which the deviation is involved failing that from the lowest of the
nearest similar item in other schedule of quantity. The opinion of the Engineer-inCharge as to whether or not the rate can be reasonably so derived from the item
in this contract will be final and binding on the contractor.
iii)
If the altered, additional or substituted work includes any work for which no rate
is specified in the contract for the work and which cannot be derived in the
manner specified in sub para (i) and (ii) from the similar class of work in the
contract then such work shall be carried out at the rates entered in the Schedule
of Rates (as mentioned in “Memorandum to the Form of Tender” for Civil/
Sanitary Works) minus/ plus the percentage which the tendered amount of
schedules items bears with the estimated amount of schedule items based on the
Schedule of Rates (as mentioned in “Memorandum to the Form of Tender” for
Civil/ Sanitary Works). The scheduled items mean the items appearing in the
Schedule of Rates (as mentioned in “Memorandum to the Form of Tender” for
Civil/ Sanitary Works) which shall be applicable in this clause. This clause will
apply mutates mutandis to electrical work except that Electrical Schedule of
Rates as mentioned in “Memorandum to the Form of Tender” will be considered in
place of Civil/ Sanitary works Schedule of rates as mentioned in “Memorandum to
the Form of Tender”.
Signature of Tenderer with seal
62
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
iv)
HINDUSTAN PREFAB LIMITED
If the rates for the altered, additional or substituted work cannot be determined
in the manner specified in sub-clauses (i) to (iii) above, then the contractor shall,
within 7 days of the date of receipt of order to carry out the work, inform the
Engineer-in-Charge of the rate which it is his intention to change for such class of
work, supported by analysis of the rate or rates claimed, and the Engineer-inCharge shall determine the rate or rates on the basis of prevailing market rates
of the material, Labour, T&P etc. plus 10% (Ten percent) to cover the contractor
supervision, overheads and profit and pay the contractor accordingly. The opinion
of the Engineer-in-Charge as to the current market rates of materials and
quantum of labour involved per unit of measurements will be final and binding on
the contractor.
However, the Engineer-in-Charge, by notice in writing, will be at liberty to cancel
his order to carry out such class of work and arrange to carry it out in such
manner as he may consider advisable. But under no circumstances, the
contractor shall suspend the work on the plea of non-settlement of rates of items
failing under the clause.
v)
Except in case of items relating to foundations, provisions contained in suchclause (i) to (iv) above shall not apply to contract or substituted items as
individually exceed the percentage set out in the tender documents (referred to
herein below as “deviation limit” which is 25% for this project) subject to the
following restrictions.
a)
The deviation limit referred to above is the net effect (algebraically sum) of all
additions and deductions ordered.
b)
In no case shall the additions/deductions (arithmetical sum) exceed Twice the
deviation limit.
c)
The deviations ordered on items of any individual trade included in the contract
shall not exceed plus/ minus 50 percent of the value of that trade in the contract
as a whole or half the deviation limit, whichever is less.
d)
The value of additions of items of any individual trade not already included in the
contract shall not exceed 20 percent of the deviation limit.
For the purpose of operation of clause 69.1(v), the following norms shall be treated as
works relating to foundations.
a)
For
buildings, compound walls, plinth level or 1.2 meters above ground level
whichever is lower excluding items of flooring and DPC but including base
concrete below the floors.
b)
For abutments, piers, retaining walls of culverts and bridges, walls of water
reservoirs, the bed of floor level.
c)
For retaining walls where floor level is not determined, 1.2 meters above the
average ground level or bed level.
d)
For roads all items of excavation and filling including treatment of sub-base and
soling work.
Signature of Tenderer with seal
63
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
e)
For water supply lines, sewer lines, under-ground storm water drains and
similar works. All items of work below ground level except items of pipe work
proper masonry work.
f)
For open storm water drains, all items of work except lining of drains.
NOTE: Individual trade means the trade section to which bill of quantities annexed to
the agreement has been divided or in the absence of any such division the individual
section of the MOST/CPWD (as the case may be) Scheduled of rates specified above,
such as excavation and earthwork, Concrete, wood work and joinery etc.
The rate of any such work except the items relating to foundations which is in excess of
the deviation limit and deviation in quantities of AHR items on plus side as contained in
clause 9.9(i) shall be determined in accordance with the provisions contained in Clause
69.2.
69.2
In the case of contract or substituted items or additional items which result in exceeding
the limits laid down in sub-clause (v) of Clause 69.1 except the items relating to
foundation work, which the contractor is required to do under Clause 69.1 above and
deviation in quantities of AHR items on plus side as contained in clause 9.9 (i), the
contractor shall within 7 days from the receipt of order claim revision of the rate
supported by proper analysis in respect of such items for quantities in excess of the
above limit, not-with-standing the fact that the rates for such items exist in the tender
for the main work or can be derived in accordance with the provisions of sub-clause (ii)
of Clause 69.1 and the Engineer-in-Charge may revise their rates, having regard to the
prevailing market rate and the contractor shall be paid in accordance with the rates so
fixed. The Engineer-in-Charge shall, however, be at liberty to cancel his order to carry
out such increased quantities of work by giving notice in writing to the contractor and
arrange to carry it out in such manner as he may consider advisable. But, under no
circumstances the contractor shall suspend the work on the plea of non-settlement of
rates of item falling under this Clause.
All the provisions of the proceeding paragraph shall equally apply to the decrease in the
rates of items for quantities in excess of the deviation limit, not-with-standing the fact
that the rates for such items exist in the tender for the main work or can be derived in
accordance with the provisions of sub-clause (ii) of the proceeding Clause 69.1 and the
Engineer-in-Charge may revise such rates having regard to the prevailing market rates.
70.0
ACTION AND COMPENSATION PAYABLE IN CASE OF BAD WORK.
If it shall appear to the Engineer-in-Charge or his authorized subordinate in charge of
the work or to the Chief Technical Examiner or to any other inspecting agency of
Government/State Government/Owner where the work is being executed, that any work
has been executed with unsound, imperfect or unskillful workmanship or with materials
of any inferior description, or that any materials or articles provided by him for the
execution of the work are unsound or of a quality inferior to that contracted for or
otherwise not in accordance with the contract, the contractor shall on demand in writing
which shall be made within six months of the completion of the work from the Engineerin-Charge specifying the work, materials or articles complained of notwithstanding that
the same may have been passed, certified and paid for forthwith rectify, or remove and
reconstruct the work so specified in whole or in part as the case may require or as the
Signature of Tenderer with seal
64
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
case may be, remove the materials or articles so specified and provide other proper and
suitable materials or articles at his own proper charge and cost, and in the event of his
failing to do so within a period to be specified by the Engineer-in-Charge in his demand
aforesaid, then the Contractor shall be liable to pay compensation at the rate of one
percent on the estimated amount put to tender for every day not exceeding ten days,
while his failure to do so shall continue and in the case of any such failure, the Engineerin-Charge may rectify or remove and re-execute the work or remove and replace with
others, the material or articles complained of as the case may be at the risk and
expense in all respects of the contractor.
71.0
POSSESSION PRIOR TO COMPLETION
71.1
HPL shall have the right to take possession of or use any completed or partially
completed work or part of the work. Such possession or use shall not be deemed to be
any acceptance of any work not completed in
accordance
with
the
contract
agreement. If such prior possession or use by HPL delays the progress of work an
equitable adjustment in the time of completion will be made and the contract agreement
shall be deemed to be modified accordingly. The decision of HPL in this case shall be
final binding and conclusive.
71.2
When the whole of the works or the items or the groups of items of work for which
separate periods of completion have been specified have been completed the contractor
will give a notice to that effect to the Engineer in writing. The Engineer shall within 7
days of the date of receipt of such notice inspect the works and either the Engineer-inCharge issues to the contractor a completion certificate stating the date on which in his
opinion the works were completed in accordance with the contract or gives instructions
in writing to the contractor specifying the balance items of work which are required to be
done by the contractor before completion certificate could be issued. The Engineer-inCharge shall also notify the contractor of any defect in the works affecting completion.
71.3
The contractor shall during the course of execution prepare and keep updated a
complete set of ‘as built’ drawings to show each and every change from the contract
drawings, changes recorded shall be countersigned by the Engineer-in-Charge and the
contractor. Four copies, of ‘as built’ drawings shall be supplied to HPL by the contractor
within 30 days of the completion. All costs incurred in this respect shall be borne by the
contractor only.
72.0
COMPENSATION FOR DELAY AND REMEDIES
72.1
If the contractor fails to maintain the required progress in terms of clause 72.4 or
relevant clause of Special Conditions of Contract, to complete the work and clear the site
on or before the contract or extended date of completion, he shall, without prejudice to
any other right or remedy available under the law to the HPL. on account of such
breach, pay as agreed compensation the amount calculated at the rates stipulated below
or such smaller amount as the Engineer-in-Charge (whose decision in writing shall be
final and binding) may decide on the amount of tendered value of the work for every
completed day/ week (as applicable) that the progress remains below that specified in
Clause 72.4.1. or the relevant clause in Special Conditions of Contract or that the work
remains incomplete.
Signature of Tenderer with seal
65
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
This will also apply to items or group of items for which a separate period of completion
has been specified.
i)
Completion period (as originally stipulated)
not exceeding 3 months
@ 1% per day
ii)
Completion period (as originally stipulated)
exceeding 3 months
@ 1% per week
Provided always that the total amount of compensation for delay to be paid under this
Condition shall not exceed 10% of the tendered value of work or of the Tendered Value
of the item or group of items of work for which a separate period of completion is
originally given.
The amount of compensation may be adjusted or set-off against any sum payable to the
Contractor under this or any other contract with HPL.
72.2
CANCELLATION DETERMINATION OF CONTRACT IN FULL OR PART
Subject to other provisions contained in this clause the Engineer-in-Charge may, without
prejudice to his any other rights or remedy against the contractor in respect of any
delay, inferior workmanship any claims for damages and/ or any other provisions of this
contract or otherwise, and whether date of completion has or has not elapsed, by notice
in writing absolutely determine the contract in any of the following cases.
i)
If the contractor having been given by the Engineer-in-Charge a notice in
writing to rectifying, reconstruct or replace any defective work or that the work
is being performed in an inefficient or otherwise
improper
or
unworkmanlike manner shall omit to comply with the requirement of such
notice for a period of seven days thereafter; or
ii)
If the contractor has, without reasonable cause, suspended the progress of the
work, or has failed to proceed with the work with due diligence so that in the
opinion of the Engineer-in-Charge (which shall be final and binding) he will be
unable to secure completion of the work by the date for completion and continues
to do so after a note in writing of seven days from the Engineer-in-Charge; or
iii)
If the contractor fails to complete the work within the stipulated date or items of
work with individual date of completion, if any stipulated, on or before such
date(s) of completion and does not complete them within the period specified in a
notice given in writing in that behalf by the Engineer-in-Charge; or
iv)
If the contractor persistently neglects to carry out his obligations under the
contract and/ or commits default in complying with any of the terms and
conditions of the contract and does not remedy it or take effective steps to
remedy it within 7 days after a notice in writing is given to him in that behalf by
the Engineer-in-Charge; or
v)
If the contractor shall offer or give or agree to give to any person in HPL service
or to any other person on his behalf any gift or consideration of any kind as an
inducement or reward for doing or forbearing to do or for having done or
Signature of Tenderer with seal
66
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
forborne to do any action relation to the obtaining or execution of this or any
other contract for HPL; or
vi)
If the contractor shall enter into a contract with HPL in connection with which
commission has been paid or agreed to be paid by him or to his knowledge,
unless the particulars of any such commission and the terms of payment thereof
have been previously disclosed in writing to the Engineer-in-Charge; or
vii)
If the contractor shall obtain a contract with HPL as a result of wrong tendering
or other non-bona-fide methods of competitive tendering; or
viii)
If the contractor being an individual, or if a firm, any partner thereof shall at any
time be adjudged insolvent or have a receiving order or order for administrative
of his estate made against him or shall take any proceedings for liquidation or
composition (other than a voluntary liquidation for the purpose of amalgamation
or reconstruction) under any Insolvency Act for the time being in force or make
any conveyance or assignment of his effects or composition or arrangement for
the benefit of his creditors or purport so to do, or if any application be made
under any Insolvency Act for the time being in force for the sequestration of his
estate or if a trust deed be executed by him for benefit of his creditors; or
ix)
If the contractor being a company, shall pass a resolution or the Court shall make
an order for winding up of the company, or a receiver or manager on behalf of
the debenture holders or other wise shall be appointed or circumstances shall
arise which entitle the Court or debenture holders to appoint a receiver or
manager; or
x)
If the contractor shall suffer an execution being levied on his goods and allow it
to be continued for a period of 21 days; or
xi)
If the contractor assigns, transfers, sublets (engagement of labour on a piecework basis or of the labour with materials not to be incorporated in the work,
shall not be deemed to be subletting) or otherwise parts with or attempts to
assign, transfer sublet or otherwise parts with the entire works or any portion
thereof without and prior written approval of the Engineer-in-Charge.
When the contractor has made himself liable for action under any
the Engineer-in-Charge may without prejudice to any other right
have accrued or shall accrue hereafter to HPL by a notice in
contract as a whole or only such items of work in default from the
of the cases aforesaid,
or remedy which shall
writing to cancel the
Contract.
The Engineer-in-Charge shall on such cancellation by the HPL have powers to:
a)
Take possession of site and any materials, constructional plant, implements,
stores, etc., thereon; and/ or
b)
Carry out the incomplete work by any means at the risk and cost of the
contractor; and/ or
c)
To determine or rescind the contract as aforesaid (of which termination or
rescission notice in writing to the contractor under the hand of the Engineer-inCharge shall be conclusive evidence). Upon such determination or rescission the
full security deposit recoverable under the contract shall be liable to be forfeited
Signature of Tenderer with seal
67
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
and un-used materials, construction plants, implements, temporary buildings,
etc., shall be taken over and shall be absolutely at the disposal of the HPL. If any
portion of the Security Deposit has not been paid or received it would be called
for and forfeited; and/ or
d)
To employ labour paid by the Department and to supply materials to carry out
the work or any part of the work debiting the contractor with the cost of the
labour and the price of the materials (of the amount of which cost and price
certified by the Engineer-in-Charge shall be final and conclusive) against the
contractor and crediting him with the value of the work done in all respects in
the same manner and at the same rates as if it had been carried out by the
contractor under the terms of his contract. The certificate of the Engineer-inCharge as to the value of the work done shall be final and conclusive against the
contractor provided always that action under the sub-clause shall only be taken
after giving notice in writing to the contractor. Provided also that if the expenses
incurred by the department are less than the amount payable to the contractor at
his agreement rates, the difference shall not be paid to the contractor; and/ or
e)
After giving notice to the contractor to measure up the work of the contractor
and to take such whole, or the balance or part thereof as shall be un-executed or
delayed with reference to the General Conditions of Contract clause No.72.4.1
and/or relevant clause of Special Conditions of Contract, out of his hands and to
give it to another contractor to complete in which case any expenses which may
be incurred in excess of the sum which would have been paid to the original
contractor if the whole work had been executed by him (of the amount of which
excess the certificate in writing of the Engineer-in-Charge shall be final and
conclusive) shall be borne and paid by the original contractor and may be
deducted from any money due to him by HPL under his contract or on any other
account whatsoever or from his security deposit or the proceeds of sales of
unused materials, construction plants, implements temporary buildings etc.
thereof or a sufficient part thereof as the case may be. If the expenses incurred
by the HPL are less than the amount payable to the contractor at his agreement
rates, the difference shall not be paid to the contractor; and/ or
f)
By a notice in writing to withdraw from the contractor any items or items of work
as the Engineer-in-Charge may determine in his absolute discretion and get the
same executed at the risk and cost of the contractor.
Any excess expenditure incurred or to be incurred by HPL in completing the
works or part of the works or the excess loss or damages suffered or may be
suffered by HPL as aforesaid after allowing such credit shall without prejudice to
any other right or remedy available to HPL in law be recovered from any moneys
due to the contractor on any account, and if such moneys are not sufficient the
contractor shall be called upon in writing and shall be liable to pay the same
within 30 days.
If the contractor shall fail to pay the required sum within the aforesaid period of
30 days, the Engineer-in-Charge shall have the right to sell any or all of the
contractors unused materials, constructional plant, implements, temporary
buildings, etc. and apply the proceeds of sale thereof towards the satisfaction of
any sums due from the contractor under the contract and if thereafter there be
Signature of Tenderer with seal
68
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
any balance outstanding from the contractor, it shall be recovered in accordance
with the provisions of the contract and law.
Any sums in excess of the amounts due to HPL and unsold materials,
constructional plant etc. shall be returned to the contractor, provided always that
it cost or anticipated cost of completion by HPL of the works or part of the works
is less than the amount which the contractor would have been paid had he
completed the works or part of the works, such benefit shall not accrue to the
contractor.
In the event of anyone or more of the above courses being adopted by the
Engineer-in-Charge the contractor shall have no claim to compensation for any
loss sustained by him by reasons of his having purchased or procured any
materials or entered into any engagements or made any advances on account or
which a view to the execution of the work or the performance of the contract.
And in case action is taken under any of the provision aforesaid the contractor
shall not be entitled to recover or be paid any sum for any work thereof or
actually performed under this contract unless and until the Engineer-in-Charge
has certified in writing the performance of such work and the value payable in
respect thereof and he shall only be entitled to be paid the value so certified.
Provided further that if any of the recoveries to be made, while taking action as
per (d) and/or (e) above, are in excess of the security deposit, forfeited, these
shall be limited to the amount by which the excess cost incurred by the
department exceeds the security deposit so forfeited.
72.3
CONTRACTOR LIABLE TO PAY COMPENSATION EVEN IF ACTION NOT TAKEN.
In any case in which any of the powers conferred upon the Engineer-in-Charge by
relevant clause thereof, shall have become exercisable and the same are not exercised,
the non-exercise thereof shall not constitute a waiver of any of the conditions hereof and
such powers shall notwithstanding be exercisable in the event of any future case of
default by the contractor and the liability of the contractor for compensation shall remain
unaffected. In the event of the Engineer-in-Charge putting in force all or any of the
powers vested in him under the preceding clause he may, if he so desires after giving a
notice in writing to the contractor, take possession of (or at the sole discretion of the
Engineer-in-Charge which shall be final and binding on the contractor) use as on hire
(the amount of the hire money being also in the final determination of the Engineer-inCharge) all or any tools, plant, materials and stores, in or upon the works, or the site
thereof belonging to the contractor, or procured by the contractor and intended to the
used for the execution of the work / or any part thereof, paying or allowing for the same
in account at the contract rates, or in the case of these not being applicable, at current
market rates to be certified by the Engineer-in-Charge, whose certificate thereof shall be
final, and binding on the contractor and/or direct the contractor, clerk of the works,
foreman or other authorized agent to remove such tools, plant, materials, or stores from
the premises (within a time to be specified in such notice) in the event of the contractor
failing to comply with any such requisition, the Engineer-in-Charge may remove them at
the contractor’s expense or sell them by auction or private sale on account of the
contractor and his risk in all respects and the certificate of the Engineer-in-Charge as to
the expenses of any such removal and the amount of the proceeds and expenses of any
such sale shall be final and conclusive against the contractor.
Signature of Tenderer with seal
69
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
72.4
HINDUSTAN PREFAB LIMITED
TIME ESSENCE OF CONTRACT & EXTENSION FOR DELAY
The time allowed for execution of the Works as specified in the terms of contract or the
extended time in accordance with these conditions shall be the essence of the contract.
The execution of the works shall commence from the 10th Day or such time period as
mentioned in letter of award after the date on which the Engineer-in-Charge issues
written orders to commence the work or from the date of handing over of the site
whichever is later. If the Contractor commits default in commencing the execution of the
work as aforesaid, the Executing Agency shall without prejudice to any other right or
remedy available in law, be at liberty to forfeit the earnest money absolutely.
72.4.1 Within 10(Ten) days of Letter of Intent, the Contractor shall submit a Time and Progress
Chart (CPM/PERT/Quantified Bar Chart) and get it approved by the Engineer-in-Charge.
The Chart shall be prepared in direct relation to the time stated in the contract
documents for completion of items of the works. It shall indicate the forecast (milestones) of the dates of commencement and completion of various items, trades, sections
of the work and may be amended as necessary by agreement between the Engineer-inCharge and the Contractor within the limitations of time imposed in the Contract
documents, and further to ensure good progress during the execution of the work, the
contractor shall in all cases in which the time allowed for any work exceeds one month
(save for special jobs for which a separate program has been agreed upon) complete
1/8th of the whole of work before ¼th of the whole time allowed in the contract has
elapsed, 3/8th of the work before one half of such time has elapsed and ¾th of the
work before ¾th of such time has elapsed. The physical report including photographs
shall be submitted by the contractor on the prescribed format & the intervals (not later
than a month) as decided by the Engineer-in-Charge. The compensation for delay as per
clause 72.1 shall be leviable at intermediate stages also, in case the required progress is
not achieved to meet the above time deadlines of the completion period and/or
milestones of time and progress chart provided always that the total amount of
Compensation for delay to be paid under this condition shall not exceed 10% of the
tendered value of work”.
72.4.2 If the work(s) be delayed by:
i)
force-majeure, or
ii)
Abnormally bad weather, or
iii)
Serious loss or damage by fire, or
iv)
Civil commotion of workmen, strike or lockout, affecting any or the trades
employed on the work or
v)
Delay on the part of other contractors or tradesmen engaged by Engineer-inCharge in executing work not forming part of the Contract, or
vi)
Non-availability of stores, which are responsibility of the HPL, or
vii)
Non-availability or break down of tools and plant to be supplied or supplied by
HPL, or,
Signature of Tenderer with seal
70
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
viii)
HINDUSTAN PREFAB LIMITED
Any other cause which, in the absolute discretion of the HPL, is beyond the
Contractor’s control.
Then upon the happening of any such event causing delay, the Contractor shall
immediately give notice thereof in writing to the Engineer-in-Charge but shall
nevertheless use constantly his best endeavors to prevent or make good the delay and
shall do all that may be reasonably required to the satisfaction of the Engineer-inCharge to proceed with the works.
72.4.3 Request for extension of time, to be eligible for consideration, shall be made by the
Contractor in writing within fourteen days of the happening of the event causing delay
on the prescribed form. The Contractor may also, if practicable, indicate in such a
request the period for which extension is desired.
In any such case HPL may give a fair and reasonable extension of time for completion of
work. Such extension shall be communicated to the contractor by the Engineer-inCharge in writing within 3 months of the date of receipt of such request. Non application
by the contractor for extension of time shall not be a bar for giving a fair and reasonable
extension by the Engineer-in-Charge and the extension of time so given by the
Engineer-in-charge shall be binding on the contractor.
73.0
WITHHOLDING AND LIEN IN RESPECT OF SUMS DUE FROM CONTRACTOR
73.1
Whenever any claim or claims for payment of a sum of money arises out of or under the
contract or against the contractor, HPL shall be entitled to withhold and also have a lien
to retain such sum or sums in whole or in part from the security, if any, deposited by
the contractor and for the purpose aforesaid, HPL shall be entitled to withhold the
security deposit, if any, furnished as the case may be and also have a lien over the same
pending finalization or adjudication of any such claim. In the event of the security being
insufficient to cover the claimed amount or amounts or if no security has been taken
from the contractor, HPL shall be entitled to withhold and have a lien to retain to the
extent of such claimed amount or amounts referred to above, from any sum or sums
found payable or which may at any time thereafter become payable to the contractor
under the same contract or any other contract pending finalization or adjudication of any
such claim.
73.2
It is an agreed term of the contract that the sum of money or moneys so withheld or
retained under the lien referred to above by the Engineer-in-Charge or HPL will be kept
withheld or retained as such by the Engineer-in-Charge or HPL till the claim arising out
of or under the contract is determined by the competent court and that the contractor
will have no claim for interest or damages whatsoever on any account in respect of such
withholding or retention under the lien referred to above and duly notified as such to the
contractor. For the purpose of this clause, where the contractor is a partnership firm or a
limited company, the Engineer-in-Charge or the HPL shall be entitled to withhold and
also have a lien to retain towards such claimed amount or amounts in whole or in part
from any sum found payable to any partner/limited company, as the case may be,
whether in his individual capacity or otherwise.
HPL shall have the right to cause an audit and technical examination of the works and
the final bills of the contractor including all supporting vouchers, abstract, etc. to be
made after payment of the final bill and if as a result of such audit and technical
examination any sum is found to have been overpaid in respect of any work done by the
Signature of Tenderer with seal
71
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
contractor under the contract or any work claimed to have been done by him under the
contract and found not to have been executed, the contractor shall be liable to refund
the amount of over payment and it shall be lawful for HPL to recover the same from him
in the manner prescribed in sub-clause(1) of this clause or in any other manner legally
permissible; and if it is found that the contractor was paid less than what was due to
him under the contract in respect of any work executed by him under it, the amount of
such under payment shall be duly paid by HPL to the contractor, without any interest
thereon whatsoever.
73.3
LIEN IN RESPECT OF CLAIMS IN OTHER CONTRACTS
Any sum of money due and payable to the contractor (including the security deposit
returnable to him) under the contract may be withheld or retained by way of lien by the
Engineer-in-Charge or by HPL against any claim of the Engineer-in-Charge or HPL in
respect of payment of a sum of money arising out of or under any other contract made
by the contractor with the Engineer-in-Charge or the HPL.
It is an agreed term of the contract that the sum of money so withheld or retained under
this clause by the Engineer-in-Charge or the HPL will be kept withheld or retained as
such by the Engineer-in-Charge or the HPL or till his claim arising out of the same
contract or any other contract is either mutually settled or by the competent court, as
the case may be, and that the contractor shall have no claim for interest or damages
whatsoever on this account or on any other ground in respect of any sum of money
withheld or retained under this clause and duly notified as such to the contractor.
74.0
DEFECTS LIABILITY PERIOD
The contractor shall be responsible for the rectification of defects in the works for a
period of twelve months which shall be reckoned from the date of successful completion
of trial running period of three months after completion of works. Any defects discovered
and brought to the notice to the contractor forthwith shall be attended to and rectified
by him at his own cost and expense. In case the contractor fails to carry out these
rectifications, the same may without prejudice to any other right or remedy available, be
got rectified by HPL at the cost and expense of the contractor.
75.0
FORCE MAJEURE
Any delay in or failure of the performance of either party hereto shall not constitute
default hereunder to give rise to any claims for damages, if any to the Extent such delay
or failure of performance is caused by occurrence such as acts of God or the Public
enemy, expropriation, compliance with any order or request of Government authorities,
acts of war, rebellions, sabotage fire, floods, illegal strikes, or riots (otherwise than
among the contractor’s employees). Only extension of time shall be considered for force
majeure conditions as accepted by HPL. No adjustment in contract price shall be allowed
for reasons of force majeure.
76.0
JURISDICTION
The agreement is deemed to be executed at New Delhi on non judicial stamp paper
purchased in Delhi and the Courts in Delhi/ New Delhi along will have jurisdiction to deal
with matters arising there from, to the exclusion of all other courts.
Signature of Tenderer with seal
72
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
77.0
HINDUSTAN PREFAB LIMITED
SUSPENSION OF WORKS
a)
The contractor shall, on receipt of the order in writing of the Engineer-in-Charge,
suspend the progress of the works or any part thereof for such time and in such
manner as the Engineer-in-Charge may consider necessary for any of the
following reasons.
i)
On account of any default on part of the contractor, or
ii)
For proper execution of the works or part thereof for reasons other than the
default of the contractor, or
iii)
For safety of the works or part thereof
The contractor shall, during such suspension, properly protect and secure the works to
the extent necessary and carry out the instructions given in that behalf by the Engineerin-Charge.
78.0
b)
If the suspension is ordered for reasons (ii) and (iii) in sub-para (a) above
i)
The contractor shall be entitled to an extension of the time equal to the period of
every such suspension plus 25%. No adjustment of contract price will be allowed
for reasons of such suspension.
ii)
In the event of the Contractor treating the suspension as an abandonment of the
Contract by HPL, he shall have no claim to payment of any compensation on
account of any profit or advantage which he may derive from the execution of the
work in full.
TERMINATION OF CONTRACT ON DEATH OF CONTRACTOR
Without prejudice to any of the right or remedies under this contract if the contractor
dies, the Engineer-in-Charge shall have the option of terminating the contract without
compensation to the contractor.
79.0
CLARIFICATION AFTER TENDER SUBMISSION
Tenderer’s attention is drawn to the fact that during the period, the bids are under
consideration, the bidders are advised to refrain from contacting by any means, the HPL
and/ or his employees/ representatives on matters related to the bid under
consideration and that if necessary, HPL will obtain clarifications in writing or as may be
necessary. The tender evaluation and process of award of works is done by duly
authorized Tender Scrutiny Committee and this committee is authorized to discuss and
get clarification from the tenderers.
80.0
ADDENDA/ CORRIGENDA
Addenda/ Corrigenda to the tender documents may be issued prior to the date of
opening of the tender to clarify or effect modification in specification and/or contract
terms included in various tender documents. The tenderer shall suitably take into
consideration such Addenda/ Corrigenda while submitting his tender. The tenderer shall
Signature of Tenderer with seal
73
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
return such Addenda/ Corrigenda duly signed and stamped as confirmation of its receipt
and submit alongwith the tender document. All addenda/ Corrigenda shall be signed and
stamped on each page by the tenderer and shall become part of the tender and contract
documents.
81.
QUALITY ASSURANCE PROGRAMME
To ensure that the services under the scope of this contract are in accordance with the
specifications, the Contractor shall adopt Quality Assurance Programme to control such
activities at the necessary points. The contractor shall prepare and finalize such Quality
Assurance Programme within 15 days from letter of intent. HPL shall also carryout
quality audit and quality surveillance of systems and procedures of Contractor’s quality
control activities. A Quality Assurance Programme of Contractor shall generally cover the
following.
a)
His organization structure for the management and implementation of the
proposed Quality Assurance Programme.
b)
Documentation control system.
c)
The procedure for purpose of materials and source
d)
System for site controls including process controls.
e)
Control of non-conforming items and systems for corrective actions.
f)
Inspection and test procedure for site activities.
g)
System for indication and appraisal of inspection status.
h)
System for maintenance of records.
i)
System for handling, storage and delivery.
j)
A quality plan detailing out quality practices and procedures, relevant standards
and acceptance levels for all types of work under the scope of this contract.
inspection.
All the quality reports shall be submitted by the Contractors in the formats prescribed by
the Engineer In-charge. The Format for the same may be developed and submitted to
Engineer-in-Charge for approval and the same shall be adopted/ followed by the
Contractor. These filled in formats shall be prepared in two copies and duly signed by
representatives of contractor and HPL. All the costs associated with Printing of Formats
and testing of materials required as per technical specifications or by Engineer-in-Charge
shall be included in the Contractor’s quoted rates in the Schedule/ Bill of quantities.
82.0
APPROVAL OF TEMPORARY/ ENABLING WORKS
The setting and nature of all offices, huts, access road to the work areas, and all other
temporary works as may be required for the proper execution of the works shall be
subject to the approval of the Engineer-in-Charge.
Signature of Tenderer with seal
74
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
All the equipments, labour, material including cement, reinforcement and the structural
steel required for the enabling/ temporary works associated with the entire Contract
shall have to be arranged by the Contractor only. Nothing extra shall be paid to the
Contractor on this account and the unit rates quoted by the Contractor for various items
in the Bill of Quantities shall be deemed to include the cost of enabling works.
83.0
CONTRACT COORDINATION PROCEDURES, COORDINATION MEETINGS AND
PROGRESS REPORTING.
The Contractor shall prepare and finalize in consultation with HPL a detailed contract
coordination procedure within 15 days from the date of issue of Letter of Intent for the
purpose of execution of the Contract.
The Contractor shall have to attend all the meetings at any place in India at his own cost
with HPL, Owners/ Clients or Consultants of HPL/ Owner/ Client during the currency of
the Contract, as and when required and fully cooperate with such persona and agencies
involved during these discussions. The Contractor shall not deal in any way directly with
the Clients/ Owners or Consultants of HPL/ Owner/ Clients and any dealing/
correspondence if required at any time, with Clients/ Owners/ Consultants shall be
through HPL only.
During the execution of the work, Contractor shall submit at his own cost a detailed
Monthly Progress report to the Engineer-in-Charge of HPL by 5th of every month. The
format of monthly progress report shall be as approved by Engineer-in-Charge of HPL.
84.0
CONTRACT AGREEMENT
The Contractor shall enter into a Contract Agreement with the HPL within 15 days from
the date of Letter of Intent or within such extended time, as may be granted by the HPL.
The cost of stamp papers, stamp duty, registration, if applicable on the contract, shall be
borne by the Contractor. In case, the contractor does not sign the agreement as above
or start the work within 10 days of the issue of letter/ telegram of intent, his earnest
money is liable to be forfeited and letter of intent consequently will stand withdrawn.
85.0
MANNER OF EXECUTION OF AGREEMENT
i)
The agreement as per prescribed Performa enclosed to the General Conditions of
Contract shall be signed at the office
of the HPL within 15 days from the
date of issue of Letter of Intent. The Contractor shall provide for signing of the
Contract, appropriate Power of Attorney and the requisite documents/ materials.
Unless and until a formal contract is prepared and executed, the Letter of Intent
read in conjunction with the Bidding Documents will constitute a binding contract.
ii)
The agreement will be signed in three originals and the Contractor shall be
provided with one signed original and the other two originals will be retained by
the HPL.
iii)
The Contractor shall provide free of cost to the HPL all the Engineering data,
drawings and descriptive materials submitted alongwith the bid, in at least three
(3) copies to form an integral part of the Agreement within seven (7) days after
issuing of Letter of Intent.
Signature of Tenderer with seal
75
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
iv)
86.0
HINDUSTAN PREFAB LIMITED
Subsequent to signing of the Agreement, the Contractor at his own cost shall
provide to the HPL with at least five (5) true hard bound copies of Agreement
within thirty (30) days of its signing.
PURCHASE PREFERENCE TO PUBLIC SECTOR ENTERPRISES
HPL reserves its right to extend Purchase Preference to Central Public Sector Enterprises
(CPSEs) as per policy of Government of India, if any, as applicable on this work. The
tenderers are requested to go through latest instructions of Government of India on its
preference policy for CPSUs before quoting for the tender.
87.0
CHANGE IN FIRM’S CONSTITUTION TO BE INTIMATED.
Where the contractor is a partnership firm, the previous approval in writing of the
Engineer-in-Charge shall be obtained before any change is made in the constitution of
the firm. Where the contractor is an individual or a Hindu undivided family business
concern such approval as aforesaid shall likewise be obtained before the contractor
enters into any partnership agreement where under the partnership firm would have the
right to carry out the works hereby undertaken by the contractor. If previous approval
as aforesaid is not obtained, the contract shall be deemed to have been assigned in
contravention of Clause 59.1 hereof and HPL shall be entitled to take action under
Clause 72.2 (xi).
x………………..x…………………..x
Signature of Tenderer with seal
76
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
LABOUR SAFETY PROVISIONS
1.0
Suitable scaffolds should be provided for workmen for all works that cannot safely be
done from the ground, or from solid construction except such short period work as can
be done safely from ladders. When a ladder is used an extra Mazdoor shall be engaged
for holding the ladder and if the ladder is used for carrying materials as well, suitable
footholds and hand holds shall be provided on the ladder and the ladder shall be given in
inclination not steeper than ¼ to 1 (1/4 horizontal and 1 vertical).
2.0
Scaffolding or staging more than 3.6 m (12 feet) above the ground or floor, swung or
suspended from an overhead support or erected with stationery support shall have a
guard rail properly attached or bolted, braced and otherwise secured at least 90 cm. (3
feet) high above the floor or platform of such scaffolding or staging and extending along
the entire length of the outside and ends thereof with only such opening as may be
necessary for the delivery of materials. Such scaffolding or staging shall be so fastened
as to prevent it from swaying from the building or structure.
3.0
Working platforms, gangways, and stairways should be so constructed that they
should not sag unduly or unequally, and if the height of the platform or the
gangway or the stairway is more that 3.6m (12 feet) above ground level or floor level,
they should be closely boarded, should have adequate width & should be suitable
fastened as described in (2.0) above.
4.0
Every opening in the floor of a building or in a working platform shall be provided with
suitable means to prevent the fall of persons or materials by providing suitable fencing
or railing whose minimum height shall be 90 cm (3 feet).
5.0
Safe means of access shall be provided to all working platforms and other working
places. Every ladder shall be securely fixed. No portable single ladder shall be over 9m.
(30 feet) in length while the width between side rails is rung ladder shall in no case be
less than 29 cm. for ladder upto and including 3m (10 feet) in length. For longer ladders
this width should be increased at least ¼” for each additional 30 cm (1 ft.) of length.
Uniform step spacing shall not exceed 30 cm (12”). Adequate precautions shall be taken
to prevent danger from electrical equipment. No materials on any of the sites of the
work shall be so stacked or placed as to cause danger or inconvenience to any person or
the public. The contractor shall provide all necessary fencing and lights to protect the
public from accident, and shall be bound to bear the expenses of defence of every suit,
action or other proceeding at law that may be brought by a person for inquiry sustained
owing to neglect of the above precautions and to pay any damages and cost which may
be awarded in any such suit, action or proceedings to any such person or which may,
with the consent of the Contractor, be paid to compensate any claim by any such
person.
6.0
EXCAVATION AND TRENCHING
All trenches, 1.2 Mts. (4 feet) or more in depth, shall at all times be supplied with at
least one ladder for each 30m (100 feet) in length or fraction thereof, Ladder shall be
extended from bottom of the trench to at least 90 cm (3 feet) above the surface of the
ground. The side of the trenches, which are 1.5m (5 feet) or more in depth shall be
stepped back to give suitable slope or securely held by timber bracing, so as to avoid
the danger or sides to collapsing. The excavated materials shall not be placed within
1.5m (5 feet) of the edges of the trench or half of the depth of the trench whichever is
Signature of Tenderer with seal
77
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
more. Cutting shall be done from top to bottom. Under no circumstances undermining or
undercutting shall be done.
7.0
Demolition – Before any demolition work is commenced and also during the progress of
the work
7.1
All roads and open areas adjacent to the work site shall either be closed or suitably
protected.
7.2
No electric cable or apparatus which is liable to be a source of danger or a cable or
apparatus used by the operator shall remain electrically charged.
7.3
All practical steps shall be taken to prevent danger to persons employed from risk
or
fire or explosion or flooding. No floor, roof or other part of the building shall be
overloaded with debris or materials as to render it unsafe.
8.0
All necessary personal safety equipments as considered adequate by the Engineerincharge should be kept available for the use of persons employed on the site and
maintained in a condition suitable for immediate use, and the contractor should take
adequate steps to ensure proper use of equipment by those concerned. The following
safety equipment shall be invariably provided:-
8.1
Workers employed on mixing asphaltic materials, cement and lime mortars shall be
provided with protective footwear and protective goggles.
8.2
Those engaged in white washing and mixing or stacking of cement bags or any materials
which are injurious to the eye shall be provided with protective goggles.
8.3
Those engaged in welding works shall be provided with welders protective eye shields.
8.4
Stone breakers shall be provided with protective goggles and protective clothing and
seated at sufficiently safe interval.
8.5
When workers are employed in sewers and manholes, which are in active use, the
contractors shall ensure that the manhole covers are opened and ventilated at least for
an hour before the workers are allowed to get into the manholes, and the manholes so
opened shall be cordoned off with suitable railing and provided with warning signals or
boards to prevent accident the public. In addition the contractor shall ensure that the
following safety measures are adhered to:a.
Entry
for
workers
into
the
line
shall not be allowed except under
supervision of the P. E. or any other higher officer.
b.
At least 5 to 6 manholes upstream and downstream should be kept open for at
least 2 to 3 hours before any man is allowed to enter into the manholes for
working inside.
c.
Before entry, presence of Toxic gases should be tested by inserting wet lead
acetate papers which changes colour in the presence of such gasses and gives
indication of their presence.
Signature of Tenderer with seal
78
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
d.
Presence of Oxygen should be verified by lowering a detector lamp into the
manhole. In case no Oxygen is found inside the sewer line, workers should be
sent only with Oxygen kits.
e.
Safety belt with rope should be provided to the workers. While working inside the
manholes such rope should be handled by two men standing outside to enable
him to be pulled out during emergency.
f.
The area should be barricaded or cordoned of by suitable means to avoid mishaps
of any kind. Proper warning signs should be displayed for the safety of the public
whenever cleaning works are undertaken during night or day.
g.
No smoking or open flames shall be allowed near the blocked manhole being
cleaned.
h.
The malba obtained on account of cleaning of blocked manholes and sewer lines
should be immediately removed to avoid accidents on account of slippery nature
of the malba.
i.
Workers should not be allowed to work inside the manhole continuously. He
should be given rest intermittently. The Engineer-in-Charge may decide the time
up to which a worker may be allowed to work continuously inside the manhole.
j.
Gas masks
emergency.
k.
Air-blowers should be used for flow of fresh air through the manholes. Whenever
called for, portable air blowers are recommended for ventilating the manholes.
The Motors for these shall be vapour proof and of totally enclosed type. Non
sparking gas engines also could be used but they should be placed at least 2
meters away from the opening and on the leeward side protected from wind so
that they will not be a source of friction on any inflammable gas that might be
present.
l.
The workers engaged for cleaning the manholes/sewers should be properly
trained before allowing to work in the manhole.
m.
The workers shall be provided with Gumboots or non-sparking shoes, bump
helmets and
gloves non sparking tools, safety lights and gas masks and
portable air blowers (when necessary). They must be supplied with barrier
cream for anointing the limbs before working inside the sewer lines.
n.
Workmen descending a manhole shall try each ladder step or rung carefully
before putting his full weight on it to guard against insecure fastening due to
corrosion of the rung fixed to manhole well.
o.
If a man has received a physical injury, he should be brought out of the sewer
immediately and adequate medical aid should be provided to him.
p.
The extent to which these precautions are to be taken depend on individual
situation but the decision of the Engineer-in-charge regarding the steps to be
taken on this regard in an individual case will be final
with
Signature of Tenderer with seal
Oxygen
79
Cylinder
should be kept at site for use in
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
8.6
HINDUSTAN PREFAB LIMITED
The Contractor shall not employ men and women below the age of 18 years on the work
of painting with products containing lead in any form. Wherever men above the age of
18 are employed on the work of lead painting the following precautions should be
taken:-
8.6.1 No paint containing lead or lead products shall be used except in the form of paste or
readymade paint.
8.6.2 Suitable face masks should be supplied for use by the workers when paint is applied in
the form of spray or a surface having lead paint is dry rubbed and scrapped.
8.6.3 Overalls shall be supplied by the Contractor to the workmen and adequate facilities shall
be provided to enable the working painters to wash during the cessation of work.
8.6.4.1a)
White lead, sulphate or lead work products containing those pigments shall not
be used in painting operation except in the form of paste or of paints ready for
use.
b)
Measures shall be taken whenever required in order to prevent danger arising
from the application of paint in the form of spray.
c)
Measures shall be taken, whenever practicable to prevent danger arising out of
dust caused by dry rubbing down and scrapping.
8.6.4.2a)
Adequate facilities shall be provided to enable working painter to wash during
and on cessation of work.
b)
Suitable arrangements shall be made to prevent clothing put off during working
hours being spoiled by painting materials.
8.6.4.3a)
Cases of lead poisoning and of suspected lead poisoning shall be notified and
subsequently verified by a medical man appointed by the competent authorities
of the Consultant.
b)
The HPL may require when necessary a medical examination of workers.
c)
Instructions with regard to the special hygienic precautions to be taken in the
painting trade shall be distributed to working painters
9.0
When the work is done near any place where there is risk of drowning, all necessary
equipments should be provided and kept ready for use and all necessary steps taken for
prompt rescue of any person in danger and adequate provisions should be made for
prompt first aid treatment of all injuries likely to be obtained during the course of the
work.
10.0
Use of hoisting machines and tackle including their attachments encourage and supports
shall conform to the following standard of conditions:-
10.1
a)
These shall be of good mechanical construction, sound material and adequate
strength and free from patent, defects and shall be kept required in good working
order.
Signature of Tenderer with seal
80
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
b)
HINDUSTAN PREFAB LIMITED
Every rope used in hoisting or lowering materials or as a means of
suspension shall be of durable quality and adequate strength and free from
patent defects.
10.2
Every crane driver or hoisting appliance operator shall be properly qualified and no
person under the age of 21 years should be in-charge of any hoisting machine including
any scaffolding winch or giving signals to operator.
10.3
In case of every hoisting machine and of every chain ring hook, shackle swivel and
pulley block used in hoisting or as means of suspension the safe working load shall be
ascertained by adequate means. Every hoisting machine and all gear referred to above
shall be plainly marked with the safe working load. In case of a hoisting machine having
a variable safe working load, each safe working load and the conditions under which it is
applicable shall be clearly indicated. No part of any machine or any gear referred to
above in this paragraph shall be loaded beyond the safe working load except for the
purpose of testing.
10.4
In case HPL machines, the safe working load shall be notified by the Engineer-in-Charge.
As regards Contractor’s machines the Contractor shall notify the safe working load of the
machine to the Engineer-in-Charge whenever he brings any machinery to site of work
and get it verified by the Engineer-in-Charge.
11.0
Motors gearing, transmission electric wiring and other dangerous parts of hoisting
appliances should be provided with efficient safeguard. Hosting appliances should be
provided with such means as will reduce to the minimum the risk of accidental descent
of the load. Adequate precautions should be taken to reduce the minimum the risk of
any part of a suspended load becoming accidentally displaced. When workers are
employed on electrical installations, which are already energized, insulating mats,
wearing apparel, such as gloves sleeves and boots as may be necessary be provided.
The worker should not wear any rings, watches and carry keys or other materials, which
are good conductors of electricity.
12.0
All scaffold, ladders, and other safety devices mentioned or described herein shall be
maintained in safe condition and no scaffold ladder or equipment shall be altered or
removed while it is in use. Adequate washing facilities should be provided at or near
places of work.
13.0
These safety provisions should be brought to the notice of all concerned by display on a
notice board at a prominent place of work spot. The
person
responsible
for
compliance of the safety codes shall be named therein by the contractor.
14.0
To ensure effective enforcement of the rules and regulations relating to safety
precautions the arrangements made by the Contractor shall be open to inspection by the
Labour Officer or Engineer-in-Charge or their representative.
15.0
Notwithstanding the above Clause from (1.0) to (14.0) there is nothing in these to
exempt the contractor from the operations of any other Act or Rule in force in the
Republic of India.
Signature of Tenderer with seal
81
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARY
ARRANGEMENTS FOR WORKERS.
1.0
APPLICATION
These rules shall apply to all building and construction works in which 20 (twenty) or
more workers are ordinarily employed or are proposed to be employed in any day during
the period during which the contractors work is in progress.
2.0
DEFINITION
Work place means a place where twenty or more workers are ordinarily employed or are
proposed to be employed in connection with construction work on any day during the
period during which the contractors work is in progress.
3.0
FIRST-AID FACILITIES
3.1
At every work place first aid facilities shall be provided and maintained, so as to be
easily accessible during working hours, First-Aid boxes at the rate of not less than one
box per 150 contract labour or part thereof ordinarily employed.
3.2
The First Aid Box shall be distinctly marked with a red cross on white ground and shall
contain the following equipments.
3.2.1a)For work places in which number of contract labour employed does not
each First Aid box shall contain the following equipments.
exceed 50,
i)
6 small sterilized dressings
ii)
3 medium size sterilized dressings
iii)
large size sterilized dressings
iv)
3 large sterilized burn dressings
v)
1 (30 ml) bottle containing a two percent alcoholic solution of
iodine.
vi)
1 (30 ml) bottle containing salvolatile having
administration indicated on the label.
vii)
1 snake bite lancet
viii)
1 (30 Gms) bottle of potassium permanganate crystals
ix)
1 pair of scissors
x)
1 copy of the First Aid leaf let issued by the Director General, Factory Advise
Service and Labour Institutes, Government of India.
xi)
1 bottle containing 100 tablets (each of 5 grams) of aspirin
Signature of Tenderer with seal
82
the
dose
and
mode
DGM(Engg./T&M), HPL
of
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
xii)
Ointment for burns
xiii)
A bottle of suitable surgical antiseptic solution.
3.2.2 For work places in which the number of contract labour exceed 50. Each First Aid box
shall contain the following equipments.
i)
12 small sterilized dressings
ii)
6 medium size sterilized dressings
iii)
6 large size sterilized dressings
iv)
6 large size sterilized burn dressings
v)
6 (15 gms) packet sterilized cotton wool
vi)
1 (60 ml.) bottle containing a two percent iodine alcoholic solution.
vii)
1 (60 ml.) bottle containing salvolatile
administration indicated on the label.
viii)
1 roll of adhesive plaster
ix)
1 snake bite lancet
x)
1 (30 Gms) bottle of potassium permanganate crystals
xi)
1 pair of scissors
xii)
1 copy of the First Aid leaf let issued by the Director General,
Factory Advice Service and Labour Institutes, Government of India.
xiii)
A bottle containing 100 tablets (each of 5 grams) of aspirin
xiv)
Ointment for burns
xv)
A bottle of suitable surgical antiseptic solution
having the
dose
and
mode
of
3.3
Adequate arrangements shall be made for immediate re-coupment of the equipment
when necessary.
3.4
Nothing except the prescribed contents shall be kept in the First Aid box
3.5
The First Aid box shall be kept in charge of a responsible person who shall always be
readily available during the working hours of the work place.
3.6
A person In charge of the First Aid box shall be a person trained in First Aid treatment,
in work places where the number of labour employed is 150 or more.
Signature of Tenderer with seal
83
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
3.7
In work places where the number of labour employed is 500 or more and hospital
facilities are not available within easy distance of the works, first aid posts shall be
established and run by a trained Compounder. The Compounder shall be on duty and
shall be available at all hours when the workers are at work.
3.8
Where work places are situated in places, which are not town or cities, a suitable motor
transport shall be kept readily available to carry injured person or persons suddenly
taken ill to the nearest hospital.
4.0
DRINKING WATER
4.1
In every work place, there shall be provided and maintained at suitable places, easily
accessible to labour, a sufficient supply of cold water fit for drinking.
4.2
Where drinking water is obtained from an intermittent public water supply, each work
place shall be provided with storage where such drinking water shall be stored.
4.3
Every water supply of storage shall be at a distance of not less than 50 feet from any
latrines drain or other source of pollution, where water has to be drawn from an existing
well which is within such proximity of latrine, drain or any other source of pollution, the
well shall be properly chlorinated before water is drawn from it for drinking. All such
wells shall be entirely closed in and be provided with a trap-door which shall be dust and
water proof.
4.4
A reliable pump shall be fitted to each covered well, trap-door shall be kept locked and
opened only for cleaning or inspection which shall be done at least once a month.
5.0
WASHING FACILITIES
5.1
In every work place adequate and suitable facilities for washing shall be provided and
maintained for the use of labour employed therein.
5.2
Separate and adequate screening facilities shall be provided for the use of male and
female workers.
5.3
Such facilities shall be conveniently accessible and shall be kept clean and hygienic
condition
6.0
LATRINES AND URINALS
6.1
Latrines shall be provided in every work place on the following scale, namely:a)
Where females are employed there shall be at least one latrine for every 25
females.
b)
Where males are employed, there shall be at least one latrine for every 25 males.
Provided that where the number of males or females exceeds 100, it shall be sufficient if
there is one latrine for 25 males or females, as the case may be, upto the first 100, and
one for every 50 thereafter.
Signature of Tenderer with seal
84
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
6.2
Every latrine shall be under cover and so partitioned off as to secure privacy, and shall
have a proper door and fastenings.
6.3
Construction of Latrines: The inside walls shall be constructed of masonry or some
suitable heat resisting non-absorbent materials and shall be cement washed inside and
outside at least once a year. Latrine shall not be a standard lower than bore-hole
system.
6.4
a)
Where workers of both sexes are employed, there shall be displayed outside each
block of latrine and urinal, a notice in the language understood by the majority of the
workers “For Men Only” or “For Women only” as the case may be.
b)
The notice shall also bear the figure of man or of a woman, as the case may be.
6.5
There shall be at least one urinal for male workers upto 50 and one for female workers
upto 50 employed at a time. Provided that where the number of male or female
workmen, as the case may be, exceeds 500, it shall be sufficient if there is one urinal for
every 50 males or females upto the first 500 and one for every 100 or part thereof,
thereafter.
6.6
a)
The latrines and urinals shall be adequately lighted and shall be maintained in a
clean and sanitary condition at all times.
b)
Latrines and urinals other than those connected with a flush sewerage system
shall comply with the requirements of the Public Health Authorities.
6.7
Water shall be provided by means of a tap or otherwise so as to be conveniently
accessible in or near the latrines and urinals.
6.8
Disposal of Excreta
Unless otherwise arranged for by the local sanitary authority arrangements for proper
disposal of excrete by incineration at the work place shall be made by means of a
suitable incinerator. Alternatively excreta may be disposed off by putting a layer of night
soil at the bottom of a pucca tank prepared for the purpose and covering it with a 15 cm
layer of waste or for refuse and then covering it with a layer of earth for fortnight (when
it will turn into manure).
6.9
The Contractor shall, at his own expense, carry out all instructions issued to him by the
Engineer-in-Charge to effect proper disposal of night soil and other conservancy work in
respect of the Contractor’s workmen or employees on the site. The Contractor shall be
responsible for payment of any charges which may be levied by Municipal or
Cantonment Authority for execution of such work on his behalf.
7.0
PROVISION OF SHELTER DURING REST
At every place there shall be provided, free of cost four suitable sheds, two for meals
and the other two for rest separately for the use of man and woman labour. The height
of each shelter shall not be less than 3 meters from the floor level to the lowest part of
the roof. These shall be kept clean and the space provided shall be on the basis of 0.6
sqm per head. Provided that the Engineer-in-Charges may permit, subject to his
Signature of Tenderer with seal
85
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
satisfaction, a portion of the building under
accommodation to be used for the purpose.
construction
or
other
alternative
8.0
CRECHES
8.1
A every work place, at which 20 or more women workers are ordinarily employed, there
shall be provided two rooms of reasonable dimensions for the use of their children under
the age of six years. One room shall be used as a play room for the children and the
other as their bedrooms.
The rooms shall be constructed with the specifications as given below:i)
The rooms shall have walls of sun-dried or burnt bricks laid in mud mortar or
other suitable local materials as may be approved by the Engineer-in-Charge. In
case of sun-dried bricks the walls should be plastered with mud-gobri on both the
sides. The floor may be kutcha but plastered with mud gobri and shall be at least
15 cm (6”) above the surrounding ground. The roofs shall be laid with thatch or
any other materials as may be approved by the Engineer-in-Charge and the
contractor shall ensure that throughout the period of their occupation the roofs
remain water tight.
ii)
The rooms shall be provided with proper ventilation
iii)
All doors/ windows and ventilators shall be provided with suitable leaves for
security purposes.
8.1
The rooms shall be provided with suitable and sufficient openings for light and
ventilation. There shall be adequate provision of sweepers to keep the places clean.
8.2
The Contractor shall supply adequate number of toys and games in the playroom and
sufficient number of cots and beddings in the bed-room.
8.4
The Contractor shall provide one Ayaa to look after the children in the crèche when the
number of women workers does not exceed 50 and two when the number of women
workers exceeds 50.
8.5
The use of the rooms/earmarked as crèches shall be restricted to children, their
attendant and mother of the children.
9.0
CANTEENS
9.1
In every work place where the work regarding the employment of Contract labour is
likely to continue for six months and wherein contract labour numbering one hundred or
more are ordinarily employed, an adequate canteen shall be provided by the Contractor
for the use of such contract labour.
9.2
The canteen shall be maintained. By the Contractor in an efficient manner.
9.3
The canteen shall consist of at least a dining hall, kitchen, and storeroom, pantry and
washing places separately for workers and utensils.
9.4
The canteen shall be sufficiently lighted at all times when any person has access to it.
Signature of Tenderer with seal
86
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
9.5
The floor shall be made of smooth and impervious material and inside walls shall be
lime-washed or colour washed at least once in each year. Provided that the inside walls
of the kitchen shall be lime-washed every four months.
9.6
The premises of the canteen shall be maintained in a clean and sanitary condition.
9.7
Waste Water shall be carried away in suitable covered drains and shall not be allowed to
accumulate so as to cause a nuisance.
9.8
Suitable arrangements shall be made for the collection and disposal of garbage.
9.9
The dining hall shall accommodate at a time 30 persons of the labour working at a time.
9.10
The floor area of the dining hall, excluding the area occupied by the service counter and
any furniture except tables and chair shall not be less than one square meter per dinner
to be accommodated.
9.11
(a)
A portion of the dining hall and service counter shall be partitioned off and
reserved for women workers in proportion to their number.
(b)
Washing places for women shall be separate and screened to secure privacy.
9.12
Sufficient tables, stool, chairs or benches shall be available for the number of dinners to
be accommodated.
9.13.1 (a)
There shall be provided and maintained sufficient utensils, crockery, furniture and
any other equipment necessary for the efficient running of the canteen.
(b)
The furniture, utensils and other equipment shall be maintained in a clean and
hygienic condition.
9.13.2 (a)
Suitable clean clothes for the employees serving in the canteen shall be provided
and mentioned.
A service counter, if provided, shall be top of smooth and impervious material.
(b)
(c)
Suitable facilities including an adequate supply of hot water shall be provided for
the cleaning of utensils and equipment.
9.14
The food stuffs and other items to be served in the canteen shall be in conformity with
the normal habits of the labour.
9.15
The charge for food stuffs, beverages and any other items served in the canteen shall be
based on ‘No profit’, ‘No loss’ and shall be conspicuously displayed in the canteen.
9.16
In arriving at price of food stuffs, and other articles served in the canteen, the following
items shall not be taken into consideration as expenditure, namely:
(a)
The rent of land building.
(b)
The depreciation and maintenance charges for the building and
provided for the canteen.
Signature of Tenderer with seal
87
equipment
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
(c)
The cost of purchase, repair and replacement of equipment including
crockery, cutlery and utensils.
furniture,
(d)
The water charges and other charges incurred for lighting and ventilation.
(e)
The interest and amounts spent on the provision and maintenance and
equipment provided for in the canteen.
9.17
The accounts pertaining to the canteen shall be audited once every 12 months by
registered accountants and auditors.
10.0
ANTI MALARIAL PRECAUTIONS
The Contractor shall at his own expense, conform to all anti-malarial instructions given
to him by the Engineer-in-charge including the filling up of any borrows pits which may
have been dug by him.
11.0
AMENDMENTS
HPL may from time to time, add to or amend these rules and issue such directions as it
may consider necessary for the purpose of removing any difficulty which may arise in
the administration hereof.
Signature of Tenderer with seal
88
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
CONTRACTOR’S LABOUR REGULATIONS
1.0
SHORT TITLE
These regulations may be called the Contractor “Labour Regulations”
2.0
DEEFINITIONS
2.1
“Workman” means any person employed by the HPL or its Contractor directly or
indirectly through a sub-contractor, with or without the knowledge, of the HPL to do any
skilled, semi-skilled, un-skilled, manual, supervisory, technical or clerical work for hire or
reward, whether, the terms of employment are expressed or implied but does not
include any person.
(a)
Who is employed mainly in a managerial or administrative capacity: or
(b)
Who being employed in a supervisory capacity draws wages exceeding Rupees
Two thousand Five hundred per person or exercises either by the nature of the
duties attached to the office or by reason of powers vested to him, functions
mainly; of managerial nature.
(c)
Who is an out worker, that is to say, a person to whom any articles or materials
are given out by or on behalf of the principal employer to be made up cleaned,
washed, altered, ornamental finished, repaired, adopted or otherwise processed
for sale for the purpose of the trade or business of the principal employer and the
process is to be carried out either in the home of the out worker or in some other
premises not being premises under the control and management of the principal
employer.
2.2
“Fair Wages” means whether for time or piece work fixed and notified under the
provisions of the Minimum Wages Act from time to time.
2.3
“Contractor” shall include every person who undertakes to produce a given result other
than a mere supply of goods or articles of manufacture through labour or who supplies
labour for any work and includes a sub-contractor.
2.4
“Wages” shall have the same meaning as defined in the payment of Wages Act.
2.4.1 Normally working hours of an adult employee should not exceed 9 hours a day. The
working day shall be so arranged that inclusive of interval for rest, if any, it shall not
spread over more than12 hours on any day.
2.4.2 When an adult worker is made to work for more than 9 hours on any day or for more
than 48 hours in any week, he shall be paid overtime for the extra hours put in by him
at double the ordinary rate of wages.
2.4.3.1 Every worker shall be given a weekly holiday on a Sunday, in accordance with the
provisions of the Minimum Wages (Central) Rules 1960 as amended from time to time,
irrespective of whether such worker is governed by the Minimum Wages Act or not.
Signature of Tenderer with seal
89
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
2.4.3.2 Whether the Minimum Wages prescribed by the Government under the Minimum
Wages Act are not inclusive of the wages for the weekly day of rest, the worker shall be
entitled to rest day wages at the rate applicable to the next preceding day, provided he
has worked under the same contractor for a continuous period of not less than 6 days.
2.4.3.3
Where a contractor is permitted by the Engineer-in-Charge to allow a worker to work
on a normal weekly holiday, he shall grant a substitute holiday to him for the whole day
on one of the five days immediately before or after the normal weekly holidays and pay
wages to such worker for the work performed on the normal weekly holiday at overtime
rate.
3.0
DISPLAY OF NOTICE REGARDING – WAGES, ETC.
The contractor shall before he commences his work on contract, display and correctly
maintain and continue to display and correctly maintain in a clean and legible condition
in conspicuous places on the work, notices in English and in the local Indian languages
spoken by the majority of the workers, giving the minimum rates of wages fixed under
the Minimum Wages Act, the actual wages being paid, the hours of work for which such
wages are earned, wage period, dates of payment of wages and other relevant
information as per Appendix ‘ A’
4.0
PAYMENT OF WAGES
4.1
4.2
4.3
The contractor shall fix wage periods in respect of which wages shall be payable.
No wage period shall exceed one month.
The wages of every person employed as labour in an establishment or by a contractor
where less than one thousand, such persons are employed shall be paid before the
expiry of the seventh day and in other cases before the expiry of tenth day after the last
day of the wage period in respect of which the wages are payable.
Where the employment of any worker is terminated by or on behalf of the contractor the
wages earned by him shall be paid before the expiry of the second working day from the
date on which his employment is terminated.
All payments of wages shall be made on a working day at the work premises and during
the working time and on a date notified in advance and in case the work is completed
before the expiry of the wage period, final payment shall be made within 48 hours of the
last working day.
Wages due to every worker shall be paid to him direct or to other person authorized by
him in this behalf.
All wages shall be paid in current coin or currency or in both.
Wages shall be paid without any deductions of any kind except those specified by the
Central Government by general or special order in this behalf or permissible under the
payment of Wages Act 1956.
A notice showing the wage period and the place and time of disbursement of wages shall
be displayed at the place of work and a copy sent by the contractor to the Engineer-inCharge under acknowledgement.
It shall be the duty of the contractor to ensure the disbursement of wages in the
presence of the Engineer or any other authorized representatives of the Engineer-inCharge who will be required to be present at the place and time of disbursement of
wages by the contractor to workmen.
4.4
4.5
4.6
4.7
4.8
4.9
4.10
Signature of Tenderer with seal
90
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
4.11
The contractor shall obtain from the Engineer or an other authorized representative of
the Engineer-in-charge as the case may be, a certificate under his signature at the end
of the entries in the “Register of Wages” or the “Wage-cum-Muster Roll” as the case may
be in the following form:
“Certified that the amount shown in column No-------- has been paid to the workmen
concerned in my presence on------- at----“.
5.0
FINES AND DEDUCIONS, WHICH MAY BE MADE FROM WAGES
5.1
The wages of a worker shall be paid to him without any deduction of any kind except the
following –
5.2
a)
Fines
b)
Deductions for absence from duty i.e. from the place or the places where by the
terms of his employment he is required to work. The amount of deduction shall
be in proportion to the period for which he was absent.
c)
Deduction for damage to or loss of goods expressly entrusted to the employed
persons for custody, or for loss of money or any other deduction which he is
required to account where such damage or loss is directly attributable to his
neglect or default.
d)
Deduction for recovery of advance or for adjustment of over payment of wages,
advances granted shall be entered in a register.
e)
Any other deduction, which the Central Government may from time to time allow.
No fines should be imposed on any worker save in respect of such acts and omissions on
his part as have been approved by the Chief Labour Commissioner.
Note: An approved list of Acts and Omissions for which fines can be imposed is
enclosed a Appendix-1.
5.3
No fine shall be imposed on a worker and no deduction for damage or
loss shall be made from his wages until the worker has been given an opportunity of
showing cause against such fines or deductions.
5.4
The total amount of fine which may be imposed in any one wage period on a worker
shall not exceed an amount equal to three paise in Rupees of the total wages, payable to
him in respect of that wage period.
5.5
No fine imposed on any worker shall be recovered from him in installment, or after the
expiry of sixty days from the date on which it was imposed.
5.6
Every fine shall be deemed to have been imposed on the day of the act or
respect of which it was imposed.
Signature of Tenderer with seal
91
omission in
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
6.0
LABOUR RECORDS
6.1
The contractor shall maintain a “Register of persons employed” on work on contract in
form XIII of the CL (R&A) Central Rules 1971(Appendix-B)
6.2
The contractor shall maintain a “Muster Roll” register in respects of all workmen
employed by him on the work under contract in form XVI of the CL (R&A) Rules1971
(Appendix-C).
6.3
The contractor shall maintain a ”Wage Register” in respect of al workmen employed by
him on the work in form(Appendix-D).
6.4
Register of accidents-The contractor shall maintain a register of accidents in such form
as may be convenient at the work place but the same shall include the following
particulars:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
(i)
(j)
(k)
(l)
(m)
(n)
(o)
6.5
Full particulars of the labourers who met with accident
Rate of wages
Sex
Age
Nature of accident and cause of accident.
Time and date of accident
Date and time when he/she admitted in Hospital
Date of discharge from the Hospital
Period of treatment and result of treatment
Percentage of loss of earning capacity and disability as assessed by Medical
Officer.
Claim required to be paid under Workmen’s Compensation Act.
Date of payment of compensation.
Amount paid with details of the person to whom the same was paid.
Authority by whom the compensation was assessed.
Remarks.
Register of Fines- The contractor shall maintain a “Register of” Fines” in the form
(Appendix-H)
The contractor shall display in a good condition and in a conspicuous place of work the
approved list of Acts and Omission for which fines can be imposed (Appendix-I)
6.6
Register of Deductions–The contractor shall maintain a “Register of Deductions” in form
(Appendix-J)
6.7
Register of Advances-The contractor shall maintain a “Register of Advances” in form
(Appendix-K)
6.8
Register of Overtime-The contractor shall maintain a “Register of Overtime” in form
(Appendix-L)
7.0
7.1
ATTENDANCE CARD-CUM WAGE SLIP
The contractor shall issue an attendance card-cum wage slip to each workman employed
by him in the specimen form at (Appendix-E).
Signature of Tenderer with seal
92
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
7.2
The card shall be valid for each wage period.
7.3
The contractor shall mark the attendance of each workman on the card twice each day,
once at the commencement of the day and again after the rest interval, before he
actually starts work.
7.4
The card shall remain in possession of the worker during the wage period under
reference.
7.5
The contractor shall complete the wage slip portion on the reverse of the card at least a
day prior to the disbursement of wages in respect of the wage period under reference.
7.6
The contractor shall obtain the signature of thumb impression of the worker on the wage
slip at the time of disbursement of wages and retain the card with himself.
8.0
EMPLOYMENT CARD
The contractor shall issue an Employment Card in form to each worker within three days
of the employment of the worker (Appendix-F)
9.0
SERVICE CERTIFICATE
On termination of employment for any reason whatsoever the contractor shall issue to
the workman whose service has been terminated, a service certificate in from AppendixG.
10.0
PRESERVATION OF LABOUR RECORDS
All records required to be maintained under Regulations Nos. 6 and 7 shall be preserved
in original for a period of three years from the date of last entries made in them and
shall be made available for inspection by the Engineer-in-Charge, Labour Officer.
11.0
POWER OF LABOUR OFFICERS TO MAKE INVESTIGATIONS INQUIRY
The Labour Officer or any other person authorized by HPL on its behalf shall have power
to make inquiries with a view to ascertaining and enforcing due and proper observance
of the Fair Wage Clauses and the provisions of Regulations. He shall investigate into any
complaint regarding the default made by the contractor or sub contractor in regard to
such provision.
12.0
REPORT OF LABOUR OFFICER
The labour Officer or other persons authorized as aforesaid shall submit a report of
result of his investigation or enquiry to the Engineer-in-charge concerned indicating the
extent, if any, to which the default has been committed with a note that necessary
deductions from the contractor’s bill be made and the wages other dues be paid to the
labourers concerned. In case appeal is made by the contractor under these regulations,
actual payment to labours will be made by the Engineer-in-charge after HO has given
decision on such appeal.
i)
The Engineer-in-charge shall arrange payments to the labour concerned within 45
days from the receipt of the report from the Labour Officer or the HO as the case
may be.
Signature of Tenderer with seal
93
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
13.0
HINDUSTAN PREFAB LIMITED
APPEALS AGAINST THE DECISION OF LABOUR OFFICER
Any person aggrieved by the decision and recommendations of the Labour Officer or
other person so authorized may appeal against such decision of HO concerned within 30
days from the date of decision, forwarding simultaneously a copy of his appeal to the
Engineer-in-charge concerned but subject to such appeal, the decision of the officer shall
be final and binding upon the contractor.
14.0
PROHIBITION REGARDING REPRENTATION THROUGH LAWYER
i)
a)
b)
c)
ii)
a)
b)
c)
iii)
15.0
A Workman shall be entitled to be represented in any investigation or enquiry
under these regulations by:An Officer of a registered trade union of which he is a member.
An Officer of a federation of trade unions to which the trade union referred to in
clause (a) is affiliated.
Where the employer is not a member of any registered trade union, by an officer
of a registered trade union, connected with industry in which the worker is
employed or by any other workman employed in the industry in which the worker
is employed.
An employer shall be entitled to be represented in any investigation or enquiry
under these regulations by:An Officer of an association of employers of which he is a member.
An Officer of a federation of associations of employers to which association
referred to in clause (a) is affiliated.
Where the employer is not a member of any association of employers, by an
officer of association of employer connected with the industry in which the
employer is engaged or by any other employer, engaged in the industry in which
the employer is engaged.
No party shall be entitled to be represented by a legal practitioner in any
investigation or enquiry under these regulations.
INSPECTION OF BOOKS AND SLIPS
Contractor shall allow inspection of all the prescribed labour records to any of his
workers or to his agent at a convenient time and place after due notice is received or to
the Labour Office or any other person, authorized by the Central Government on his
behalf.
16.0
SUBMISSION OF RETURN
The contractor shall submit periodical returns as may be specified from time to time.
17.0
AMENDMENTS
The HPL may from to time, add or amend the regulations and on any question as to the
application, interpretation or effect of these regulations the decision of the Engineer-incharge concerned shall be final.
Signature of Tenderer with seal
94
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Appendix –‘A’
LABOUR BOARD
Name of work
Name of Contractor
Address of Contractor
Name and Address of Site
Name of Labour Enforcement Officer
Address of Labour Enforcement Officer
S.No
Category
Minimum
wage fixed
Actual
Wages paid
Number present
Remarks
Weekly Holiday
Wage Period
Date of Payment of Wages
Working hours
Rest interval
Signature of Tenderer with seal
95
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
FORM 13
SEE RULE 75
Appendix -‘B ’
REGISTER OF WORKMEN EMPLOYED BY CONTRACTOR
Name and Address of Contractor
Name and Address of Establishment in/
under which contract is carried on
Nature and location of work
Name and Address of Principal Employer
S.No
Name and
surname of
workman
Age &
sex
Father’s/
Husbands name
Nature of
Employment/
designation
1
2
3
4
5
Date of
commencement
of employment
8.
Signature or thumb
impression of the
workman
9.
Signature of Tenderer with seal
Permanent
Home
address of
the
workman
(village
and Tehsil
Taluk and
District)
6
Local
address
7
Date of termination
of employment
Reasons for
termination
Remarks
10.
11.
12
96
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
FORM XVI
Appendix – ‘C’
(See Rule 78(2)(193)
MUSTER ROLL
Name and address of contractor
Name and address of establishment in/ under
which contract is carried on
Nature and location of work
Name and Address of Principal Employer
For the month / fortnight
S.No.
Name of the
workman
Sex
1.
2.
3.
Signature of Tenderer with seal
Father’s/
Husband’s
Name
4.
97
Dates
Remarks
5.
6.
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
FORM XVII
Appendix – ‘D’
(See Rule 78(2)(03)
REGISTER OF WAGES
Name and Address of Contractor
Name and address of establishment in/ under
Which contract is carried on
Nature and location of work
Name and Address of Principal Employer
Wage period: monthly / fortnightly
S.No.
Name of
workman
1
2
Dearness
Allowance
Over
time
9
10
Serial No.
in the
register of
workman
3
Other cash
payments
(Nature of
payments
to be
indicated)
11
Signature of Tenderer with seal
Designation
nature of
work done
Nos. of
days
worked
4
5
Units
of
work
done
6
Daily rate of
wages/piece
rate
Basic
wages
7
8
Total
Deduction if
any
(indicate
nature)
Net
Amount
paid
Signature or
thumb
impression of
the workman
Initial of
contractor
or his
representative
12
13
14
15
16
98
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
FORM XIX
Appendix – ‘E’
{SEE RULE 78 (2) (B)}
WAGE – SLIP
Name and address of contractor
Name and Father’s/ Husband’s name of workman
Nature of location of work
For the Week/ Fortnight/ Month ending
1.
No of days worked
2.
No. of Units worked in case of piece rate workers
3.
Rate of daily wages/ piece rate
4.
Amount of overtime wages
5.
Gross wages payable
6.
Deductions if any
7.
Net amount of wages paid.
Signature of Contractor
Signature of Tenderer with seal
99
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Appendix – ‘E-1’
WAGE – CARD
Wage Card No.
Name and address of Contractor
Date of Issue
Nature of work with location
Designation
Name of workman
Month/ Fortnight
Rate of Wages
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31
Morning
Rate
Evening
Amount
Initial
Received from
the sum of Rs.
On account of my wages
Signature
The wage card is valid for one month from the date of issue
Signature of Tenderer with seal
100
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
FORM XIV
Appendix – ‘F’
(SEE RULE 76)
EMPLOYMENT CARD
Name and address of contractor
Name and address of establishment under which
The contract is carried out
Nature and location of work
Name and address of Principal Employer
1.
Name of the workman
2.
S. Name in the register of workman employed
3.
Nature of employment/ designation
4.
Wage rate (with particulars of unit in case of piece work)
5.
Wage period
6.
Tenure of employment
7.
Remarks
Signature of Contractor
Signature of Tenderer with seal
101
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
FORM XV
Appendix – ‘G’
(SEE RULE 77)
SERVICE CERTIFICATE
Name and address of contractor
Nature and location of work
Name and address of workman
Age or date of birth
Identification Marks
Father’s/ Husband’s name
Name and address of establishment in/ under which contract is carried on
Name and address of Principal Employer
-------------------------------------------------------------------------------------------------S.No.
1
Total period for which
employed
From
To
2
Nature of
work done
Rate of wages (with
particulars of unit in
case of piece work).
Remarks
4
5
6
3
Signature of Contractor
Signature of Tenderer with seal
102
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Appendix – ‘H’
FORM XII
{SEE RULE 78 (2) (D)}
REGISTER OF FINES
Name and address of contractor
Name and address of establishment in/ under which
Contract is carried on
Nature and location of work
Name and address of workman
Name and address of Principal Employer
S.No.
Name of
Workman
Father’s/
Husband
Name
Designation/
nature of
employment
1.
2.
3.
4.
Act/
Omission
for which
fine imposed
5.
Date of
offence
6.
Whether
Workman
showed
cause
against
fine.
Name of
person in
whose
presence
employee’s
explanation
was heard
Wage period
and wages
payable
Amount of
fine imposed
Date on
which fine
realized
Remarks
7
8
9
10
11
12
Signature of Tenderer with seal
103
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Appendix – ‘I’
LIST OF ACTS AND OMISSIONS FOR WHICH FINES CAN BE IMPOSED
In accordance with rule of Labour Regulations, to be displayed prominently at the site of work
both in English and local language
1.
Willful insubordination or disobedience, whether alone or in combination with other
2.
Theft, fraud or dishonestly in connection with contractors beside a business or property
of HPL
3.
Taking or giving bribes or any illegal gratifications
4.
Habitual late attendance
5.
Drunkenness, fighting riotous or disorderly or indifferent behavior
6.
Habitual negligence
7.
Smoking near or around the area where combustible or other materials are locked.
8.
Habitual indiscipline
9.
Causing damage to work in the progress or to property of the HPL or of the contractor.
10.
Sleeping on duty
11.
Malingering or slowing down work
12.
Giving the false information regarding name, age, fathers name etc.
13.
Habitual loss of wage cards supplied by the employer
14.
Unauthorized use of employer’s property of manufacturing or making of unauthorized
articles at the work place.
15.
Bad workmanship in construction and maintenance by skilled workers, which is not
approved by the HPL for which the contractors are compelled to undertake rectifications.
16.
Making false complaints and/ or misleading statements
Signature of Tenderer with seal
104
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
17.
Engaging on trade within the premises of the establishment
18.
Any unauthorized divulgence of business affairs of the employees
19.
Collection or canvassing for the collection of any money within the premises, of an
establishment unless authorized by the employer.
20.
Holding meeting inside the premises with out previous sanction of the employer.
21.
Threatening or intimidating any workman or employer during the working hours within
the premises.
x………………..x…………………..x
Signature of Tenderer with seal
105
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Appendix – J
FORM XX
{SEE RULE 78(2) (D)}
REGISTER OF DEDUCTION FOR DAMAGES OR LOSS
Name and address of contractor
Name and address of establishment in/ under which
contract is carried on
Nature and location of work
Name and address of Principal Employer
S.No.
Name of
Workman
Father’s/Husband Designation /
Name
Particulars of
Date of
nature ofdamage or
damage/
Employment
loss
loss
1.
2.
3.
4.
5.
6.
_____________________________________________________________________________________________
Date of recovery
Whether
Workman
Showed
cause
against
deductions
Name of person Amount of
in whose
deduction
presence
imposed
employees
explanation was
heard.
No. of
First
installment installment
Last
installment
Remarks
7.
8.
9.
10.
11.
12.
13.
_____________________________________________________________________________________________
Signature of Tenderer with seal
106
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Appendix - K
FORM XXII
(SEE RULE 78(2)
REGISTER OF ADVANCES
Name and address of contractor
Name and address of establishment in/ under which
contract is carried on
Nature and location of work
Name and address of Principal Employer
S.No.
Name of
Workman
Father’s/
Husband’s
Name
Designation/
nature of
employment
Wages period
and wages
payable
Date and
amount of
advance given
1.
2.
3.
4.
5.
6.
_____________________________________________________________________________________________
Purpose/for
Which
advance
made
No. of
Date and
Date on which
Remarks
instalments
amount of
last instalment
by which
each
was repaid
advance is
instalment
to be paid
repaid.
--------------------------------------------------------------------------------------------------------------------------------7.
8.
9.
10.
11.
---------------------------------------------------------------------------------------------------------------------------------
Signature of Tenderer with seal
107
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Appendix - L
FORM XXIII
{SEE RULE 78(2)(E)}
REGISTER OF OVERTIME
Name and address of contractor
Name and address of establishment in/ under which
contract is carried on
Nature and location of work
Name and address of Principal Employer
S.No.
Name of
Workman
Father’s/
Sex
Designation/
Date on which
Husband’s
nature of
overtime
Name
employment
worked
----------------------------------------------------------------------------------------------------------------------1.
2.
3.
4.
5.
6.
----------------------------------------------------------------------------------------------------------------------Total overtime
Normal rate
Overtime
Overtime
Rate on
Remarks
worked or
of wages
rate of
earning
which
production in
wages
overtime
case of piece
wages
rated
paid
………………………………………………………………………………………………………….
7.
8.
9.
10.
11.
12
-------------------------------------------------------------------------------------------------------------------------
Signature of Tenderer with seal
108
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
APPLICATION FOR EXTENSION OF TIME
(To be completed by the Contractor)
PART–1
1.
Name of Contractor
2.
Name of the work as given in the Agreement.
3.
Agreement No.
4.
Estimated amount put to tender
5.
Date of commencement work as per agreement
6.
Period allowed for completion of work as per agreement
7.
Date of completion stipulated as per agreement
8.
Period for which extension of time has been give previously.
Extension granted
a)
b)
c)
d)
First extension vide Engineer-in-Charge
letter No………..date
Months
Days
2nd extension vide Engineer-in- Charge
letter No………..date
Months
Days
3rd extension vide Engineer-in- Charge
letter No………date
Months
Days
Months
Days
4th extension vide Engineer-in-Charge
letter No………….. date
Total extension previously given
9.
Reasons for which extension have been previously given (copies of the previous
application should be attached).
10.
Period for which extension is applied for
11.
Hindrances on account of which extension is applied for with dates on which hindrances
occurred, and the period for which these are likely to last.
Signature of Tenderer with seal
109
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
a)
Serial No.
b)
Nature of hindrance
c)
Date of occurrence
d)
Period for which it is likely to last
e)
Period for which extension required for this particular hindrance
f)
Over lapping period, if any, with reference to item.
g)
Net extension applied for
h)
Remarks, if any.
Total period for which extension is now applied for on account of
hindrances mentioned above…….. Month/….. days.
12.
Extension of time required for extra work
13.
Details of extra work and on the amount involved:-
14.
a)
Total value of extra work
b)
Proportionate period of extension of time based on estimated amount put to
tender on account of extra work.
Total extension of time required for 11 & 12
Submitted to the Engineer-in-Charge.
SIGNATURE OF CONTRACTOR
Date:
Signature of Tenderer with seal
110
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
APPLICATION FOR EXTENSION OF TIME
(PART- II)
1.
Date of receipt of application from Contractor for the work in the Engineer-in-Charge
office.
2.
Acknowledgement issued by Engineer-in-Charge vide his letter No., the
3.
Engineer-in-Charge remarks regarding hindrances mentioned by the Contractor
4.
i)
Serial No.
ii)
Nature of Hindrance
iii)
Date of occurrence of hindrance
iv)
Period for which hindrance, is likely to last
v)
Extension of time period applied for by the contractor
vi)
Over lapping period, if any, giving reference to items which over lap
vii)
Net period for which extension is recommended
viii)
Remarks as to why the hindrance occurred and justification for extension
recommended.
Engineer-in-Charge recommendations.
(The present progress of the work should be stated and whether the work is likely to be
completed by the date upto which extension has been applied for. If extension of time is not
recommended, what compensation is proposed to be levied under the agreement).
SIGNATURE OF ENGINEER-IN-CHARGE
Signature of Tenderer with seal
111
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
PROFORMA FOR EXTENSION OF TIME
P A R T - III
To
Name
Address of the Contractor
SUBJECT:
Dear Sir(s),
Reference your letter No._________________ dated _____________, in connection with the
grant of extension of time for completion of the work.
The date of completion for the above mentioned work, is ______ as stipulated in the
agreement, dated _______________.
Extension of time for completion of the above mentioned work is granted upto
_______________, without prejudice to the right of the HPL to recover compensation for delay
in accordance with the provision made in Clause of the said agreement dated the
____/_____/____. It is also clearly understood that the HPL shall not consider any revision in
contract price or any other compensation whatsoever due to grant of this extension.
Provided that notwithstanding the extension hereby granted, time is and shall still continue to
be the essence of the said agreement.
Yours faithfully,
FOR
HINDUSTAN PREFAB LIMITED
Signature of Tenderer with seal
112
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
PROFORMA OF BANK GUARANTEE (E M D)
Hindustan Prefab Limited,
Jangpura,
New Delhi : 110 014.
In consideration of Hindustan Prefab Limited, having its Registered Office at Hindustan
Prefab Limited, Jangpura, New Delhi - 110 014 (hereinafter called “HPL” which expression
shall unless repugnant to the subject or context include its successors and assigns) having
issued
Notice
Inviting
Tender
No.
_____________
and
M/s
_______________________________________ having its Registered Head Office at
_________________________ (hereinafter called the “TENDERER”) is to participate in the
said tender for ________________. Whereas HPL, as per Special Condition of Contract, has
agreed to accept an irrevocable and unconditional Bid Bond Guarantee for an amount of Rs.
________ valid upto ________ from the tenderer in liue of Cash Deposit of Rs__________
(Rs. ___________ only) required to be made by the tenderer, as a condition precedent for
participation in the said tender. We the _______ (hereinafter called the “BANK”) having its
Registered, Office at __________ and branch office at ______ do hereby unconditionally
and irrevocably undertake to pay to HPL immediately on demand in writing and without
demur / protest any amount but not exceeding Rs. _______. Any such demand made by
HPL shall be conclusive and binding on us irrespective of any dispute or differences that
may be raised by the tenderer.
Any change in the constitution of the tenderer or the Bank shall not discharge our liability
under the guarantee.
We, the ________ Bank, lastly undertake not to revoke this guarantee during its currency
without the prior consent of HPL in writing and this guarantee shall remain valid upto
_________, unless a claim is made within three months from the date of expiry i.e.
_____________ (three months after the date of expiry), we shall be relieved of our liability
under this guarantee thereafter.
FOR AND ON BEHALF OF BANK
PLACE:
DATE
:
WITNESS.
1.
2.
Signature of Tenderer with seal
113
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
PROFORMA OF BANK GUARANTEE (PERFORMANCE)
Hindustan Prefab Limited,
Jangpura,
New Delhi-110014.
(Address as mentioned in Notice Inviting Tender)
Whereas the Hindustan Prefab Limited (hereinafter called HPL which expression shall include its
successors and assigns) having awarded a work order/contract/supply order No. dated……
(hereinafter
called
the
contract)
to
M/s………………………
(hereinafter
called
the
contractor/supplier) at a total price of Rs……..subject to the terms and conditions contained in
the contract.
WHEREAS, the terms and conditions of the contract require the contractor to furnish a bank
guarantee for Rs…….. (Rupees……….) being……. % of the total value of the contract for proper
execution and due fulfillment of the terms and conditions contained in the contract.
We, the Bank, (hereinafter called the “Bank”) do hereby unconditionally and irrevocably
undertake to pay to HPL immediately on demand in writing and without protest/or demur all
moneys payable by the contractor/supplier to HPL in connection with the execution/supply of
the performance of the works/equipment, inclusive of any loss, damages, charges, expenses
and costs caused to or suffered by or which would be caused to or suffered by HPL by reason of
any breach by the contractor/supplier of any of the terms and conditions contained in the
contract as specified in the notice of demand made by HPL to the bank. Any such demand
made by HPL on the bank shall be conclusive evidence of the amount due and payable by the
bank under this guarantee. However, the Bank’s liability under this guarantee shall be limited
to Rs……..in the aggregate and the bank hereby agrees to the following terms and conditions:-
(i)
This guarantee shall be continuing guarantee and irrevocable for all claims of HPL as
specified above and shall be valid during the period specified for the performance of the
contract including the period of maintenance/warranty i.e upto……..
(ii)
We, the said bank further agree with HPL that HPL shall have the fullest liberty without
our consent and without affecting in any manner our obligations and liabilities hereunder
to vary any of the terms and conditions of the said contract or to extend time for
performance of contract by the contractor from time to time or to postpone for any time
or from time to time any of the powers exercisable by HPL against the
contractor/supplier under the contract and forbear or enforce any of the terms and
conditions relating to the said contract and we shall not be relieved from our liability by
reason of any such variations or extension being granted to the contractor or for any
forbearance, act or omission on the part of HPL or any indulgence by HPL to the
contractor or by any such matter or thing whatsoever, which under the law relating to
the sureties would, but for this provision, have effect of so relieving us.
Signature of Tenderer with seal
114
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
(iii)
This guarantee/undertaking shall be in addition to any other guarantee or security
whatsoever HPL may now or at anytime have in relation to the performance of the
works/equipment and the company shall have full re-course to or enforce this security
in preference to any other security or guarantee which the HPL may have or obtained
and there shall be no forbearance on the part of the HPL in enforcing or requiring
enforcement of any other security which shall have the effect of releasing the Bank from
its full liability.
It shall not be necessary for HPL to proceed against the said
contractor/supplier before proceeding against the Bank.
(iv)
This guarantee/undertaking shall not be determined or affected by the liquidation or
winding up, dissolution or change of constitution or insolvency of the supplier/contractor,
but shall in all respects and for all purposes be binding and operative until payment of all
moneys payable to HPL in terms thereof are paid by the Bank.
(v)
The Bank hereby waives all rights at any time inconsistent with the terms of this
Guarantee and the obligations of the bank in terms hereof, shall not be otherwise
affected or suspended by reasons of any dispute or disputes having been raised by the
supplier/contractor (whether or not pending before any Arbitrator, Tribunal or Court) or
any denial of liability by the supplier/contractor stopping or preventing or purporting to
stop or prevent any payment by the Bank to HPL in terms hereof.
We, the said Bank, lastly undertake not to revoke this guarantee during its currency except
with the previous consent of HPL in writing. Unless a claim is made in writing sixty days after
the date of expiry of this guarantee i.e. ……… we shall be relieved from all liabilities under this
guarantee thereafter.
Signed this…………… day of ……………. at…….
For and on behalf of Bank
WITNESS.
1. ________________
2. ________________
Signature of Tenderer with seal
115
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
PROFORMA OF BANK GUARANTEE
(FOR MOBILIZATION ADVANCE)
Hindustan Prefab Limited,
Jangpura,
New Delhi-110014.
1.
In consideration of the Hindustan Prefab Ltd. (hereinafter called “The HPL” which
expression shall unless repugnant to the subject or context include his successor and
assigns) having agreed under the terms and conditions of Contract No……dated…..made
between …….. (hereinafter called the said contractor) and the HPL in connection with ……
(hereinafter called “the said contract”) to make at the request of the Contractor,
Mobilization Advance of Rs……. for utilizing it for the purpose of the contract on his
furnishing a guarantee acceptable to the HPL, we the …. Bank Ltd.(hereinafter referred
to the “the said Bank”) and having our registered office at ……do hereby guarantee the
due recovery by the HPL of the said advance as provided according to the terms and
conditions of the contract. We….. do hereby undertake to pay the amount due and
payable under this guarantee without any demur, merely on a demand from the HPL
stating that the amount claimed is due to the HPL under the said Agreement. Any such
demand made on the …. shall be conclusive as regards the amount due and payable by
the ….. under this guarantee and …. agree that the liability of the…. to pay the HPL the
amount so demanded shall be absolute and unconditional notwithstanding any dispute
or disputes raised by the contractor and notwithstanding any legal proceeding pending in
any court or Tribunal relating thereto. However, our liability under this Guarantee shall
be restricted to an amount not exceeding Rs……….
2.
We……..Bank further agree that the HPL shall be the sole judge of and as to whether the
amount claimed has fallen due to the HPL under the said agreement or whether the said
Contractor has not utilized the said advance or any part thereof for the purpose of the
Contract and the extent of loss or damage caused to or suffered by the HPL on account
of the said advance together with interest not being recovered in full and the decision of
the HPL that the amount has fallen due from contractor or the said Contractor has not
utilized the said advance or any part thereto for the purpose of the contract and as to
the amount or amounts of loss or damage caused to or suffered by the HPL shall be final
and binding on us.
3.
We, the said Bank, further agree that the Guarantee herein contained shall remain in full
force and effect till the said advance has been fully recovered and its claims satisfied or
discharged and till HPL certify that the said advance has been fully recovered from the
said Contractor, and accordingly discharges this Guarantee subject, however, that the
Corporation shall have no claims under this Guarantee after the said advance has been
fully recovered, unless a notice of the claims under this Guarantee has been served on
the Bank before this expiry of the said Bank Guarantee in which case the same shall be
enforceable against the Bank.
Signature of Tenderer with seal
116
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
4.
The HPL shall have the fullest liberty without affecting in any way the liability of the
Bank under this Guarantee or indemnity from time to time to vary any of the terms and
conditions of the said Contract or the advance or to extend time of performance by the
said contractor or to postpone for any time and from time to time of the powers
exercisable by it against the said Contractor and either to enforce or forbear from
enforcing any of terms and conditions governing the said contract or the advance or
securities available to the HPL and the said Bank shall not be released from its liability
under these presents by any exercise by the HPL of the liberty with reference to the
matters aforesaid or by reasons of time being given to the said Contractor or any other
forbearance, act or omission on the part of the HPL or any indulgence by the HPL to the
said Contractor or of any other matter or thing whatsoever which under the law relating
to sureties would but for this provision have the effect of so releasing the bank from its
such liability.
5.
It shall not be necessary for the HPL to proceed against the Contractor before
proceeding against the Bank and the Guarantee herein contained shall be enforceable
against the Bank notwithstanding any security which the HPL may have obtained or
obtain from the contractor or shall at the time when proceedings are taken against the
Bank hereunder be outstanding or unrealized.
6.
We, the said Bank, lastly undertake not to revoke this Guarantee during its currency
except with the previous consent of the HPL in writing and agree that any change in the
constitution of the said Contractor or the said Bank shall not discharge our liability
hereunder.
Dated this…… day of…….
For and on behalf of Bank
(NAME AND DESIGNATION)
Dated:-
Signature of Tenderer with seal
117
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
PROFORMA OF BANK GUARANTEE
(IN LIEU OF SECURITY DEPOSIT)
Hindustan Prefab Limited,
Jangpura,
New Delhi-110014.
In consideration of the Hindustan Prefab Limited (hereinafter called “The HPL”) which
expression shall include its successors and assigns having awarded to M/s………............
(hereinafter called “the Supplier/Contractor”) which expression shall wherever the subject or
context so permits include its successors and assigns) a contract in terms inter-alia of the
company’s letter No…………….dated…… and the Contract/Purchase Conditions of the Company
and upon the condition of the supplier/Contractor furnishing security for the performance of
the supplier’s obligations and/or discharge of the contractor’s/supplier’s liability under and/or in
connection with the said supply contract upto a sum of Rs……(Rupees…………………only)
We,………. (hereinafter called” The Bank”) which expression shall include its successors and
assigns) hereby undertake and guarantee payment to HPL forthwith on the same day on
demand in writing and without protest or demur of any and all moneys payable by the
supplier/contractor to the Company under, in respect or in connection with the said contract
inclusive of all the losses, damages, costs, charges and expenses and other moneys payable in
respect of the above as specified in any notice of demand made by the Company to the Bank
with reference to this guarantee upto and aggregate limit of Rs……….(Rupees……………….only)
and the bank hereby agree with the Company that:1.
This Guarantee shall be continuing guarantee and shall…….. remain valid and irrevocable
for all claims of the Company and liabilities of supplier/Contractor arising upto and until
midnight of…………..
2.
This Guarantee shall be in addition to any other Guarantee or Security whatsoever that
the Company now or at any time have in relation to the Supplier’s obligations/liabilities
under and/or in connection with the said supply/contract, and the company shall have
full authority to take recourse or to enforce this Security in preference to any other
Guarantee or Security which the Company may have or obtain and no forbearance on
the part of the Company in enforcing or requiring enforcement of any other Security
shall have the effect of releasing the Bank from its liability hereunder.
3.
The Company shall be at liberty without reference to the Bank and without affecting the
full liability of the Bank hereunder to take any other security in respect of the
Supplier’s/Contractor’s obligations and/or liabilities under or in connection with the said
supply/contract or to grant time and / or indulgence to the supplier/ contractor to
increase or otherwise vary the prices or the total contract value or to release or to
forbear from enforcement of all or any of the conditions under the said supply/ contract
and/ or the remedies of the Company under any other security/securities now or
hereafter held by the Company and no such dealings, increase(s) or other indulgence(s)
or arrangement(s) with the supplier/ contractor or releasing or forbearance whatsoever
shall have the effect of releasing the Bank from its full liability to the Company
hereunder or prejudicing rights of the company against the Bank.
Signature of Tenderer with seal
118
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
4.
This Guarantee shall not be determined or affected by the liquidation or winding up,
dissolution or change of constitution or insolvency of the supplier/ contractor but shall in
all respects and for all purpose be binding and operative until payment of all moneys
payable to the company in terms thereof.
5.
The Bank hereby waives all rights at any time inconsistent with the terms of this
Guarantee and the obligations of the Bank in terms hereof shall not be otherwise
affected or suspended by reason of any dispute or disputes having been raised by the
supplier/ contractor (whether or not pending before any Arbitrator, Tribunal or Court) or
any denial or liability by the supplier/contractor stopping/preventing or purporting to
stop or prevent any payment by the Bank to the Company in terms thereof.
6.
The amount stated in any notice of demand addressed by the company to the Guarantor
as liable to be paid to the Company by the supplier/contractor or as suffered or incurred
by the Company on account of any losses or damages, costs, charges and/or expenses
shall as between the Bank and the Company be conclusive of the amount so liable to be
paid to the company or suffered or incurred by the company as the case may be and
payable by the Guarantor to the Company in terms hereof subject to a maximum of
Rs……..(Rupees……..only).
7.
Unless demand or claim under this guarantee is made on the Guarantor in writing within
three months form the date of expiry of the Guarantee i.e. upto …….. the Guarantor
shall be discharged from all liabilities under this Guarantee there under.
Notwithstanding anything contained herein before our liability under this guarantee is restricted
to Rs…….. (Rupees ………………… only). This guarantee will expire on ….. Any claim under this
Guarantee must be received by us within three months from the date of expiry i.e………….(date,
three months after the expiry date) and if no such claim has been received by us by that date
all your rights under this guarantee will cease.
For and on behalf of Bank
Place
Date
WITNESS.
1. ________________
2. ________________
Signature of Tenderer with seal
119
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
FORM FOR GUARANTEE BOND
(FOR ANTI TERMITE TREATMENT)
THIS AGREEMENT made this _______day of two thousand__________ between M/s ………..
(hereinafter called the guarantor of the one part) and M/s Hindustan Prefab Limited,
(hereinafter called the HPL, the Execution Agency of the other part).
Whereas this agreement is supplementary to the contract hereinafter called the contract
dated________ made between the guarantor of the one part and Hindustan Prefab Limited, of
the other part whereby the contractor inter-alia, understood to render the buildings and
structures in the said contract recited, completed, termite proof.
And whereas the guarantor agreed to give a guarantee to the effect that the said structure will
remain termite proof for ten years to be so reckoned from the date after the maintenance
period prescribed in the contract expires.
During this period of guarantee the guarantor shall make good all defects and for that matter
shall replace at his risk and cost such wooden member as may be damaged by termite and in
case of any other defect being found, he shall render the building termite proof at his cost to
the satisfaction of the Engineer-in-charge and shall commence the work of such rectification
within seven days from date of issuing notice from the Engineer-in-Charge calling upon him to
rectify the defects falling which the work shall be got done by HPL by some other contractor at
the guarantor’s cost and risk and in the later case the decision of the Engineer-in-charge as to
the cost recoverable from the guarantor shall be final and binding.
That if the Guarantor fails to execute the Anti-Termite treatment or commits breaches
hereunder then the Guarantor will indemnify HPL against all losses damages, cost expenses or
otherwise which may be incurred by him by reasons of any default on the part of the guarantor
in performance and observance of this supplemental Agreement. As to the amount of loss and
or damage and/or cost incurred by HPL decision of the Engineer-in-Charge will be final and
binding on the parties.
In witness where of these presents have been executed by the Guarantor_____________ and
by _______________ for and on behalf of HPL on the day of month and year first above
written.
Signed sealed and delivered by (Guarantor)
IN THE PRESENCE OF:
1.
2.
Signed for and on behalf of HPL by/in presence of
1.
2.
Signature of Tenderer with seal
120
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF
DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING
WORKS
The agreement made this…………….day of…………….Two thousand and ……….between …………
(hereinafter called guarantor of the one part) and the Hindustan Prefab Ltd. (hereinafter called
the HPL, the Execution Agency of the other part).
WHEREAS this agreement is supplementary to a contract (hereinafter called the Contract),
dated …………………and made between the GUARANTOR OF THE ONE part and the HPL of the
other part, whereby the Contractor, inter-alia, undertook to render the buildings and structures
in the said contract recited completely water and leak proof.
AND WHEREAS the Guarantor agreed to give a guarantee to the effect that the said structures
will remain water and leak proof for ten years from the date of handing over of the structure of
water proofing treatment.
NOW THE GUARANTOR hereby guarantees that water proofing treatment given by him will
render the structures completely leak proof and the minimum life of such water proofing
treatment shall be ten years to be reckoned from the date after the maintenance period
prescribed in the contract.
Provided that the Guarantor will not be responsible for leakage caused by earthquake or
structural defects or misuse of roof or alteration and for such purpose.
a)
Misuse of roof shall mean any operation, which will damage proofing treatment, like
chopping of fire wood and thing of the same nature which might cause damage to the
roof.
b)
Alternation shall mean construction of an additional storey or a part of the roof or
construction adjoining to existing roof whereby proofing treatment is removed in parts.
c)
The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.
During this period of guarantee, the Guarantor shall make good all defects and in case of any
defect being found render the building water proof to the satisfaction of the Engineer-in-Charge
at his cost and shall commence the work for such rectification within seven days from the date
of issue of notice from the Engineer-in-Charge calling upon him to rectify the defects failing
which the work shall be got done by the HPL by some other Contractor at the guarantor’s cost
and risk. The decision of Engineer-in-Charge as to the cost, payable by the Guarantor shall be
final and binding.
That if the Guarantor fails to execute the water proofing or commits breach there-under, then
the Guarantor will indemnify the principal and his successors against all laws damage, cost,
expense or otherwise which may be incurred by him by reason of any default on the part of the
GUARANTOR in performance and observance of this supplementary agreement. As to the
amount of loss and/ or damage and/ or cost incurred by the HPL the decision of the Engineerin-Charge will be final and binding on the parties.
Signature of Tenderer with seal
121
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
IN WITNESS WHEREOF these presents have been executed by the Obligator……. and by
…………….And for and on behalf of the HPL on the day, month and year first above written.
Signed, sealed and delivered by Obligator in the presence of:
1.
2.
Signed for and on behalf of the HPL by______________
In presence of:1.
2.
Signature of Tenderer with seal
122
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
AGREEMENT FORM
This agreement made this ….. day of (Month) (Year), between the Hindustan Prefab Limited a
company incorporated under the Companies Act, 1956 having its Registered Office at Jangpura,
New Delhi-110014. (hereinafter referred to as the “HPL” which expression shall include its
administrators, successors, executors and assigns ) of the one part and M/s (NAME OF
CONTRACTOR) (hereinafter referred to as the ‘Contractor’ which expression shall unless the
context requires otherwise include its administrators, successors, executors and permitted
assigns) of the other part.
Whereas, HPL, has desirous of construction of (NAME OF WORK) (hereinafter referred to as the
”PROJECT”) on behalf of the (NAME OF OWNER / MINISTRY) (hereinafter referred as “OWNER”),
had invited tenders as per Tender documents vide NIT No._________
AND WHEREAS (NAME OF CONTRACTOR) had participated in the above referred tender vide
their tender dated________ and HPL has accepted their aforesaid tender and award the
contract for (NAME OF PROJECT) on the terms and conditions contained in its Letter of intent
No. _______ and the documents referred to therein, which have been unequivocally accepted
by (NAME OF CONTRACTOR) vide their acceptance letter dated ____________ resulting into a
contract.
NOW THEREFORE THIS DEED WITNESSETH AS UNDER:
ARTICLE 1.0 – AWARD OF CONTRACT
SCOPE OF WORK
1.1
HPL has awarded the contract to (NAME OF CONTRACTOR) for the work of (NAME OF
WORK) on the terms and conditions contained in its Letter of Intent No.
________dated___________ and the documents referred to therein. The award has
taken effect from (DATE) i.e. the date of issue of aforesaid Letter of Intent. The terms
and expressions used in this agreement shall have the same meanings as are assigned
to them in the “Contract Documents” referred to in the succeeding Article.
ARTICLE 2.0 – CONTRACT DOCUMENTS
2.1
The contract shall be performed strictly as per the terms and conditions stipulated herein
and in the following documents attached herewith (hereinafter referred to as “Contract
Documents”).
(a)
HPL Notice inviting Tender vide NO.__________ date __________ and HPL’s
tender documents consisting of:
(i)
General Conditions of Contract (GCC) along with amendments / errata to GCC (if
any) issued.
Special Conditions of Contract including Appendices & Annexures,
Bill of Quantities along with amendments/corrigendum of schedule items, if any
________________________________________________
(ii)
(iii)
(iv)
Signature of Tenderer with seal
123
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
(v)
(vi)
2.2
HINDUSTAN PREFAB LIMITED
______________________________________________
______________________________________________
(b)
(NAME OF CONTRACTOR) letter proposal dated ______ and their subsequent
communication”
(i)
Letter of Acceptance of Tender Conditions dated _____________.
(ii)
__________________________________________________
(iii)
__________________________________________________
HPL’s detailed Letter of Intent No. _______ dated ________ including Bill of
Quantities. Agreed time schedule, Contractor’s Organization Chart and list of Plant and
Equipments submitted by Contractor.
All the aforesaid contract documents referred to in para 2.1 and 2.2 above shall form an
integral part of this Agreement, in so far as the same or any part thereof conform, to
the tender documents and what has been specifically agreed to by HPL in its Letter of
Intent. Any matter inconsistent there with, contrary or repugnant thereto or any
deviations taken by the Contractor in its “TENDER” but not agreed to specifically by HPL
in its Letter of Intent, shall be deemed to have been withdrawn by the Contractor
without any cost implication to HPL. For the sake of brevity, this Agreement along with
its aforesaid contract documents and Letter of Intent shall be referred to as the
“Contract”.
ARTICLE 3.0 – CONDITIONS & CONVENANTS
3.1
The scope of Contract, Consideration, Terms of Payments, Security Deposits, Taxes
wherever applicable, Insurance Agreed Time Schedule, Compensation for delay and all
other terms and conditions contained in HPL’s Letter of Intent No. __________ Date
_______ are to be read in conjunction with other aforesaid Contract Documents. The
contract shall be duly performed by the Contractor strictly and faithfully in accordance
with the terms of this contract.
3.2
The scope of work shall also include all such items which are not specifically mentioned
in the Contract Documents but which are reasonably implied for the satisfactory
completion of the entire scope of work envisaged under this contract unless otherwise
specifically excluded from the scope of work in the Letter of Intent.
3.3
Contractor shall adhere to all requirements stipulated in the Contract documents.
3.4
Time is the essence of the Contract and it shall be strictly adhered to the progress of
work shall confirm to agreed works schedule / contract documents and Letter of Intent.
Signature of Tenderer with seal
124
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
3.5
This Agreement constitutes full and complete understanding between the parties and
terms of the presents. It shall supersede all prior correspondence to the extent of
inconsistency or repugnancy to the terms and conditions contained in Agreement. Any
modification of the Agreement shall be effected only by a written instrument signed by
the authorized representative of both the parties.
3.6
The total contract price for the entire Scope of this Contract as detailed in Letter of
Intent is Rs. _________ (Rupees ____________________ only), which shall be
governed by the stipulations of the contract documents.
ARTICLE 4.0 - NO WAIVER OF RIGHTS.
4.1
Neither the inspection by HPL or the Engineer-in-charge or Owner or any of their
officials, employees or agents nor order by HPL or the Engineer-in-charge for payment of
money or any payment for or acceptance of, the whole or any part of the work by HPL or
the Engineer-in-charge nor any extension of time nor any possession taken by the
Engineer-in-charge shall operate as waiver of any provisions of the contract, or of any
power herein reserved to HPL, or any right to damage herein provided, nor shall waiver
of any breach in the Contract to be a waiver or any other or subsequent breach.
ARTICLE 5.0 – GOVERNING LAW AND JURISDICITON
5.1
The Laws applicable to this contract shall be the Laws in force in India and jurisdiction of
Delhi Court(s) only.
5.2
Notice of Default
Notice of default given by either party to the other party under the Agreement shall be
in writing and shall be deemed to have been duly and properly served upon the parties
hereto, if delivered against acknowledgement due or FAX or by registered mail duly
addressed to the signatories at the address mentioned herein above.
IN WITNESS WHEROF, the parties through their duly authorized representatives have
executed these presents (execution whereof has been approved by the Competent
Authorities of both the parties) on the day, month and year first above mentioned at
New Delhi.
For and on behalf of:
(NAME OF CONTRACTOR)
For and behalf of:
M/s Hindustan Prefab Limited
WITNESS:
WITNESS:
1.
1.
2.
2.
Signature of Tenderer with seal
125
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS GENERAL
Signature of Tenderer with seal
126
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS GENERAL:
These specification shall be read in conjunction with the latest, IS specifications In case these specifications are
found wanting in any way the relevant C.P.W.D. Specifications shall apply.
1.0
MATERIALS TO BE APPROVED/BEST QUALITY:
All the materials employed in connection with the permanent work, shall be new and the best of its kind. All
materials shall be in accordance with these specifications and shall be as approved by the Architect/PMC.
1.1
STANDARDS:
Except where otherwise specified and permitted by the Architect, all materials shall conform to the latest edition of
Indian standard specification.
1.2
Indian Standards----------139
1.3
SECTION – I
CONCRETE AND MORTARS
INDIAN STANDARDS
All relevant Standards as specified elsewhere in this Volume are applicable. Frequency of testing of various
materials shall be strictly as per IS codes.
Indian Standards to be followed are:
(1)
IS 269
Specification for Ordinary and low heat, Portland cement.
(2)
IS 383
Specification for Coarse and fine aggregates from natural sources for concrete.
(3)
IS 456
Code of practice for plain and reinforced concrete.
(4)
IS 460
(Part I, II & III)
Specification for test sieves:
i)
Wire cloth test sieve
ii)
Perforated plate test sieve
iii) Method of examination of test sieve
(5)
IS 516
Method of test for strength of concrete
(6)
IS 1199 Method of Sampling and analysis of concrete.
(7)
IS 1489 Specification for Portland pozzolana cement
(8)
IS 1542 Specification for Sand for plaster
(9)
IS 2116 Specification for Sand for masonry mortars
(10)
IS 2386 Method of test for aggregate concrete.
(Part I, II, & III)
i)
Particle size and shape
ii)
Estimation of deleterious materials and organic impurities
iii) Specific gravity, density, voids, absorption and bulking
Signature of Tenderer with seal
127
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
(11)
IS 2646 Specification for Integral cement water proofing compound.
(12)
IS 3025 Methods of Sampling and test (Physical and Chemical for Water used in construction
(13)
IS 3068 Specification for Broken brick (burnt clay) coarse Aggregate for use in lime concrete
(14)
IS 4031 Method of Physical test for hydraulic cement (Part i to xii)
(15)
IS 4032 Method of chemical analysis for hydraulic cement.
(16)
IS 6452 Specification for high Alumina cement for structure use
(17)
IS 6909 Specification for super sulphated weather
(18)
IS 7861 Code of practice for extreme weather concreting
i)
Recommended practice for hot weather concreting
ii)
Recommended practice for cold weather concreting
(19)
IS 8041 Specification for Rapid hardening Portland cement.
(20)
IS 8112 Specification for high strength ordinary port land cement.
(21)
IS 9103 Specification for admixture for concrete.
(22)
IS 11433
Specification for one part gun grade
i)
(23)
Poly sulphate based joint sealant: general requirements.
IS 12118 (part I) Specification for two parts poly sulphate based sealant:
i)
General requirements.
(24)
SP 23
Handbook on concrete mix
(25)
SP 24
Explanatory handbook on Indian Standards code for plain and reinforced
concrete (IS 456)
(26)
SP 27
Handbook of method of measurement of building works.
(27)
IS -1200
Mode of Measurement
1.4
MATERIALS
1.5.1
CEMENT
1.5.1.1 Cement shall be ordinary Portland cement/PPC conforming to IS 269 for all purpose. It shall be received in
Paper bags of 50 kg and each batch shall be accompanied with a test certificate of the factory. Also it shall be
tested before use to ascertain its strength, setting time, etc. In no case cement which has been stored over 4
weeks, shall not be used unless tested as per the direction of the PMC prior to use in the works.
1.5.1.2 Cement shall be stored in such locations so as to prevent deterioration due to moisture dampness. A dry and
water proof shed shall be best suited for this. Bags shall be stacked on rigid water-proof platforms about 15 to 20
cm clear above the floors and 25 to 35 cm clear or away from the surrounding walls. A maximum high stack of
12 bags is permitted. Stacks shall be so arranged that the first batches are used first, (FIFO) & that they permit
easy access for inspection and handling.
Signature of Tenderer with seal
128
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
1.5.1.3 The following other types of cement may be used in works if specified or with prior approval of the PMC in
writing. Specialist literature shall be consulted for guidance regarding use of these types of cement.
1.5.2
1.5.1.3.1
Rapid hardening Portland cements conforming to IS 8041.
1.5.1.3.2
Portland pozzolana cement conforming to IS 1489.
1.5.1.3.3
High strength ordinary Portland cement conforming to IS 8112.
1.5.1.3.4
High Alumina cements conforming to IS 6452.
1.5.1.3.5
Super sulphated cement conforming to IS 6909.
COARSE AGGREGATE
1.5.2.1 Coarse aggregate shall be obtained from natural sources such as stone, gravel etc. crushed or uncrushed or a
combination thereof from approved quarries. Aggregate shall be hard, strong, dense, durable, clean and free
from veins and adherent coating. It shall be free from soft, feeble, thin, elongated or laminated pieces and shall
be roughly cubical in shape. It shall consist of coarse material most of which is retained on 4.75 mm IS sieve.
1.5.2.2 Coarse aggregate shall not contain any harmful material such as iron, pyrites, coal, mica shale or similar
laminated material neither shall it contain clay, alkali, soft fragments, sea shells, organic impurities etc. in such
quantities that adversely affects the strength and durability of the concrete. In addition to the above, in reinforced
concrete the aggregate shall not contain any material, which might attack the reinforcement. The maximum
quantities of deleterious materials in the coarse aggregate when determined in accordance with IS 2386 Part I
and Part II “Method of test for aggregates for concrete’ shall not exceed the limits laid down in table 1 of
Annexure.
1.5.2.3 Aggregate crushing value, impact value, abrasion value and soundness of aggregate shall respectively be in
accordance with Para 3.3, 3.4, 3.5 and 3.6 of IS 383.
1.5.2.4 Grading of coarse aggregate shall be in conformity with the requirements laid down in IS 383. See Table 2 and
Table 3 of Annexure.
1.5.2.5 Source of aggregate shall be from an Government approved location. It shall be tested prior to the approval of
the PMC from an approved testing laboratory. In case available aggregates do not meet certain requirements of
IS 383 or any other specification, required processing shall be carried out by the contractor at his cost. No extra
cost towards these processes, treatment or combination of both shall be paid. It shall be the duty of the
contractor to make sure that aggregate material received by him is from Government approve quarries and with
fully paid royalties, taxes, duties etc. as may be in force from time to time for respective locations.
1.5.2.6 Aggregates shall be stored in such a way that it does not get mixed with mud, grass vegetables and other
foreign matter. The best way is to have a hard surface platform made out of concrete, bricks or planks. It should
be to the approval of the PMC.
1.5.2.7 Coarse aggregate shall have a minimum specific gravity of 2.6 (Saturated surface dry basis). Aggregate below
this specific gravity shall not be used without the special permission of the PMC.
1.5.2.8 Once a specific source of supply of coarse aggregate is approved; the source shall not be changed without the
prior approval of the PMC.
Signature of Tenderer with seal
129
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
1.5.3
HINDUSTAN PREFAB LIMITED
FINE AGGREGATE
1.5.3.1 Natural sand deposited by stream or glacial agencies as a result of disintegration of rock is the best form of fine
aggregate. The fine aggregate shall confirm to following standards.
I.
For plain and reinforced concrete: IS 383 Specification for coarse and fine aggregates from natural
sources for concrete.
II.
Mortar and grout
:
IS 2116 Specification for sand for masonry mortars.
III.
For plastering
:
IS 1542 Specification for sand for plaster (Class A grading)
1.5.3.2 Sometimes it is obtained from crushed stone screening but often contains a high percentage of dust and clay. It
tends to be flaky and angular. This type produces harsh concrete and should be avoided.
Sea sand should not be used unless approved by the PMC. If approved, the required treatment shall be done at
the contractor’s cost.
1.5.3.3 Sand shall be hard, durable, clean and free from adherent coatings and organic matter and shall not contain any
appreciable amount of clay. Sand shall not contain harmful impurities such as iron, pyrites, coal particles, lignite,
mica shale or similar laminated material, alkali, and organic impurities in such form or quantities as to affect the
strength of durability of concrete or mortar. Also it should not contain any material liable to attack the steel
reinforcement.
i)
When tested as per IS 2386 Part I and Part II, fine aggregate shall not exceed permissible quantities of
deleterious materials as given in table 1 of Annexure.
ii)
Fine aggregate shall be thoroughly washed at site with clean fresh water such that the percentage of all
deleterious materials is within the permissible limits laid down.
1.5.3.4 Grading of fine aggregate shall conform to IS and shall fall within limits of one of the four zones given in table 4
of IS 383 and of Annexure.
1.5.3.5 Damp and moist sand increases the volume and is called bulking. Due allowance is to be made while preparing
the mixes based on volume measurements. It shall be determined as per IS 2386 Part III Appendix A. For rough
guidance table 5 of Annexure gives the relation between moisture content and percentage of bulking.
1.5.3.6 Storing of aggregate shall be as given in Clause 1.5.2.6.
1.5.4
WATER
1.5.4.1 Water used for mixing and curing shall be clean, reasonably clear and free from objectionable quantities of silt,
oils, alkalize, acids, salts so as not to weaken mortar, or concrete or cause efflorescence or attach the steel in
RCC while curing. It shall be free of elements, which significantly affects the hydration reaction or otherwise
interferes with hardening of concrete during curing or those elements, which produce objectionable stains or
deposits. Potable water is generally satisfactory but is shall be tested prior to use in the works.
Water tested shall be in accordance with IS 3025. Maximum permissible limits of deleterious materials in water
as given in IS 456 are reproduced for ready reference in table 6 of Annexure.
Suitability of water shall be ascertained by the compressive strength and initial setting time test as specified
under:
i)
Average 28 days compressive strength of at least three 15 cm concrete cubes prepared with water
proposed to be used shall not be less than 90% of the average strength of three similar concrete cubes
prepared with distilled water. Preparation and testing in accordance of IS 516.
Signature of Tenderer with seal
130
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
1.5.5
HINDUSTAN PREFAB LIMITED
ii)
The initial setting time of tests blocks made with proposed cement and water to be used shall not be
less than 30 minutes and shall not differ by ± 30 minutes from the initial setting time o f control test
block prepared with the same cement and distilled water.
iii)
Preparation and testing of block shall be in accordance with IS 4031
iv)
The PH value of water shall not be less than 6 and more than 9.
v)
Water storage tanks shall be such as to prevent any deleterious materials getting mixed with it.
vi)
Water shall be tested and approved in writing by the PMC prior to use in the works.
vii)
Sea water in concrete shall not be permitted unless specifically approved in writing by the PMC for
purpose stated. The PMC under unavoidable circumstances may allow mixing or curing of seawater in
concrete construction, which are permanently under seawater.
ADMIXTURE
These are substances other than cement, aggregate and water and shall be permitted to be used to modify
the properties of concrete for single or a combination of purposes. This shall be used only on the written
approval for specific purpose and at the cost of the contractor. Good concrete shall be achieved without the
aid of any admixtures.
Admixtures should be free from chlorides and sulphate, which might affect concrete or any other material
which may cause problems to the concrete in the due course of time. Also it should have no effect on the
reinforcement in case of Reinforced Cement Concrete.
Admixtures generally in use are classified as under:
a) Accelerators
b) Retarders
c) Workability agents
d) Water -repelling agents
e) Air-entraining agents
f)
Gas-forming agents.
These are manufactured and sold by various companies under brand names. The contractor proposing to use
any of them shall submit to the PMC technical literature with its chemical composition, purpose of use and
method recommended by the manufacturer and what he proposes to follow at site for strict control.
i)
The contractor’s proposal shall accompany the following with his request to use admixture.
ii)
The trade name of the admixture, its source and the manufacturer’s recommended method of use.
iii) Typical dosage rates and the possible detrimental effects of under and over dosage.
iv) Whether the admixture contains chloride in any free form or any other chemical present as an active
ingredient, which is a likely cause of corrosion of reinforcement or deterioration of concrete.
v) The average expected air content of freshly mixed concrete containing an admixture, which causes air to
be entrained when used at the manufacturer’s recommended rate of dosage.
Signature of Tenderer with seal
131
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
1.6
HINDUSTAN PREFAB LIMITED
CONCRETE
Concrete is prepared by mixing graded aggregate stone along with cement, in a specified proportion. Mixing
shall be done by a mechanical mixer. Manual hand mixing shall be permitted in specific cases with the written
permission of the PMC/Architect on account of small quantity or location or any other reason acceptable.
1.6.1 CEMENT CONCRETE
This shall be classified as plain cement concrete or reinforced cement concrete. Plain cement concrete shall
be in leveling course under foundations, floors, copings etc. and shall include form work as part of the work.
Reinforced cement concrete shall be at all locations and comprise of form work, reinforcement and concrete.
Concrete shall be classified by its compressive strength at the 28th day. The concrete grades shall be as
designated in table 2 of IS 456 and are given as ready reference in table 7 of Annexure.
1.6.1.1 It shall be the responsibility of the contractor to carry out design mixes and approval of the same shall be
obtained from the PMC at least 35 days in advance from the actual pouring of concrete at site in the permanent
works. The basic aim of mix design shall be to find the most economic proportion of cement, aggregates and
water which will give the desired strength of concrete, proper workability and durability. Also it is important that
the mix should be easily worked with the help of equipment available at site. The operations involved at site are,
measurement of materials, their mixing, placing, compacting, finishing required and curing. The design shall be
carried out strictly to IS specifications and IS code practice 456, SP 23 and SP 24.Further the contractor should
ensure that the minimum cement content per cubic meter of reinforced concrete should not be less than that
stipulated in table 23, 24, 25 and 26 of SP 23. For ready reference refer table 8 and 9of Annexure, but the BOQ
shall specify minimum cement content for each item.
1.6.1.2 For expected strength of cubes tested on the 28th day the design mix at preliminary test and work site shall be
as per table 10 of Annexure. The water cement ratio shall be 0.50 to 0.52. Additional water may be permitted
only at the discretion of the Structural Engineer. The slump shall be 25 mm to 35 mm depending upon the
location and type of work. Higher slump with use of plasticizers shall be permitted.
1.6.1.3 Design mix and trial mixes
1.6..1.4.1 As stated above in clause 11.6.1.2 the contractor shall submit, at least 5 weeks in advance, to the PMC the
mix design that the proposes to use at site. The mix design shall also give basic details (when tested
according to IS 1199 and IS 2386 – Part III, 1963) such as.
a. Slump
b. Bleeding
c. Compacting factor
d. Vee-Bee time
e. Cement required for one cubic meter of concrete.
1.6.1.4
On receipt of this, the PMC may immediately order to carry out work site test before the final approval. This
shall be done with mixer and materials actually being used at site. This shall give the contractor additional
chance to check for himself actual workability and make sure that the mix proposed by him will be fully
satisfactory with regards to slump, segregation, bleeding, water –cement ratio and workability. 5 cubes shall
be taken from each of the 3 batches to test the mix. Cubes shall be cast, stored, cured, transported and tested
to IS 516. The test may be carried out at site or laboratory as approved by the PMC. Trial mixes shall be
approved provided that average strength of 3 consecutive cubes is not less than that specified and that one
out of three may give a value less than specified but limited to a maximum of 90% of the specified strength.
Signature of Tenderer with seal
132
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
In case the trial mix falls below the above criteria, the PMC shall order fresh trial mixes to be made as before,
until the desired strength is arrived at.
This design mix and trial mix hold good so long as the materials continue to be of the same quality and from
the same sources. For any change, the PMC may order fresh design mix and trial mixes to be carried out
before the same is used at site.
It is the responsibility of the contractor to prepare and get the cubes tested and to provide all the material,
labour, moulds, equipment, casting and curing facility, charges for testing etc.
Further, the contractor shall have to provide and maintain all the equipment and staff at the site throughout to
carry out the following tests in a small laboratory or get these tests from approved laboratories without extra
cost to the contract.
i. Slump
ii. Grading of coarse and fine aggregates.
iii. Silt content of sand.
iv. Moisture content of coarse and fine aggregates.
v. Slump test of concrete.
vi. Concrete cube test.
The contractor shall maintain full records of all above tests in a register.
The format of records shall be prepared in consultation with the PMC and either he or his representative shall
have full access to the contractor’s laboratory.
The contractor shall include charges for the above work in his rates and no extr whatsoever shall be
admissible on this account of designing, testing maintaining laboratory etc.
1.6.2
READY MIX CONCRETE (RMC) will be used for mass concreting work as per the structure design and
drawings. However, for small concreting such as individual column, beam, etc, will be cast in situ.
1.7
CEMENT
1.8
i)
The type of cement used for this work shall be ordinary Portland cement. PPC may also be used with
approval of Architect/PMC/Bank if OPC is not available in market and work is suffering due to non
availability of OPC based on approval of Architect /PMC.
ii)
Cement shall be used in the order in which it is received. Cement in bags in storage for more than 3
months shall be re-tested before use.
AGGREGATES: Used for concrete shall be in accordance with the requirements of IS 456.Ref. IS 4926:2003 RMC
code of practice Clause 4.4
TESTING: A sample taken once for every 1000 bags shall be tested. Tests shall be carried out for Fineness, initial
and final setting time, compressive strength (IS: 4031) and the results approved by the Engineer, before use of the
cement in permanent works. Samples shall be taken immediately on receipt of cement at site. The methods and
procedure of sampling shall be in accordance with IS: 35555
Signature of Tenderer with seal
133
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
The Engineer may specify other forms of sampling and tests including chemical analysis (IS: 4032). If in his opinion
the cement is of doubtful quality, the costs of such additional tests shall be borne by the contractors.
In addition to above, the cement shall confirm to standard specifications of Government of Mizoram PWD/CPWD
1.9
MIXERS AND VIBRATORS:
i)
For all structural concrete work the contractor shall provide platform types of weighing machinery of a
capacity not less than 200 kg.
ii)
The contractor shall provide concrete mixers (IS:1791)
iii) Batch type concrete mixers (Is:-2439)-roller APN mixer and vibrators(IS:2505)
iv) Concrete vibrators Immersion type (IS:20506)
v) Screed-board concrete-vibrators( IS:250)
vi) Screed board concrete vibrators (IS:4656)
vii) Form-vibrators for concrete supplied by recognized manufacturers.
1.9.1
CONVEYING:
Concrete shall be conveyed from mixer to forms as rapidly as practicable by methods which will prevent
segregation and/or loss of ingredients. In case such segregation occurs invade concrete shall be remarked
before being placed in final position. It shall be deposited in final position as early as practicable, but always
within a period of 30 minutes after mixing. When initial set has taken place in Concrete before it is placed in final
position, such concrete shall be rejected and taken away from the site to a distance and disposed off as ordered
by the Engineer’s Representative.
1.9.2
GRADE OF CONCRETE:
The Concrete is designated as M-15, M-20, M-25, and M-30 etc. The letter M refers to the Mix and the number
represents the characteristic compressive strength in Mpa (Mega Pascal’s). Maximum content of cement as per
table 5 of IS 456.
1.9.3
TRIAL MIXES:
a. The Contractor is entirely responsible for the design of Concrete mixes. The design however to be approved
by the PMC at least 7 weeks before commencing an concreting in the works and which have been tested in
an approved laboratory. A clean dry mixer shall be used and the first batch discarded.
b. The required average strengths of different grades of concrete at 28 days, for which the mixes shall be
designed are specified below:
Grade of Concrete
Characteristic strength at
28 days (MPs)
Target Mean Strength
at 7th day (MP)
M15
15
18
24
M25
20
21
29
M25
25
23
24
M30
30
26
39
Signature of Tenderer with seal
134
F’cm (Mpa) at 28
days
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
M35
35
31
44
M40
40
36
49
M45
45
40
54
The mixes are designed to yield mean strengths (F’cm) greater than the corresponding specified
characteristic strengths (F’ ck) as indicated in above table. The difference between F’cm and F’ck is called
the current Margin. The value of the current margin has been set at 9 Mpa for all grades of concrete. The
concrete mixes shall be designed on the basis of required strength, desired workability, the maximum size
of aggregate and also upon the various grades of cements as specified in IS 10262-1982. Accordingly the
required cement content shall be ascertained. The Contractor may be allowed to use either approved
plasticizers or increased cement content to achieve the required strengths at his own cost.
c. For each grade a total of 18 cubes shall be made. Of these 18 cubes made, not more than 6 may be made
on any day and further of the 6 cubes made in one day, not more than 2 cubes, each representing a
different batch of concrete shall be tested at the age of 7 & 28 days. The making of the cubes, their curing,
storing, transporting and testing shall be in accordance with Indian Standards IS: 516. The test shall be
carried out in a laboratory approved by the PMC.
d. If the average strength of the concrete cubes falls below the required strength, fresh preliminary mixes for
that grade shall be made as before, until the trial mixes yield cubes of compressive strength at 28 days
greater than the required average strength at that age.
e. Whenever there is a significant change in the quality of any of the ingredients for concrete, the PMC may at
his discretion, order the carrying out of fresh trial mixes. All costs for trial mixes and tests shall be to the
Contractor’s account and held to be included in the contract rates,
f.
Before commencing the work, the contractor shall submit to the PMC for approval full details of all
preliminary trial mixes and tests.
g. When the proportions of a concrete mix have been approved by the PMC, the Contractor shall not vary the
quality or source of the material or the mix without written approval of the PMC.
1.9.4
CONCRETE CUBE TEST:
Quality of hardened concrete will be certified by the following procedures
a. The Engineer or his representative shall select random batches of concrete for examination without warning
the Contractor and sampling will generally be done at point of discharge from the mixer.
b. Rom the batches thus selected, 6 concrete cubes shall be made from any single batch, of these. 6 cubes
may be made from any single batch. Of these 6 cubes thus made, 3 cubes (each cube representing
Concrete of different batches) shall be tested at 7 days and the remaining 3 cubes shall be tested at 28
days.
c. All cubes shall be made, cured, stored, transported and tested in accordance with Indian standards. The
tests shall be carried out in a laboratory approved by the Engineer.
d. At least 6 cubes shall be made on each days concreting until 60 cubes have been made for each grade of
concrete. This is in initial period.
e. After the initial period, subject to the acceptance of the Engineer, the frequency at which the cubes shall be
made may be reduced as follows: 1 set of 6 cubes, on each day’s Concreting consisting of:
Signature of Tenderer with seal
135
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
i)
HINDUSTAN PREFAB LIMITED
1 set for every 10 Cum. or part thereof of concrete for critical structural elements like columns,
large cantilevers, plus:
ii) 1 set for every 40 Cum. or part thereof for all other elements. If concrete is latched at more than one
point simultaneously, the above frequency of making cubes shall be followed at each point
of batching.
iii) Of the cubes if each set shall be tested at 7 days and the remaining 3 cubes shall be tested at 28
days from the day of casting the cubes.
1.9.5
ACCEPTABILITY CRITERIA:
The strength requirement of any particular grade of concrete will be considered satisfactory if the 28 days
compressive strengths of individual sets (each set consists of 3 cubes) and of individual cubes satisfy the
following requirements:
FOR THE FIRST FIVE SETS:
a. The average strength determined from any group of three consecutive test cubes exceeds the specified
characteristic strength (F’ck) by not less than 0.8.
b. Only one individual cube test result in any set may fall below the specified characteristic strength provided that
this value is not less than 95% of the specified characteristic strength.
c. Provided that the average strength of any fifteen consecutive cubes exceeds the specified characteristic cube
strength by at least 0.9 times the current margin. All the subsequent test results may be considered acceptable
if:
i) The average strength as determined from any group of three consecutive test cubes exceeds the specified
characteristic strength (F’ck) by not less than 0.6 times the current margin.
ii) Only one individual cube test result in any set may fall below the specified characteristic strength provided this
value is not less than 90 % of the specified characteristic strength.
d. Whenever a mix is redesigned due to a change in the quality of Aggregate or of cement or for any other reason,
it shall be considered a new mix and initially be subject to the acceptability criteria as stated above.. The above
specification is based on an assumed standard deviation of 5.5 Mps, and a probability of concrete strengths
failing below the desired minimum strength of 1 to 20. In case quality control is very good at site and the cube
test results consistently show a standard deviation better than the standard deviation assumed here, the
Engineer may in his discretion reduce the required target strength F’cm for any particular grade of concrete, and
in the current margin.
e. If the concrete produced at site does not satisfy the above strength requirements, the PMC will reserve the right
to require the Contractor to improve the methods of batching, the quality of the ingredients and redesign the mix
with increased cement content if necessary. The Contractor shall not be claimed any extra cost for the extra
cement used for the modifications stipulated by the Engineer for fulfilling the strength requirements specified.
f.
It is the complete responsibility of the Contractor to design the concrete mixes by approved standard methods
and to produce the required concrete conforming to specifications and the strength requirements approved by
the Engineer. It is expected that the contractor will have competent staff to carry out this work.
g. As frequently as the PMC may require, testing shall be carried out in the field for:
i)
Moisture content of sand
ii)
Moisture content of Aggregates
iii)
Silt content of sand.
Signature of Tenderer with seal
136
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
1.9.6
HINDUSTAN PREFAB LIMITED
FAILURE TO MEET SPECIFIED REQUIREMENTS:
a. If from the cube-test results it appears that some portion of the works has not attained the required strength, the
PMC may order that portion of the structure be subjected to further testing of any kind whatsoever as desired by
the PMC including, if so desired by him, full load testing of the suspected as well as adjacent portions of the
structure as specified in the Conditions of contract. Such testing shall be at the contractor’s cost. If the strength
of concrete in any portion of the structure is lower than the required strength, but is considered nevertheless
adequate by the PMC so that demolition is not necessary, the Contractor shall be paid a lower rate such lower
strength concrete as determined by the PMC.
b. As frequently as the Engineer’s Representative may require, testing shall be carried out in the field for:
c.
i)
Moisture content of sand
ii)
Moisture content of Aggregates
iii)
Silt content of sand
iv)
Grading of sand
v)
Slump test of concrete
vi)
Grading of Aggregates
vii)
Concrete cube test
The Contractor shall provide and maintain at all times, until the works are completed, equipment and staff
required for carrying out these tests at his own cost. The Contractor shall grant the PMC or his representative full
access to this laboratory at all times and shall produce on demand complete records of all tests carried out on
site. Before concreting commences on any section of the works the contractor shall obtain approval of the PMC
or his Representative as regards the form and reinforcement confirming with the drawings. He shall also indicate
to PMC in writing and obtain his approval for position of construction joints the PMC or his representative’s
approval shall not relieve the Contractor of any of his obligations to comply with the provisions of this
Specification or contract.
1.9.7
ADMIXTURES:
Approved admixtures and air entraining may be permitted by the Engineer at his discretion provided that the
strength requirements are not affected by their use. Any cement saving due to their use will be to the benefit of
the EMPLOYER. The admixture will not be paid for separately. (IS 4926: 2003 Ready mix concrete code of
practice clause 4.50)
1.9.8
VOLUME, BATCHING WITH WEIGHT CONTROL:
Where volume batching with ‘eight control is specified by the Architect all measurements of coarse aggregates
and water shall be by volume and of cement by the bag, controlled by regular periodic weightings. In order to
ensure correct proportioning the following precautions shall be taken.
a. The contractor shall maintain at site suitable number of platform balances similar t the balance used for weighing
luggage at railway platforms, capable of weighing upto 200 kg. To the nearest 100 grams; the balance shall be
used for weighing cement bags and occasional boxes of sand and coarse aggregate as specified below.
b. The Contractor shall provide the mixer operator with standard measures for measuring the water to be used in
the mix.
Signature of Tenderer with seal
137
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
c. The quantity of water to be added to the mix shall be approved by the PMC or his representative and may be
adjusted by him as frequently as necessary in order to allow for the moisture content of the sand or coarse
aggregate and workability desired. On no account shall the Contractor allow more water to be added to the mix.
Concrete containing water in excess of that specified shall be rejected and not allowed for use in the works.
d. Sand and coarse aggregates shall be measured by volume. The size of measuring boxes or the depth to which
they are filled or both shall be adjusted to obtain the correct weight of each material specified by the Engineer for
that mix.
e. Every fifth or tenth measuring box of sand or of coarse aggregate shall be weighed on the balance to ensure that
filling of boxes is being uniformly done. Adjustments shall be made from time to time in the amount of each box
filled to take into account variations in moisture content and consequent bulking of sand. More frequent weighing
of boxes, particularly of sand if found to vary considerably in moisture content and building may be required by
the Engineer’s representative and shall be done by the Contractor without additional cost.
1.9.8.1 WEIGH BATCHING:
All structural concrete shall be weigh batched. All concrete ingredients except shall be batched by weight using a
weigh batcher of an approved make (15:2722 Portable swing weigh batchers for concrete). Batching shall be to
an accuracy of not less than 1/2 kg and the batcher shall be test for accuracy of calibration before
commencement of the works and at least once a week thereafter or more frequently if so required by the PMC.
For calibration & weighing equipment refer to Annexure of IS 4926: 2003 RMC code of practice.
Water shall be batched by weight or by volume measures as approved by the PMC. The method of batching
shall be such as will ensure in accuracy to 0.5 litres or better.
1.9.8.2 PLACING TEMPERATURES:
During extreme hot or cold weather, the concreting shall be done as per procedures set out in lS: 7861, Parts I &
II. Fine and coarse aggregates for concreting shall be dept shaded and the concrete aggregates sprinkled with
water for a sufficient time before concreting in order to ensure that the temperature of these ingredients in as low
as possible prior to batching. The mixer and batching equipment shall be also shaded and if necessary painted
white in order to keep their temperatures as low as possible. The placing temperature of concrete shall be as
taken to protect freshly placed concrete from overheating by sunlight in the first few hours of its laying. The time
of day selected for concreting shall also be chosen so as to minimize placing temperatures. In case of concreting
in exceptionally hot weather the PMC may in his discretion specify the use of ice must either flaked and used
directly in the mix or blocks used for chilling the mixing water. In either case, the Contractor shall not be paid any
extra on account of ice and additional labour involved in weighing and mixing etc.
1.9.8.3 TRANSPORTING, PLACING, COMPACTING AND CURING:
a. Transporting, placing, compacting and curing of concrete shall be in accordance with IS: 456. For workability ref
to clause 6.2 of IS 4926:2003 RMC code of practice.
b. All rubbish etc. inside the shuttering and curing of concrete shall be washed out immediately prior to placing of
concrete. A layer is placed and separate batches shall follow each other so closely that the succeeding layer
shall immediately below have taken initial set. The method of segregation, concreting of any portion or section o
the work shall be carried out in one continuous operation and no interruption o concreting work will be allowed
without approval of the Engineer or his representative. It should be held in position until air bubbles cease to
come to th surface and then slowly withdrawn so that the concrete can flow into the space previously occupied
by the vibrator. The vibrator shall not be dragged through the concrete nor used to help heaps of concrete to
spread out. It may be used vertically, horizontally or at an angle depending on the nature of the work.
Signature of Tenderer with seal
138
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
c. To secure even and dense surfaces free from aggregate pocket, vibration shall be supplemented by tamping or
rodding by hand in the corners of forms and along the form surfaces while the concrete is plastic.
d. A sufficient number of spare vibrators shall be kept readily accessible to the place of deposition of concrete to
assure adequate vibration in case of breakdown of those in use.
e. Form vibrators wt used shall be clamped to the sides of formwork and shall not be fixed more than 450 mm.
above the base of the new formwork and concrete shall be filled not higher than 230 mm. above the vibrator.
The formwork must be made serially strong and watertight where this type of vibrator is used. Care must be
taken to guard against over vibration especially where the workability or the concrete mix is high since this will
encourage segregation of the concrete. All concrete shall be protected from falling earth during and after placing.
Concrete placed in ground containing deleterious substances shall be kept free from contract with such ground
and with water draining there from during placing and for a period of seven days or as otherwise instructed
thereafter. Approved means shall be taken to protect immature concrete from damage by debris, excessive
loading, abrasion, vibrations, deleterious ground water, mixing with earth or other materials and other influences
that may impair the strength and durability of the concrete.
1.10
CONCRETE AT SITE
a. Weight batching shall be preferred at site but the PMC may permit designed mix to be converted to volumetric if
requested by the contractor on specific grounds. The contractor shall provide required boxes to measure the
ingredients of concrete.
b. The contractor shall provide concrete batch mixes, vibrators, weigh batches conforming to relevant IS
specification. The capacity and number of mixers an vibrators required at site from time to time shall be to the
approval of the PMC. N equipment from site shall be removed without the prior written approval of the PMC. The
contractor shall also maintain a platform weighing scale of capacity 300 kg with fraction upto 100 Gms at the
site.
As directed by the PMC, a weekly or periodic calibration of all machines shall be done and records of these
calibrations shall be maintained in a register. Regular maintenance of machinery shall also be carried out on a
weekly basis or as directed by the manufacturer of machines.
c. The mixer shall be run for a minimum period of 2 minutes after all materials are loaded in full quantity. The
concrete produced shall be uniform in colour and consistency.
d. The placing temperature of concrete shall not be more than 34o C. If it is more, the PMC may order addition of
ice or chilled water to the concrete. Also the contractor shall take the following precautions:
e. Mixers and weight batches shall be painted with white colour
f.
Aggregate storing bins shall not be exposed to the Sun.
g. Water shall be sprinkled on aggregates well before concreting to keep the temperature low.
1.10.1 SHRINKAGE CRACKS
Concreting shall be avoided in very warm weather, if necessary; it shall be covered with damped Hessian within
2 hours of placing of concrete. To achieve good results the concrete shall be immediately covered with a plastic
sheet and not allowed any direct wind contact. This shall eliminate shrinkage cracks.
1.10.2 LAYING OF CONCRETE
Concreting shall commence only after form work is approved, reinforcement is recorded and permission to
proceed with concreting has been approved in writing from the PMC.
Formwork should be clean, free from sawdust, pieces of wood or any other foreign material. It should have been
treated by form releasing agent prior to the laying of reinforcement and concrete.
Signature of Tenderer with seal
139
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Concrete shall be as gently deposited as is practically possible. In its final position to avoid re-handling and shall
be so deposited that segregation of aggregates does not occur. In case of deep trenches and footing, if may be
done with the help of a chute Columns and walls shall be so adjusted in form work so that maximum depth is 1.5
meter unless consented to by the PMC. Concrete from wheel barrows shall not be dumped away from the face
concrete already in place. It shall be dumped into the face of concrete already in place.
Concrete onto a sloping surface shall be discharged by providing a chute with a baffle and a drop at its end so
that the concrete remains on the slope.
Columns and walls shall be concreted in the operation to their full height to avoid any horizontal construction
joints as far as possible. All slabs, beams, wooden planks and cat-walk shall be provided clear of reinforcement.
Concrete shall be placed in position within 30 minutes from the time it is produced.
Concrete shall be laid during normal working hours. Concreting at night or on holidays shall be permitted only on
the written approval of the PMC.
1.10.3 COMPACTION OF CONCRETE
Concrete shall be thoroughly compacted, as depositing shall proceed by means of suitable vibrators. The
vibrators shall maintain the entire concrete under treatment in an adequate state of agitation and shall continue
during the whole period occupied by placing of concrete. Care shall be taken not to over- vibrate the concrete.
While withdrawing needles no holes should be visible in concreting. Compacting shall be completed before the
initial setting time. Concrete already set shall not be disturbed by successive vibrations.
It shall be ensured that the needle vibrators are not applied on reinforcement, which may destroy the bond
between concrete and reinforcement. When electric vibrators are in use, the standby petrol vibrator must always
be available at the concreting point.
1.10.4 CONSTRUCTION JOINTS
In large pours, it is practically not possible to carry on concreting continuously. Hence construction joints shall be
provided. Location of construction joint shall be submitted by the contractor for approval of the PMC. Such joints
shall be kept to a minimum. The joints shall be at places where shear forces nil or minimum and these shall be
straight and at right angles to the direction of the main reinforcement.
Stop ends provided shall be with necessary slots for reinforcement bars to pass freely without bending or any
other obstruction. Also a trapezoidal fillet nailed on stop board shall be provided to form a regular keyed joint.
Joints shall be straight and truly vertical or horizontal.
Before commencement of concrete, adjacent concrete stopper and surfaces shall be chipped and roughened to
expose aggregate, then wire brushed and cleaned. The concrete surface shall be sprayed with water for 24
hours before casting and kept wet until casting.
True horizontal joints shall also be provided with a keyed joint by inserting planed greased timber. It shall be
treated as above prior to the start of fresh concreting.
For vertical joints neat cement slurry shall be applied on the surface just before concreting. For horizontal joints,
the surface shall be covered with a layer of mortar about 10 to 15 mm thick composed of cement and sand in the
same ratio as the cement and sand in the concrete mix. This layer of cement slurry shall be freshly mixed and
applied just before concreting.
1.10.5 EXPANSION JOINTS
Expansion joints in different structural members shall be provided either as detailed in the drawings or as per
relevant standards
Signature of Tenderer with seal
140
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
1.10.6 CURING
Curing of concrete is most important. There shall be no compromise on this activity and it is for the contractor to
arrange for everything necessary to make sure that the concrete is cured to the complete satisfaction of the
PMC. As said above in Clause 11.7.3, after concrete has begun to harden i.e. about 1 to 2 hours after laying. It
shall be protected from quick drying with moist or damped Hessian cloth or any other material approved by the
PMC. After 24 hours of laying of the concrete, the surface shall be cured by flooding with water or covering with
damp Hessian cloth for a period of 7 days to keep it moist. For the next 7 days the surface shall be kept wet all
the time by sprinkling water continuously.
For membrane curing, details as listed in 12.5 of SP 24 shall be followed.
1.10.7 FINISHING
Concrete shall be finished keeping in mind the next operation to be carried out over the surface. For guidance
the following points shall be noted but the PMC shall be consulted prior to start of concreting and his decision in
this regard shall be final.
i)
Roof slab shall be troweled even and smooth with a wooden float.
ii)
The surface that will receive plaster shall be roughened immediately.
iii) Surfaces that will be in contract with any masonry work shall be roughened immediately.
iv) The surface that will receive mosaic floor or IPS or any other type of tiled work shall be roughened while it is
green. Every care shall be taken not to disturb the freshly laid concrete.
1.10.8 INSPECTION AND CORRECTIVE MEASURES
On removal of form work, the surface shall be examined by the PMC. Till such time, no remedial measures shall
be carried out by the contractor. All patching, rectification or chipping shall be done only on the PMC’s
instructions. In case of any violation of this rule, the concrete poured stands rejected. The decision of the PMC in
this regard shall be final and binding on all parties. Sagged, bulged, patched, honeycombed work shall stand to
be rejected for surface that are exposed, or required fair face finish or decorative textured finish. The PMC may
permit any work found structurally safe and areas of unexposed faces, for repairing. As directed by the PMC
these works shall be retained and the cost of repair shall be at the contractor’s account.
Cracks observed shall be brought to the notice of the PMC who shall examine them. It shall be kept under
observation and a record shall be maintained for a period of 45 days. It shall be shown to the Structural Engineer
and the following procedure shall be followed:
i)
Cracks not developing further and in the opinion of Structural Engineer not detrimental to the strength of the
construction shall be grouted with non shrinking cement slurry or as directed by the PMC.
ii)
Cracks developing further and in the opinion of the Structural Engineer, detrimental to the strength of
construction, shall be tested as per the relevant Indian Standard.
iii) Based on result of the test, the PMC in consultation with the structural engineer shall order remedial
measures or order the contractor to dismantle construction, cart away the debris, replace the construction
and carry out all the consequential works thereto.
iv) Cost of the above shall be borne by the contractor if the failure was on his part. In case it is due to design
faults, it shall be borne by the employer.
v) The decision of the PMC in this matter shall be final and binding on all parties. This decision shall not be
open for arbitration.
Signature of Tenderer with seal
141
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
1.10.9 QUANTUM OF CUBES AND TESTING
The minimum frequency of cube casting shall be as follows. Each sample shall consist of 6 cubes. As per
relevant IS code:
Concrete quantity
Number of Samples
Upto 5 Cu.m in a day
1
5 cu.m. to 15 cu.m.
2
15 cu.m. to 30 cu.m.
3
30 cu.m. to 50 cu.m.
4
More than 50 cu.m.
4 + one additional cube per each 50 cu m or part thereof.
Three cubes shall be tested on the 7th day and other three cubes on the 28th day.
1.10.10 ACCEPTANCE OF WORK
It shall be as given in IS 456, SP 23 and SP 24. The guidance brief is as under Part or element of work shall be
deemed to be accepted, provided the results of the 28th day cube testing conform to the stated as under
a) The average of the three consecutive cube’s strength shall not be less than the specified strength.
b) No individual cube strength shall be less than 90% of the specified strength.
c) If the individual cube strength exhibits more than 33% of the specified strength, such a cube shall be
classified as freak and the criteria in (a) and (b) shall be applied to the remaining two cubes and their
acceptability determined.
d) If the concrete tests fail to meet the acceptance criteria of the minimum strength required for respective
grades of concrete, the PMC may take one of the following decisions:
i. Instruct the contractor to carry out such additional tests (e.g. core tests, load tests etc) and / or remedial
measures to ensure the soundness of the structure at the contractor’s expense.
ii. Any decision to accept the work shall be entirely at the discretion of the engineer who may a reduction in the
rate of the appropriate item.
iii. The work will be rejected and any consequential action as needed shall be taken at the contractor’s
expense including cutting out and replacing a part or whole of the work.
iv.
1.11 CONCRETING UNDER SPECIAL CONDITIONS
1.11.1 WORK IN EXTREME WEATHER CONDITIONS
During hot or cold weather the concreting should be done as per the procedure set out in IS 7861 Part I or IS
7861 Part II or as directed by the PMC.
Signature of Tenderer with seal
142
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
1.11.2 UNDERWATER CONCRETING
The procedure set out under 13.2 of IS 456 shall be followed or as directed by the PMC
1.11.3 CONCRETING IN SEAWATER
The procedure set out under 13.3 of IS 456 shall be followed or as directed by the PMC
1.11.4 CONCRETING IN AGGRESSIVE SOILS AND WATER
Guidelines laid down in 13.4 of IS 456 shall be followed together with th instruction of the PMC
1.11.5 MEASUREMENTS
a. All works shall be measured in the decimal system.
i)
Dimensions shall be measured to the nearest 0.01 metre except for thickness of slab which shall be
measured to the nearest 0.005 metre.
ii)
Areas shall be worked out to the nearest 0.01 sq. m.
iii) Cubic contents shall be worked out to the nearest 0.01 cu. m.
All measurements of cutting shall, unless otherwise stated, be held to include the consequent waste.
b. Cement concrete work shall be classified as under:
i. Concrete cast-in-situ
ii. Precast concrete
Plain and reinforced
Plain and reinforced
iii. Pre stressed concrete
Cast-in-situ or pre-cast
c. All concrete, except as hereinafter provided, shall be measured in cubic meters.
d. The price of concrete shall include ingredient material, mixing, transporting, hoisting to any height and lowering
to any depth, pouring or laying, consolidating, leaving pockets, holes and protecting them till the next operation
or completion of work, hacking the surface to provide key for further work including cleaning, wetting surface etc.
and preparing construction joints as described in Clause 11.7.4 of this section.
e. Concrete processed in a special manner for any specific purpose, such as cooled, heated, water-proofed, acidproofed, heat-resistant shall be measured separately.
f.
Admixtures shall be used if necessary at the request of the contractor for workability and the price for that shall
deemed to be included in the contractor’s quoted price o concrete.
g. No reductions shall be made for :
i)
Ends of dissimilar materials (for example beams, posts, girders, purlins, corbels and steps) upto 500 sq.
cm in section.
ii)
Opening upto 0.1 Sq.mt.
iii) Volume occupied by reinforcement.
iv) Volume occupied by drainage, water pipes, conduits, etc. not exceeding 100 sq.cm in cross sectional
area.
Signature of Tenderer with seal
143
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
v) Small voids each not exceeding 40 Sq.mt. in section.
vi) Small moulds, drip moulds, chamfers, splays, rounded or covered angles, beads,
vii) Grooves and rebates upto 10 cm in depth and width.
h. Expansion joints shall be measured in running metre or sq. m. as the case may be. Price shall include required
shuttering, special treatment if any, filler and finishing material as detailed in drawing or the BOQ.
i.
Water proofing of concrete shall be measured separately as an extra over ordinary concrete stating the quantity
of water proofing material inliers or kilograms.
j.
Surface treatment shall be measured in square metres stating number of coats and proportioning of water
proofing liquid to water.
k. Cement grouting shall be measured in square metres and the mix specified.
l.
Grouting of holding-down bolts and providing temporary boxing or wedges to form holes shall be enumerated.
The mix shall be specified. The price shall include required shuttering, grouting etc.
m. To keep surface dry while concreting, dewatering due to rains and seepage shall be included in the price of
concrete.
Plum Concrete:
Providing
and
laying
plum
concrete
1:2:4
with
40%
boulders
with
necessary
compaction,vibration,formwork,scaffolding & curing etc. at all levels complete ( cement content not less than 185
per Cum and boulder of uniform avg. size 150mm )
1.12 MORTARS
1.12.1 Mortars shall be prepared by mixing fine graded aggregate with cement, in the proportion specified for respective
items of work as detailed in the BOQ. Mixing of mortars shall be done by mechanical mixers only. Hand mixing
may be permitted in specified cases on the written permission of the PMC.
1.12.2 Mortars shall be specified by proportion only and not by strength, volumetric mixing shall be based on dry
volumes of each ingredient. For convenience, measurement shall correspond to volume of one cement bag i.e.
0.035 Cu.mt. Boxes shall be of size of 40 x 35 x 25 cm. These shall be marked as mortar mixing boxes by red
pain and shall be used throughout the contract. Hand mixing or mechanical mixing proportions shall be done
with the use of these boxes.
1.12.3 Sand for plaster, masonry, PCC, RCC work at site should be used from Palar (River Sand).However the sand
quality must be got approved from Architect /PMC for RMC purpose.
1.13 BRICK WORK
1.13.1 MATERIAL
a) Sand for Masonry mortars: Unless otherwise indicated, sand for masonry mortars shall consist of natural sand
(generally termed as coarse sand) crushed stone sand or crushed sand or a combination of any of these
conforming to IS 2116-1965 specifications for sand for masonry mortars. Sand shall be hard durable, clean and
free from adherent coatings and impurities such as iron particles, alkalis, salts, coal, mica shale or similar
laminated or other materials exceeding the specified limit. Grading of sand shall be as under
Signature of Tenderer with seal
144
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Percentage passing by weight
IS Sieve
Unreinforced masonry
Reinforced masonry
`4.75 mm
100
100
2.36 mm
90-100
90-100
1.18 mm
70-100
70-100
600micron
40-100
40-100
300 micron
5-70
5-70
150 micron
0.75
0-10
b) The maximum quantities of clay, fine silt and fine dust in sand shall not be more than 4%. Organic impurities
shall be below that obtained by comparison with the standard solution specified in 6-2-2 of IS-2386 (Part II
1983). The coarse / fine sand shall be from approved sources.
c) Common Burnt clay building bricks (hereinafter termed as bricks shall conform to the requirements laid down in
IS-1077-1976 for common burnt clay building bricks. (Average compressive strength not less than 35
Kg/sq.cm.), sub Class-A as per parameters given in the IS regarding edges, dimensions etc. The overall
dimensions shall however be as per local practice of moulds. Water absorption after immersion in cold water for
24 hours shall not exceed 20% and grading for efflorescence shall be less than moderate. Bricks shall be free
from cracks, flaws and nodules of free lime. Dimension shall be all within tolerance. Under / over burnt bricks
and warped bricks shall be totally rejected.
d) Test check on random samples from each lot of bricks brought at site shall be carried out for compressive
strength and water absorption test. Results of these tests duly signed and dated by Contractor; Architect and
Project Manager shall be recorded in a separate register which shall be kept with the Project Manager.
1.13.2 Workmanship – Masonry Mortars
a) Preparation of cement mortars:
Mortars shall be of mix as indicated. The mixing specified is by volume. Mixing shall be done in a mechanical
mixer. The mortar shall be mixed for at least three minutes after adding of water. Cement mortar shall be freshly
mixed for immediate use. Any mortar which has commenced to set shall be discarded and removed from the
site.
b) Bond: All brick works shall be built in English bond, unless otherwise indicated. Half brick walls shall be built in
stretcher bond. Header bond shall be used for walls curved on plan for better alignment, header bond shall also
be used in foundation, and stretchers may be used when the thickness of wall renders use of header
impracticable. Where the thickness of footings is uniform or a number of courses, the top course of the footings
shall be of headers. For load bearing walls brick courses at DPC level and at all slab levels below the bearings of
slab shall be as bricks on edges.
Half or cut brick shall not be used except where it is necessary to complete the bond
Overlap in stretcher bond is usually half brick and is obtained by commencing each alternate course with a half
brick. The overlap in header bond which is equally half the width of the brick is obtained by introducing a three
quarter brick in each alternate course at quoins. In general, the cross joints in any course of brick work shall not
be nearer than a quarter of brick length from those in the course below or above it.
Signature of Tenderer with seal
145
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
c) Curing: The bricks shall be adequately wet before use and brick work shall be constantly kept wet for at least
seven days.
1.13.3 Half brick walls:
a) The bricks shall be laid in stretcher bond in cement and sand mortar 1:4 (1 cement: 4 coarse sand) or as
indicated. The reinforcement shall be 2 Nos. MS round bars or as indicated and as described in section VII steel
and iron work. The diameters of bars shall be 6 mm. The first layer of reinforcement shall be used at second
course and then at every third course of brick work. The bars shall be properly anchored (minimum 150 mm) at
their ends where the portions end or where these walls join with other walls. The inlaid steel reinforcement shall
be completely embedded in mortar. Overlap in reinforcement if any, shall not be less than 30 cm. The cover, i.e.
the mortar interposed between the reinforcement bars and brick shall not be less than 6 mm. The mortar
covering in the direction of joints shall be not less than 15 mm.
b) 43 Grade/Blended cement may be used for brick masonry and plaster as directed by Architect/PMC.
1.14 SOLID BLOCK MASONARY
The blocks of concrete shall be of approved mix to satisfy the crushing strength and water absorption test as per
IS: 2185 Part/1979
i)
Crushing strength not less than 50kg/sq cm.
ii)
Water absorption shall not be more than 10%. The finish of blocks shall be fairly good with sharp edges.
The mode of measurement shall be as per IS: 2195-Part/1979.
iii) Size of concrete block shall be 140mmx190mmx390mm for 390mm thick masonry and
90mmx140mmx390mm for 90mm thick masonry.
******
Signature of Tenderer with seal
146
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
SECTION – II
1.15
REINFROCEMENT AND FORM WORK
1.15.1 INDIAN STANDARDS
All relevant Standards as specified elsewhere in this Volume are applicable.
Indian Standards to be followed are:
1.
IS 226
Specification for structural steel standard quality
2.
IS 228
Methods for chemical analysis of steels
3.
IS 280
Specification for mild steel wire for general engineering purpose
4.
IS 303
Specification for plywood for general purpose.
5.
IS 432
Specification for mild steel and medium tensile steel bars and hard drawn steel
wires for concrete reinforcement.
Part – 1
Mild steel and Medium tensile steel bars
Part – 2
Hard drawn steel wire.
6.
IS 456
Code of practice for construction and design of reinforced concrete
7.
IS 723
Specification for steel counter sunk head wire nails.
8.
IS 808
Dimensions for hot rolled steel beams, channels and angle section
9.
IS 814
Covered electrodes for metal arc welding of structural steel.
10.
IS 961
Specification for structural steel: high tensile steel bars.
11.
IS 1139
Hot rolled M.S. medium tensile steel and high field strength deformed bars for
concrete reinforcement.
12.
IS 1387
General requirements for supply of metallurgical materials.
13.
IS 1599
Method for bend test for steel products other than sheets, strip, wire and tube.
14.
IS 1608
Method of tensile testing: steel products
15.
IS 1730
Dimensions for steel plates, sheets and strip for structural and general
engineering purpose.
Part 1
Plates
Part 2
Sheets
Part 3
Strips
16.
IS 1786
Specification for cold worked steel high strength deformed steel bars for
concrete reinforcement (Superceding IS 1139)
17.
IS 1977
Specifications for structural steel: ordinary quality.
18.
IS 2062
Specification for structural steel: fusion welding quality.
19.
IS 2502
Code of practice for bending and fixing of bars for concrete reinforcement
Signature of Tenderer with seal
147
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
20.
IS 3696
HINDUSTAN PREFAB LIMITED
Safety Code of scaffolds and ladders:
Part 1
Scaffolds
Part 2
Ladders
21.
IS 4014
Code of practice for steel tubular scaffolding. (Part 1 & 2)
22.
IS 4082
Recommendation on stacking and storage of construction materials at site.
23.
IS 8989
Safety code for erection of concrete framed structures
24.
IS 9417
Recommendations for welding cold worked steel bars for reinforced concrete
construction.
1.16.1 REINFORCEMENT
Reinforcement bars used in construction shall be mild steel or medium tensile round bars and high strength
deformed bars.
1.16.2 M.S. Plain
a) Rolled mild steel and medium tensile steel plain round bars used in concrete shall conform to IS 432 Part-I. Steel
received shall conform to the following IS with regards to manufacturing and chemical composition.
i) M.S. bar Grade I
Steel designation Fe 410-S of IS 226
ii) M.S. bar Grade II
Steel designation Fe 410-O of IS 1977
Medium Tensile Steel designation Fe 540 W-HT IS 961 Steel bars
b) National sizes and tolerances shall be as specified in IS 432 Part I. Physical requirements shall be determined in
accordance with IS 1608, read in conjunction with IS 226. For ready reference of minimum requirements,
properties are tabulated in table 11 of the Annexure.
1.16.3 Tor Steel
a) High strength deformed bars for use as reinforced in concrete shall be of grade Fe 415, Fe 500 and Fe 550
conforming to IS 1786.
b) Chemical composition shall conform to IS 1786 when made as a relevant part of IS 228. Permissible limits shall
be as shown in table 12 of the Annexure.
c) Welding of cold work steel bars in reinforcement shall be permitted as per IS 9417. (Recommendation for
welding cold worked steel bars for RCC)
d) Nominal sizes, cross sectional areas and their mass shall be as specified in IS 1786, allowing due consideration
for tolerance specified therein.
e) Physical properties
i.
It shall satisfy IS 1599 test for bend and re-bend test in conjunction with IS 226.
ii.
Bond requirements shall be deemed to have been satisfied if it meets clause 4.0 of IS 1786.
iii.
Tensile, proof stress and percent elongation shall be as per table 3 of IS 1786 and reproduced as table 13
of Annexure for ready reference.
Signature of Tenderer with seal
148
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
1.16.4 Quality of Material
a) Material received at site shall have ISI certification mark. Each bundle or coi containing the bars shall be suitably
marked with ISI certification mark. Also bars shall be marked to identify categories. This shall be done as per IS
1387.
b) In case bars are without ISI certification mark, the manufacturer shall give a certificate stating process of
manufacturer, chemical composition and mechanical properties. Each certificate shall indicate the number or
identification mark of the batch production / cast to which it applied. Corresponding number or identification mark
should be found on the material.
c) All reinforcement material shall be free from loose mill scale, excessive rust, loose rust, pitting, oil, grease, paint,
mud or any foreign deleterious material present on the surface. Cleaning shall be done to the satisfaction of the
PMC.
d) Each batch brought at site shall be tested prior to use for respective specification / Physical properties. Cost of
all such tests shall be borne by the contractor. Material acceptable as per IS shall be allowed into the works. All
rejected material shall be removed from site by the contractor within 3 days of rejection. If the same is not done,
the PMC shall impose a penalty of Rs. 500/- per metric ton per day. This will be without any appeal and shall not
be subjected to arbitration.
e) Reinforcement bars received at site shall be stored on hard concrete platform and clear of the ground with the
use of timber sleeper, concrete sleeper or any other means. Reinforcement material shall be kept covered by
tarpaulins or plastic to avoid corrosion and other contamination. It is advised to follow storage methods as
described in IS 4082.
1.16.5 Miscellaneous
a) Cover blocks shall be of non-corrosive material such as plastic but not wooden or broken bricks or stone.
Specially PVC made cover spacers shall be used in the Works. Concrete cover spaces may be permitted by the
PMC. Such concrete spaces shall be cast from concrete and not cement mortar. Strength of these blocks shall
be equal to the strength of concrete in use. These should be fully cured prior to use in works.
b) Binding wire shall be 16 gauge annealed wire conforming to IS 280. Binding shall be done as per direction of
structural consultant with double wire. It shall be free from rust, oil, paint, grease, loose mill scale or any other
deleterious material undesirable for the reinforcement and concrete or which may prevent adhesion of concrete
with reinforcement.
c) Deformed bars for concrete reinforcement and rolled mild steel and medium tensile steel conforming to IS 1139
shall be allowed in construction provided they are approved by the PMC.
d) Weight of reinforcement per meter shall be as follows:
1
6 mm
0.222 kg/Rmt
2
8 mm
0.395 kg/Rmt
3
10 mm
0.617 kg/Rmt
4
12 mm
0.888 kg/Rmt
5
16 mm
1.578 kg/Rmt
6
18 mm
1.998 kg/Rmt
7
20 mm
2.467 kg/Rmt
Signature of Tenderer with seal
149
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
8
22 mm
2.984 kg/Rmt
9
25 mm
3.853 kg/Rmt
10
28 mm
4.834 kg/Rmt
11
32 mm
6.313 kg/Rmt
12
36 mm
7.990 kg/Rmt
13
40 mm
9.865 kg/Rmt
1.16.6 Fabrication of reinforcement
a) Reinforcement shall be fabricated as per the drawing. Bending shall be done mechanically with use of machine
or if approved with hand but to the correct radius, with proper tools and platform and shall conform to IS 2502.
Bending of material shall be cold bending only. Material shall be inspected for visible defects such as cracks,
brittle, excessive rust, loose mill scale etc. Cracked ends of bars shall not be used in Works. Also the bars
should be free from any deleterious material and hence the best practice shall be to hose down reinforcement
just prior to concreting. It is important that bending, straightening, cutting etc. shall be carried out in a manner not
injurious to the material and the safety of the persons working should be ensured.
b) Anchoring of bars and stirrup shall be provided exactly as detailed in the structural drawing or as directed by the
PMC.
1.16.7 Lapping of bar:
Laps shall be strictly as per the drawing or as directed by the Structural Engineer for general guidance, the
following principles shall be followed as given in IS 456.
a) Splices shall be provided as far as possible away from sections of maximum stress and be staggered.
b) Not more than half of the total bars shall be spliced at a section.
c) Where more than one half of the bars are spliced at a section or where splices are made at points of maximum
stress, special precautions shall be taken, such as increasing the length of lap and / or using spirals or closely
spaced stirrups around the length of the splice.
d) Lap splices shall not be used for bars larger than 36 mm diameter, for larger diameters, bars may be welded. In
cases where welding is not practical, lapping of bars larger than 36 mm diameter may be permitted and
additional spirals should be provided around the lapped bars.
e) Lap length including anchorage value of hooks in flexural tension shall be LD (as defined in 25.2.1 of IS 456) or
30 dia whichever is greater and for direct tension 2 LD or 30 dia whichever is greater. The straight length of lap
shall not be less than 15 dia or 20 cm. Where LD is the development length as described in 25.2.1 of IS 456.
f)
When splicing of welded wire fabric is to be carried out, lap splices or wires shall be made so that the overlap
measured between the extreme cross wires shall be not less than the spacing of cross wires plus 10 cm.
g) The lap length in compression shall be equal to the development length in compression, calculated as described
in 25.2.1 of IS 456 or as specified in drawing but not less than 24 dia.
1.16.8 Spacing of bars
Bars shall be placed in position as shown in the drawing. Following guidelines as given in IS 456 shall be
followed in case of difficulties or shall be carried out as directed by the PMC.
a) Horizontal distance between two parallel main reinforcing bars shall usually not be less than the greatest of the
following.
Signature of Tenderer with seal
150
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
b) The diameter of the bars, if the diameters are equal.
c) The diameter or larger bar, if the diameters are unequal and 5mm more than the nominal maximum size of
coarse aggregate (by using reduced size of aggregate in congested reinforced area, conditions given hereof
should be overcome)
d) Greater horizontal distance should be provided. But when needle vibrators are used, distance between bars of a
group may be reduced to two-third of the nominal maximum size of the coarse aggregate, provided sufficient
space is left between groups of bars to enable the vibrator to be immersed.
e) Where there are two or more rows, the bars shall be vertically in line and the minimum vertical distance between
the bars shall be 15 mm two third the nominal maximum size of the aggregate or the maximum size of bar,
whichever is more.
1.16.9 Cover to reinforcement
Reinforcement shall have concrete cover and the thickness of such cover (exclusive of plaster or other
decorative finish) shall be as specified in drawing or as directed by the PMC. The following guidelines are to
be observed in the absence of the above.
a) At each end of the reinforcing bar, not less than 25 mm, nor less than twice the diameter of such bar.
b) For a longitudinal bar in a column, not less than 40 mm, nor less than the diameter of such bar. In case of
columns of minimum dimension of 200mm or under, whose reinforcing bars do not exceed 12 mm, a cover of 25
mm.
c) For longitudinal reinforcing bar in beam, not less than 25 mm, nor less than the diameter of such bar.
d) For tensile, compressive, shear or other reinforcement, in slab not less than 15 mm, nor less than the diameter
of such bar and
e) For any other reinforcement, not less than 15 mm, nor less than the diameter of such bar.
f)
Increased thickness shall be provided in case the concrete members are in the surrounding of harmful
chemicals; saline atmosphere etc. and the cover shall be 50 mm or more as directed by the PMC.
g) For concrete members totally immersed in seawater, the cover shall be 40 mm more than specified above (a) to
(f). This shall be 50 mm more for periodical immersion in sea water.
h) Concrete cover should not exceed 75 mm in any case. Cover to reinforcement shall be as specified in the
drawing or as directed by the PMC. Details given in sub Para (a) to (h) are for guidance and shall be followed in
absence of any specific direction.
1.16.10 Fixing in position
Correctly cut and bent bars shall be accurately placed in position as detailed in the drawing. Unless otherwise
specified by the PMC, reinforcement shall be positioned within the tolerance as under:
a) for effective depth 200 mm or less ±10 mm
b) for effective depth more than 200 mm ±15 mm
But in no case shall the cover be reduced by more than 5 mm of that specified.
There shall be no compromise on cover for foundation work. Reinforcing bars shall be held in position during the
placing of concrete by use of PVC or concrete cover blocks ( made of equal / of higher grade strength of well
cured concrete in use) steel chair spacers, steel hangers, supporting wires, etc. and secured by tying with an
annealed binding wire of 16 gauge as approved by the PMC.
Signature of Tenderer with seal
151
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Layer of bars shall be separated by precast concrete spacer blocks or spacer bars. Reinforcement shall be in
correct position prior to start of concreting. No reinforcing bar shall be placed on freshly laid concrete for
adjusting bar spacing. Care shall be taken to maintain reinforcement in position and keep it clean, throughout the
period till it is embedded in the concrete. For maintaining cover, pieces of broken stone or brick or wooden
blocks shall not be used at any stage. Binding wire used shall conform to IS 280.
1.16.11 Welded joints or mechanical connections
a) Welded joints or mechanical connections in reinforcement may be used but in all cases or important
connections, tests shall be made to prove that the joints are of the full strength of the connected bars. Welding of
reinforcement shall be done in accordance with IS recommendation.
b) Where reinforcement bars are bent aside at construction joints and afterwards bent back into their original
position, care should be taken to ensure that at no time is the radius of the bend less than 4 bar diameters in
case of plain mild steel or 6 bar diameters for deformed bars. Care shall be taken when bending back bars to
ensure that the concrete around is not damaged / disturbed.
c) Welding rods used shall conform to IS 814: covered electrodes for metal arc welding of structural steel. Work
shall be carried out by a competent welder. Samples from Work site shall be taken at regular intervals and
tested. Frequency and number of samples shall be as directed by the PMC.
1.16.12 Measurements
Reinforcement shall be measured as follows:
a) Lengths of different diameters of bars actually used included authorized overlaps shall be measured nearest
to a centimetre and their weight calculated as given in table 11.12.2.4. shall be used.
b) Chairs and spacer bars shall not be measured and paid. The contractor shall account for all these in his
quoted price.
c) In case of welded coupled joints, measurement for payment shall be equivalent to the length of overlap, as
per design
d) Price build-up shall include, in addition to cost of material.
e) Cover blocks of PVC or concrete.
f)
Spacer bars, chairs and unauthorized overlaps (Allowed for convenience)
g) Cutting, bending, placing and fixing in position.
h) Binding wire as approved.
i)
Wastage / Rolling margin.
j)
Cleaning of bars.
k) For purpose of reconciliation, maximum wastage permitted shall be 5% of the actual material used. Balance
amount shall be borne by the Contractors.
1.16.13 OPENING/ INSERTS
a) All required openings and pockets should be provided as detailed in the drawing with Hilti core cutter or sanitary
pipes, fire pipes, rainwater pipe and pipes for other services as per project requirement. The contractor shall
provide for the required materials, labour, for fixing and supporting during concreting. In his quoted price. It is
imperative that all openings and pockets shall be de-shuttered with care and all corners of openings shall be
preserved. All openings/pocked shall be in a correct line and level. After concreting, the openings shall be
secured against any accident by proper covering and guardrail and warning notice, if any.
Signature of Tenderer with seal
152
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
b) The contractor shall clean and grout the pocket at a later date with a non-shrinking compound added to the grout
mix or non-shrinking cement shall be used. It shall be well-cured and protected to correct line and level till
handling over.
c) Inserts are material such as timber, steel, plastic, and dowels. Bolts, locks, brackets, pipes, etc. left in concrete
partly or fully embedded to receive connection with foreign member at a later date. These may be fabricated by
the contractor or provided by the EMPLOYER as received from specialist, manufacturer, etc. These shall be
protected from weathering and damage in course of the construction. The cleaning required after concreting and
any treatment such as oiling, greasing or covering with paint etc. shall be carried out by the contractor at his
cost.
d) It is very important that the providing and fixing as contemplated in the tender / drawing shall be carried out with
the “utmost precision” and to the entire satisfaction of the PMC. Any deviation from that as shown in the
drawings or instructions shall be rectified by the contractor at his own cost and responsibility.
******
Signature of Tenderer with seal
153
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TABLE NO
PARTICULARS
1.
Limits of Deleterious Materials
2.
Grading of Coarse Aggregate
3.
All-In-Aggregate Grading
4.
Grading of Fine Aggregate
5.
Moisture Content and Bulking Percentage Relation of sand
6.
Permissible Limits for solids (in water)
7.
Grade of Concrete
8.
Minimum Cement content required in Cement Concrete
to ensure durability under specified conditions of Exposure
9.
Requirement for Concrete Exposed to Sulphate attack
10.
Compressive strength of cube expected for preliminary and work site.
11.
Mechanical properties of bars Mild steel and medium tensile steel bars
12.
Chemical Composite High strength Deformed Bars
13.
Mechanical Properties of High Strength Deformed bars and wires.
Signature of Tenderer with seal
154
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TABLES /TECHNICAL SPECIFICATIONS FOR IS 383, PERMISSIBLE LIMITS Etc.
TABLE – 1 (Sec 11.2.2.i)
LIMITS OF DELETERIOUS MATERIALS (AGGREGATES) [IS 383 – Table 1]
SR.
NO.
DELETERIOUS SUBSTANCE
METHOD OF
TEST
(1)
(2)
(3)
i)
Coal and lignite
ii)
Clay Lumps
-do-
iii)
Material finer than 75 – (MU) IS
Sieve
IS:2386
iv)
Soft fragments
v)
Shale
vi)
Total of percentage of all
deleterious materials (except
mica) including Sl. No. (i) To (v)
for Col. 4, 6 and 7 and Sl. No. (i)
and (ii) for Col. 5 only.
IS : 2386
(Part – II)
(Part – I)
IS : 2386
(Part – II)
IS : 2386
(Part – II)
---
FINE AGGREGATE
PERCENTAGE BY
COARSE AGGREGATE
PERCENTAGE BY
Weight,
Maximum
Uncrushed
(4)
Weight,
Maximum
Crushed
(5)
Uncrushed
Crushed
(6)
(7)
1.00
1.00
1.00
1.00
1.00
1.00
1.00
1.00
3.00
15.00
3.00
3.00
----
-----
3.00
-----
1.00
---
---
---
5.00
2.00
5.00
5.00
Note: 1 The Presence of mica in the fine aggregate has been found to reduce considerably the durability and
compressive strength of concrete and further investigations are underway to determine and extent of the deleterious
effect of mica. It is advisable, therefore, to investigate the mica content of fine aggregate and make suitable allowance
for the possible reduction in the strength of concrete mortar.
Note: 2 The aggregate shall not contain harmful organic impurities (tested in accordance with IS: 2386 [part–ii]) in
sufficient quantities to affect adversely the strength or durability of concrete. A fine aggregate which fails in the test for
organic impurities may be used, provided that, when tested for the effect of organic impurities on the strength of mortar,
the relative strength at 7 and 28 days, reported in accordance with 7 of IS : 2386 [Part–VI] – 1963 is not less than 95%
percent.
Signature of Tenderer with seal
155
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
. TECHNICAL SPECIFICATIONS
TABLE – 2 (Sec 11.2.2.ii)
GRADING OF COARSE AGGREGATES
[IS 383 – Table 2]
IS
Sieve
Designation
Percentage passing for single – sized Aggregate of Nominal
Size
Percentage passing for
Aggregate of Nominal Size
Graded
63 mm
40 mm
20 mm
16 mm
12.5
mm
10 mm
40 mm
20 mm
16 mm
12.5
mm
(1)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
(10)
(11)
80 mm
100
--
---
---
--
--
100
--
--
--
63 mm
85 to
100
100
--
--
--
-
--
--
--
--
40 mm
0 to 30
85 to
100
100
--
--
--
95 to
100
100
--
--
20 mm
0 to 5
0 to 20
85 to
100
100
--
--
30 to
70
95 to
100
100
100
16 mm
--
--
--
85 to
100
100
--
--
--
90 to
100
--
12.5 mm
--
--
--
--
85 to
100
100
--
--
--
90 to
100
0 to 5
0 to 5
0 to 20
0 to 30
0 to 45
85 to
100
10 to
35
25 to
55
30 to
70
4.75 mm
--
--
0 to 5
0 to 5
0 to 10
0 to 20
0 to 5
0 to 10
0 to 10
2.36 mm
--
---
--
--
--
0 to 5
--
--
--
10 mm
Signature of Tenderer with seal
156
DGM(Engg./T&M), HPL
40
85
to
0 to 10
--
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS
TABLE – 3 (Sec 11.2.2.iii)
ALL-IN-AGGREGATE GRADING
[IS 383 – Table 5]
Percentage for ALL IN Aggregate of
IS Sieve Designation
40 mm Nominal Size
20 mm Nominal Size
(1)
(2)
(3)
80 mm
100
--
40 mm
95 to 100
100
20 mm
45 to 75
95 to 100
4.75 mm
25 to 45
30 to 50
600 micron
8 to 30
10 to 35
150 micron
0 to 6
0 to 6
******
Signature of Tenderer with seal
157
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS
TABLE – 4 (Sec 11.2.2.iv)
GRADING OF FINE AGGREGATES
[IS 383 – Table 4]
IS Sieve Designation
Percentage Passing for
Grading Zone I
Grading Zone II
Grading Zone III
Grading Zone IV
10 mm
100
100
100
100
4.75 mm
90 to 100
90 to 100
90 to 100
90 to 100
2.36 mm
60 to 95
75 to 100
85 to 100
95 to 100
1.18 mm
30 to 70
55 to 90
75 to 100
90 to 100
600 micron
15 to 34
35 to 59
60 to 79
80 to 100
300 micron
5 to 20
8 to 30
12 to 40
15 to 50
150 micron
0 to 10
0 to 10
0 to 10
0 to 15
NOTE – 1 For crushed stone sands, the permissible Limit on 150 micron IS Sieve is increased to 20 percent. This does not
affect the 5 percent allowance permitted in 4.5 applying to other sieve sizes.
NOTE – 2
Fine Aggregate complying with the requirements of any grading zone in this table is suitable for
concrete but the quality of concrete produced will depend upon a number of factors including proportions.
NOTE – 3
Where concrete of high strength and good durability is required, fine aggregate conforming to any one
of the four grading zones may be used, but the concrete mix should be properly designed. As the fine aggregate grading
becomes progressively finer, that is, from Grading Zones I to IV, the ratio of fine aggregate to coarse aggregate should be
progressively reduced. The most suitable fine to coarse ratio to be used for any particular mix will, however, depend upon
the actual grading, particle shape and surface texture of both fine and coarse aggregates.
NOTE – 4 It is recommended that fine aggregate conforming to Grading Zone IV should not b used in reinforced concrete
unless tests have been made to ascertain the suitability of proposed mix proportions.
******
Signature of Tenderer with seal
158
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS
TABLE – 5 (Sec 11.2.2.v)
MOISTURE CONTENT & BULKING PERCENTAGE RELATION FOR SAND
Moisture - Content % by Weight
Bulking & (Volume)
2
15
3
20
4
25
5
30
******
Signature of Tenderer with seal
159
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS
TABLE – 6 (Sec 11.2.2.vi)
PERMISSIBLE LIMITS FOR SOLIDS (in water)
Permissible Limit, Maximum
Organic
200 mg/l
Inorganic
3000 mg/l`
Sulphates (as SO4)
500 mg/l
2000 mg/l for plain concrete work and 1000 mg/l for
Chlorides (as C1)
reinforced concrete work
Suspended matter
2000 mg/l
******
Signature of Tenderer with seal
160
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS
TABLE – 7 (Sec 11.2.2.vii)
GRADE OF CONCRETE
[IS 456 – TABLE 2]
GRADE DESIGNATION
SPECIFIED
CHARACTERISTIC
STRENGTH AT 28 DAYS
1
2 [N/Sq. mm]
M 10
10
M 15
15
M 20
20
M 25
25
M 30
30
M 40
40
COMPRESSIVE
NOTE – 1 In the designation of a concrete of mix, letter M refers to the mix and the number to the specified
characteristic compressive strength of 15 cm cube at 28 days, expressed in N/Sq. mm.
NOTE – 2 M 5 and M 7.5 grade of concrete may be used for lean concrete bases and simple foundations for masonry
walls. These mixes need not be designed.
NOTE – 3 Grades of concrete lower than M 15 shall not be used in reinforced concrete.
******
Signature of Tenderer with seal
161
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS
TABLE – 8 (Sec 11.2.2.viii)
MINIMUM CEMENT CONTENT REQUIRED IN CEMENT CONCRETE TO ENSURE DURABILITY UNDER
SPECIFIED CONDITIONS OF EXPOSURE
[SP – 23 – Table 23 & IS 456 – Table 19]
EXPOSURE
PLAIN CONCRETE
MINIMUM
MAXIMUM
CEMENT
WATER
CONTENT
CEMENT
RATIO
(1)
(2)
Kg/m3
REINFORCEMENT
MINIMUM
MAXIMUM
CEMENT
CONTENT
(3)
WATER
CEMENT
RATIO
(4)
Kg/m3
Mild – for example, completely protected against weather, or
aggressive conditions, except for a brief period of exposure to
normal weather conditions during construction.
220
0.7
300
0.55
Moderate – for example, sheltered from heavy and wind
driven rain and against freezing, whilst saturated with water;
buried concrete in soil and concrete continuously under water
240
0.6
300
0.50
Severe – For example, exposed to sea water, alternate
wetting and drying and to freezing whilst wet, subject to
heavy condensation or corrosive fumes.
250
0.5
320
0.45
NOTE – 1 When the maximum water cement ratio can be strictly controlled, the cement content in the above table
may be reduced by 10 percent.
NOTE – 2 The minimum cement content is based on 20 mm, aggregate. For 40 mm aggregate, it should be reduced
by about 10 percent; for 12.5 mm aggregate, it should be increased by about 10 percent.
******
Signature of Tenderer with seal
162
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS
TABLE – 9 (Sec 11.2.2.ix)
REQUIREMENT FOR CONCRETE EXPOSED TO SULPHATE ATTACK
[SP – 23 – Table 24 & IS 456 – Table 20]
CLASS
IN
GROUND
WATER
IN SOIL
TOTAL SO3
(PERCENT)
SO3 IN 2:1
WATER
EXTRACT g/l
(1)
REQUIREMENTS FOR DENSE FULLY
COMPACTED CONCRETE MADE WITH
AGGREGATE COMPLYING WITH IS :
383-1970*
CONCENTRATION
OF
TYPE OF CEMENT
SULPHATES EXPRESSED AS SO3
(PARTS
PER
100000)
MINIMUM CEMENT
CONTENT
MAXIMUM FREE
WATER /CEMENT
RATIO
(2)
(3)
(4)
(5)
(6)
(7)
Less than 0.2
--
Less than
30
Ordinary Portland cement or
Portland slag cement or
Portland pozzolana cement
280 kg/m3
0.55
330 kg/m3
0.50
310 kg/m3
0.50
330 kg/m3
0.50
0.2 to 0.5
--
30 to 120
Ordinary Portland cement or
Portland slag cement or
Portland pozzolana cement
Super sulphated cement
0.5 to 1.0
1.9
to
3.1
120 to 250
Super sulphated cement
Signature of Tenderer with seal
163
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS
TABLE – 10 (Sec 11.2.2.x)
COMPRESSIVE STRENGTH OF CUBE EXPECTED FOR PRELIMINARY & WORK SITE
[SP – 23 – Table 24 & IS 456 – Table 21]
CONCRETE MIX
SPECIFIED
28TH DAY CUBES TEST
STRENGTH
7TH DAY WORK
Kg/Sq cm
PRELIMINARY
TEST Kg/Sq cm
WORKSITE TEST
Kg/Sq cm
Kg/Sq cm
M 10
100
135
100
70
M 15
150
200
150
100
M20
200
260
200
135
M25
250
320
250
170
M30
300
380
300
200
NOTE – 1
This table applies only to concrete made with 20 mm aggregate complying with the
requirement of IS : 383 – 1970* placed in near-neutral ground water of pH 6 to 9, containing naturally occurring
sulphates but not contaminants, such as ammonium salts. For 40 mm aggregate the value may be reduced by
about 15 percent and for 12.5 mm aggregate, the value may be increased by about 15 percent. Concrete prepared
from ordinary Portland cement would not be recommended in acidic conditions (pH 6 or less). Super sulphated
cement gives an acceptable life, in minerals acids, down to pH 3.5, provided that the concrete is dense and
prepared with water / cement ratio of 0.4 or less.
NOTE – 2 The cement contents given in class 2 are the minimum recommended. For SO3 contents near the
upper limits of class 2, cement contents above these minimum are advised.
NOTE – 3 Where the total SO3 in Col. 2 exceeds 0.5 percent, then a 2:1 water extract may result in a lower site
classification if much of the sulphate is present as low solubility calcium sulphate.
NOTE – 4
For severe conditions such as thin sections under hydrostatic pressure on one side only and
sections partly immersed, considerations should be given to a further reduction of water-cement ratio, and if
necessary an increase in the cement content to ensure the degree of workability needed for full compaction and
thus minimum permeability.
NOTE – 5
Portland slag cement conforming to IS: 455 with slag content more than 50 percent exhibits
better sulphate resisting properties.
NOTE – 6
Ordinary Portland cement with the additional requirement that C3 A content be not more than
5 percent and 2 C3 A + C4 AF (or its solid solution 4 Cao, Al2 O3, Fe2 O3 + 2CaO, Fe2 O3) be not more than 20
percent may be used in place of super sulphated cement. * Specification for coarse and fine aggregates from
natural sources for concrete (second revision)
*****
Signature of Tenderer with seal
164
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS
TABLE – 11 (Sec 11.2.2.xi)
MECHANICAL PROPERTIES OF BARS
MILD STEEL & MEDIUM TENSILE STEEL BARS
[IS 432 Tables – 1]
SR.
NO.
1.
2.
3.
ULTIMATE
TENSILE
STRESS
YIELD
STRESS
ELONGATION*P
ERCENT
MIN.
MIN.
MIN.
For bars up to and including 20 mm
410
250
23
For bars over 20 mm, upto and including 50 mm
410
240
23
For bars up to and including 20 mm
370
225
23
For bars over 20 mm, upto and including 50 mm
370
215
23
For bars up to and including 16 mm
540
350
20
For bars over 16 mm, upto and including 32 mm
540
340
20
For bars over 32 mm, upto and including 50 mm
510
330
20
TYPE AND NOMINAL SIZE OF BARS
Mild Steel Grade I
Mild Steel Grade II
Medium Tensile Steel
* Elongation on a gauge length 5.65 √so where so is the cross sectional area of the test piece.
Signature of Tenderer with seal
165
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS
TABLE – 12 (Sec 11.2.2.xii)
CHEMICAL COMPOSITION
HIGH STRENGTH DEFORMED BARS
[IS 1786]
Constituent
For ladle analysis of steel when made as per
relevant parts of IS 228 Percent Maximum*
For product analysis Variation, Over
Specified Maximum Limit, Percent, Max
Fe 415
Fe 500
Fe 550
Limit % Maximum
Carbon
0.30
0.30
0.30
0.02
Sulphur
0.060
0.055
0.055
0.005
Phosphorus
0.060
0.055
0.050
0.005
Sulphur & Phosphorus
0.11
0.105
0.10
0.010
* NOTE – 1
maximum.
For guaranteed weldability, the percentage of carbon shall be restricted to 0.25 percent
* NOTE – 2
Addition of micro alloying elements is not mandatory for any of the above grades. When
strengthening elements like Nb, V, B and Ti are used individually or in combination, the total contents shall not exceed
0.30 percent; in such case manufacturer shall supply the purchaser or his authorised representative a certificate
stating that the total contents of the strengthening elements in the steel do not exceed the specified limit.
Signature of Tenderer with seal
166
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS
TABLE – 13 (Sec 11.2.2.xiii)
MECHANICAL PROPERTIES OF HIGH STRENGTH
DEFORMED BARS AND WIRES
[IS 1786 Table – 3]
SR. NO.
(1)
PROPERTY
GRADE
(2)
Fe 415
Fe 500
Fe 550
(3)
(4)
(5)
i)
0.2 percent proof stress/yield
stress, Min, N/Sq mm.
415.0
500.0
550.0
ii)
Elongation, percent, Min, on gauge
length 5.65 VA, where A is the
cross sectional area of the test
piece.
14.11
12.0
8.0
10 percent more than
the actual 0.2 percent
proof stress but not
less than 485.0 N/Sq
mm.
8 percent more than
the actual 0.2 percent
proof stress but not
less than 545.0 N/Sq
mm.
6 percent more than
the actual 0.2 percent
proof stress but not
less than 585.0 N/Sq
mm.
iii)
Tensile strength, Min
Signature of Tenderer with seal
167
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS - Civil
2.1.1
General:
2.1.1
These specifications shall be read in conjunction with the latest, specifications. In case these specifications are
found wanting in any way the relevant C.P.W.D. specifications shall apply.
2.1.2
Materials to be approved/Best Quality: The whole of the materials, employed in connection with the permanent
work, shall be new and of the best of its kind. All materials shall be in accordance with these specifications and
shall be as approved by the Architect.
2.1.3
Standards:
Except where otherwise specified and permitted by the Architect, all materials shall conform to the latest edition
of Indian Standard Specifications.
2.1.4
All:
Specialized work such as Termite treatment, Metal doors and windows, tiling, roof insulation, water and damp
proofing, structural steel work, glazing, dropped ceiling, painting, and rendering, road work, all plumbing, sanitary
and electrical work, fittings and fixtures and horticulture work etc. shall be got done/fabricated erected/installed
by approved specialized agencies.
2.2.1
EARTH WORK
General:
Excavation, Backfilling and Leveling: Excavation shall confirm to the limits indicated on the drawings and shall
not be made below the levels fixed by the Architects or Consulting Engineer except where rock is encountered or
for removal of unstable materials is required and any additional cost for additional offset shall be borne by the
contractor. Unless otherwise specified provision for shoring / structuring / packing, pumping, dredging and bailing
out water whether subsoil or rain water shall be at the contractors own expense. Rock excavation shall include
removal of ledge rock, concrete or masonry structures which required drilling or controlled blasting and boulders
larger than half cubic yard in volume where trenches are in deep or bad grounds, the sides of the trenches shall
be supported with suitable timbering. Trenches shall be backfilled in selected excavated materials in 200mm
layer and carefully rammed and consolidated with addition of water if required, and compacted to 95% of
maximum density at optimum moisture content to preclude subsequent settlement.
2.2.2
INDIAN STANDARDS
All relevant Standards as specified elsewhere in this Volume are applicable.
Indian Standards to be followed are:
a) IS 1498
Classification and identification of soils for general Engineering purpose.
b) IS 3764
Safety code for excavation Work.
c) IS 4081
Safety code for blasting and related drilling Operation.
d) IS 6313
Part –1 Code of practice for anti-termite measures in buildings: constructional measures.
Part –2 Code of practice for anti-termite measures in buildings: Pre constructional
chemical treatment measures.
e) SP 27
Hand book of method of measurement of buildings works.
f)
Explosive Rules 1940.
Signature of Tenderer with seal
168
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
2.2.3
HINDUSTAN PREFAB LIMITED
SITE CLEARANCE
a) Prior to the start of any activity of earth work the area under construction shall be cleared of shrubs, vegetation,
grass, brushwood, trees and saplings of girth up to 30cm measured at a height of 1 meter above ground level.
All rubbish must be removed and stacked at distance of 50 cm outside the periphery of the area clearance or
location as decided by the PMC.
b) The rate of such clearance is to be included in the rate of other earth-work items.
2.2.4
SETTING OUT
a) Bench Marks and Reference Lines shall be finalized by the PMC. The contractor shall prepare detailed setting
out drawings based on the layout of Architectural drawings and those shall be submitted to the PMC prior to
commencement of work.
b) The contractor shall do the setting out with the use of Theodolite or like instruments at site, based on details
given to him. He shall erect timber profiles, masonry pillars, burjis etc. for his use. All markings on these shall be
painted with red colour and they shall be maintained for the entire duration of the project. Setting out shall be
approved by the PMC before the commencement of any work.
c) The rate for the earth work items shall include expenses for all such work including labour, material and
equipment / instruments etc.
2.2.5
EXCAVATION IN SOILS
a) Surface dressing
Trimming of natural ground, excavated surfaces and filled up areas to remove vegetation and / or small
inequality not exceeding 15 cm in depth shall be described as surface dressing.
b) Rough excavation
Excavation not requiring dressing of sides and bottom and reduction to exact levels, such as winning earth from
borrow pits, hill side cuttings, etc. shall be described as rough excavation.
c) Trenches for pipes / cables
It shall be detailed with nominal dia of pipe / cable. Required bottom width allowance for concrete foundation for
laying pipes, working area, grip require for socketed pipe, return fill, ramming and removal of surplus soil shall be
part of this item unless otherwise specified. It shall generally be measured in running meter unless otherwise
noted in the BOQ.
d) Post holes
Independent post holes (or similar holes) each exceeding 0.5 cu m shall generally be enumerated. Rate shall
include return fill, ramming and removal of surplus soil.
e) General
i.
The excavated earth shall be thrown or disposed off beyond 50 m periphery of the building. Earth suitable
for backfilling shall be stacked separately Subsequent disposal of the surplus and unsuitable material shall
be as per the respective items. Foundations, trenches shall be dug out to the exact dimensions as shown in
the drawing or as directed by the PMC.
ii.
In firm soil, the sides of the trench shall be kept vertical upto a depth of 2 m. If the trench is to be deeper, it
shall be in the form of steps of 50 cm, at every 2 m depth. This shall be suitably increased or decreased as
Signature of Tenderer with seal
169
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
per site conditions and type of soil met with. This shall be to the approval of the PMC. Sloping of sides also
may be adopted.
iii.
The bed of trenches shall be firmly consolidated and leveled by watering and ramming of the soft soil.
Defective spots shall be dug out and filled with concrete of the same mix as of PCC or as directed by the
PMC. Cost of digging and filling with concrete shall be paid extra if excavation and PCC is measured
separately.
iv.
If excavation is done to a depth greater than that required, excess depth shall be back filled with the same
mix as of PCC or as directed. Cost of such concrete shall be to the contractor’s account.
v.
Excavated trenches shall have to be approved by the PMC prior to laying of PCC or any other Permanent
Work.
vi.
Excavation for drains shall be carried out with extra care to cut the sides and bottom exactly to the required
shape, slope and gradient. Filling for excess excavation shall be done at the contractor’s cost in consultation
with the PMC.
vii.
Excavated materials shall not be placed within 1 m of the edge of the trench or half the depth of the trench,
whichever is more.
viii.
Excavations for column footings shall be carried to depths indicated in the drawings. Safe bearing capacity
at such depth shall be verified to comply design requirements. If ordered by the PMC, appropriate tests shall
be carried out by the contractor.
f)
Protection
i.
Fencing and / or other suitable measures for protection against risk of accidents due to open excavation
shall be provided by the contractor at his cost.
ii.
Where excavation is to be carried out below the foundation level of an adjacent structure, and to avoid
underpinning, precautions such as shoring and strutting, etc must be taken. No excavation should start till
such measures are taken to the satisfaction of the PMC. Payments for such work shall not be made
separately unless specified otherwise.
2.2.6
EXCAVATION SOFT ROCK
a) This shall be carried out by crowbars, pickaxes or pneumatic drills or any other suitable means. Blasting may be
permitted if the contractor so desires but no extra money shall be paid for blasting. Measurement shall be in
cubic meter.
b) Other general details same as clause (g) and its sub clauses.
2.2.7
EXCAVATION IN HARD ROCK (rock is also anticipated as per soil report)
a) General
On meeting hard rock that requires blasting, the contractor shall inform the PMC.
On approval in writing, blasting operation shall start if the contractor feels it necessary and so desires.
i.
The contractor shall obtain the necessary license from the District Authorities for undertaking blasting work
and explosive storing as per Explosive Rules 1940, and as updated. Explosive shall only be procured from
an authorized dealer. He shall be responsible for the safe custody and proper accounting of explosives. The
PMC shall have access to the store.
ii.
The contractor shall be responsible for any accident to those working on the site, to the public or to property
due to blasting operations.
Signature of Tenderer with seal
170
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
b) Precautions
2.2.8
i.
Safety measures to be adhered to shall be as detailed in IS 4081, Safety Code of Blasting (as amended
from time to time, and to related drilling operations). Also digest No. 37 of C.R.C. and I.R.C.A. Road tariff
No. 18 shall be adhered to.
ii.
Blasting operation shall be carried out under the supervision of a responsible authorized agent of the
contractor. Timings shall be as approved by the PMC in writing. Lunch break will be preferred. The
authorized agent of the contractor should be well conversant with the rules and regulations of blasting
operations. Further the contractor shall be employing licensed blasters for actual operation.
iii.
All proper precaution for safety shall be taken. All persons shall be moved away to a distance not less than
200m. All entries shall be sealed and red flags displayed at prominent places.
iv.
Blasting shall be done only with gunpowder. Dynamite, gelignite, or any other high explosive shall be used
only with written permission of the PMC.
v.
The number of charges to be fired and the actual number of shots heard shall be counted and the
contractor’s agent shall satisfy himself by examining that all charges have exploded. Only then shall
workmen be allowed to start work. Unexploded charges shall be flooded with water, a new hole drilled and
exploded again.
vi.
The PMC shall be informed about all misfires, their causes and the remedial steps taken.
CLASSIFICATION
2.2.8.1 All soils comprising any of the following:
a) Vegetable or organic soil, turf, sand, silt, loam clay, mud, peat, black cotton soil, soft shale or loose murum.
b) Any mixture of soils (a)
c) Mud concrete below ground level.
d) Generally any material which yields to the ordinary application of pickaxe and shovel or to phawra, rake or other
ordinary digging implement and not affording resistance to digging greater than mentioned in (a) to (c )
e) Stiff heavy clay, hard shale, or compacted murrum requiring close application or a grafting tool or pick or both
and shovel.
f)
Gravel and cobblestone (cobblestone is a rock fragment), usually rounded, having maximum dia in one direction
of 75-300mm.
Soft rock comprising any of the following:
a) Soling of roads, paths etc and hard core.
b) Macadam surfaces of any description, (water bound, grouted, tarmac, etc)
c) Lime concrete, stone masonry, in lime mortar and brick work in lime or cement mortar, below ground level.
d) Soft conglomerate, where the stones may be detached from the metric with picks, crow which may be quarried
our split with a crowbar.
e) Limestone, sandstone, laterite, hard conglomerate or other soft or disintegrated rock which may be quarried or
split with a crowbar.
Signature of Tenderer with seal
171
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
f)
HINDUSTAN PREFAB LIMITED
Unreinforced cement concrete as well as reinforced cement concrete which may be broken up with crowbars or
pickaxes and stone masonry in cement mortar, below ground level.
g) Boulders nor requiring blasting, rock fragments usually rounded by weathering, disintegration and exfoliation or
abrasion water or ice, having maximum dia length in any direction of 500 mm, found loose, embedded etc.
h) Other varieties of rock which would normally be removed with pick, crowbars, wedges and hammer with only a
little difficulty.
Hard rock comprising any of the following
a) Any rock or cement concrete in excavation for which the use of mechanical equipment or blasting is required.
b) Reinforced cement concrete.
c) Boulders bigger than ½ cubic meter requiring blasting.
d) Hard rock as in (a) to (c ) requiring blasting but prohibited from doing so for any reason and excavation has to be
carried out by chiseling, wedging or any other agreed method.
2.2.9
FILLING
a) Filling shall be done where required with approved quality of earth. It may be from excavation and where
possible, cutting and filling shall be done simultaneously to avoid double handling.
b) Filling shall be done in layers not exceeding 20 cm in depth. Earth used shall be free from roots, grass and
rubbish and all lumps and clods exceeding 8 cm in any direction shall be broken down. Each layer shall be
watered with optimum moisture content to achieve 90% consolidation. Consolidation shall be by mechanical
rammers or roller of minimum half-ton weight. Where the roller cannot work, wooden or steel rammers of seven
to ten kg weight with flat base of 20 sq.cm or 20 cm dia should be used. Labour for ramming shall be at least 1
for every 6 diggers. In embankment or banking, every third layer of earth shall be rolled and consolidated with
power roller of minimum eight ton weight.
2.2.10 PLANKING AND STRUTTING
In case of deep trenches where the soil is soft and not capable of being retained without the help of support,
planking / strutting as required shall be carried out. It shall be th responsibility of the contractor to take steps to
prevent slide / collapse. Method of planking / strutting will be largely influenced by the type of soil encountered
and as approved by the PMC.
2.2.11 DISPOSAL OF SURPLUS EARTH
a) Surplus earth shall be used to the maximum extent in the compound. Earth useful for filling shall be separately
stacked as directed by the PMC from time to time. Approved quality earth shall e used in the filling. It shall be
consolidated as detailed and approved by the PMC.
b) Rate for excavation shall include sorting out of useful materials.
c) All surplus and unusable earth shall be disposed off outside the plot but at a location approved by local authority
and confirming to their specification. The constructor shall quote his rate for disposing off or carting away the
items considering requirements and standards of the local authority with whose permission surplus and unusable
earth shall have to be disposed off.
2.2.12 DEWATERING
Bailing or pumping out of water that may have accumulated due to rains, subsoil seepage, tidal waves, or any
other means shall be carried on continuously and the area shall be kept dry for the following operations.
Signature of Tenderer with seal
172
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
a) Measurements
b) Concreting or masonry work
c) Shuttering and reinforcement
d) Backfilling
e) Line out
Any other reason deemed fit by the PMC.
f)
2.2.13 SAND FILLING
The sand shall be free from any organic and deleterious materials as detailed in I.S. It should be suitable for
compaction. Filling shall be in layers of 15 to 20 cm. Watered wit optimum moisture content and mechanical
rammers. Measurement shall be for compacted volume in cubic meters.
2.2.14 MEASURMENT
The following shall not be measured separately and allowance for the same shall be deemed to have been made
in description of the main item.
a) Setting out works, erecting profiles, etc.
b) Site clearance such as clearing of shrubs, brushwood, small trees not exceeding 30cm in girth measured at one
meter above ground.
c) Unauthorized battering or benching of excavation.
d) Forming (or leaving) DEAD MEN or TELL-TALES in borrow pits and their removal after measurements.
e) Forming or leaving steps in the sides of deep excavation and their removal after measurements.
f)
Excavations for insertion of planking and strutting.
g) Removing slips or falls in excavations.
h) Dewatering by bailing or pumping out of water in excavations from rains, sub-soil water, tides undercurrents etc.
i)
Slinging or supporting pipes electric, cables etc met during excavation or while carrying out any other item of
work.
j)
Dressing, trimming of sides, leveling or grading and ramming of bottoms. Soils, soft rocks, hard rocks shall be
measured as per SP 27 Part I except for the followings:
i.
Filling shall be in cubic meter for consolidated volume. The lift shall be considered from made up ground
level.
ii.
Planking and strutting required to be left in position shall be measured separately.
iii.
The PMC’s permission in writing shall have to be obtained for this. In no other case shall payment be made
for planning and strutting, if carried out.
iv.
Lead and lifts shall be as per the BOQ. Post holes, trenches for cables and pipes shall be measured as
detailed in clause 5 and clause 4.6 and shall be part of the respective piping, cabling item.
v.
Excavation shall be paid for in the PCC area, and level shown in drawings or as approved by the PMC.
Working space shall not be considered.
Signature of Tenderer with seal
173
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
vi.
HINDUSTAN PREFAB LIMITED
Back filling of foundation is part of excavation and not paid separately.
k) Void percentage considered for computing net quantities shall be
i.
- Loose Earth 20%
ii.
- Hard Rock 40%
RUBBLE: The rubble shall be trap, granite, or any other approved stone and shall be sound, hard, tough, durable,
dense, clean and free from laminations, soft spots, cracks, decay, weathering and other defects. The stones shall
be broken rubble with water absorption as low as possible but not more than 5%.
The shape of the stones shall be regular as can be obtained by quarrying without attempt at shaping or dressing.
They shall be sufficiently flat bedded. The stones shall be broken with the smallest dimensions equal to the
specified thickness of soling. The length and breadth shall not generally exceed twice its thickness & each stone
shall be in one piece for the full depth of soling.
Preparation of sub-grade: All the fillings shall be watered and compacted to get maximum consolidation. All the
necessary trimming or filling for the laying of the soling inline and required grade shall be done. The sub grade
shall be marked by stakes and strings for the required depth for laying of the soling.
Laying soling: Unless otherwise specified the thickness of the rubble soling shall be 23cm. The stones shall be
closely hand packed on the prepared bed with the largest face downwards and in contact with each other. The
stones shall break joints as far as possible. The full thickness of soling shall generally be made with one stone
only. As the laying of rubble advances, the soling shall be hand packed by wedging and packing with stones of
smaller size in the joints of the soling and driving them y crow bars and hammers, etc. so as to fill the voids as
completely as possible. Such filling o f the interstices shall be carried out simultaneously with the placing in position
of the large stones and shall in no case be permitted to tag behind. The soling shall be laid and hand packed true
to grade and level. The soling thus laid shall be finished by knocking out projecting stones and filling depressions
by chips to come up to the required level.
Consolidating: The soling shall be watered and rammed with wooden rammers of approved weight. Hollows,
which appear during ramming, shall be made good with smalls. Ramming and making good shall continue till a
closely knot compacted surface conforming to the required levels is obtained. Earth on no account shall be used
for making good or blinding purposes and it approved by Executive Engineer, sad or gravel as directed shall be
used for blinding purposes. Water shall be lightly sprinkled if required and directed by the Executive Engineer.
2.2.14.1
2.2.14.2
2.2.14.4
2.2.14.4
2.2.15
2.2.16
Rate to include: apart from others factors mentioned elsewhere in this contract, the contractor’s rate quoted shall
include for the following:
Preparing the sub grade
Providing and laying rubble soling, including hand packing
Consolidating, watering, ramming and blinding with approved sand gravel as directed.
All labour, materials and use of equipments and tools required for carrying out he work, satisfactorily and lead and
disposal of material and payment of royalty etc. ensuring complete work being lump sum tender, quoted amount by
the Tenderer will be treated as final cost for the project.
Anti-Termite Treatment
General:
Anti-Termite Treatment shall be as per ISI-6313 (Part II)-1971and latest revisions AND shall be carried out by an
approved specialist agency as approved and directed by the Architect to the following general specifications:
Signature of Tenderer with seal
174
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
2.2.17 Materials:
‘CHLOROPYRIPHOS’ mollifiable concentrate conforming to IS: 6439-1978 in approved concentration in water
emulsion shall be used. Chemicals shall be brought to site of work in sealed original containers. The material
shall be brought in at a time in adequate quantity to suffice for Hand operated pressure pump shall be used for
uniform spraying of the chemical. To have proper check for uniform spraying of chemical, graduated containers
shall be used. Proper check should be kept that the specified quantity of chemical is used for the required area
during the operation.
2.2.18 Time of Application:
Soil treatment should start when foundation trenches and pits are ready to take mass concrete in foundations.
Laying of mass concrete should start when the chemical emulsion has been absorbed by the oil and the surface
is quite dry. Treatment should not be carried out when it is raining or soil is wet with rain or sub-soil water. The
foregoing applies also in the case of treatment to the filled earth surface within the plinth before laying the sub
grade for the floor.
2.2.19 Treatment of Junction of Wall and Floor:
To achieve continuity of the vertical chemical barrier on inner wall surfaces from the ground level, small channel
30 * 30 mm shall be made at all the junctions of wall and columns with the floor (before laying the sub-grade)
and rod holes made in the channel up to ground level 150 mm apart and the chemical emulsion poured along
the channel @ 7.5 liters / Sq.mt of the vertical wall or column surface so as to soak the soil right to bottom. The
soil shall be tamped back into place after this operation.
2.2.20 Treatment of Soil along External Perimeter of Building :
After the building is complete, provide holes in the soil with iron rods along the external perimeter of the building
at intervals of about 150 mm and depth 300 mm and filling these holes with chemical emulsion at the rate of 7.5
liters per Sqmt of vertical surface.
2.2.21 Vertical Surface:
In the event of the depth of the wall filling being more than 300 mm, the external perimeter treatment shall be
extended to the full depth of filling up to the G.L. so as to ensure continuity of the chemical barrier.
2.2.22 Horizontal Surface along Perimeter:
Treatment of soil under apron (Plinth Protection) along external perimeter of building, top surface of the
consolidated earth over which the apron is to be laid shall be treated with chemical emulsion at the rate of 5 liters
per Sqmt. Of the vertical surface before the apron is laid. If consolidated earth does not allow the emulsion to
soak through, holes up to 50 to 75 mm center both ways may be made with 12 mm diameter mild steel rod on
the surface to facilitate saturation of the soil with the chemical emulsion.
2.2.23 Treatment for Expansion Joints:
Anti-termite treatment shall be supplemented by treated through the expansion joint after sub grade has been
laid 2 liters per linear meter of expansion joint.
2.2.24 Treatment of Soil Surrounding Pipes and Conduits:
When pipes and conduits enter the soil inside the area of the foundations, the soil surrounding the points of entry
shall be loosened around each such pipe or conduit for a distance of 150 mm and to a depth of 75 mm before
treatment is commenced. When they enter the soil external to the foundations, they shall be similarly treated
Signature of Tenderer with seal
175
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
unless they stand clear of the walls of the building by about 75 mm for distance of over 300 mm from Ground
level.
2.2.25 Wooden Door Frames
a) Wood :
Wood/Second Class Teak Wood Wherever specified, best quality Wood shall be used for frame work, as
approved. Wherever specified, second class teak wood shall be with individual hard and sound knot and shall
not be more than 25mm in diameter and the aggregate area of all the knots shall not exceed one percent of the
area of the piece. It shall be free from Spongy, brittle, flaky, brashly condition sapwood and borer holes.
b) Steel frames:
As specified in detailed bill of quantities and in conformity with relevant IS code.
c) Joints:
These shall be of mortise and tendon type, simple, neat and strong. Mortise and tendon joints shall fit in fully and
accurately without wedging or filling. The joints shall be glued with approved adhesive, framed, put together and
pinned with hardwood or bamboo pins not less than 10 mm dia. After the frames are put together press in
position by means of a press.
d) Surface Treatment:
Wood work shall not be painted, oiled or otherwise treated before it has been approved by Engineer. All portions
of timber abutting against masonry or concrete or bedded in ground shall be painted with approved bit mastic
paint or with boiling coal tar.
e) Fixing in position:
Before the frames are fixed in position these shall be inspected and passed by Engineer. The frame shall be
placed in proper position, and secured to walls or columns as the case may be with metallic fastener; iron hold
fasts as shown in drawing or as directed by Engineer. These sills shall be embedded sunk in the floor to its full
depth. The doorframes without sills, while being placed in position, shall be suitably strutted and wedged in order
to prevent warping during construction. The frames shall also be protected from damage, during construction.
2.2.26 JOINERY
a) Timber: Timber shall be first class hard wood. The timber shall be of good quality conforming to IS 4021 – 1963,
seasoning and treatment shall be done as per IS 1141-1973 and IS 402-1962.
b) Plywood: Shall be BWP grade conforming to IS 710 – 1975.
c) Block boards: Shall conform to IS 1659 – 1969 BWP grade and shall be with 6 mm thick hardwood lipping.
d) Adhesive used for wood work and joinery work shall conform to IS – 849 – 1957.
2.2.27 Timber :
Timber for use in unframed clean sawn wood work for wooden plugs, rough grounds fillets or the like shall be
first class hard wood.
The surface of wood sections, boards, ply cutting if touching or embedded in walls etc. shall be treated with
colourless wood preservative on all surfaces of a approved quality and make. Nails and spikes shall not be used
in joinery works, but instead bamboo wood pins of proper size shall be used.
Where length of any member exceeds 3.00 meters, approved type of joint shall be provided without any extra
cost.
Signature of Tenderer with seal
176
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Timber surface of all carpentry and joinery work shall be wrought and prepared smooth.
Wooden plugs for fixing timber fixture and fittings and the like shall be built into walls. Alternatively fill plugs
made out of asbestos cement powder or PVC plugs sleeves shall be used wherever specified.
2.2.28 Vertical members of timber door (cupboard/ cabinets) frames shall be embedded at floor level if indicated. The
bottom of shutters shall be 5 mm above the finished floor level.
2.2.29 Door shutters: All door shutters (internal or external except steel shutters) for al blocks shall be factory made
flush door shutters confirming to IS specifications unless otherwise mentioned in the nomenclature of the
respective item. Door shutters shall be of the following specifications.
a) Phenol formaldehyde synthetic resin conforming to BWP types specified in IS- 848-1974.
b) Contractor shall obtain the approval for the name of the manufacturer of the flush door shutters from the Project
Manager / Architect before placing the supply order. While asking for the approval, copy of the “Bureau of Indian
Standard” letter under which manufacturer has been authorized to mark the product with ISI marking should be
attached. Project Manager and Architect before giving the approval shall ensure that the validity date of license
has not expired.
c) Testing of flush door shutters: On receipt of the shutters at site the Project Manager or the Architect shall be
entitled to get the samples of door shutters tested in any approved laboratory. From each lot of approximately
500 shutters, one shutter shall be selected at random by the Project Manager / Architect. The balance shutters
from the lot shall not be installed until the lab report is received confirming that the sample complies with the
requirement of IS. The cost of replacement of the door shutters selected as samples, their transportation to the
laboratory and cost of testing by the laboratory shall be borne by the contractor, and shall be deemed to be
included in the lump sum rates quoted in Schedule ‘A’ Part I.
d) MS sheet door shutters: These shall be of size as shown in drawing. These shall be fabricated out of MS tube
of 35 x 35, 1.25 mm thick and MS sheet, 16 gauge etc. as per details given in section VII and as shown In
drawings.
e) Window shutters: These shall be of standard hollow steel reinforced PVC extruded profile sections with 5.5mm
plain float glass, with EPDM gaskets and matching special hardware and fittings as per the
manufacturer/fabricator specifications. The shop drawing shall be prepared and submitted by the contractor
based on schematic design by the Architect. Unless otherwise mentioned in the nomenclature of the respective
item
f)
The bottom of door shutters shall be 5 mm above the finished floor level.
g) The contractor shall provide one sample piece of each type of shutter for approval and comments of the architect
and Project Manager before mass production.
2.2.30 Flush Door
2.2.31 General:
All flush doors shall be of approved make external quality, laminated full solid core block board construction as
per IS:2202 to IS:1959. They shall be faced on each face as required and shall have approved teakwood edge
lipping. Block board core stock shall be of approved species of timber, well seasoned and proofed against
termites by preservative chemical treatment. Approved laminate of decorative flush doors and block boards
adjacent to one another shall be selected so that they match, to the satisfaction of the Architect. Other doors
shall be as mentioned in the nomenclature of the respective items.
Signature of Tenderer with seal
177
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
a) Size and Thickness:
Flush door and block boards shall be of the required size and thickness. Flush doors shall be ordered to a size
little more in width than shown on the schedule so that after trimming it fits the opening between rebates
perfectly.
b) Louvers and Vision Panels:
Where shown in the drawing and schedule flush doors shall be provided with kiln seasoned hardwood louvers to
match face laminate or glazed vision panels as per standard manufacturer’s details. Size of openings shall be as
shown in drawings.
c) Rebating:
In case of double leaves shutters, the meeting of the styles shall be rebated by one third of the thickness of
shutter. The rebating shall be either splayed or square type. Where lipping is provided, the depth of lipping at the
meeting of styles shall not be less than 35 mm.
2.2.32 Fittings
Details of fittings to be provided shall be as per the schedule of fittings shown in the drawings. All fittings shall be
heavy duty of approved make.
2.2.33 Fixing in Masonry Openings:
a) Fixing with Lugs:
I.
Doors, windows and ventilators unit shall not be 'built in' as the work proceeds but opening shall be left out
and frames fitted afterwards so that the minimum specified clearance between opening and unit frame is left
around. The size of the opening shall first be checked and cleared of obstruction, if any. The position of the
unit and fixing holes shall be marked on the jamb. Necessary holes shall be made in the masonry and lugs
not less than 10 cm long 15 x 3 mm size fixed in cement concrete blocks 15 x 10 x 10 cm size of 1:3:6 mix
(1 cement: 3 coarse sand: 6 graced stone aggregate 20 mm nominal size). The frames of units shall be set
in the opening by using wooden wedges at the jamb, head and sill, (wedges shall preferably be placed near
the points where a glazing bar meets the frames and be plumbed in position)
II.
After it, the frame shall be fixed with the lugs with 20 mm, long and 6.3 mm dia G.I. Counter sunk machine
screws and nuts. In case of flush opening which are rendered smooth, wedges shall be removed and gap
between unit and jambs shall be filled with cement mortar.
III.
In case of flush jamb with external 'fair faced’ finished the gap between the opening and frame shall be filled
with mastic from inside till it oozes out on external face. The oozing mastic shall be cleaned and flush
pointed. The internal gap shall be filled with mastic to about 1/3 rd depth and the rest with cement mortar.
IV.
In case of rebated and jambs finished 'fair faced’ externally the mastic shall be freely applied to the inside
channel of frame, jamb and sill, so as to ensure a watertight joint. After the unit is firmly fixed in position
surplus mastic shall be cleaned and flush pointed, as shown in drawing.
b) Fixing with Screws and Plugs:
In RCC work where lugs cannot be embedded due to reinforcement bars etc. rawl plugs or other approved of
metallic fasteners such as Dash Fasteners of the required size and type as approved shall be used.
2.2.34 Rolling Shutters
Signature of Tenderer with seal
178
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
a) General:
Rolling shutters shall be of best quality and obtained from approved make. These shall include necessary
looking arrangement and handles etc. These shall be suitable for fixing in position as specified i.e. outside or
below lintel or between jambs of the opening. The door shall be push and pull type and also operated with chain
crank as required.
b) Springs:
The springs shall be, preferably of 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.
c) Guide Channels:
The guide channels shall be of mild steel deep channel section and or rolled pressed or built-up construction.
The thickness of the sheet used shall not be less than 3.15 mm. The minimum depth of guide channels shall be
60 mm for clear width of shutters up to 3.5m and 75 mm for 3.5 m and above. 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 closes
enough to prevent the rattling of the curtain due to wind. Each guide channel shall be provided with a minimum
of three fixing cleats to the walls or columns by means of bolts or screws.
d) Fixing :
Brackets shall be fixed on the lintel or under the lintel as shown with raw plugs, screws, bolts, etc. The shaft
along with the spring shall then be fixed to the brackets. The shutters shall be laid on the 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 side guide channels and the cover frame/shall then are fixed to the walls
through the plate welded to the guides. Fixing shall be done accurately in workmen like manner so that the
operation of the shutter is easy and smooth.
e) Grilled Curtain :
Wherever specified, rolling shutter shall be provided with rolling grill curtain.
f)
Finishing:
The rolling shutter together with guide channel, cover and accessories shall be supplied with two coats of
approved primer and shall be painted finally with two coats of approved paint at site after installation, as
specified.
g) Fire doors:
Providing and fixing in position 45mm thick single / double leaf one hour fire rated door made with 0.80mm thick
Galvanised steel sheet fully flush double skin door shell with seam joints at stile edges and internal
reinforcement provided at top, bottom, and stile edges for fire rating. The internal construction of door shutter
shall be specially designed Honeycomb structure with reinforcement. The door leading on each
floor to the fire escape staircase shall be Fire Door with 2 hours fire rating and shall be as
per I S code. The door shall have a panic bar and the entire arrangement is covered in the
job.
Signature of Tenderer with seal
179
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
2.2.35 Metal Inserts in RCC & Block Work
2.2.35.1 General:
Anchor bolts, rolled steel sections sleeves, pipes, inserts, etc. shall be galvanized and shall be fixed or inserted
as shown or directed. The Contractor shall supply and place in the shuttering all such inserts as may be required
for sanitary, electric or work of any other trade. Work shall be done exactly as required for the purpose, to the
satisfaction of the Architect.(For canopy and ducts)
2.2.36 Miscellaneous M.S. Works
a) Quality of Steel :
All mild steel used in this work shall be tough with even surface and shall cleanly rolled, sound and free from
flaws, cracks, crop ends and other defects.
b) Workmanship :
All work shall be carried out as per drawing in a neat and good craftsman like manner by specially skilled men
known for good quality work.
c) Assembly:
Work carried out in sections shall be carefully assembled. All members shall be secured together or to the
anchors by welding or as shown in the details. All welds shall be ground smooth and made to match surrounding
surfaces and finished to the satisfaction of the Architect/PMC.
d) Setting in Lead:
Where the work is fixed to concrete it shall be set in lead. In exterior locations, the end of the main structural
support near the point of embedding shall be cleaned and covered with a solar and a bronze sleeve or umbrella
shall be set on the steel upright to cover the joint and sealed by blow lamp.
2.2.37 Powder coated Steel Doors and Frames with louvered/glass panels as per the drawings for Electrical Rising
Main Shaft, Wet Riser Shaft, Fire/Telephone Shaft having all hardware fittings and locking arrangement
2.2.37.1 General:
Aluminum doors, windows, etc. shall be electro treated natural anodized free of scratches and any other
blemishes or any other approved colour and shall be of sizes as shown on drawings. The details shown on the
drawings indicate generally the sizes of the component parts and the general standards. These may be varied
slightly on approval to suit the standards adopted by the manufacturers of the aluminum work. Before
proceeding with any manufacture, the contractor shall prepare and submit. Complete manufacturing and
installation drawings for approval of the
Owner/Architect/PMC and no work shall be performed until the approval of these drawings are obtained. All
requisite materials and labors as specified here under shall be fully covered under the rates prices for proper
execution and completion of the work. Weather-strip, gaskets and sealants shall be of high quality material
capable of resisting local environment exposure and performance requirements. Interior primary seal be a
compression type weather seal.
2.2.37.2 Shop Drawings & Samples:
The contractor shall submit shop drawings and samples of each type of windows, ventilators and other aluminum
work, glass doors, pumps and connecting pipelines for firefighting and water supply, foundation detailing for
transformer, generator, solar water heater, solar PV panel, GA drawing of distribution panel, distribution boxes,
pump panels, electrical panels and controls for air-conditioning work, lift well detailing for coordination with the lift
supplier, detailed room-wise flooring pattern and stone cladding pattern as per general pattern advised by the
Signature of Tenderer with seal
180
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
architect, floor-wise reinforcement bar-bending schedule, structural glazing, glass canopy and layout cum shop
drawing of the car parking (two tire stack system) to the Owner/Architect/PMC for his approval. The shop
drawings shall show full size sections of doors, windows etc. thickness of metal, details of construction,
anchoring details, hardware as well as connection of windows, doors and other metal work to adjacent work.
Samples of all joints and methods of fastening and joining shall be submitted to the Architect for approval well in
advance of commencing the work. Samples of all sanitary fittings, wall tiles, floor tiles, granites, kota stone,
marble, vitrified tiles, glass and glazing samples duly fixed on site, hardware fittings, balusters and railings, door
frame and moulding, wall finishing with cement putty, shades of paints and coating, external inter-locking blocks,
road kerbs, cement concrete tiles (duracrete), nosing of marble/stone, fixing of stone dado with approved quality
of adhesive (exclusion of pure cement slurry) will be presented for approval well in advance.
2.2.37.2 Sections:
White PVC sections to be used for windows, ventilators and fixed glazing etc. shall be fabricated from approved
extruded sections. The sections shall be extruded Built up standard tubular and other sections confirming to the
prevailing standard of Fenesta (brand) or approved equivalent and free from all defects impairing appearance,
strength and durability. The permissible dimensional tolerances of the extruded sections shall be such as not to
impair the proper and smooth function/operation and appearance of doors and windows. For any excess weight
of section used nothing extra shall be paid.
2.2.37.3 Fabrication:
Doors, windows, ventilators, etc. shall be fabricated by an approved specialist firm. All doors and windows shall
have mechanical joints. The aluminum sections joints shall be designed to withstand a minimum wind load of
175 kg. per Sqmt. The designed sections shall also ensure that the maximum deflection of any framing shall not
exceedL/175 of the span of the member. All members shall be accurately machined and fitted to form hairline
joints prior to assembly. The jointing accessories such as cleats, brackets etc. shall be of such material as not to
cause any bimetallic action. The design of the joint and accessories shall be such that the accessories are fully
concealed. The fabrication of doors, windows, etc. shall be done in suitable sections to facilitate easy
transportation, handling and installation. Adequate provision shall be made in the door and window members for
anchoring to supports and fixing of hardware and other fixtures as approved by the Owner/Architect/PMC. The
aluminum sections shall conform to the following parameters also:
a) The minimum tensile strength shall be 19 kgf / mm2.
b) The maximum allowable deviation in length from a straight line shall be 0.5mm/metre.
c) The maximum allowable deviation from straight shall be 1 degree.
d) The maximum permissible twist shall be 0.5mm/metre.
e) The maximum variation in flatness shall be not more than 0.125 * Width/25.
2.2.37.4 Anodizing:
All surfaces of windows, ventilators & fixed glazing etc. shall be natural anodized or dyed to approved in
approved shade to conform BIS: 1868-1968 Grading-8. Anodic coating shall be of a minimum thickness of
0.025mm. The testing shall be done by Eddy current method as per IS: 6012 for thickness and relevant test for
sealing and colour variation measurements shall also be carried out. Sulphuric acid shall be used as the
electrolyte for the anodic process. The anodizing shall be carried out in an approved manner to achieve the
desired colour. Prior to anodizing all aluminum
shall be rendered uniform in Appearance free from disfiguring scratches, stains or other blemishes and etched in
a caustic soda solution.
2.2.37.5 Protection of Anodized Finish :
Requisite tests shall also be required to be carried out at site as instructed by the Architect and contractor shall
arrange all assistance and equipments required for these tests at site for which no extra payment shall be made
Signature of Tenderer with seal
181
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
to the contractor. All aluminum members shall be wrapped with self adhesive non staining PVC tapes, approved
by the Architect /.PMC.
2.2.37.6 Handling:
Fabricated materials shall be crated in an approved manner to protect the material against any damage during
transportation. The loading and unloading shall be carried out with utmost care.
2.2.37.7 Installation:
Just prior to installation, the doors, windows etc. shall be stacked on edge on level bearers and supported
evenly. If so specified or directed by the Architect, window/door frames shall be fixed to 25mm thick 2nd class
hard wood rough ground. Width of rough ground shall be exactly the same width of the frames. Wooden rough
grounds shall be fixed to masonry surrounds with approved fasteners. The face of rough ground to receive
frames shall be in true line, level and plumb. When the rough ground is properly secured and all major internal
and external finishing works are over, the assembled doors/windows shall be placed in correct final position in
the opening and fixed to rough block through cadmium plated machine screws of required size and spacing.
Then all joints shall be sealed with approved silicon sealants. Sizes, details, spacing, etc. given above are
approximate and indicative only. They can be varied at the option of Architect to suit particular sizes and
situations and the contractor shall carry out the instructions of the Architect /.PMC in this regard at no extra cost
to the owner. The contractor may suggest alternative methods of fixing and anchoring for consideration of the
Architect /.PMC, while the decision of the Architect /.PMC in this regard shall be final and binding.
In the case of composite windows the different units are to be assembled first. The assembled composite units
should be checked for line, level and plumb before final fixing is done. Units may have to be assembled in their
final location if the situation so warrants. Where aluminum comes into contact with masonry, brickwork, concrete,
plaster or dissimilar metal, it shall be coated with an approved insulation lacquer, paint or plastic tape to ensure
that is trimmed off to a clean line on completion. The contractor shall be responsible for assembling composite
units, bedding and pointing with mastic inside and outside, at the transoms and mullions, placing the doors
windows, etc. in their respective openings. After the doors/windows have been fixed in their correct assigned
position, the open hollow sections abutting masonry/concrete shall be filled with cement grout (1 cement :3
coarse sand) densely packed and finished neat without causing any scratch/damage to Aluminum sections. Final
packing grout shall be of the expanding type made by approved additive. The contractor shall be responsible for
the doors, windows etc. being set straight, plumb, level and for their satisfactory operation after fixing is
complete.
2.2.37.8 Epdm Gaskets:
EPDM gaskets of approved size and profile shall be provided and installed at all locations as shown and as
called for to tender the doors windows etc. Absolutely air tight and weather tight. Samples of the gaskets shall be
produced for approval and procure after approval only.
2.2.37.9 Sealant:
The gaps between frames and supports and also any gaps in the window sections shall be raked out as directed
and filled with approved silicon sealant of approved colour and make to ensure complete water-tightness. The
silicon sealant shall be of such colour, and composition that it would not stain the masonry/concrete work, shall
receive paint without bleeding, will not sag, or run and shall not set hard or dry out under any conditions of
weather. Silicon sealant shall be applied with special gun as per manufacturer's recommendation by a specialist
firm approved by Architect /PMC.
Signature of Tenderer with seal
182
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
2.2.37.10 Fittings:
Nylon rollers, Stainless Steel frictional hinges, shutter end lift curbs, buffers, handles, locks and other fittings
shall conform to the relevant I.S. specifications and quality and manufacture as approved by the Architect /.PMC.
Fittings shall retain the casements rigidly in both the open and closed position; hinges shall be wrapped and
protected until after the completion of the building. Hinges shall be close-up type and shall be opening as shown.
These hinges shall work in conjunction with friction adjusters as a hold open device or additional friction for
controlled operation. Rollers shall be heavy duty type and allow free sliding movements without any friction.
2.2.37.11 Final Cleaning:
The PVC wrapping, protecting and anodized finish shall be retained till the glazing work is commenced. After the
glazing and all work connected with installation of windows is complete all aluminum work shall be washed with
a suitable thinner and left in a finished condition, in approved uniform appearance and free from all marks and
blemishes.
2.2.37.12 Glass Doors and glass fixed shutters as per Door Window Schedule with 12mm thick toughened glass
and spider and other patch fittings, SS handles 1ft long (u-shaped) as per the drawing with locking
arrangement in all the entry point of halls at all the floors and reception area as shown in the layout
drawings.
2.2.38 Tiles:
The tiles shall be of approved make/manufacturer. They shall be flat, and true to shape and free from cracks,
crazing, spots, chipped edges and corners. The surface shall be of uniform shade except for patterned tile. The
sizes of tiles shall be as directed. The thickness of the tiles min 5 mm unless otherwise required or shown
2.2.38.1 Colour and Pattern:
The tiles shall be (rectified type with straight edge cutting to obtain paper thick joint) white, coloured or patterned
as specified.
2.2.38.2 Preparation of surfaces:
The joints shall be racked out to a depth of at least 12 mm in masonry walls, while the masonry is being laid. In
case of concrete walls, the surfaces shall be hacked and roughened with the wire brushes. The surface shall be
cleaned thoroughly, washed with water and kept wet before skirting /dado is commenced.
2.2.38.3 Mortar:
12 mm thick plaster of cement mortar 1:3 shall be applied and allowed slightly to harden. The plaster shall be
roughened with wire brushes or by scratching diagonal at close intervals.
2.2.38.4 Laying of Tiles:
The tiles shall be soaked in water, adequately washed clean, and a coat of neat cement slurry applied liberally at
the back of tiles and set in the bedding mortar. The tiles shall be tamped and corrected to proper plane and lines.
The tiles shall be set in the required pattern and butt jointed. The joints shall be as fine as possible and uniform.
Top of dado shall be truly horizontal and joints truly vertical except where otherwise indicated. Where full size
tiles cannot be fixed these shall be cut to the required size and their edges rubbed smooth. Care shall be taken
to ensure that as far as possible cut tile are in non-exposed locations. Works shall be carried out in all areas only
after a sample panel has been approved by the Architect /PMC.
Signature of Tenderer with seal
183
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
2.2.38.5 Pointing:
After lying is complete, the joints shall be cleaned off the grey cement grout with wire brush and all dust and
loose mortar removed. The joints shall then be flush pointed with white cement slurry added with approved
pigments to match the colour of tiles.
2.2.38.6 Curing and Finishing:
The surface shall be cleaned and kept wet by sprinkling water for seven days. The finished surface shall be
clear, free of patches and glossy and shall not sound hollow finished dry surfaces shall be washed with mild
organic acid, if so required. The finished surface shall meet the approval of the Architect.
2.2.39 FLOOR FINISHING, SKIRTING, DADO AND PAVING:
a) Flooring: Floors shall be provided inside the rooms, corridors, connecting corridors, passages, lobbies, Pantrys,
toilets, baths WC’s stairs, landings, verandahs, balconies and open terraces, ramps etc. Floor shall be laid to
level and or to slope as shown on drawings and as required and directed by PMC / Architect. Floor shall be
carried through all
the doors and other openings and over dwarf walls. Exposed edge of floors shall be finished in the same manner
as for top surface. Skirting shall match with the floor finish unless otherwise specified.
b) Finishes of the floors at various locations shall be as shown on various drawings / schedule of finishes.
c) The specifications of various types of floors shall be as specified here-in-after.
2.2.40 Sub flooring/ base concrete under floor finishes of ground floor and platform
a) For ground floor areas:
Sub floors (base concrete under floor finish) 100 mm thick cement concrete in 1:4:8 (1 cement : 4 coarse sand :
8 stone aggregate 40 mm nominal size for all locations) shall be laid over a layer of fine sand 100 mm thick over
rammed earth at ground floor only.
The floor shall be laid in level on the RCC slab of the main building on cement concrete
1:4:8 sub–base average (50 mm thick and necessary gs shall be embedded as per detailed
layout on each floor
b) For upper floors
I.
Sunken / lower portion of slabs: Sub base shall be in lean concrete in 1:5:10 (1 cement: 5 coarse sand:
10 brick ballast 40 mm nominal size)
II.
Other floors: 60 to 80 mm (avg.) thick as applicable lean concrete 1:5:10 (1 cement: 5 coarse sand: 10
brick aggregate 40 mm nominal size) laid over RCC slabs for building.
2.2.41 Plain cements concrete flooring:
(a) For floors of electric niches, cupboards, cabinets, counters, shelf etc. 40 mm / 50 mm thick concrete floor 1:2:4 (
1 cement : 2 coarse sand : 4 graded stone aggregate 12.5 mm nominal size). The top surface shall be finished
with floating coat of neat cement using steel float while the concrete is green. (b) Skirting: To match PCC floors
18 mm thick plaster in cement mortar of mix 1:3 (1cement: 3 coarse sand) finished with a floating coat of neat
cement shall be applied to skirting. The skirting shall be 125 mm high as shown on drawing.
Signature of Tenderer with seal
184
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
2.2.42 Polished kota stone in flooring and landing and treads/step in staircases:
The kota stone slabs shall be machine polished and of selected quality, hard, sound, dense and homogeneous
texture, free from cracks decay weathering and flaws. They shall be machine cut to the requisite thickness. The
edges shall be truly vertical the colour of the slabs will be approved by the Architect/PMC, before starting of
work. The slabs shall have the top (exposed) face polished before being brought to site. The slabs shall conform
to the size required. The thickness of the Kota stone slabs shall be as specified in the nomenclature of the
respective items.
2.2.42.1 Dressing: Every slab shall be cut to the required size and shape and fine chisel dressed in the edges to the full
depth. The edges shall be rubbed with coarse sand or machine rubbed before paving. all angles and edges shall
be true and square and the surface be true and plane.
2.2.42.2 Preparation of surface and laying: The sub grade concrete or lean concrete filling over RCC slab on which the
kota stone stone slabs are to be laid shall be cleaned, wetted and mopped. The bedding shall be with cement
mortar of an average thickness of 25mm and mix 1:4 (1cement:4 coarse sand), over this bedding, neat gray
cement slurry of honey like consistency shall be spread. The edges shall be pasted with pigment to match the
shade of slabs. The joints shall be kept as thin as possible.
2.2.42.3 Polishing and finishing: The floor shall then be kept wet a minimum period of seven days. The surface thereafter
shall be grounded with machine fitted with grit block No.60,then No.120 and finally with No.320.between every
two successive grindings the surface shall be washed, cleaned and covered with a thin coat of cement in order
to fill any pin hole that appear. After the final polish oxalic acid shall be dusted over the surface at the rate of 33
gm per square meter sprinkled with water and rubbed hard with mamdah block (pad with woolen rags).The
following day the floor shall wiped with a moist rag and dried with a soft cloth and finished clean.
3
Skirting:
3.2
Preparation of surface and laying: the surface shall be chipped off the projections if any cleaned and wetted and
12 mm thick plaster of cement mortar 1:3 (1cement : 3 coarse sand) shall be applied and allowed to harden .The
plaster shall be roughened with wire brushed or by scratching diagonal lines 2 mm deep at approximately 7.5
cms center both ways. The back and edges of the stone slabs shall be buttered with coat grey cement slurry and
set in the bedding mortar.
3.3
Cutting polishing and finishing: Cutting, grinding and polishing of skirting shall be done in the same manner as of
flooring but by hand grinder.
Full size stone shall be used in treads and risers of steps.
4
Glazed tiles in Dado for Toilets and pantry etc.:(Size 8’ X 12’’)
4.2
Glazed tiles of first quality shall be provided in dado of Pantry and toilets of all locations as per drawing. The tiles
shall be set over screed / plaster 12 mm thick with cement mortar 1:3 ( 1 cement : 3 coarse sand ) to all surface,
set and jointed with neat white cement slurry. The joints shall be neat and fine.
Size of glazed tiles both for toilets, Baths, WC and Pantry shall be as shown on drawings
Height of glazed tiles dado shall be for 2150mm for all toilets in all flats except for guest house where it will be
laid up to ceiling as shown in drawing / schedule of finishes. In Pantry glazed tiles shall be done above Pantry
platform upto 600 mm high on the entire wall perimeter covered by the platform, sink and drain board. The height
of the glazed tile dado in these locations shall be as shown above platform. The glazed tile dado shall also be
provided below sink and drain board on the perimeter walls covered by drainage board and sink.
The glazed tiles shall be first quality vitreous china and of the approved makes
Signature of Tenderer with seal
185
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
5
HINDUSTAN PREFAB LIMITED
Working platform in pantry/vanity counter for toilets, etc:
Finish of working platforms in pantry: Finish of the working platform in Pantry shall be with 20mm thick black
granite stone diamond cut. Granite slabs shall not be in more than two pieces for each side straight length of
working plate from. Granite shall be jointed with white cement slurry pigmented to the same colour as that of the
granite stone including grinding smooth and polishing complete. The front fascia of the Pantry platform shall be
provided with granite stone of same shade as that of platform. The granite stone slab shall confirm to the
samples kept in site Office the exposed edges of the granite stone shall be half rounded and as shown on
drawing.
6
VITRIFIED TILES:
Providing and fixing of full body vitrified homogeneous tiles (Acid & Alkali Resistance) of size 600 X 600 mm of
approved shade, with cement, slurry @ 2 kg per sq m over the bed of 20mm thick cement mortar 1:4 (1 cement:
4 coarse sand) with the gap of 3-4 mm between tiles on either side using 3mm thick PVC spacers, to be filled up
with epoxy base. Grouting material manufactured by Roffe Construction Chemical or Ball Adhesive or Dr. Back
shall be filled up to depth of the tiles. All the work shall be finished & completed as per the manufacturer
specifications as directed by the Architect/ Project Manager. These shall be of approved equivalent make.
The vitrified floor tiles shall be fixed with high polymer modified quickset tile adhesive by
approved manufacturer and conforming to IS: 15477, using 5 kg adhesive per sq m of tile
area, in average 3 mm thickness.
7
VITRIFIED CERAMIC TILES SKIRTING: Where shown/ indicated in the drawing/schedule of finishes provide
100 mm high vitrified ceramic tile & skirting over 12 mm thick cement mortar 1:3( 1 cement : 3 coarse sand) and
jointed with grouting material as specified above.
8
Paving with interlocking block: Interlocking blocks paving / flooring shall be laid over 100 thick PCC over 50
thick sand, including vibrating the sand layer for compaction.
9
False Ceiling WorkThe false ceiling work shall be as per specifications and shall be coordinate with the air-conditioning installation and allied piping for the split unit VRV system.
The outdoor units shall be placed on terrace and insulated refer grant piping shall be routed
by making suitable diameter punctures in the RCC slab with electrical concrete core cutters
of M/s Hilti or M/s Bosch. There shall be at least three trap doors per floor plate.
10
Partitions and Furniture
Some additional internal partitions and furniture shall be
supplied, executed by other agencies and contractor shall progress the work in such a
manner that the lower floor is finished so that the building can be ferreted and put to use at
the earliest. The work shall be coordinated with PMC
11
Sub-Station Equipment The erection of equipment in sub-station shall need careful pre–
construction stage planning by contractor.
12
Fixing Detail for Plumbing and Sprinklers All sewerage/ waste water/ vent/ water
pipelines shall be of cast iron as per specifications. Suitable diameter holes shall be made in
floor slabs with concrete core cutters and the pipes shall be routed by suspending with
suitable split pipe support clamping system of M/s Intello Industries or equivalent having
EPDM rubber lining with zinc-coated suspension rod of 10mm/8mm dia for roof hanging and
work shall be as per recommendations of the manufacturer. For cast iron pipes, CI collar
clamps or and TOR CI collar clamp shall be used when the pipe is in vertical position.
Signature of Tenderer with seal
186
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
WATERPROOFING
WCs SANITARY BLOCKS, PANTRYS, NAHNI BELOW SINK WASHING PLACES, Etc.
BY SURFACE METHOD
Before the work is started, all cutting or chasing in the floor and / or walls and all the plumbing work should be
completed and the normal plaster to the ceiling and upper part of walls should be provided. The treatment shall
starts with filling in the depressed or sunken portions of the WCs and bathrooms, etc. with waterproof brickbat
coba in cement with necessary gradient for easy flow away of water towards the Nahani trap or soil pan. The
brickbat coba with covered with 18 mm thick approved waterproof layer which shall be continued on the walls
above the floor level up to a height of 1 m . In the shower area of the bathrooms, the treatment shall be of full
heights of the walls.
WATERPROOFING WITH CEMENT QUARTZ SAND & CHEMCAL INGREDIANTS
a) General
Cementitious, two-component waterproofing membrane. It comprises a mixture of cement quartz sand and a
special blend of chemical ingredients of an inorganic nature. 100% compatible with all masonry structures. It is
seamless, liquid-applied, efflorescence free and is used against active water pressure. Due to its excellent
adhesion and tensile strength, it can be easily applied to both horizontal and vertical surfaces.
b) Surface Preparation
a. All new concrete plaster or screed surfaces shall be cured for a minimum of 28 days before doing
waterproofing/chemical treatment. All concrete, plaster or screed surfaces shall have a wood float
finish.
b. All surfaces to be applied with the waterproofing compound and shall be cleaned by water blasting,
sandblasting, wire brushing, scraping or any other suitable means to remove dirt, grease, moss,
moulds, etc. Where necessary, detergent shall be used to remove oil stains and similar. A suitable
algaecide / fungicide solution shall be used to remove algae/ fungus.
i. Other cracks that are subjected to only minimal movement shall be raked out where
necessary. These cracks shall be repaired with waterproofing/chemical treatment or a similar
epoxy repair mortar.
ii. Where cracks are found to be structural, a structural engineer shall be consulted and the
structure assessed.
c. Large holes and defects shall be repaired by plastering or screening or using approved epoxy repair
mortar
d. All protuberances shall be rubbed down or ground flat.
e. Patch work – All loose and flaky paint shall be removed. All sound smooth paint shall be lightly abraded
to provide a key for adherence to the system.
f.
All spalled concrete and plaster must be repaired by appropriate methods prior to the installation of the
Waterproofing System.
Signature of Tenderer with seal
187
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
c) Waterproofing System Application
i.
Priming – Not required.
ii.
Mixing – Add Component A (powder), to Component B (liquid) in the correct mixing ratio and thoroughly mix
with a mechanical mixer for at least 3 minutes. Mix only sufficient material that can be used up within its pot
life (60 minutes).
Mix ratio:
A / B = 2.5 / 1 by weight
A / B = 2.5 / 1 by volurne
iii.
Application – To a properly prepared damp surface, apply by brush, trowel, roller or spray equipment. Apply
two coats of at 1.0 – 1.2 kg/m2/coat, giving an approximate thickness of 0.95 to 1.20 mm. Allow 3 hours
drying time between coatings.
iv.
On the very next day after the System is completed, the entire surface shall be checked for pin-holes and
holidays (areas not covered properly). Immediately, reapply the undiluted on pinholes and holidays areas.
v.
Allow at 24 hours before carrying out ponding test and or screening and tiling over.
vi.
If to be left exposed for a short time, the treated surface must be protected from direct sunlight frost, wind
and rain. Canvas or wet Hessian bags may be used to protect surfaces. Curing can also be done by
covering the hardened surface with plastic sheets canvas. The total curing time takes 7 days. Back-filling
can normally be carried out careful after 24 hours. Water retaining structures can normally be filled with
water after three day ventilation should be provided in enclosed or humid areas.
vii.
Detailing - This shall be applied with. It is very important to pay special attention to corners, edges, and
down-pipes, etc. as it will be these areas that failure is most likely to occur. All detailing shall be sufficiently
reinforced and wrapped around to assure water-tightness. A minimum height of 150 mm from the finished
level shall be maintained at all detailing and up stands.
TERRACES, CHAJJAS, CANOPIES, HORIZONTAL PROJECTION ETC.
BY SURFACE METHOD
The treatment will start directly over the RCC slab with laying over of approved waterproof brickbat coba in
cement mortar to provide necessary gradient of 1 in 120 for the easy flow away of rainwater. Finally, the brickbat
coba will be covered with joint less waterproof layer finishing the surface with 20mm thick jointless layer of
cement mortar of mix1:4 (1cement : 4 coarse sand) admixed with water proofing compound conforming to IS:
2645 and approved by Engineer-in-charge including laying glass fibre mesh of approved quality in top layer of
plaster and finally finishing the surface with trowel with neat cement slurry and making pattern of 300x300mm
square 3mm deep as left in rough finish to receive china mosaic flooring on this treatment shall be carried along
the inner side of parapet and / or other adjoining wall up to a height of about 300 mm in the shape of a round
vata. The average thickness of this treatment shall about 100 mm with a minimum thickness at water outlets
being 65 mm. This surface shall be rendered hard and tough, and suitable for all normal residential building use.
Due to location of rain water pipes being far apart than 8m and/ or if the water is required to travel on one side
only, then the thickness of the treatment increases proportionately to maintain the minimum gradient for easy
flow away of rainwater and this additional thickness over and above 100mm thickness of the normal coba shall
be measured and payable extra.
a) Clean the surface from debris and loose mortar and other materials
b) Defect Check: Ponding the area: Before final surface preparation, make the vatta for ponding to the entire area
for 24hrs. To find the leakage & defective point mark the leaking & defective points on the slab for rectification.
Signature of Tenderer with seal
188
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
c) Surface Preparation: All surface to be waterproofed by the waterproofing/chemical treatment shall be cleaned
by means of
•
•
•
Scrapping & chipping all loose mortar / material etc.
Wire brushing to remove dirt, dust, moulds etc.
Water cleaning & wire brushing to remove finer dust etc.
d) Rectification of Construction joints, Defective area & leakage points:
Mark the construction joints on plan for record and easy location of joints Construction joints should be racked
open by chisel in ‘V’ grooves. Defective (honey comb) & leakage points, shall be grouted by fixing the nozzle and
grouting the same with cement slurry. Construction joints shall be re furbished to original profile by using polymer
mortar after pouring the cement slurry in‘V’ grooves or grouting the same as and where required. An addition
poly mortar layer min 15 mm thick over the ‘V’ groove min 10mm on either side of groove shall be laid.
e) Making coving (Watta)
All the spalled concrete and rough area must be smoothened by using cement mortar before application. Make
coving in cement mortar at corner, edges, down pipes, slab and wall junction etc.
f)
Product Application Primer:
After water cleaning the entire repaired surface apply waterproofing/chemical treatment primer by roller or brush
as per the specified coverage rates.
g) Detailing :
Apply the thick coat of waterproofing/chemical treatment to the coving crack, construction joints and other
rectified areas on slab min 50 mm on either side or 150mm to 230 mm to the upturns. A strip of chopped stand
mat fiber shall be embedded to the bond coat. And another body coat to be applied over the fiber glass mat.
h) Application:
Apply the waterproofing/chemical treatment coat over the sufficiently dried primer in coats leaving at least 2 to 4
hrs interval between successive coats (depending upon drying time) in specified consumption ratio, using brush
or roller. Next day: check for the pinholes and area not covered properly reapply another
i)
Curing & Ponding Test:
After 72 hrs of Air curing fill the water for the ponding test for another 24 hrs for the leakage test
j)
Protection of membrane:
After 24 hrs of ponding test check the area for leakage cover the membrane by screed or brickbat coba (as
specified) laid in required slope and minimum thickness of 50mm at the lowest points.
k) Important note:
Surface to be water proofed has to be thoroughly cleaned, dry and dust free. Surface must be protected after the
application.
l)
Detailing :
All smoothed corners and edged down pipes and coving (Watta) and other area of cracks, honey comb and
joints etc. Where the failure is most likely to occur, the waterproofing/chemical treatment Application must be
reinforced with fiber glass at upturns should be 100mm above for floor finish level.
Signature of Tenderer with seal
189
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
m) Curing :
Air curing does not require water curing. Surface must be protected from mechanical damage. Pinholes and area
not covered properly by coating system to be treated by application of 1 coat of waterproofing/chemical
treatment
n) Ponding Test:
Ponding test must be done to the treated area after 48 to 72 hrs of application the area shall be ponded for
leakage testing.
Protection of the water proofing system area shall be covered by screed / Brick bat coba as per required slope
with thickness 50mm min at the lowest point.
11.12.10.2.
RCC UNDER GROUND & OVERHEAD TANK STRUCTURES:
BY FORCE GROUTING AND SURFACE METHOD:
In the case of RCC underground and overhead water tank structures where there is no access available from
outside and below the raft slab; the treatment is given inside with force grouting and surface method. The
treatment shall start with forcing cement grout with W.P agent into the structure as and where found necessary.
Thereafter, waterproof layer, finished smooth with towel in cement to be laid on the floor and continued on the
side and partition walls up to their full height. Average thickness of this treatment to be 65 mm on the floor and
25 mm on the walls. All the fixtures like pipe sleeves, pipe inserts shall be fixed prior to taking up the above
treatment. The water tanks must be filled up with water immediately after treatment.
Waterproofing Treatment to OH and UG tank
a) GENERAL:
Generally, all concrete surfaces shall be in a clean, sound and watertight condition, free of any dust, sand
particles, oil and any other unwanted particles to the satisfaction of the Architect.
b) WATERPROOFING MATERIAL:
The waterproofing material to be used shall be shall be a cementitious, ready mixed, efflorescence-free surface
waterproofing membrane that consist of hydrophobic properties. Application of the Waterproofing Treatment can
be applied by means of slurry coating, trowel or spray application. It can be either applied on the external surface
or internal surface or both, depending on the thickness of the wall or floor. The shall consist of rapid-hardening
Portland cement, specially treated and graded grain-size distribution, and special chemical ingredients of an
inorganic nature. The cementitious waterproofing membrane shall remain waterproofed even under pressure
and tested to 7.0 bar, and at the same time allow the concrete to “breathe” by allowing the passage of water
vapor through the structure. In addition, the cementitious waterproofing material shall protect the concrete
against ground water, aggressive ground water and certain chemical solutions. Cementitious waterproofing
membrane shall be able to applied to surface or substrates such as concrete, masonry and render that require
proper sealing and protection against the influence of water and moisture. Inside wall and base of the tank will
be finished with Gujarat-based white tiles.
c) PREPARATION OF SUBSTRATA:
Concrete to receive the treatment must have a clean surface and an open capillary system to ensure maximum
bonding and sealing. All surfaces shall be examined for structural defects and remedied prior to the
waterproofing treatment. Faulty concrete such as protrusions and honeycombs shall be chiseled and work back
to sound concrete and cleaned (to be done by contractor). Construction joints that are not pre-treated with
treatment, and cracks exceeding 0.3 mm widths, shall be routed out to a minimum depth of 25 mm and properly
cleaned (to be done by contractor). From ties shall be removed and chiseled back to sound concrete (to be done
by contractor). One slurry coat of Super shall be applied over all chiseled out areas, at a coverage of 1.5 kg/m2.
Signature of Tenderer with seal
190
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
After the Super has reached its initial set and while Super is still “green” (about 30 mins after application), the
chiseled out areas shall be filled with a cement sand mortar (to be done by contractor). Cracks that are found
leaking shall be injected with Vandex Flexin (separate quotation may be necessary), which is a modified acrylic
resin. When in polymerized form Flexin shall be in an insoluble and nontoxic elastic mass, and shall not
deteriorate within the structure. The plasticity and sealing capability of chemical shall remain constant in extreme
temperatures ranging from –40°C to + 70°C depending on circumstances. Flexin injection shall be injected
directly into the defective area at pressure ranging from 10 to 320 bar, depending on the particular application.
d) WATERPROOFING TREATMENT:
Prior to the Waterproofing Treatment, all concrete surfaces shall be properly prepared and remedied as item C
above. All concrete surfaces shall be cleaned and free from all forms of scales, laitance, mould oil, curing agents
and any other foreign materials. Extremely smooth concrete surface shall be roughened either by using abrasive
disc, sand blasting, wet sand blasting, water blasting or acid etching (using 1-% Muriatic Acid Solution) to assure
maximum bonding. All concrete surfaces to be treated with waterproofing material shall be thoroughly wetted
down before application. The concrete surfaces shall only be moist (not wet), and laying water shall be removed
leaving only a damp condition just prior to the application of the Chemical waterproofing Treatment. The
waterproofing material shall be mixed in accordance with the manufacturer’s instructions. Application by means
of slurry coating shall be applied with a stiff masonry brush or stiff broom and worked into every irregularity on
the surface. Chemical Waterproofing can also be applied by trowel or spray.
e) APPLICATION RATES:
Depending on locations, Chemical waterproofing cementitious waterproofing membrane shall be applied in
thickness and coverage as recommended below:Ground Moisture
0.5 mm thick (3.0 kg/m2)
Pressure less Surface Water and Seepage 2.0 mm thick (4.0 kg/m2)
Water Under Pressure
3.0 mm thick (6.0 kg/m2)
f)
CURING OF WATERPROOFING TREATMENT:
The Waterproofing Treatment, whilst setting, shall be protected from rain and direct sunlight. During hot, dry or
windy weather conditions, curing shall be done using a constantly wetted matt, or constant application of a fine
spray of water (like mist), to prevent the Vandex material from first drying out. Air circulation is necessary in
enclosed areas to assure the normal setting of the Waterproofing Treatment. Waterproofing Treatment onto
treated surfaces shall not be exposed to aggressive water, chemicals or acids until the Vandex treatment have
reached its full strength, which normally take around 14 days.
DECORATION, COATING AND TILING:
Where the treated surfaces are to be decorated with paint, the Treatment shall be allowed to be cured for a
minimum period of 4 weeks. The surface shall then be saturated with water and neutralized with a 1.8 muriatic
acid solution. Following this, the area shall be thoroughly rinsed with water before any coating works. Paints and
coatings to be used shall be vapor permeable. Where a plaster or render finish is required on top of the
Treatment, it is essential that a thin rough cast of cement sand shall be applied onto the final layer of the
Treatment shall be cleaned and an appropriate bonding agent be applied prior to the rendering.
g) Waterproofing to RCC Retaining Wall & Lift well in plinth with Chemical:
As per the specification of the approved manufacturer. The process should be got approved from
Architect/Employer before commencement of said work ,well in advanced, unless otherwise mentioned in the
Tender.
Signature of Tenderer with seal
191
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
h) Defect Rectification:
All honey comb, crack and damaged area, shall be raked open to sound concrete up to min of 25mm depth,
treating the same with two coats of Chemical and re plastering to the original profile with Cement mortar using
Aqua Bond (Polymer ) by the concern agency.
i)
Construction joints:
Existing construction joints shall be chased out in ‘V’ groove up to a depth of 25 – 50 mm and apply 2 coats of
Chemical and then fill the groove to original profile in Cement mortar using polymer / aqua bond. For stone
coping, 10mm wide silicon sealant joint shall be provided at a maximum distance not exceeding 4.5m.
j)
Injection grouting :
Honeycomb, defective area and loose construction joints shall be grouted fixing nozzle and grouting with cement
slurry as & where required after finding the leakage.
k) Roughening the surface:
Hacking to be done to the surface at least 85% of area to be hacked and water jetting to be used to remove the
laitance for open capillary system.
l)
Application of Chemical:
The surface must be cleaned thoroughly using water and also to ensure that the concrete is saturated. The
surface water must be removed to make the surface damp only, prior to the application.
m) Mixing ratio:
part of Chemical 2 part of water by mechanical mixer (by volume) add water to Pot life: 15 min, mix only required
quantity to be used in 15 min or as per the manufacturers specifications.
n) Application:
Chemical slurry shall be applied in 2 coats on green surface (1st coat on damp surface & 2nd coat after 30 min
over the 1st coat) at the specified coverage rate with the Chemical brush or as per the manufacturers
specifications.
o) Curing protection:
Applied surface shall be protected from rain, water and direct sun light till the setting.
Applied surface shall be cured for five days by constantly fine wet spraying on sprinkling.
p) Guarantee:
It shall be guaranteed that the building is completely water and leak proof for a period of 10 years. Such a
guarantee shall be directly given by the specialist agency to the Employer in a form approved by the Architect/
PMC. In the event of failure of the waterproofing system at any time during the guarantee period, the specialist
agency shall carry out such treatment as may be necessary to render the structure free from water leakage
including breaking and reinstating any other works that may be necessary for the treatment at no extra cost.
11.12.10.3.
ROOF COVERING,TOILET WATER PROOFING & RAIN WATER PIPES:
a) Exposed roof at terrace floor level of all buildings and roof of staircases, mumty, except sloping roof shall be
provided with water proofing treatment with brick coba and acrylic base waterproofing compound. The detailed
operation of water proofing treatment with brick coba and acrylic base water proofing compound (on exposed
roof terrace floor, roof of staircase, over head tank and mumty) shall be as follows :
Signature of Tenderer with seal
192
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
i.
Clean the RCC slab surfaces including sides upto 300 mm high by wire brush including raking and cleaning
of construction joint if any.
ii.
Applying and grouting a slurry coat of neat cement using 2.75 kg. Per sqm of cement admixed with
proprietary acrylic base water proofing compound conforming to IS-2645 over the RCC slab and sides upto
300 mm high.
iii.
Lay 20 mm thick cement mortar 1:4 (1 cement: 4 coarse sand) admixed with proprietary acrylic based water
proofing compound conforming to [IS-2645].
iv.
A layer of broken bricks/ brick bats (coba) to be laid over the layer of 20 mm thick cement `mortar (laid at (c)
above) giving a gap of 15 to 20 mm and necessary gradient of 1:20 for proper flow of water. The joint/ voids
to be filled with cement mortar 1:4 (1 cement : 4 coarse sand) admixed with proprietary acrylic based water
proofing compound.
v.
A gola in cement mortar 1:4 (1 cement : 4 coarse sand) admixed with proprietary acrylic based water
proofing compound conforming to IS-2645 with brick bats embedded in it at the junction of horizontal
surface and side wall.
vi.
After two days of curing apply second coat of cement slurry admixed with proprietary acrylic based water
proofing compound conforming to IS-2645.
vii.
Finishing the surface with 20 mm thick joint less cement plaster 1:4 (1 cement : 4 coarse sand) admixed
with proprietary acrylic based water proofing compound conforming to IS-2645 and finally finishing the
surface with trowel with neat cement and making of 300 mm x 300 mm false square.
viii.
20 mm thick joint less cement plaster 1:4 (1 cement: 4 coarse sand) admixed with proprietary acrylic based
waterproofing compound conforming to IS- 2645 over the gola upto 300 mm high on sidewalls. This plaster
will be in continuation of plaster provided on horizontal surface as per sub para (vii) above.
ix.
Average thickness of the above treatment shall be 120 mm and minimum thickness at Khurras is 65 mm.
x.
The proportion of proprietary acrylic based water proofing compound to be used with ordinary Portland
cement for all operations as aforesaid shall be laid down by the manufacturer of particular acrylic based
water proofing compound.
xi.
The whole treated portion shall be flooded with water for five days for curing and testing.
For toilets Tapecrete (Pedelite ) or Brush Bond ( Fosroc) or equivalentshall be applied on RCC slab up to 300mm height
of masonry walls as per manufacturer specifications
b) Khurras: Making khurras 450 x 450 mm in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 stone aggregate
10 mm nominal size) and laying 1mx1mx400microns PVC sheet finished with 6 mm cement plaster 1:4 (1
cement : 4 coarse sand) and coat of neat cement including rounding of edges and making and finishing the
outlets complete.
c) Gola/watta: Providing coving 75 mm x 75 mm in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 stone
aggregate 10 mm and down gauge) at the junction of RCC slab and wall including finishing exposed surfaces
with cement mortar 1:4 (1 cement : 4 fine sand) as per drawing. Gola shall be done before the plaster of parapet.
d) Balconies: Finishing of balconies shall be as shown in the schedule of finishes with matching skirting. The
specifications shall be as above :
Roof slab at balconies to be finished as above shall be cleaned thoroughly and following treatment /
covering shall be provided:
Signature of Tenderer with seal
193
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
i)
For sunken / lowered portion of slabs. Treatment / covering as specified below.
ii)
In portion of balconies which are not sunken / lowered treatment below”.
e) Unplasticised rain water pipes:
f)
i.
The rain water pipes and fittings shall be provided with unplasticised PVC pipes conforming to IS-4985-81
and ISI marked. The uPVC pipes shall be of outside diameter as shown on drawings and of working
pressure 4 kg / sq. cm. Internal and external surfaces of the pipes shall be smooth and clean, reasonably
free from grooving and other defects. The uPVC pipes shall be jointed with PVC solution for concealed
pipes and for exposed pipes with PVC collars by using lubricating solvent solution. Fittings shall be injection
moulded or fabricators type conforming to IS-8008- 1976 (Part I and IV) and / or IS 8360-1970 (Part I to III)
and / or as per manufacturers recommendations. The pipe shall start from ground level with bend as shown
on drawing. A tee junction shall be provided at all terrace levels to collect water from Khurras and vertical
pipe to be fixed properly with factory-made clamps of approved make such as Camry as per approval of
PMC, shall be extended upto top of parapet. At top PVC cowl shall also be fitted.
ii.
Cast iron chamber and grating at the top and outlet of every rain water pipe shall be provided and shall fit in
snugly on the socket end of the pipe. The perforations in the gratings shall be at least 60% of the total area
of gratings.
iii.
Where the rain water pipes are to be provided concealed within masonry the pipes shall be embedded in the
walls with PCC 1:3:6 (1 cement: 3 coarse sand: 6 stone aggregate 20 mm down gauge) and wherever
embedded in adjacent with RCC column or adjacent partly to RCC column and partly to brick work pipes
shall be embedded in PCC 1:2:4 (1 cement: 2 coarse sand: 4 stone aggregate 20 mm nominal size)
encasing all round. External surface of the pipes shall be painted with PVC adhesive and then coarse sand
shall be sprinkled before embedding the pipe in the concrete for proper griping with concrete. (d) Rain water
pipes running down along the walls / columns shall be firmly fixed to the walls / column at all joints and at
one meter spacing on pipe with PVC clips as per manufacturer instructions. (e) Provide angled end pieces
PVC shoe at bottom and splash stones 450 x 300 x 20 mm embedded in plinth protection..
PVC spouts: PVC spouts shall be provided to balconies, upward turned chajjas and other similar locations.
These shall be 25 mm dia., 300mm long PVC pipe of approve brand
g) Plastering and Rendering
General
a) Scope :
This section shall cover internal and external plastering/rendering works as shown in the drawings.
b) Mortar :
The mortar of specified mix shall be used. Cement and sand shall be tested as specified.
c) Scaffolding :
Stage scaffolding shall be provided for plastering work as per Standard Practice and as directed by Architect
/PMC. This shall be independent of the walls.
d) Plaster to Extend:
All interior plaster shall be extended up to 12 mm below the skirting or dado level at no extra cost wherever
required.
Signature of Tenderer with seal
194
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
e) Preparation of Surface:
Joints of Concrete block work walls shall be raked-out properly. Dust and loose mortar shall be brushed out.
Efflorescence if any shall be removed by brushing and scraping. Shuttering imperfections of all concrete shall be
roughened by hacking with chisel and all resulting dust and loose particles cleaned and the surface shall be
thoroughly hacked or bush hammered to the satisfaction of PMC/Architect. The surface shall be thoroughly
cleaned and kept wet as specified before plastering is commenced.
f)
Approval of Architect /PMC to be taken :
No plastering work shall be started before all conduits, pipes, fittings and fixtures clamps, hooks, doors and
window frames etc. are embedded, grouted and cured and all defects removed to the satisfaction of Architect
/.PMC A sample of plasterwork shall be prepared and got approved before proceeding with the work. Special
approval shall be taken from Architect /PMC before starting each plastering work. No cutting of finished plaster
shall be allowed. No portion shall be left out initially to be patched up lat on.
11.12.12.0
Exterior Plaster:
a) General:
Exterior plaster shall be 18 mm thick, unless otherwise specified, generally sand aced the base coat shall be
about 12 mm thick with coarse sand applied after the base coat has set but not dried. The base coat shall be 1:4
(1 cement: 4 coarse sand) and second coat shall also be 1:4 cement mortar (1 cement: 4 coarse sand). Acrylic
water proof chemical @ 0.5 kg per 50 kg of cement or as recommended by the manufacturer shall be admixed
with the plaster, wherever specified in the item.
b) Mixing:
The ingredients shall be mixed in specific proportions by volume. The mixing shall be done in a mechanical
mixer or by hand mixing on water-tight platform. The cement and sand shall first be mixed thoroughly dry in the
mixer. Water shall then be added gradually and wet mixing continued for at least a minute until mortar attains he
consistency of a stiff paste and uniform colour. Mortar shall be used within 30 minutes of addition of water.
Mortar which has partially set shall not be used and removed from the site immediately.
c) Application of Plaster
i.
General:
Wall plastering shall be started after the completion of ceiling plaster from top and gradually worked down
towards floor. It shall not, at any place be thinner than as specified. To ensure even thickness and a true
surface, plaster pads of about 75 mm * 75 mm shall be first applied horizontally and vertically at not more
than 2 m interval over the entire surface to serve as gauges. The mortar shall then be applied to the
wall/surface between the gauges and finished even. All corners, junctions and rounding shall be truly
vertical or horizontal and finished carefully. Generally work in an enclosure shall be completed in one day.
For larger areas if the work has to be suspended at the end of the day, plaster shall be cut clean to line.
When recommencing, the plastering, edge of old work shall be scrapped, cleaned and wetted with cement
putty before restarting plastering
ii.
Base Coat:
The mix shall be stiff enough to cling and hold when laid. On walls, the mix shall be laid in long even
spreads upwards and across using sufficient pressure to force it into the key on the backgrounds. The
mortar shall be laid as uniformly as possible. The average thickness shall not exceed that specified. This
coat shall be allowed to stand firm till before scratching for key. The surface shall then be combed or cross
scratched with a wire scratcher
Signature of Tenderer with seal
195
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
iii.
HINDUSTAN PREFAB LIMITED
Second Coat:
A reasonable time (not more than 48 hours) shall be allowed after the application of the base coat for
thorough drying before the application of the second coat. After soaking base coat thoroughly with water the
mortar for second coat shall be applied with a feather edge rule to a true and even surface. The surface
shall then be thoroughly scoured with a wood hand float, and any inequalities filled in. Over working shall be
avoided. However, wherever special coating is specified, the second coat shall be finished smooth with
cement based putty to the satisfaction of the Architect/ PMC.
iv.
Single Coat Work:
Single coat work shall be finished smooth as specified in second coat work. Special care shall be taken to
secure bond with the concrete/brick wall.
v.
Plastering over Steel Surfaces:
Where plastering is to be done over steel surface, suitable expanded metal covering the steel surface and
secured to the adjoining wall/concrete surface with an overlap of 200 mm shall be provided.
vi.
Plastering at Junction of Masonry / R.C.C:
All junction of Masonry wall with R.C. structures e.g. column, beam etc. shall be plastered after providing
and fixing of approved G.I. chicken Wire /pvc mesh 250 mm wide centrally over the length of junction either
vertically or horizontally t the satisfaction of Architect /.PMC. G. I. Chicken Wire Mesh of required width shall
also be fixed over the chasing for conduits, pipes etc. on masonry wall before plastering is commenced.
11.12.13.0
WALL FINISHES
Internal surfaces
a) Cement plastering internally on all internal surfaces (except surfaces where other type of finishes have been
indicated on drawings) including soffits of RCC slabs, beams, chajjas, lintels, all-round shelves, inner side of top
parapets and loft walls etc. shall be as under :
i.
12 mm thick plaster in cement mortar 1:4(1 cement: 4 parts 75% fine and 25% coarse sand) mixed with
10% of lime water over brick and concrete surfaces. Dubbing out wherever required (i.e. bringing up the
undulation on the rough face of brick work in level with proudest points) shall also be executed in the same
mix along with rendering coat.
ii.
6 mm thick plaster in cement mortar 1:4 (1 cement : 4 fine sand) on soffits of RCC slabs, chajjas, lintels and
Pantry / pantry, platforms, loft slabs, fins, fascia counters and all-round of cupboard shelves etc.
iii.
10 mm x 6 mm grooves shall be provided in ceiling plaster at junction of wall and ceiling.
iv.
12 mm thick plaster in cement mortar 1:4 (1 cement : 4 parts 75% fine sand & 25% coarse sand) mixed with
water proofing compound
v.
12 mm thick plaster in cement mortar 1:3 (1 cement : 4 coarse sand) mixed with water proofing compound
to be done on the internal surfaces of RCC / brick / parapet / gutter walls, chajjas, fins, fascia etc. including
dubbing whenever required.
vi.
15 mm thick plaster in cement mortar 1:4 (1 cement: 4 coarse sand) shall be provided in internal surface of
brick parapet wall at terrace levels.
vii.
Before plastering it should be ensured that brick masonry joints are raked out (at least on even surfaces) to
a depth of 12 mm and all concrete surfaces are rough enough for proper adhesion of plaster. If not they
shall be made rough by hacking or bush hammering at intervals of 50 mm. Efflorescence if any dust / dirt
shall b removed. The surfaces shall be wetted adequately before plastering.
Signature of Tenderer with seal
196
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
viii.
GI chicken wire/pvc mesh of 24 gauge and 20 mm mesh shall be fixed all along RCC and brick joints in a
width of 150 mm with end lap of 15 cm using cement slurry and nails etc. for fixing mesh before plastering.
ix.
Sand used in plaster shall be within the grading zones as stipulated in the IS silt contents shall not exceed
4%. Brick surface shall be raked out at the end of day brick work to afford key to plaster. Plaster surface
shall be hard and even without patchy appearance. If they flake or show scratch marks if rubbed by a
pointed nail the plaster shall be rejected, dislodged and redone.
b) Drip course: Drip course shall be provided to all projections, chajjas, facings, chopper etc.
c) External Surfaces
External surfaces at following locations shall be finished with 18mm thick plaster with necessary grooves and
pattern as shown on the drawings and finally finished extra smooth with cement based putty.
11.12.15.0
i.
All sides of all the columns except internal sides of columns in Rooms and external faces of beams.
ii.
External surfaces of planters and external vertical surface of RCC over headwater tank.
iii.
Soffits of vaulted arched and flat soffits and bands.
iv.
All external plaster surfaces of the rest of all buildings, internal compound walls, external compound walls
shall be finished in latex based paint – in three coats i.e. one coat of cement primer and two or more coats
of snowcem paints to achieve even shade.
Painting, Varnishing and Rendering
General
i.
Materials :
All materials shall be the best of their kind and of approved manufacture for each item. Painting materials
such as shellac, thinner, oils, driers, rollers, brushes, etc. shall be of the best approved quality and type. If
for any reason, thinning is necessary in case of ready mixed paint, the brand of thinner recommended by
the manufacturer or as instructed by PMC shall be used.
ii.
Sealed Containers :
Approved paints, oils or varnishes shall be brought to the site of work by the Contractor in their original
containers in sealed condition. The material shall be brought in at a time in adequate quantities to suffice for
the whole work or at least fortnight’s work. The empty containers shall not be removed from the site of work,
till the relevant item of work has been completed and permission obtained from Engineer.
iii.
Storage:
All materials shall be stored in a neat and orderly fashion in one single clean space. Care shall be taken to
maintain this place as clean and dust-free as possible.
iv.
Specialized Workmen:
All work shall be done by the specialized skilled workmen experienced in the trade.
v.
Work as per Manufacturer's Instructions:
All work shall be done strictly as per this specification and manufacturer's printed instructions. In case these
specifications differ in any way from manufacturer's instructions, the latter shall apply.
Signature of Tenderer with seal
197
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
vi.
HINDUSTAN PREFAB LIMITED
Finished Surface to PMC/Architect Satisfaction:
All finished surface shall be required texture (smooth, rough or any other) and of even shade to the
satisfaction of Architect /.PMC
vii.
Protection:
All work done shall be thoroughly protected from damage at all times by suitable methods approved by
Architect /.PMC. All other adjacent work or materials not received the finish at that time shall also be
thoroughly protected by suitable canvas or paper covering or by other approved method.
viii.
Damages to be made good:
Any damage or disfigurement of other works shall be immediately made good. All paint and varnish spots
and other stains shall be thoroughly and carefully removed from all floors, doors, windows, fittings, furniture,
glass, hardware and all other surfaces required, by approved paint removers and the places left clean and
tidy to the satisfaction of Architect /.PMC.
ix.
Intimation before Starting:
No work under this section shall start without approval from Architect /.PMC.
x.
Samples:
Before starting work under this section large size samples of all work shall be prepared by the Contractor for
approval. Only after specific approval has been given to the samples, work shall commence. The actual
work done shall be done as per the approved samples.
xi.
Preparation:
All surfaces to be finished shall be thoroughly brushed and cleaned of mortar drops, dust, dirt, fungi, rust,
mill-scale, efflorescence and all other extraneous material. All loose places and scales shall be removed by
scrapping. Surfaces shall be thoroughly, sand-papered to a smooth finish. Further preparation work shall be
done as specified under different types of finishes. Before starting painting all floors shall be washed clean
and wiped dry.
11.12.17.0
OIL BOUND DISTEMPER:
a) Oil bound distemper shall be provided to internal plastered surfaces of rooms where indicated on drawings and
where directed by PMC and Architect. The oil bound distemper shall be from manufacturers as approved by
Project Manager and Architect.
b) Before application of oil bound distemper, the surface shall be prepared by applying one coat of approved primer
as per the directions given by the manufacturer. After the primary coat has dried the surface shall be lightly sand
papered with zero grade abrasive paper, taking care not to rub out primary coat and then dust off. This surface
so prepared before applying emulsion paint shall be got approved as a stage from the Architect / PMC. After the
prepared surface is approved, oil bound distemper shall then be applied in two or more coats to give smooth
surface as well as even shade to the satisfaction of PMC and the Architect.
c) Cost of preparation of surface by application of primer and sand papering etc. shall be deemed to be included in
the rates of application of oil bound distemper.
Signature of Tenderer with seal
198
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
11.12.18.0
HINDUSTAN PREFAB LIMITED
PAINTING :
a) Cement Base Paint: Two or more coats of cement base paint over one coat of cement primer shall be applied
to give even shade on all external cement plaster surfaces, internal cement plaster surfaces of parapets, top of
parapets, inner face of gutter walls, soffits of chajjas, lintels, beams, and sills of windows etc. The shade of the
paint shall be used as approved by PMC / Architect. Each coat shall be cured well by wetting surfaces for at
least three days.
b) Painting to wooden surfaces: All exposed wooden surfaces shall be prepared and given a primer coat of
approved quality as approved by the Architect. The surface shall then be bodied in with liquid wood filler of
approved make, allowed to dry and rubbed with sand paper after moistening the surface with water, the surface
cleaned then two or more coats of synthetic enamel paint applied to given an even shade of approved quality.
Tint / shade of synthetic enamel paint shall be as approved by the MC / Architect.
c) Painting to Steel Surfaces: All exposed steel surfaces shall be prepared, cleaned with sand paper to
completely remove scales and rusts and shall be painted with two or more coats of synthetic enamel paint to
give an even shade over one coat of steel primer. The shade of synthetic enamel paint shall be as approved by
PMC / Architect.
d) Painting to PVC and CPVC Pipes: All exposed pipes shall be painted by applying two or more coats of enamel
paint. The shade and quality shall be as approved by PMC / Architect.
e) Anti-Termite Solution to wood work:
f)
11.12.19.0
i.
Anti-termite solution shall ‘ASCUPS2’ colourless or other equally approved preservative.
ii.
Surfaces of timber which are in contact and / or buried in concrete / masonry / plaster and concealed
surfaces of timber / board / plywood shall be treated with two coats of anti-termite solution before being built
in or covered up.
Painting of concrete surface with epoxy paint of MRF or equivalent
Synthetic enamel paints and primer manufactured by the following firms shall be used. Paints and primer shall
be incorporated in the work.
a. Asian paints (Apcolite)
b. Jenson & Nicholson
c. Berger paints
d. Jaypee Gold (Gold touch)
e. Killick Nixon Ltd. (Pololite Syn super white)
f.
11.12.19.1
M/s Bombay paints
The following cement base paints shall be used :
a. Super Plus (M/s Killick Nixon)
b. Robbiacem (Jenson & Nicholson)
c. Durocem (Berger Paints)
d. Gold Cem (M/s Jaypee Gold Paints)
Signature of Tenderer with seal
199
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
11.12.19.2
HINDUSTAN PREFAB LIMITED
Oil bound distemper:
a. Asian paints
b. Berger paints
c. Jenson & Nicholson.
11.12.20.1
Cement Paint:
a) Preparation of Surface:
For new work, the surface shall be thoroughly cleaned of all mortar dropping, dirt, dust algae, grease and other
foreign matter by brushing and washing. The surface shall be thoroughly wetted with clean water before the
cement paint is applied. In the case of old work, all loose pieces and scales shall be removed and the surface
shall be cleaned of all dirt, algae, oil etc. by brushing and washing. Pitting in plaster shall be made good and a
coat of best quality water proof cement paint shall be applied over patches after wetting them thoroughly.
b) Preparation of mix:
Cement paint shall be mixed in such quantities as can be used up within an hour o its mixing as otherwise the
mixture will set and thicken, affecting flow and finish. Cement paint shall be mixed with water in two stages. The
first stage shall comprise of 2 parts of cement paint and one part of water stirred thoroughly and allowed to stand
for 5 minutes. Care shall be taken to add the cement paint gradually to the water and not vice versa. The second
stage shall comprise of adding further one part of water to 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.
The lids of cement paint Drums 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.
c) Application:
The solution shall be applied on the clean and wetted surface with brushes or spraying machine. The solution
shall be kept well stirred during the period of application. It shall be applied on the surface which is on the shady
side of the building so that the direct heat of the sun on the surface is avoided. The method of application of
cement paint shall be as per manufacturer's specification. The completed surface shall be watered after the
day's work.
The second coat shall be applied after the first coat has been set for at least 24 hours. Before application of the
second or subsequent coats, the surface of the previous coat shall not be wetted.
For new work, the surface shall be treated with three or more coats of water proof cement paint as found
necessary to get a uniform shade.
For old work, the treatment shall be with one or more coats as found necessary to get a uniform shade.
d) Precaution:
Water cement paint shall not be applied on surfaces already treated with white wash, colour wash, distemper dry
or oil bound, varnishes, paints etc. It shall not be applied on gypsum, wood and metal surfaces.
Signature of Tenderer with seal
200
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
11.12.20.2
HINDUSTAN PREFAB LIMITED
Painting with Synthetic Enamel Paint
a. General:
Synthetic enamel paint (conforming to IS: 1932-1964) of approved brand and manufacturer and of the
required colour shall be used for the top coat and undercoat of shade to match the top coat as
recommended by the manufacturer shall be used.
b. Commencing Work:
Painting shall not be started until Engineer has inspected the items of work to be painted, satisfied himself
about their quality and given his approval to commence the painting work. Painting of external surface
should not be done in adverse weather condition like hail storm and dust storm. Painting except the priming
coat, shall generally be taken in hand after practically finishing all other builder's work. The rooms should be
thoroughly swept out and the entire building cleaned up, at leas one day in advance of the taint work being
started.
c. Painting on New Surface:
Preparation of surface shall be as specified above or as the case may be.
d. Application: The number of coats including the undercoat shall be as stipulated in the Item.
I.
Undercoat:
One coat of the specified paint of shade suited to the shade of the top coat shall, be applied and
allowed to dry overnight. It shall be rubbed next day with the finest grade of wet abrasive paper to
ensure a smooth and even surface, free from brush marks and all loose particles dusted off.
II.
Top Coat:
Top coats of specified paint of the desired shade shall be applied after the undercoat is thoroughly dry.
Additional finishing coats shall be applied if found necessary to ensure properly uniform glossy surface.
e. Preparation of Surface
Wood Work:
The surface shall be cleaned and all unevenness removed as specified above. Knots if visible shall be
covered with a preparation of red lead. Holes and indentations on the surface shall be filled in with glazier's
putty or wood putty and rubbed smooth before painting is done. The surface should be thoroughly dry
before painting.
f.
Iron and Steel Work:
The priming coat shall have dried up completely before painting is started. Rust and scaling shall be
carefully removed by scrapping or by brushing with steel wire brushes. All dust and dirt shall be carefully
and thoroughly wiped away.
Signature of Tenderer with seal
201
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
11.12.21.0
HINDUSTAN PREFAB LIMITED
Special coating Wall Rendering:
PRODUCT DESCRIPTION
The special coating shall be of exterior grade of Paint Supplier specifically M/s SKK INDIA LIAISON OFFICE,
55, First Floor, Community Centre, East of Kailash, New Delhi- 110065. A water-based high-build acrylic
resin texture body coat incorporating natural and unique texture of sandstone. The coating shall be
Eleganstone series with single deck grooves. The groove pattern shall be prepared as per site and got
approved from the Architect.
APPLICATION
Suitably primed surfaces of concrete, mortar or plaster shall be made smooth by chipping any undulations on the
surface, cleaning and removal of dust or any loose foreign material, making the surface smooth by applying
cement based putty and approved primer coat and base coat as per specifications of the paint supplier and using
adequate masking tapes, using standard stencils to achieve the desired look and feel, maintaining uniformity of
grooves and maintaining the surface neat and clean before handing the entire completed project. The requisite
moisture content shall be ascertained before applying any application and the moisture content shall not exceed
3%. The moisture content shall be checked for every 5sq m of area. Whenever necessary, the paint
manufacturer’s technical support shall be made available to the Architect/PMC. The surface preparation shall be
approved by the PMC before application of the top coat. The quantity of the coating, base coat, etc shall be
estimated as per recommendation of the paint supplier and the requisite quantity of stock shall be accounted and
recorded with the PMC. All empty containers shall be deposited with the PMC with proper records and
reconciliation of the material consumption. Work shall be executed with proper steel scaffolding, safety nets and
other safety equipment, adequate tools, air compressors with adequate pressure and appropriate spray guns
which are well maintained as per approval of PMC.
APPLICATION SPECIFICATION
Process
Product Name
No of
Coats
Method of Application
Under coat
CT Under
2
Roller or brush or spray
Base coat
Eleganstone
Sagan
1
Trowel or spray
Pattern
coat
Eleganstone
Sagan
1
Trowel or spray
Top coat
Ceramic Top A
or Si
2
Roller or brush
or spray
Signature of Tenderer with seal
202
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
12. TECHNICAL SPECIFICATIONS FOR DRIVEWAY WORK - (ANNEXURE-8)
12.1 Scope of works
The scope of this tender covers: Driveway around the building, Kerb Stone along the driveway, pedestrian
pathway around the proposed building with pavers block and cement concrete tiles (Duracrete) as per the
drawings and details.
12.2 Consolidation
The sub-grade shall be consolidated with a power road roller of 8 to 12 tonnes. The roller shall run over the subgrade till the soil is evenly and densely consolidated and behaves as elastic mass (the roller shall pass a
minimum of 5 runs on the sub-grade). All undulations in the surface that develop due to rolling shall be made
good with material or quarry spoils as the cases may be and the sub-grade re-rolled.
12.3 Surface Regularity
The finished surface shall be uniform and conform to the lines grades and typical cross-sections shown in the
drawings. When tested with the templates and straight edge, the variation shall be within the tolerance. Where
the surface irregularity of the sub-grate falls outside the specified tolerances, the Contractor shall be liable to
rectify these with fresh materials or quarry spoils as the case may be, and the sub-grade re-rolled to
representative.
12.4 Sub-base/Base Courses
This shall be: round soling of size 230 mm. This shall consist of clean crushed coarse aggregate mechanically
interlocked by rolling, and voids thereof filled with screening and binding material with the assistance of water,
laid on a prepared sub-grade. The sub-base course shall be laid in layers not exceeding 100 mm and base
course shall be laid in layers not exceeding 75 mm.
12.5 Spreading Aggregate
The soling stones shall be hand packed and shall be spread uniformly and evenly upon the prepared sub-grade in
required quantities. In no case shall these be dumped in heaps directly on the area where these are not to be laid
nor shall their hauling over a partly completed sub-grade be permitted. The aggregate shall be spread uniformly to
proper profile by using templates placed across the road six metres apart. If desired by Architect /PMC approved
mechanical devices may be used to spread the aggregates uniformly. The levels along the longitudinal direction up
to which the metal shall be laid shall be first obtained at site to the satisfaction of Architect/PMC & these shall be
adhered to. The surface of the aggregate spread shall be carefully trued up and all high or low spots remedied by
removing or adding aggregate as may be require.
12.6 Rolling
Immediately following the spreading of the coarse aggregate, it shall be compacted to the full width by rolling with
either a three wheel power roller of 8 to 10 tonnes capacity or an equivalent vibratory roller. Initially, light rolling is
to be done, which shall be discontinued when the aggregate is partially compacted with sufficient void space in
them to permit application of screenings.
The rolling shall be begun from the edges with the roller running forward and backward and adding the screenings
simultaneously until the edges have been firmly compacted. The roller shall then progress gradually from the
edges to the center, parallel to the center line of the road and overlapping uniformly each preceding rear wheel.
Rolling shall continue until the road metal is thoroughly keyed with no creeping of metal ahead of the roller. Only
slight sprinkling of water may be done during rolling, if required. On super elevated curves, the rolling shall proceed
from the lower edge and progress gradually continuing towards the upper edge of the pavement.
Signature of Tenderer with seal
203
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Rolling shall not be done when the sub-grade is soft or yielding or when the rolling causes a wave like motion in
the sub-base or sub-grade. When rolling develops irregularities that exceed 12 mm when tested with a three meter
straight edge, the irregular surface shall be loosened and then aggregate added to or removed from it as required
and the area rolled until it gives a uniform surface shall also be checked transversely by template for camber and
any irregularities corrected in the manner described above. In no case, shall the use of screenings to make up
depressions be permitted.
12.7 Sprinkling water and Rolling
After rolling the surface shall be continuously sprinkled with water, swept and rolled. Hand brooms shall be used to
sweep the wet screening into the voids and to distribute them evenly. The sprinkling, sweeping and rolling
operations shall be continued and additional screenings applied where necessary until the coarse aggregates are
well bounded and firmly set for the entire depth and until a grout has been formed of screenings and water that will
fill all voids and form a wave of grout ahead of the wheels of the Roller. The quantity of water to be used during the
construction shall not be excessive so as to cause damage to the sub-base or sub-grade.
12.10 Application of Binding Material
After the rolling, river sand shall be spread and compacting by sprinkling with water
12.11 Setting and Drying
After final Compaction of the course the road shall be allowed to cure overnight. Next morning defective spots shall
be filled with screenings or binding material, lightly sprinkled with water, if necessary and rolled. No traffic shall be
allowed till the macadam sets. The compacted water bound macadam course should be allowed to dry and set
completely before the next pavement course is laid over it.
External Paving
The paving has to extend outside the plot and connect with the existing public road outside
the two gates. This extended paving shall be outside the plot premises and shall have precast
concrete kerb stone. This shall be part of the work and included in the lumpsum rate.
12.23 Precast Concrete Kerbs
12.23.1 Precast Kerb Unit
The precast concrete kerbs shall be cast and installed in accordance with specifications of concrete work given
in. The kerbs shall be as per details shown in the drawings and shall be of M20 mix grade (using 20 mm down
coarse aggregate) specified. Wherever required so cast-in-situ special kerbs for ramps or way through hall be
used, as directed by the Architect/PMC at no extra cost.
12.23.2 Bedding and Backing
Cement concrete of 1:3:6 (using 20 mm down coarse aggregate) proportion shall be used as bedding and
backing of the kerbs as shown. The concrete shall be laid, after necessary earth work to the dimensions given in
the drawings and as directed by the Architect/PMC.
12.23.3 Laying
Precast kerbs shall be laid in position in a straight line a profile as required over the bedding and then be
grouted with cement sand mortar of 1:2 (1 cement: 2 coarse sand) and re-checked, its profile to the proportion
drawings and finally finished smooth with 6 mm thick cement plaster 1:3 (1 cement: 3 coarse sand on exposed
surfaces).
Signature of Tenderer with seal
204
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
12.23.4 Laying Kerbs at Curves
Where kerbs are to be laid on curves the contractor may cast-in-situ kerbs for full length of curves of small radii
and between the gaps of precast kerbs laid along the curves of greater radii as and where instructed by
Architect/PMC.
Boundary Wall
The excavation shall be done with due care with shoring and strutting of adjoining existing
boundary walls and perhaps undertaking the excavation in parts in order to prevent any
damage to adjoining properties.
The compound wall shall be constructed in RCC/ Brick work ( Two sides in RCC and one
side in Brick masonry ) Expansion joints shall be provided as per standards wherever not
specified in the drawings.
The left right and rear boundary walls shall be plastered only on visible exposed face with
vertical groove pattern of 8 to 10 mm straight grooves spaced @ 2000 mm centers (max)
pressure grouting shall be done in the wall area having earth/ backfill as to prevent any
water leakages and dampness etc.
12.24 Concrete Paving
12.24.1General
Paving shall be designed to suit the Unit operating requirements. In process and utilities units paving shall be
provided to give sufficient access and operating space around the equipment. Paved contaminated Process
Units shall be provided with trapped catch basins connected to the oily water sewer. The catch basins must be
located so that the paving slopes away from process equipment and piperacks. Paving falls shall be within the
limits of 1 in 30 maximum to 1 in 120 minimum. In process units the paving may be sloped towards the unit limits
to drain to channels.
Signature of Tenderer with seal
205
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13. SPECIFICATION FOR PLUMBING DRAINAGE AND WATER SUPPLY - (ANNEXURE – 9)
13.1 GENERAL
13.1.1
Completeness of Contract: Contractor shall be deemed to have carefully examined the specifications, general
conditions an tender drawings, etc., and to have fully assessed and have satisfied himself as to the nature and
character of the work to be executed, site conditions and other relevant matters and details.
13.1.2
Contractor shall provide all items whether specifically mentioned or not but which are usual or required to
make a complete working system and to ensure safe and satisfactory operation. All apparatus, appliances,
material or labour which may be necessary to complete the work in accordance with the intent or purpose of
these specifications shall be considered to be in the scope of work of the contract and shall be furnished
without extra charge, as if fully described and called for in these specifications. In case of doubt or doubts, the
tenderer shall clearly point out his understanding of the specifications, before award of contract.
13.1.3
Contractor shall study the site conditions before tendering and shall satisfy himself before submitting his
Tender as to the nature of the ground and subsoil, form and nature of the site, the hydro logical, climatic and
physical conditions at the site, the quantities and nature of the work and the materials necessary for the
completion of the work, the means of access to the site, the proneness of site to floods in regard to the highest
flood levels, recorded, observed or found in the past, also the accommodation required, observed by him, and,
in general, shall himself obtain all necessary information as to the risks, contingencies, and other
circumstances, which may influence or affect his Tender.
13.1.4
Unless otherwise agreed in writing, the specifications, drawings and general conditions etc. form the contract
documents and all clauses and conditions specified by the Contractor stands null and void.
13.2 REFERENCES :
References to standards, codes, specifications, recommendations shall mean the latest edition of such
publications adopted and published at date of invitation to submit proposals.
13.3 DRAWINGS AND LITERATURE :
13.3.1
Before proceeding with the work, the Contractor shall submit for approval general Layout and working
drawings as are necessary to demonstrate fully that all parts of the materials to be furnished will conform to
the specifications.
13.3.2
Within 30 days of the acceptance of the Tender, the Contractor shall furnish three (3) prints of layout,
assembly and erection furnish three (3) prints of layout, assembly and erection drawings for approval. If any
modifications are proposed by the Owner/Consultant, six (6) further prints of the made feed drawings shall be
submitted. No modifications shall be made in a drawing after it has been approved by the Consultant/Owner
without prior consent.
13.3.3
Approval by the Owner/Consultant of the drawings shall not relieve the Contractor of any part of his obligation
to meet all the requirements of the Contractor the correctness of the drawings and data furnished by him. The
Contractor shall be responsible for and pay for all alterations to the works due to discrepancies or omissions in
the drawings or other particulars supplied by him, whether such drawings have been approved or not.
13.3.4
After execution of works, Contractor shall furnish a set of original tracings of as-built drawings incorporating
the modifications if any during execution.
Signature of Tenderer with seal
206
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.4 INSPECTION AND TESTING – CONTRACTOR’S PREMISES
13.4.1
Owner or its authorized representative shall have full power to inspect drawings of any portion of the work or
examine the materials and workmanship of the plant at the contractor’s works or at any place from which the
material is obtained. Acceptance of any material shall in no way relieve the contractor of his responsibility for
meeting the requirements of the specifications. The cost of any special tests and/or analysis not called for in
this specification shall be borne by the Owner in case the material proves satisfactory but shall have to be paid
by the Contractor in case the material or work is found defective or of inferior quality.
13.5 MATERIAL AVAILABILITY
13.5.1
The successful contractor shall ensure that all materials are procured well in advance to avoid any delay in
completion of the project. They will intimate in writing to the Consultant in the daily report proforma, the
progress on procurements.
13.5.2
In case of non-availability of any particular material the Contractor shall procure next best available material
and install the same at no extra cost to the Owner, after written approval of the Clients through the consultant.
13.6 BASIS OF TENDERING:
13.6.1
The tender shall be complete covering the entire work of plumbing system and ancillary services including all
building system and outside utilities as shown and specified.
13.6.2
The contractor shall consult specification, drawings and the Job Schedule which give an
system.
idea on this
13.7 DRAWINGS:
13.7.1
The drawings accompanying these specifications are design drawings and generally are schematic. They do
not show every offset, T’s cross, Y’s junction, coupling/flanges/disconnection arrangements/etc., which are
required for installation in the space provided. The Contractor shall follow the drawings, as closely as is
practicable and install additional bends, elbows or junctions, etc., where required to suit local site conditions,
from actual site measurement taken, subject to approval and without additional cost to the Owner. The
Consultant reserves the right to make any reasonable change in outlet location prior to roughing in. All
connections and appurtenances, shown in the various diagrams, shall be included in the finished job.
13.7.2
It shall be the contractor’s responsibility to co-ordinate with all other agencies at site, for proper and adequate
installation clearance.
13.8 ORDINANCE, CODE & REGULATIONS:
13.8.1
It shall be the contractor’s responsibility to provide complete system, as indicated and as required by
applicable code. All clarifications and modifications, which have to be cleared with appropriate authorities,
shall be carried out without additional cost, to Owner. Unless otherwise approved, the product shall bear the
mark of approval of Bureau of Standards, as required, by the Governing bodies, code and ordinances of local
authorities whose permission are required for occupation of the building on completion.
13.9 SHOP DRAWINGS:
13.9.1
The contract drawings shall serve as working drawings for general, layout of the piping and various items of
equipment. The contractor shall prepare and submit for approval, detailed shop drawings of all items, not
detailed on the drawings, Setting drawings, clearance drawings, where required, for proper co-ordination and
all changes to the drawings. It shall be the contractor’s responsibility to see that all deviations from drawings
and specifications shall be specifically noted on the drawings and brought to the attention of the Consultants;
otherwise approval shall be automatically treated void.
Signature of Tenderer with seal
207
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.10 MEASUREMENT LINES AND LEVELS:
13.10.1
Check, dimension at the building site and establish lines and levels for the work specified. All inverts, slopes
and manholes, elevations shall be established by instruments, working from an established datum point.
Elevation markers and lines shall be provided for Consultant’s use, to determine that slopes and elevations
are in accordance with the drawings and specifications and local byelaws.
13.10.2
Established grid and area lines shall be used for location of trenches in relation to building and boundaries.
Trenches shall be carried out to the true alignment and to require levels. No refilling will be allowed for the
purpose of making up the bed of trenches, but to make up the same with lean concrete mix 1:4:8.
13.10.3
Use of sight rails, boning rods shall be adopted during the whole process of excavation and lying of the pipes.
13.10.4
Sight rails shall be fixed at suitable intervals which shall not exceed twenty meters before the excavation is
begun. No extra charges will be paid for excess excavation.
13.10.5
Sufficient width shall be available in the trenches to allow a space of 300 mm on he either side of the body of
drain pipe to facilitate laying of the pipes and jointing.
13.10.6
When the trenches are in deep or bad ground, the sides of the trenches shall be supported with suitable
timbering. The bottom width also shall be suitable modified to facilitate working and making proper joint.
13.10.7
All pipes, water mains, or gas mains, telephones and cables etc., met within the course of excavation, shall be
carefully protected and supported without extra charges.
13.11 The Setting Out:
13.11.1
The Contractor shall be bound to examine the plinth level or levels indicated or suggested in the drawings and
to ascertain its or their correctness or adequacy with reference to his findings on the inspection of site as
provided in clause 13.1.3 hereof and shall, in the event of such plinth level being found to be unsuitable or
inadequate, request the client for the necessary correction. In doing so, the contractor, shall ensure the plinth
level at some reasonable height above the highest flood level recorded, observed or found by him. The
Contractor shall assume and exclusively the liability for such plinth level unless otherwise directed, in writing,
by the Employer.
13.12 Excavation and Backfill:
13.12.1
General: Perform all necessary excavation and backfill required for installation of plumbing work etc. tendered
for.
13.13 Excavation in Earth:
13.13.1
Excavation for trenches including the site leveling and surface excavation shall be carefully got out to net width
and depth. Initially the depth of excavation is upto and inclusive of 1.5m. The lift shall be measured from
ground level. The excavation unto 1.5 meters depth below the ground level shall be included in the rate of
earth work excavation. Extra, lifts will be paid in units of 1.5 meters. “Battering” or “Benching” to the sides of
excavation shall have prior approval. Extra excavation (i.e. excavation beyond the limits required), carried out
without the prior approval of the Consultants will not be measured and such extra excavation will be filled in at
the Contractor’s expense with crate (mix specified by the Consultants) well rammed in position and brought
unto the required level. All soft spots and lose pockets shall be dug out, filled with approved dry filing, well
rammed and consolidated.
Signature of Tenderer with seal
208
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.13.2
Any water which may accumulate in the excavations, due to any cause, is to be bailed or pumped out.
Adequate pumping or other facilities shall be employed to keep all the excavations clear of water constantly.
Care shall be taken to prevent the discharged water from causing any damage to building or their property.
The Contractor shall ensure proper and sufficient drainage and bailout pumping water to keep the excavated
area free from water without extra cost.
13.13.3
The Contractors shall take care to avoid damage to drains, cables, water mains or other underground work
during excavations, slung or otherwise supported.
13.13.4
Any damage done to the above during excavations shall be made good or replaced at the Contractors
expense.
13.13.5
No foundation shall be placed in the excavation before the same is measured nd approved by the
Consultants/employer.
13.13.6
The Contractors shall protect the excavation from the effect of the weather or the damage or make good the
damages to the satisfaction of the consultant/employer.
13.13.7
Pit and trench bottom shall be smoothened and tightly rammed to a uniform surface and remove such portion
of boulders or rock, as required to make the bottom of the rock horizontal and in level.
13.13.8
The Contractor at his own expense and without extra charges, make provision s needed to uphold the sides of
excavation and also protect the excavation against the sides of public utilities and services and other
structures. The rates or excavation shall include use and removal of timber or steel work, planking and
strutting and open or close poling boards.
13.13.9
Trees designated by the Consultants/clients shall b protected from the damage during the course of the work
and the earth level shall not be changed within 1 meter of such trees. Whenever necessary, such trees shall
be protected by means of temporary fencing.
13.13.10 For the purpose of earth work in soils, the soils shall include all types of soils except hard rock (which requires
blasting, Soft/disintegrated rock, not requiring blasting, which may be carved or split with crowbars also are
included as soils.
13.13.11 All excavation shall be done as per instructions given by Consultants/Employer.
13.13.12 Excavation shall be carried out to the required lines and levels, net widths and net depths as per his
instructions of the Consultant/Employer. The whole of excavated material shall be brought to the surface and
disposed of as directed. The phasing and method of excavations for all foundations and earthwork shall be to
the approval of Consultants/Employer. No permanent construction shall be started over the excavated surface
until and unless approved by Consultants/Employer. During the course of excavation any finds such as relics
of antiquity, coins, fossils or other articles of value shall remain the property of Owners and shall be
immediately handed over to owners. The sides of excavations are to be maintained properly till the work is
completed. The rate quoted by the Contractor for excavation is also inclusive of back filing the excavated
material protecting the sides of excavated area from failing in, with necessary, timber and cross members.
13.13.13 Where hard rock is met with and blasting operations are considered necessary, the Contractor shall intimate
about the same to the Consultants. The Contractor shall obtain license from District/Public authorities for
carrying out the blasting work as well as for obtaining, transporting and storing explosives as per “Explosive
Rule 1940” or as amended. He shall purchase the explosives, fuses, detonators etc. only from a licensed
dealer. He shall maintain the account of explosives etc. purchased and used by hi. He shall be responsible for
safe custody and proper accounting of explosive materials. The Consultants shall have access to store of
explosives and accounts therefore. Blasting shall normally be done with gun powder. Dynamite, Gelatin or any
other high explosive shall only be used in special cases with written permission of the District/Public
authorities concerned under “Explosive Rules” and the concurrence of the Consultants/Employer.
Signature of Tenderer with seal
209
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.13.14 Blasting operations shall be carried out under supervision of responsible representatives of the Contractor
during certain hours, preferably during lunch break as approved in writing by the Consultants. The
representative shall be conversant with the rules of blasting. Proper precautions for safety of persons shall be
taken. Red flags shall be prominently displayed around the area to be blasted and all people on work except
those who actually light the fuses shall be withdrawn to safe distance of not less 100 meters of an existing or
any other kind of structure unless special precautions are taken by heavy blanketing etc. Where blasting is not
practicable or prohibited, excavation shall be done by wedging or chiseling and it shall be restricted to the
quantity required to enable the necessary foundations etc. to be put in. In case, the dimensions & excess
quantity shall not be paid for. The item also orders bailing out subsoil or rainwater including pumping at any
stage of the work, shoring, strutting etc. complete.
13.13.15 After blasting is done, surface shall be dressed to the required lines and levels and the depressions filled with
PCC M 150 or as directed.
13.14 Excavation:
13.14.1
Excavate trenches to the necessary depths and widths, removing rocks, roots, and stumps and shrubs
existing old foundations etc, Width of trend shall be adequate for proper installation of piping. Authorized
quantities or those actually excavated whichever is less shall be allowed.
13.14.2
Measurements will generally be in accordance with IS 1200 (Part-1): 1987.
13.14.3
For the purpose of calculating cubic contents, cross section shall normally be taken at suitable intervals, i.e. at
man-holder valve chamber intervals except in abnormal cases, like sudden change in strata or undulating
ground, etc. when they may be taken at closer intervals as approved by the Engineering-charge whose
decision shall be final, conclusive and binding.
13.15 Authorized Widths:
a)
Unto one matter depth, the width of the trench for the purpose of measuring of excavations shall be arrived at
by adding 40 cm to the external diameter of the pipe (not the socket). Where a pipe is laid on concrete
bed/cushioning layer, the authorized width shall be the external diameter of pipe plus 40 cm or the width of the
concrete bed/cushioning layer, whichever is more.
b)
For depths exceeding one meter an allowance of 5 cm per meter of depth for each side of the trench shall be
added to the authorized width (i.e. external diameter of plus 40 cm). This allowance shall apply to the entire
depth of trench.
c)
Where more than one pipe is laid, the diameter shall be reckoned as the horizontal distance from outside to
outside of the outer-most pipes.
d)
Where sheeting etc. has been provided the authorized width of the trench at bottom shall be increased to
accommodate for sheeting etc. so that the clear width available between faces of sheeting is as per provisions
of (a), (b), and (c) above.
e)
If the sides of his trench are not vertical, the toes of the side slopes shall end at the top of he pipe and vertical
sided trench of authorized widths as per (a), (b), (c) and (d) above shall be excavated from these down to the
bed of the trench.
13.15.1
Bedding: Concrete bedding for drain shall be cement concrete having a mix proportioned in parts by volume
of 1:3:6 Lay the drains on a bed of concrete 150 mm thick and of specified width benched halfway up on both
sides to the crown of the pipes.
Signature of Tenderer with seal
210
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.15.2
Backfill: The trenches shall be backfilled using excavated materials in 200 mm layers and carefully named
was and consolidated with the addition of water and compacted to 95% of maximum density at optimum
moisture content as determined by IS, made under direction of an independent testing agency, if so required
for specific situations.
13.15.3
Grading: Following backfilling, grade all trench to the level of surrounding soil. Surplus earth shall be carried
away.
13.15.4 Tests: During the progress of the work for compacted fill the Owner reserves the right to ask for compaction
test, under direction of an independent testing agency, if so advised for specific reasons.
13.16 STONEWARE PIPES, BENDS, JUNCTIONS, JOINTING & TESTING.
13.16.1
All stoneware pipes, bends, junctions, gully traps, intercepting traps shall be salt glazed inside and outside
shall conform to the specifications of IS 651.
13.16.2
The pipes shall be hard, sound, truly circular in cross-section, perfectly straight, free from all laws and
projections.
13.16.3
Before being laid, the pipes shall be thoroughly cleaned specially from the inside. Cracked or chipped pipes
shall not be used on the work.
13.16.4 WORKMANSHIP: Tarred gasket or hemp yarn soaked in thick cement shall first be placed round spigot of
each pipe and the spigot then be placed well home into the socket of the pipe previously laid. The pipe shall
then be adjusted and fixed in the correct position and the gasket caulked tightly home so as to fill more than ¼
of the total depth (13mm in depth) of the socket.
13.16.5
The remaining space in the socket shall then be tightly and completely filled with cement mortar comprised of
one part of cement and one part of sand, and shall be neatly leveled off, outside the socket of the pipe at an
angle of 450. A wooden caulking tool shall be used for forcing the mortar home into the socket. The inside of
each pipe shall then be carefully wiped with a map or scraper, sufficiently long to pass two joints from the end
of each pipe and any projecting or extra cement shall be removed to leave the inside of the pipe clean as the
work proceeds. All the joints shall be kept moist by means of wet proceeds. All the joints shall be kept moist by
means of wet Hessian bags to protect them from the sun or wind. All pipes entering manholes shall be set in
cement mortar to affect a complete water tight junction. All around the pipe, there shall be a joint of cement
mortar 13mm thick between it and the bricks. The end-of all pipes shall be properly built in and neatly finished
with cement mortar with the manhole/ancillary structure. The approximate quantity of cement and spun yarn
per joint shall conform to IS 4127 (code of practice)
13.16.6
After sufficient interval has been allowed for the joints to set and before filling the trench, the joints of the pipes
and drains shall be proved water tight by filling the pipe with water in between two successive manholes to a
level above the tome of the highest pipe in the length to be tested, closing the end of the sections and
maintaining the water level for one hour with 25 mm during that hour.
13.16.7
All such testing shall be done wholly at the Contractor’s expense, inclusive of apparatus, provisions of water
etc. and the rae covers all the above work.
13.16.8
The pipes shall be laid to the alignment and gradient shown on the plan. The maximum permissible slopes to
the various diameters of pipes are as follows:
100 mm dia. pipe
1 in 40
50 mm dia. pipe
1 in 60
200 dia. pipe
1 in 80
230 mm dia. pipe
1 in 90
Signature of Tenderer with seal
211
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
13.16.9
HINDUSTAN PREFAB LIMITED
Where necessary, pipes shall be laid on a bed of plain cement concrete 1:3:6 and minimum 150 mm thick, and
shall be projected by providing haunching up to half the diameter of the pipers. The width of his concrete bed
for various diameters shall be as follows:
100 mm dia. pipe
380 m wide
150 mm dia. pipe
450 m wide
200 dia. pipe
600 m wide
230 mm dia. pipe
700 m wide
13.17 BED CONCRETE FOR SEWER LINES
13.17.1 Where the pipes are laid on a soft soil, with the maximum water table level at the invert level of the pipe, the pipe
shall be bedded in concrete.
13.17.2 Haunching
Where the pipes have to be laid in a soft soil with maximum water table level above the invert level of the pipe,
but below the top of the barrel, the pipe swears shall be haunched
13.17.3 Encasing
The sewer pipes shall be completely encased or surrounded with concrete where the maximum water table level
is likely to rise above the top of the barrel.
13.17.4 Where the sewers are to be laid adjacent to the growing trees, to avoid damage or displacement to pipe joints or
to the pipe kindly to be caused by the roots of the trees.
13.17.5 Where the top (over) of pipe is less than 1200 mm under road surface.
13.17.6 Wherever the intensity of loading on pipes are expected to exceed the normal limit of 1600 kg per metre length
for stoneware pipes.
13.18 Concrete RCN2 pipe Drains: Laying, jointing & testing
13.18.1 Cement concrete pipes, where called for on the drawings, shall be centrifugally spun reinforced cement concrete
pipes of an approved manufacture. Pipe shall be true, perfectly sound, free from cracks, cylindrical, straight with
a uniform bore throughout. Cracked or warped pipes with uneven texture shall not be used. These pipes shall
conform to Indian Standard 458- NP2 Class.
13.18.2 The pipe shall be straight and free from cracks excepting craze lines. The end of the pipe shall be square to their
longitudinal axis, so that when placed in a straight line in the trench, no opening ends in contact shall exceed
1/8” (3mm) from 6” (150 mm) including and up to 24” (600mm) and 1/4” (6mm) in pipes larger than 24” (600 mm)
dia.
13.18.3 The outside and inside surface of the pipes shall be smooth, dense and hard and shall be coated with cement
wash or other preparation. The pipes shall be free from local dents and bulges greater than 1/8” (3mm) greater
than twice the thickness of the barrel.
13.18.4 The pipes, before being laid, shall be brushed throughout to remove any soil or stone, that may have
accumulated therein, the inside of the socket and outside of the spigot being carefully cleaned. For small pipes,
they should be tilted up to remove any accumulations.
13.18.5 The pipes shall be carefully laid in position.
Signature of Tenderer with seal
212
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.18.6 Concrete Pipe shall be jointed as described in IS:783. After aligning the pipes, the collar shall be centered over
the joint and filled in with tarred gaskin, till sufficient space is left on either side of the collar to receive the mortar
(1:2-1) cement: 2 washed coarse sand) and caulked by means of proper tools. All joints shall be finished at an
angle of 450 to the longitudinal axis of the pipe on both sides of the collar. The joint shall be cured for at least 4
days with wet Hessian bags.
13.19 CAST IRON PIPES & FITTINGS (CI S/S) TO IS 1536 & 1538 FOR LAYING, JOINTING AND TESTING AND
FOR APPLICATION IN WATER MAIN EMBEDDEDIN FOUNDATIONS OR THROUGH BUILDING WHERE
MENTIONED.
13.19.1 All cast iron pipes and fittings shall be truly cylindrical of the clear internal dia. Specified of uniform thickness,
smooth and with strong and deep sockets free from flaws, air bubbles, cracks and sand holes and other defects.
They shall not be brittle but shall allow for ready cutting, chipping and drilling.
13.19.2 The fittings shall be of medium type cast iron conforming the latest IS Specification 1538.
13.19.3 The pipes shall be lowered into the trench by means of suitable pulley blocks, shear legs, chain, ropes etc. After
lowering the pipes they shall be arranged to coincide the centre line with the centre line of alignment. The pipes
shall be laid in position socket end of all pipes facing the direction of flow. (This shall not apply to double
socketted specials as per IS)
13.19.4 Preparing the joint: The interior of the sockets and exterior of the spigots shall be thoroughly cleaned and dried.
The yarn shall be placed around the spigot of the pipe, and shall be of proper dimensions, to align the centre of
the spigot to the centre of the socket. Making up of required length by knotting of strands of yarn shall not be
allowed. Required length of yarn strands shall be in one place. When a single strand of yarning material is used
it shall have an overlap at the top of not more than 50mm. When more than a single strand of yarning material is
used it shall have an overlap at the top of not more 50 mm. When more than a single strand is required for a
joint, each strand shall be cut to sufficient length so that the ends will meet on opposite sides of the pipes and
not on top or bottom. When the spigot is shoed home, the yarning material shall be driven tightly against the
inside base or hub of the socket with suitable tools.
13.19.5 Leading: The leading of pipes shall be made by means of ropes covered with clay or by using special leading
rings. Lead shall be heated to proper temperature in a melting pot kept in easy reach of the working area so that
molten metal will not be chilled on being carried from the melting pot to the joint (Molten lead at proper pouring
temperature when stirred shows a rapid change of colour). The lead used shall be pig lead with 99.8% purity and
shall conform to latest I.S. Specification. (IS 782) Before pouring, all scum or dross which may appear on the
surface of the lead during melting shall be skimmed off. Each joint shall be filled in one continuous pouring.
Spongy or imperfectly filled joints shall be burnt out and repoured.
13.19.5.1 Precaution shall be taken for melting the lead as under :The pot and the ladle in which lead shall be put shall be clean and dry. Sufficient quantity of lead shall be melted.
Lead shall not be overheated.
Signature of Tenderer with seal
213
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.19.5.2 The approximate depth of pig lead for each joint of C.I. pipes and fittings shall be as under with a tolerance of + 5% :---------------------------------------------------------------Dia of Pipe
Depth of lead
---------------------------------------------------------------80 mm to 125 mm dia.
45 mm
150 mm to 250 mm dia.
50 mm
300 mm to 450 mm dia.
55 mm
13.19.5.3 Quantity of lead and spun yarn for each joint in cast iron pipes and fittings shall be as under, unless otherwise
indicated.
Nominal dia. of pipe
(in mm)
Lead required per point
(in kg) (MIN)
Spun yarn required per joint
(in kg) (MIN)
80
1.8
0.10
100
2.2
0.18
125
2.6
0.20
150
3.4
0.20
200
5.0
0.30
250
6.1
0.35
300
7.2
0.48
350
8.4
0.60
400
9.5
0.75
450
14.0
0.95
500
15.0
1.00
600
19.0
1.20
Note: The quantity of lead and Spun yarn given in the table are provisional and a variation of 20 per cent may
be noted in actual field conditions. However, the depth of lead in joints shall be adhered to within the
acceptable limit of + - 5% specified above.
13.19.5.4 After the joints have been run, they must be thoroughly caulked until they are perfectly watertight, Caulking of
joints will be done after a convenient length of pipe has been laid and leaded. The leading rings shall first be
removed and any lead outside the socked shall be removed with a flat chisel and the joint caulked round three
times with caulking tools of increasing thickness and a hammer 2 to 2.5 kg weight. Lead joints shall not be
covered till the pipes lines are tested under pressure, expansion and contraction due to variation in temperature.
Signature of Tenderer with seal
214
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.19.5.5 Land wool joint: i) Wherever it is impracticable or dangerous to use cast (molten) lead, such as inverted joints or
in wet drainages or under water where there is a need for cold application, joints may be made with caulking
lead wool or lead yarn. Joints caulked with lead wool or lead yarn shall withstand greater displacement than cast
lead joints.
13.19.5.6 Approximate weights and depths of lead wool required for each joint of various dia. Of C. I. pies and fittings
are given in the following table. Just sufficient quantity of spun yarn shall be put so as to give specified depth of
lead wool. An allowance of five per cent variation in the specified weights and depths shall be accepted.
Diameter of pipe in
mm
Wt. of lead wool in kg.
Depths of lead Wool Spun
Yarn required in mm (MIN)
80
0.80
19
100
0.90
19
125
1.25
20
150
1.60
23
200
2.05
23
250
2.95
25
300
3.50
25
350
4.65
29
400
5.70
31
450
6.70
32
500
8.30
33
600
10.00
35
Jointing shall be made of with caulking lead wool or yarn inserted in strings of not less than 5 mm thick and the
caulking shall be repeated with each turn of lead wool or yarn. The whole of the lead wool or yarn shall be
compressed into a dense mass. When working with lead wool, it is very important to use caulking tools of
appropriate thickness to fill the joint space to thoroughly consolidate the materials from the back to the front of
the socket.
13.20. Jointing Flanged pipes:
The pipes and fittings shall be accurately aligned in the back. The jointing materials shall be inserted in between
the flanges and the nuts shall be carefully tightened, in opposite pairs, until the joint ring is only just sufficiently
compressed between the flanges to ensure water tightness of the joint under the desired water pressure. The
packing used should be rubber insertion cloth three-ply and of approved thickness. The packing should be of the
full diameter of the flanges with proper pipe hole and bolt hole neat and even at both the inner and outlet edges.
Where the flanges are not fully faced, the packing may be of the dimensions of the facing strip only. It proper
placing should be tested before another pipe is jointed one.
The lead joints shall be tested to a pressure of 150 lbs/sq. inch minimum (10.54 kg/sq.cm.) or such head as
otherwise specified after being caulked and\ should any leakage occur, the leaking joints shall be remade and
section retested at Contractor’s expense, until satisfactory results are established.
Signature of Tenderer with seal
215
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.21. Water Pressure Mains:
Shall conform to IS 1538 – 1967 Class LA, as specified in the schedule. They shall be laid jointed, and tested
along with C.I. pipes as described in the specification for C.I. S/S pipes. After each section of the pipe line has
been completed it shall be tested for water tightness before being covered. This can be done by closing each
end, by means of a valve or blank flange, or plug and fill the pipe with water. The pressure should then be raised
by means of a small hand operated pump till it registers fifty percent, more than the highest working pressure I
the section but not less than 150 p.s.i. (10.54 kg/sq.cm.) and the test pressure should be ascertained by means
of a reliable gauge. When the pipe is laid on any appreciable gradient, the test should be carried out at the lower
end of the section with an air vent at outer end. Any leaking joint should be made good and the above test
reapplied until no further leaks are apparent.
13.22.0. SOIL, WASTE, RAIN-WATER, VENT AND ANTI-SIPHONAGE PIPES & FITTINGS:
13.22.1. Material and fixing
All soil, waste and anti-siphonage pipes and fittings used within sunken floor areas or within plumbing shafts
vertical run, shall be sand cast iron socket and spigot conforming to IS 1729 – or its subsequent revision. All cast
iron pipes and fittings shall be of the best approved Indian make of soil quality and hot dipped in Dr. Angus Smith
Solution and free from flaws, air bubbles, cracks, sand holes and other defects, truly cylindrical and of uniform
thickness. They shall not be brittle but shall allow for heavy cutting, chipping and drilling, and shall not be less
than the diameter, mentioned in the Job Schedule and shall be fixed against the wall on special detachable “U”
clamps – 25 mm wide, 3 mm thick and hot dip galvanized by means of round headed flat nail of 8 mm dia on
brick wall. In case of hollow block wall 50 x 50 x 80 mm long wooden battens soaked in solignum should be first
fixed and then flat nails should be based and nails painted with two coats of paint.
13.22.2. JOINTS
Jointing shall be carried out with molten lead of ISI grade. The spigot of the pipe must be forced well home into
its socket and must be entered so that the joint may be of even thickness all round. At least, one complete lap of
clean white hemp spun yarn shall be drawn into the bottom of the socket without being forced through the joint
into. As may laps as may be needed to leave the space of not less than 25 mm for the lead shall then be poured
into the joint and caulked tight. The joints shall then be run with molten lead in sufficient quantity so that after
being caulked solid, the lead may project 3 mm beyond the face of the socket against the outside of the spigot
but must be flush with the outside edge of the socket.
13.22.3. Cleanouts at the head of C.I.S/S horizontal pipes running under the floor shall be of Cast Brass screwed in type.
Floor and wall cleanouts shall be of cast brass screwed type. The connecting socket pipes shall be of G. I.
threaded to suit the cleanout with lead caulked joint.
13.22.4. Inspection chambers, gully traps, etc., within the building shall be of “Patel Pattern” cast iron with bolts, nuts to
close the cover, all to be fabricated as per actual requirement, if so specified.
13.22.5. Supports, pedestals, and base for inspection chambers, gully traps and pipes shall be in 1:3:6 cement concrete
mix.
13.22.6. Pipe sleeves and inserts, etc. through RCC walls either external or internal shall be of C.I. or M.S. provided with
water bar flange.
13.22.7. During installation openings of pipe shall be plugged with wood cut into required shape an wrapped with gunny
bags and maintained free from dirt getting in.
13.22.8. G. I. waste pipes and fittings shall be of heavy class with G. I. unions, tail piece, reducers and connections to be
provided between joints to either lead or C. I. pipes.
Signature of Tenderer with seal
216
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.22.9. The size of branch waste pipes for different fittings shall be as follows :
Lavatory Basin
32 mm dia. (1 ½)
Urinal
40 mm dia. (1 ½)
Sink
40 mm dia. (1 ½)
Nahani trap 80 mm dia. (3”) Special floor trap 80 or 100 mm as required with grating as specified.
13.22.10. W. C. pan connectors shall be to suit the requirements at site with 40 mm vent horn for connection to the anti
siphonage pipe with pan connector of C. I. or lead.
13.22.11. Connection to the sewage or storm water collection sumps to be perfectly water tight and as specified.
13.22.12. Rainwater flashing shall be made as per details with dome shape grating and extension piece as specified.
13.22.13. All roof drain pipes and fittings shall be soil pipe variety conforming to I. S.1729. This shall apply to pipes outside
building or within the building or inside separate shafts.
13.22.14. The floor traps for toilet blocks shall be cast iron with stainless steel granting, and traps shall have ISI stamping.
13.22.15. Bathroom C. P. granting shall be of bolted down design out of heavy cast brass with the chromium plating of the
best approved standard.
13.22.16. Cast iron gratings shall be flat with perfect edge of the best quality procurable of the specified width and
thickness and in the available lengths.
13.22.17. Spigotted and socketted 80 mm, 100 mm and 150 mm C. I. pipes shall be of heavy pattern for the portion below
the floor and embedded and laid over 150 mm cement concrete 1:4:8, the of the concrete being :80 mm dia.
320 mm wide
100 mm dia.
400 mm wide
150 mm dia .
450 mm wide.
200 mm dia.
600 mm wide.
13.22.18. The connection between the main pipe and branch pipes shall be made by using branches and bends with
access doors for cleaning.
13.22.19. Floor traps shall be provided with 25 mm dia. Puff pipe where the length of the waste in more than 1.80 metre or
the floor trap is connected to a waste tack through bends. These Puff pipe connections shall not be measured
separately and shall be deemed to have been allowed for, while quoting. 12.19
13.22.20. The waste from lavatories, Pantry, basins, sinks, baths and other floor traps shall be separately connected to
respective waste stack of upper floors. The waste stack of lavatories will be connected directly to manhole while
the waste stack of other shall be separately discharged over gully trap. 12.20
13.22.21. In case a common stack system for sewage and waste is adopted in the scheme, the provisions have to be
made accordingly in respect of water seal in traps and venting. 12.20.1
13.22.22. The main anti-siphonage pipe shall be of 50 mm internal diameter. When more than one branch from water
closet, sink are connected with soil pipe and discharge into it anti-siphonage from the lowest one should pass
through and be carried up parallel to the soil for a point 1.5 meters minimum above the highest branch. It can
then the connected to the soil pipe or it can be carried independently. The anti-siphonage pipes of all the
intermediate floors water closets should be joined with main anti-siphonage pipe. The ventilating pipe shall have
shall be connected with arms of soil pipe on trap through a 450 branch, at a point not less than 75 mm and not
more than 300 mm from the highest part of the trap and on the side of the water seal which is nearest to the soil
Signature of Tenderer with seal
217
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
pipe. The jointing shall be done according to the specifications for piping materials used in soil, vent or waste
pipes. The pipes shall be laid to a slope and connected to the drain. On no account should lime or lime concrete
come in direct contact. 12.21
13.22.23. In the case of common stack the vent pipe for units shall be 100 mm dia.
13.23.0. CPVC PIPES & FITTINGS :
13.23.1. All water supply pipes shall be of heavy duty and the best quality CPVC as per the requirements of the
project/local authorities or as specified in the schedule and conforming to IS code with all bends, elbows, Tsections jointed and installed with approved method as specified by the manufacturer.
Wrought Iron pipes shall be galvanized inside and outside treated and fixed in accordance with the Municipal
requirements. The joints shall be distributed in strict conformity with regulations. They shall be secured clear of
the wall surface by means of G. I. holder bats. All control valves, cocks, ball valves; bib-cocks shall be of the
best applicant quality procurable, of heavy cast drawn brass. All branches shall have individual control
arrangements with full way (peat) valves, to enable regulation and cut off as required. They shall be of best
Indian manufacture specified in the Job Schedule and of tested stampings and bear I.S.I. markings. All fittings
shall be either “RR” or Ring & Cross make.
13.23.2. Laying and fixing: Where pipes have to be cut or rethreaded, ends shall be carefully filed out, so that no
obstruction to bore is offered. In joining the pipes, the inside of the sockets and the screwed ends of the pipes
shall be rubbed over with white zinc and few turns of hemp yarn wrapped round the screwed end of the pipe
which shall then be screwed home in the socket with a pipe wrench. Care must be taken that all pipes and
fittings are kept at all times free from dust and dirt during fixing.
13.23.2.1 The water tightness of joints shall be assured by approved methods of jointing materials.
13.23.2.2 If Teflon tapping is mentioned in the schedule or preamble, use of White Zinc and hemp yarn shall be
discouraged.
13.23.2.3 Approved Bitumen compounds like HOLDITE shall be used in small quantities to make water tight
joints.
13.23.3. Internal Works: For internal work CPVC pipes and fittings outside the walls shall be fixed either visible by
means of approved patterns holder-bat clamps, keeping the pipe clear off the plastered wall by 15 mm for cold
water and 38 mm for hot water. Wherever indicated on the drawing or as directed by the Consultants, chasing of
walls shall be done to embed pipes. All pipes and fittings shall be fixed truly vertical and horizontal or as directed
by the Consultants.
13.23.4. External Work: For external work, CPVC pipes and fittings shall be laid in trenches. They should be wrapped,
as per specified method by the manufactuer. The width of the trench shall be of minimum width required for
working. The pipes laid underground shall not be less than 600 mm from the ground level. They shall be
surrounded on all sides by soft earth free from salinity. The work of excavation and refilling shall be done in
accordance with the general specification for earth\ work.
Where permitted the wrapping of pipe shall be with FRP tissue as per manufacturer’s specifications.
13.23.5. Testing: All CPVC pipes and fittings are to be tested to a pressure of 10.54 kg/sq. cm for 2 hours to ensure that
pipes have proper and proper jointing and fixing and that proper materials (such as approved adhesive/chemical,
etc) to be used in jointing. All leaky points much be made leak proof by tightening or redoing at Contractors
expense.
13.23.6. All water fittings shall be of RR or Ring and cross make and shall in all respects comply with the latest Indian
Standard Specification I. S. 1239 (part II). The brass fittings shall be fixed in the pipe line in a workman like
manner. Care shall be taken to see that joints shall be tested to a pressure of 10.54 kg/sq.cm. unless otherwise
specified. The defective fittings and the joints shall be repaired, redone or replaced.
Signature of Tenderer with seal
218
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.23.7. Wherever a. CPVC pipe crosses a floor, then a C. I. sleeve with 15 mm all round clearance and projecting by 80
mm and below the floor should be provided.
13.24.0. LEAD PIPES:
13.24.1. All lead pipes shall be hydraulic drawn extruded sections and of equal substance throughout conforming to I. S.
404. Weights and wall thickness of pipes shall be as under
Nominal Dia.
Wall thickness
Wt. in kgs.
In mm.
In inches
In mm (MIN)
Per
(MIN)
metre.
32
1.25
2.6
3.28
40
1.5
2.6
3.95
50
2
2.7
5.08
80
3
2.7
7.48
100
4
2.7
9.88
13.24.2. When not
supported on bearers, all lead pipes shall be supported by strong lead tacks at least 40 mm
(1 ½”) wide soldered on to the pipes at suitable intervals.
Size of pipe in mm
13.24.3.
Length of Joint solder
Weight of in kg.
15
55
0.30
20
65
0.40
25
70
0.50
32
70
0.60
40
70
0.70
50
75
1.00
The joint shall be water tight and air tight.
13.24.4. Lead Traps :
1 ½” dia. (40 mm)
2 .72 kg/piece
2” dia. (50mm)
3.63 kg/piece
3” dia. (80 mm)
4.53 kg/piece
13.24.5. Joints:
Joints shall be made with special care particularly those between pipes of different materials. No joints shall be
embedded in a wall. Unless and otherwise specified, joints between various types of pipes etc. shall be made as
described below:
(i) Steel tubing to lead pipe – A brass ferrule or sleeve piece shall be slipped into or over the lead pipe and
jointed by a wiped soldered joint on one end, the other being connected to the tubing by means of a brass
union.
Signature of Tenderer with seal
219
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
(ii) Lead to cast iron pipe – A 4, 5 mm thick brass ferrule, 150 mm long and with one flanged end shall be wiped
soldered to lead on the plain end side and the flanged and side caulked with lead wool into the socket of the
C. I. pipe.
(iii) Lead to lead – The joints shall generally be wiped solder joints as described below: The pipe ends to be
jointed shall be cleaned with wire brush and free from oxide, if any. Chalk shall than be rubbed to kill the
greasy nature of the lead. After this, plumber’s back or smudge shall be applied and the length of the joint, as
required, shall then be marked on the pipe. A fine shaving of lead shall be removed from this length with a
shave hook and tallow smeared over this surface. The molten solder, an alloy composed of one part of tin
and two parts of lead shall be poured in a thin stream from a ladle moved in an elliptical direction over the
joint including a portion of the soil pipe at each end beyond the mark. When sufficient solder has been poured
the joint shall be wiped with a pad of wiping cloth with long continuous movement in the\ direction only so as
to leave a healthy formed elliptical shaped joint free from tears, burrs, strings ribbons or dropping etc. Surplus
solder remaining on he joint shall be removed with a tool called “Draw off”.
13.24.6. Miscellaneous
Ferrules – For fixing the ferrule, the empty main shall be drilled and tapped at 450C, to the vertical and the
ferrule screwed in. he ferrule shall be so let in the main that the service pipe leads off in line with the main before
curving round right handed into its proper course and allows for any settlement of the pipe, which shall then tend
to tighten rather than loosen the ferrule in the main.
Lead Connection Pipe – The lead connection pipe shall be of the specified diameter and of length 45 cm with
wiped solder joints including brass unions each of 65 mm long at the ends. It shall have the following
approximate weights with a tolerance of 5 percent.
Service pipe under pressure of 4 kg/sq cm
------------------------------------------------------------------------------------------------------Diameter
Length
Weight
-------------------------------------------------------------------------------------------------------1
2
3
------------------------------------------------------------------------------------------------------15 mm
45 mm
1.85 kg/metre
-------------------------------------------------------------------------------------------------------20 mm
45 cm
2.62 kg/metre
---------------------------------------------------------------------------------------------------------The pipes shall be sound and free from laminations, flaws, pronounced extension marks or other imperfections
and shall, be as far as possible circular in section, smooth and of uniform wall thickness throughout.
13.25.0. MANHOLES, INSPECTION CHAMBERS, GULLY TRAPS, INTERCEPTING CHAMBERS, DROP CHAMBERS,
etc.:
13.25.1. General: Unless otherwise specified, manholes or inspection chambers of required depth shall be provided on all
external drains, at all change of direction of the drain and where branch drain meets the main drain. They shall be
of square shape with a clear opening of 600 x 600 mm. Manholes shall be constructed of 230 mm thick brick over
P.C.C. bedding extending 230 mm beyond the external face of the brick wall. Manholes beyond 1200mm depth
shall be conical in section and circular at top with clear opening of 600 mm diameter. Masonry chambers shall be
of such size as will allow necessary examination and clearance of drains. The minimum internal bases as per Job
Schedule and local byelaws, if any, shall be adhered to. In the absence of local byelaws, the requirements
stipulated in IS 4111 (Part (Part 1) code of practice for ancillary structures on sewerage system, shall be followed.
Signature of Tenderer with seal
220
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.25.2. Excavate to the sizes and depths required for the manholes, Construct the manholes and refill outer space with
selected excavation materials, and dispose of surplus earth, as specified in “Excavation”.
13.25.3. The specified sized of manholes and chambers refer to inside dimensions. Build the manholes and chambers to
the sizes and depths specified with brick wall in cement mortar as specified.
13.25.4. The manhole shall be built on a base of concrete of thickness of at least 150mm for manholes upto 1000mm
depth, 230mm for manholes from 1000mm to 2000mm depth and 300mm for manholes of greater depths. For
special soil conditions, the thickness has to be as per structural design.
I.
The thickness of walls shall be 230mm brickwork up to 1500mm depth and 350mm for depths
greater than 1500mm. The actual thickness for deeper manholes shall be based on structural
thickness for deeper manholes shall be based on structural requirement.
II.
15.4.2 In the case of manholes deeper than 1500mm but up to 1800mm where conical manholes
have been specified, the inside shall be 1200mm up to 900mm below\ G.L/R.L. and then taper
off
to 600mm at the top, to conform to regulations. For greater depths, the internal dia. shall be increased as
directed as per drawings.
III.
15.4.3 Benching in manholes shall in P.C.C. 1:2:4 and formed in position with necessary
channels as
required. Bench up bottoms in fine cement rising 80mm above the entire channel with rounded edge
and haunched up to the sides, at an angle of 450 and rendered in cement and sand (1:3) trowelled
smooth. Proper cement concrete channel shall be provided at the
bottom and the branches from
the various pipes shall discharge in the chamber with a suitable slope.
IV.
15.4.4 In all manholes over 900mm in depth, provide and build into walls approved C.I. catchring
and steps at 300mm interval beyond 450mm depth and make good cement rendering
around as
per IS 1742.
13.25.5. Cover the manholes with single seal cast iron coated manhole cover and frame or specified weight and approved
make. Fill the seal with prepared manhole grease. Alternatively Precast R.C.C. manholes may be specified as per
IS 12592.
13.25.6. The top level of the manhole with the cover on must be in line with the finished ground level. However, if required
and the finished ground level is not ascertained during construction of the manhole, the contractor shall
temporarily fix the manhole cover till such time the final/paved ground level is established, or temporarily cover
the built up manhole at no extra cost to owner. In case of any damage to the covers due to traffic or any other
reasons during the course of the project, or in the maintenance period attributable to the negligence of the
contractor, the same shall be replaced immediately by the contractor at his own cost. The frames and the cover
shall be painted with Black Bitumen Anticorrosive paint.
13.25.7. Drop Connections: In case the difference in invert levels between main drain and branch line requires a drop
more than 600mm, a drop connection should be provided generally as described below.
13.25.8. Cast iron or stoneware four way junction shall be fixed in position, at right angle to the drop pipe, at the level
where branch pipe enters the manholes: provide suitable height of vertical drop pipe terminating into a plain bend,
duly benched into the cement concrete (1:2:4). Access for cleaning the bend should be provided at finished
ground level.
13.25.9. Gully traps in all waste pipes shall be of best quality 150 x 100mm or 130 x 150mm as indicated and laid on a
150mm thick 1:3:6 cement bedding. They shall be enclosed in brick and cement mortar masonry with cement
plaster forming an inspection chamber with full size 230 x 300mm cast iron frame cover or open grating 300 x
300mm as required. Location and details will be indicated in the drawing.
Signature of Tenderer with seal
221
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.25.10. There shall be 100mm dia. vent pipes at the sewer trap chamber and 100mm ventilating pipe at the
manhole at the head of the drain to be routed aesthetically as directed.
13.25.11. TRAPS:
Exposed traps for all wash basins and urinal in Public area shall be chromium plated cast brass.
13.25.12. Traps installed in connection with cast iron pipe shall be of the same quality and grade of the pipe; the
of outlet shall correspond to the socket of the pipe receiving it.
size
13.25.13. Provide 150 x 100mm size heavy cast iron sealed gully traps with extension piece having single or double inlet
as shown. Where specified provide cast iron sealed cover, for such trap, secured with
threaded
gunmetal
bolts and felt gaskets.
13.25.14. An intercepting trap of required size shall be installed in the last inspection chamber prior to connecting
with
the public sewer or disposal system. This chamber shall be about 2000mm within the boundary of the property.
13.25.15. Rain water harvesting:
Rain water harvesting tanks / Recharge pits ( 2nos) as indicated/ in the drawing. Job includes excavation , PCC,
Brick work, plastering , providing gratings ( Indiana or equivalent )
13.26.0. SANITARY FITTINGS :
All sanitary fittings shall be as specified in Job Schedule and approved by the Consultants/Employers. The
same may also be procured by the Contractor well in time and to be installed as per the instructions of the PMC.
13.26.1. GENERAL
All setting and bedding of sanitary fittings shall be done carefully to suit the required levels, Mortar drops,
paint splashes etc. shall be removed from fittings, walls and floors immediately before these get dry.
13.26.2. Wooden Plugs: The plus shall be of hard wood and of size 50 mm k 38 mm\ at top and of length 50 mm. These
shall be fixed on wall in cement mortar 1:3 (1 cement: 3 sand), after the plugs are fixed in the wall the mortar
shall be \cured till it is set.
13.26.3. WATER CLOSET
All the chinaware/sanitary fitting such as WC, wash basin, urinal, will be in White colour
13.26.4. Deleted
13.26.5. WALL HUNG WATER CLOSETS
Wall hung Box Rim Closets having back inlet and “P” trap outlet shall be fixed on appropriate cast iron chair of
suitable design to suit the thickness of toilet walls and ensure that the chair is self supporting and independent of
the wall.
13.26.6. PLASTIC SEAT AND COVER
The seat shall be fixed to the pan by means of two 8 mm dia. Corrosion resistant C. P. hinge bolts with a
minimum length of shank of 65 mm and threaded to within 15 mm of the head. Each bolt shall be provided with
two suitably shaped washers of rubber or other similar material for adjusting the level of the seat while filing it to
the closet. In addition one 8 mm non-ferrous metal of stainless washer shall be provided with each bolt. The
maximum external diameter of the washers fixed on the underside of the pan shall not be greater than 25 mm.
One arm of the hinge in each bolt shall be fixed to the underside of the seat by three nos. 20 mm long C. P.
screws. The other arm of he hinge shall be fixed to the underside of the cover flush with the surface by means of
3 nos. 10 mm long C. P. screws.
Signature of Tenderer with seal
222
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.26.7. Bowl Pattern Lip Urinals – Urinals shall be fixed in position by using screws, and shall be at a height of 65 cm
from the floor level to the top of the\ lip of urinal, unless otherwise directed. The wooden plugs shall be of the
size as in 15.2 and shall be fixed in the wall in cement mortar 1:3 (1 cement: 3 fine sand).
13.26.8. Each urinal shall be connected to 32 mm dia. lead waste pipe which shall discharge into the channel or floor
trap. The connection between the urinal and flush or waste pipe shall be made by means of heavy type, HDPE,
or PVC trap which will not be affected by Uric Acid as in 18.7.3 below.
i.
All urinal Pans will have individual flush valves of approved type and make.
ii.
All connections shall be made leak proof.
iii.
At specific instances semi stall, full stall or squatting slab urinals may be specified in the schedule
and/or drawings. Semi stall urinal pans should have approved type concealed chair branches and
accessories as demanded. The bottle traps should be made of PVC/HDPE extruded section to be free
from action of acid etc. The fixing of the units shall be as per manufacturer’s instruction. 16.7.4
Spreaders, inlet, outlet connections shall be prepared to actual site measurements, to ensure proper
verticality and elegance. These shall be full bore and shall not form any dents.
13.26.9. Wash basin The basin shall be supported on a part of concealed C. I. brackets fixed in cement mortar, 1:3 (1 cement: coarse
sand). The C. I. brackets shall conform to I. S. wall plaster on the rear shall be cut to rest over the top edge of
the basin. After fixing the basin, plaster shall be made good and surface finished to match with the existing one.
The C. P. brass trap and union shall be connected to 32 mm dia waste pipe which shall be suitably bent towards
the wall and shall discharge direct into the gully trap. C. P. brass trap and union may not be provided where the
surface drain or a floor trap is placed directly under the basin and the waste is discharged in to it vertically, if so
desired. The height of the front edge of the wash basin from the floor level shall be 80 cms.
13.26.10. Pantry Sink- SS Salem steel sink with C P brass trap and union shall be connected to 40 mm nominal bore
waste pipe instead of 32 mm nominal bore which shall be suitably bent towards the wall.
13.26.11. Towel Rail- The brackets of the towel rail shall be fixed by means of stainless steel screws to wooden plugs
firmly embedded in the wall with cement mortar 1:3 (1 cement: 3 coarse sand). The height of he towel rail above
the floor level shall be 750mm unless otherwise specified or shown in drawings.
13.26.12. Toilet paper Holder- It shall be fixed in position by means of C. P. screws and wooden plugs embedded in the
wall with cement mortar 1:3 (1 cement: 3 coarse sand).
13.26.13. Recess type items shall be placed in position while other civil works are in progress.
13.27.0. HANGERS AND SUPPORTS:
13.27.1. General:- Provide proper solid angle iron/channel section, supports for all pipes complete with clamps.
Wherever insulation comes, provide wooden guide to support pipe on the angle iron hangers/supports. In
general where a bunch of pipes run, as far as possible M. S. plate inserts are provided in the beams/slabs to
facilitate welding of angle iron supports. For attachment in concrete, use “Dash” fasteners or Anchor plug type
inserts equivalent. Provide all additional structural steel angles, channels or other members not specifically
shown but are required for proper support.
13.27.2. Where necessary additional hangers to be provided to arrest water hammers or hydraulic resonance with proper
rubber paddings.
13.27.3. Space hangers, as noted below, except on all soil pipe which shall have a hanger of multiple fittings, sufficient
hangers shall be provided to maintain proper slope without sagging; in case of angle. Suspended line, the
following is suggested.
Signature of Tenderer with seal
223
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
A)
B)
HINDUSTAN PREFAB LIMITED
Pipe Sizes
20 mm through 50 mm 63 mm through 125 mm 150 mm and over Pipe Sizes
13 mm to 20 mm
25 mm to 38 mm
50 mm and above
Hanger Rod Dia.
10 mm
13 mm
16 mm
Spacing of Supports
1500 mm apart
1800 mm
2000 mm apart or as per IS
13.27.4. Provide floor stands, wall brackets or masonry piers, etc., for all lines running near the floor or near walls so that
those lines can be properly supported or suspended from the walls or floors. Pipe lines, near concrete or
masonry walls may be hung also by hangers carried from wall brackets at a higher level than pipe. Hanging of
one pipe from another is prohibited.
13.27.5. Hangers: Clevis or band type hangers shall be provided. Hot water piping are to be provided with suspended
supports as far as possible. Strap hangers are not permitted and clamps should be of removable type.
13.27.6. Insulated Hot Water Piping: A 38 mm thick timber support for direct support of hot water line is required.
Timber supports are to rest on brackets.
13.28.0. VALVES AND PRESSURE GUAGES :
13.28.1. Pressure gauges shall have not less than 115 mm dia: 10 mm gas threads, brass body; siphon and gauge cock
of 10 mm size, Dial ranges shall be adequate for the pressures encountered and as specified.
13.28.2. Provided valves on branch pipe connection to mains and at connection to equipment where indicated. All valves
are to be located for easy access and are to be full bore of pipe connected together. Support all valves wherever
necessary. Valves are to be as per IS 780 (Class I) for C. I. sluice valve and to IS 778 for G. M. Valves and
tested and approved by local authorities as per Byelaws in force.
13.28.3. Valve Schedules :
Service
Water, Oil, air, steam,
(low pressure)
Water
Gas
Water Oil, air gas,
steam (low pressure)
Water
Water
Water
Water
Type
Gate
Size
65 mm and under
Rating
20kg/sq.cm.
Ends
Screwed
Gate
80 mm & over
20kg/Sq.cm.
Flange
Gate
Globe &
angle
Globe &
angle
Globe &
angle
65 mm & under
65 mm & under
40Kg/Sq.cm.
20kg/Sq.cm.
CI body Bronze
Trim
Flange
Bronze/SS Spindle & Trim
Screwed
Bronze
65 mm & under
20kg/Sq.cm.
Screwed
Bronze
65 mm & under
20kg/Sq.cm.
Screwed
Iron body bronze
trim
Horizont
al &
vertical
check
Horizont
al &
vertical
check
65 mm & under
“
Screwed
Bronze
65 mm & under
“
Screwed
Iron body bronze
trim
Signature of Tenderer with seal
224
Materials
Bronze
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.28.4. All globe & check valves shall have working parts suitable for hot and cold water, oil or gas as required. Valves
shall be tagged with permanent label under hand wheel indicating type and duty.
13.28.5. All valves over 150 mm dia. in equipment rooms located over 2000 mm above floor shall be provided with chain
wheels with chains extending up to 1800 mm above floor. 18.6 Where indicated and specified, angle pattern
stopcocks, at each hot and cold water inlet to be provided. They should be Anti-scalding pattern same as faucets
of approved manufacture.
13.28.6. Foot Valves: Provide cast iron body with brass disc and stringers of approved quality.
13.28.7. Strainers: C. I. pot strainer with G. M. mesh screen in perforated brass strainer body of approved manufacture
with a cock for blowing down. Screening area of strainer shall be minimum of 5 times more than pipe area, with 1
mm maximum size holes.
13.28.8. Air Eliminators: Provide air vents consisting of gate valve, where shown. Each valve outlet shall be piped to
nearby drain.
13.28.9. All tapings from distributors from main feeder shall have isolation valves in shafts, to ensure proper facility for
maintenance and minimize the areas of cut off during repairs.
13.29.0. CUTTING, PATCHING, REAPIRING AND MAKING GOOD :
Cutting, Patching and repairing required for the proper installation and completion of the work, specified in each
division, including chasing, plastering, masonry work, concrete work etc. and making good shall be carried out by
the contractor wherever required. Holes which are cut oversize shall be refilled, so that tight fit is obtained around
the pipe or other object passing through. Any damage to water proofed location should not be patched up, without
rectification by the water proofing agency (specialist contractor) to ensure his guarantee. Indiscriminate cutting
and patching work should be avoid by proper coordinated planning well in advance and planning the sleeves etc.
while works f other agencies are in progress.
13.29.1. EQUIPMENT PROTECTION :
All pipe and conduit openings shall be kept closed by means of plugs or caps to prevent the entrance of foreign
matter. All piping conduit, fixtures, equipment or apparatus shall be protected from damages. Any item damaged
prior to final completion of work shall be restored to its original conditions or replaced at no expense to the
Employer.
13.29.2. Accessibility: The installation of valves, thermometers, cleanout fittings and other indicating equipment or
specialties requiring frequent reading, adjustments, inspections, repairs, removal or replacement, shall be
conveniently and accessible located. Thermometers and gauges shall be installed so as to be easily read from
the floor.
13.29.3. Inserts and Sleeves:
General: In advance of placing of concrete slabs or construction of walls, furnish and set inserts and sleeves
necessary as a result of this operation shall be at no expense to the Owner. Openings shall be made as per
Structural Consultant’s approval.
Pipe Sleeves, Wall Sleeves: C. I. Pr. M. S. black pipe wall sleeves in cold store and pipe for cable, conduits, gas
pipes, etc. are to be inside flush with wall on both sides. Sleeves shall be large enough in diameter to provide 15
mm clearance around pipe for insulation. Exterior wall sleeves for cable entry/pipe/earthing strips, etc. shall be
flush with wall on both sides. Sleeves shall be large enough to allow caulking from outside using lead wool.
Floor Sleeves : Interior floor sleeves shall be of C. I. extending 50 mm more above finished floor. All pipes
passing through sleeves be caulked with asbestos rope and finish with cement. Insulated pipes shall have
insulation butted to floor sleeves and sealed with insulting cement on both sides.
Signature of Tenderer with seal
225
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Interior floor sleeves for Pantry areas shall be G. I. steel pipe extending 50 mm above finished floor. Caulking
shall be the same for general areas.
Note : Floor on grade sleeves shall be the same as exterior wall sleeves, caulked and made watertight.
Exception : Chilled water or refrigerant piping insulation shall be run continuous through the sleeves and
caulked.
13.30.0. EQUIPMENT, MATERIAL AND WORKMANSHIP:
13.30.1. Each piece of equipment shall meet the detailed requirements of the contract documents and suitable for
the installation shown. The Consultant shall be appraised of any equipment furnished shall meet all
detailed requirements of the contract documents. Equipments not meeting all requirements will not be
provided, even though specified along with other manufacturers, in the list of approved makes.
13.30.2. Where two or more units of the same class are furnished, product of the same manufacture has to be
used for similarity and easy replacement of spares. Furnish all materials and equipment, new and free
from defects and of size, make, type, and quality herein specified of approved by the Consultant. All shall
be installed in a neat and workmanlike manner.
13.31.0 CLEANING, OPERATION AND TESTS :
13.31.1 Plumbing Equipments fixtures, piping etc. shall be free of stampings, markings (except those required by codes),
iron cuttings and other foreign materials.
13.31.2 Hot, cold and drinking water systems shall be cleaned thoroughly, filled and flushed with water.
13.31.3 The entire mechanical apparatus shall operate at full capacity without objectionable noise or vibration.
13.31.4 The systems have to be periodically given the tests specified in the presence of site Engineer and the client’s
representative as herein specified. All test equipments, accessories, materials and labour necessary for
conducting the test and for inspection and repair work shall be arranged well in advance of the test date. After
shortcomings are repaired or defective items replaced the tests will be repeated until the entire system is found
satisfactory. If the local regulations insist on similar tests in the presence of approving authorities, the same shall
be complied with and acceptance from the authorities lodged with the Consultants/Employers.
13.31.5 The entire system of soil, waste and rent piping to be tested with water after the roughing-in is completed and
before the fixtures are set. After setting the fixtures, provide smoke test, after sealing all traps.
13.31.6 Water test: Test entire system or sections of system by closing all openings in piping except the highest opening
and filling system with water tot eh point of overflow. If the system is tested in sections, plus each opening except
the highest opening of the section filled with water. Keep for at least 45 minutes before inspection starts with test
pressure/head lasting for two hours. The system must be free from leakage and defects at all joints.
13.31.7 Final Test : After fixtures are set, test system with smoke as follows:
Smoke Test: Fill traps with water: then introduce into system a pungent smoke produced by one or more smoke
machines. When smoke appears at stacks on the roof, plug stacks and allow pressure of 25 mm water column to
build up in system. Maintain pressure for 15 minutes before inspection starts. The system shall be tight at all
joints. Sulphur smoke shall not be allowed.
13.31.8 Test all down spouts or rain headers and their branches within the building by water as described for the above
soil, waste and vent system.
13.31.9 All Water Piping: Hydro-static test 10.54 kg/sq.cm for a minimum of 2 hours without drop in pressure as
required.
Signature of Tenderer with seal
226
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.31.10 Gas Piping: Subject each completed section of the system to test of 14 kg/sq.cm by water and then blow
compressed air to remove water after draining out the pipe.
13.31.11 All tests on below grade lines shall be continued until back fill on such lines is completed to disclose any damages
caused by backfilling.
13.31.12 All systems shall be tested in sections as required to expediter the work of other trades and meet construction
schedules and final test on completion.
13.31.13 On completion of the works, the following tests shall be performed to the satisfaction of the consultants/clients
representatives to enable them issue of Virtual Completion Certificate, if so required.
i. Smoke test,
ii. Hydraulic test.
iii. Self induced test for fixtures.
iv. Tests for anti-siphonage system.
v. Pump rating and output.
vi. Inspection of all units and fixtures.
13.31.14 The Contractor shall arrange on his own initiative for similar tests during the progress of works, to ensure that
there are no defects in material/workmanship in portions of work to be concealed or embedded under the floor or
walls in ceiling.
13.31.15 Air or Smoke Test
A uniform gauge pressure of 0.5 kg/sq. cm or sufficient to balance a column of mercury 250 mm in height. This
pressure will be held for a period of at least 15 minutes without any loss of pressure.
13.31.16 Hydraulic Test
All underground drains for a static head of 2 metres with the downstream end plugged.
All vertical drains also for a static head of 2 metres.
Water lines for 11.25 kg/cm 2 test pressure for minimum 24 hrs.
Section-wise isolation and tests.
Air-locks to be released completely.
13.31.17 Manholes
Clean the manholes free from all dirt, soil and other extraneous matter and wash it with water to clear all mortar,
mud etc. The pipe outlets to be plugged with gunny bags or wooden stopper, to ensure proper closure. Clean
water from an approved source shall be filled into the manhole to a depth not exceeding 1.2 metre as directed by
the Engineer-in-charge and the same is kept for about 2 hrs. Test should be conducted early in the morning
before 9 A. M. so that tendency for evaporation losses are minimum.
Any seepage noted in brick work, plaster or concrete base should be attended to and retested. The total loss shall
be reckoned at 2 litres per centimeter dia per kilometer of pipe length for acceptance.
Signature of Tenderer with seal
227
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.31.18 Self – inducted test for fixtures
All units will be operated individually and the flow checked.
Inspection of individual units and fixtures for visible defects in shape etc.
Tests for anti – Syphonage system. Units on a single system will all be operated to check up the effect on
syphonage.
Pump rations and output
Checking discharge and terminal head both at the free and, as well as at the overhead storage tank.
13.32.0 PAINTING:
13.32.1
Equipment: After complete installation and testing all the equipments including mounting frames, etc.
shall be painted with two coats of paints, as per colour code required Client or as directed by the
Consultants, over an approval coat of primer.
13.32.2
Piping: After all the piping, has been installed and tested, the piping shall be given one coat of
anticorrosive paint followed by two coats of paint as per colour code required by the Client or as
directed by the Consultants.
Note: 1) All black pipes to be painted fully: G. I. Pipes shall have 150 mm wide band at 500 mm
intervals.
2) Final coat to be given after one month of running of pipe.
13.32.3
Colour Code: Identification of the pipe lines shall be as per standard colour prescribed by IS
2379.
13.33.0 EQUIPMENT & PIPING IDENTIFICATION :
13.33.1 Pipe Markers: Each piping systems shall be provided with a name plate properly clamped or
stenciled. Letters are to be 80 mm if 3 meter above the floor and 50 mm minimum if below that
height. Name plates on parallel groups of pipes etc., shall be neatly lined up. Wording of lettering
shall correspond to the equipment designations used in piping legend and shall be as approved.
Name plate to be of G. I. sheets (gauge 20 SWG on 25 x 25 mm angle) secured on to sheet
metal and angle iron to be welded on main pipe. In case of insulated pipe the 25 x 25 mm angle
bracket should be projecting beyond insulation thickness.
13.33.2 Valve Register: To be submitted in triplicate along with location and identification number in
final drawing to be furnished by contractor.
13.35.0 TOOLS AND MATERIALS AND STORAGE
13.35.1
The Contractor at his own cost and charge shall provide all materials, tools, tackles, measure, scaffolding, labour
and water, necessary for the completion of the whole work in all respects.
13.35.2
The Contractor shall pay the fees for testing the materials to local authorities or other statutory authorities.
13.35.3
The Contractor will obtain from time to time various permissions and the completion certificates as per rules of all
local and statutory authorities.
13.35.4
The Contractor shall arrange for the material and storage facility with the Building Contractor.
Signature of Tenderer with seal
228
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.35.5
Any materials, brought at site, shall not be removed without the written authority of the Consultants and Clients
when the contractors shall have received payment in respect of any certificate in which it is stated that the value
of any unfixed materials, on the work has been taken into account; such materials, shall become the property of
Employer and the Contractor shall be liable for any loss or damage thereto.
13.35.6
The Contractor shall insure the work-against damages, for such sum as the Employer may, from time to time,
direct. All Insurance Policies are to be taken out I the joint name of Employer and the Contractor in an office
selected by the Employer and all policies and receipts shall be deposited with the Employer.
13.35.7
All the brackets and hangers for pipe shall be fixed to the wall or RCC slab using “Dash” fasteners, wherever
necessary. Exposing reinforcement bars for hooking will not be permitted.
13.35.8
The amount shown against the provisional item or/and contingencies in the schedule are provisional and for the
estimating purposes only and contractor is neither concerned for its execution nor to charge any commission on
these items. The owner reserves the right to get the work done for these items through a separate and
independent agency.
13.35.9
Surplus material from the site shall be carted away by the Contractor without any cost to the Employer and the
storage space provided to the Contractor shall be handed over to the employer clean and ready for occupation,
free from all encumbrances.7
13.36.0
GENERAL SERVICES :
The Contractor shall pay the fees for testing the materials by the Municipal Corporation.
The Contractor will process and arrange from time to time various permissions and obtain the drainage
completion certificate and adequate water supply Certificate under the rules of the local authorities.
13.37.0
BUREAU OF STANDARDS. COLOUR CODE
In Industrial and multidisciplinary installations like Hotels and Hospitals, additional item may be added for other
systems.
To indicate the class of its contents, each pipe and appurtenances connected therewith shall be marked as
under.
1)
Water Drinking -
Sea Green
2)
Non Potable Water -
Orange
3)
Treated Effluent -
Admiralty Blue
4)
Fire Installation -
5)
Steam & Hot Water -
Silver Grey
6)
Compressed Air -
Sky Blue
7)
Vacuum -
Canary Yellow
8)
Liquefied Petroleum Gas –
Red
9)
Diesel Oils -
Light Brown
10)
Sprinkler Pipes -
Fire Red
Dark violet
Charts showing the colours for primary identification should be displayed at points where they are likely to be
needed for reference.
Signature of Tenderer with seal
229
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.38.0 Specification for plumbing work:
All the European closet wash basin counter type oval shape as per drawing layout will be of white colour TS strip
with high quality flushing valve connectors and lid cover of CI brass fitting hinges including all internal fittings
complete with rubber buffers, CP nuts, bolts including making necessary core cutting holes in walls and floors and
making good with all the chemical water proofing to avoid seepage. All the wash basins will be mounted with
specially fabricated MS/ CI bracket painted white will all CP brass waste bottle traps and pipes, wall flange and
other rubber adaptor for waste connection complete with single hole CP brass cold water pillar taps fittings
including making good.
13.39.0
Urinals:
White vitreous flat black with medium size and sperder with battery operated, auto sensors with CP
connection capacity unit including all hinges, bottle traps, pipe CP flange complete
13.40.0
All the wall will be with CP brass and copper connecting pipes and jet spray with all accessories (Chilly or Equa
– Cera). All the control wall, sluze wall, confirming to IS 778, PN 1.0 for supply, installation, testing and
commissioning of gun metal male or female threaded isolation control valve with necessary unions, nipple, etc.,
to complete the pipe for all internal domestic and flushing including providing and fixing open wall with hot and
cold mixture with all the accessories for all the dias as per the layout shown in the drawing.
13.41.0
For all the internal/ external sanitary work, soil, waste, vent and rainwater pipe and complete their respective
fitting with all allied accessories will be with PVC pipes type A (4 kg cam’s.) ring fit pipe conforming to IS 4985
including all fitting such as blends, junctions, inspection doors, offsets, access pieces at plugs, etc., jointly with
solvent cement (lubricant) with O-Ring joints including cutting holes in walls and making good the same for all
the dias.
13.42.0
PVC floor trap with multi floor trap and waste pipe connections of 75 mm dia or 100 mm dia with necessary
bends/ piece of similar dia or as per the requirement with grating, making necessary slab wall holes and cutting
walls and making good.
13.43.0
Cold and hot water supply: Providing, laying and fixing heavy duty (TO ASTM D1785) ASTM CPVC SDR-13.15
pipes and fitting with solvent weld socket joints and necessary (fend, elbow fitting brass thread) such as sockets,
back nuts, elbows, bends, tee, reducers enlargers, plugs, clamps, transition, etc., including necessary
excavation, back filling, fixing with clamps, drill in holes in wall, slab, hydraulic testing for internal / external for all
dias.
13.44.0
Water supply to all toilets with main water supply pipe) For underground tank to overhead tank, for domestic and
flushing water feeder pipe all the dias including all urinals, nipples, etc., to complete the job.
13.45.0
All the water tank cover will be 100 mm caste dia medium duty with 40 mm CI seat and lockable arrangement to
complete in all respect
13.46.0
Installation and fixing of pipe lines for water supply and disposal of water for water filter will also be made by the
contractor for drinking water cooler located near the toilet area.
13.47.0
External plumbing work: All the necessary water tight brick masonry which may be with 1st quality bricks with
cement mortar 1:4 and with concrete foundation in 150 mm thick 1:4:8 as per the layout and tender drawings
complete with back filling, disposal of surplus earth dewatering and water proofing of man holes.
Signature of Tenderer with seal
230
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.48.0
For all the size, dia as per the drawing with PVC (ISI Marked) with all the fitting, clamps, hinges and cully trap,
etc., to first chamber and ISI mark stone ware pipes in standard lengths for all the dias as per the drawing will be
laid between the chambers with proper concrete bedding and CI manhole cover with frame of all size and heavy
duty for all the sizes as per the tender layout.
13.49.0
Centrifugal, submersible moonset pumps with CI casting, bronze impeller, SS, shaft and driven by 415 VAC, 3
phase 50 HZ motor running at 2900 rpm speed and shall be supplied with all the accessories viz strainer, base
plate, coupling, lift hook, chain, starter panel coupling to panel, earthing and delivery pipes and valves, etc.,
Capacity = min. 9 cu.mtr/ hr (1 working)
Head = 35 mtrs: Domestic water
Capacity of submersible pumps IS 1 HP only (2 nos.) to be provided in the basement and will be connected with
the nearest waste water manhole of the compound.
13.50.0
Connection for water /sewer/ strom and rainwater harvesting system of the water line will be for necessary
excavation and protecting the wall of manhole and making good the same by proper means as per directions of
BMC. The work includes liasioning of the application, submission and all the formalities required for sewer/ water
connection from the Local Body will be in the scope of contract which comes under the scope of lumpsum
contract.
13.51.0 Contractors will construct borewell at their cost for their use, however, the same can be purchased by the Bank
after completion of the work on mutual agreed terms and recommendations of PMC/ Architect, if some short
supply of water is there.
13.52.0
FIRE FIGHTING SYSTEM
For hydrant wet riser system, with GI medium duty: Pipes (IS:1239) and fitting flanges, tees, elbows, bend
juctions, reducers, etc., clamp structural steel supports is as per the design and details. For pump suction,
terrace pipe riser with 63 mm dia 2 nos x 15 mtr reinforced rubber lined hose pipe with 20 mm bore nozzle
including gun metal male & female instantaneous type coupling and pipe and fire hydrant valve TAC approved
first aid hose reel, MS Cabinet (to enclosed above draw out connection fabricated from 16 kg) Sheet will full
glass door and locking arrangements, ball valves, cast iron butterfly valves with EPDM seat, all the fitting shall
be of good quality ISI mark make and approved material of fire authority with coupling ring, adaptors, brackets,
chairs, outlet nozzle, etc., as per engineering practice for ensuring complete work fully functional and operational
will be finally approved by fire officer/ PMC/ Architect.
13.52.1
Sprinklers: Isolation wall, brittle wall, valve, smoke detectors, head indicators, response indicators above false
ceiling, manual call point, fire alarm, zonal panel/ main panel/ repeater panel and multi criteria detector will also
be part of the work as per the design and drawing.
13.52.2
Portable fire extinguishers: ABC (powder type) fire extinguisher with mild steel cylinders 1st mark TAC
approved fitted conforming bracket to IS :14609-1999 5 kg.
13.52.3
ISI mark portable Fire extinguisher water 4.5 kg CO2 type fire extinguisher complete and conforming IS : 2878.
Signature of Tenderer with seal
231
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
13.52.4
ISI mark fire extinguisher gas type carbon dioxide type capacity 4.5 kg flat base conforming to IS:2878176 with
wall cleats and bracket, etc. complete
13.52.5
Fire buckets as per ‘FIRE’ in black and gold with fire stand..
13.52.6
Supply, installation, testing and commissioning and fire authority approved electrical fire pumps including one
DG pump, suitable for automatic manual operation.
13.52.7
End suction type fire pump with bronze impeller with 1 body, squirrel cage, TEFC induction motor suitable for
415 + 10% , 3 phases 50 HZ AC supply and suitable HP conforming to IS:325-1978
13.52.8
Common bed plate of requisite with all the allied fabrication, foundation, etc., suitable for mechanical work and
mounting arrangement.
13.52.9
Coupling guard: for coupling of pumps and drain pipes, MCC for fire pumps, MCC panel, suitable for above
arrangement outgoing with required control wiring automatic start and stop of fire pump with all necessary CI
strips wires for earthing from panel to individual equipment. Audio visual alarm and indicators having disconnect
/reset facilities with range of ½ kms, indication shall come on with electrical driven pump to start on proper drop
for all the operation condition such as auto manual, interlocking projection of failure, etc., and excavation for
pipes lines and inspection chambers and maintenance chambers of all sizes as per tender provided by the
Architect with all butterfly wall GI pipes flanges, etc., for all the dias including providing and fixing gunmetal fire
brigade inlet connection to fire tank consisting of 4 nos of 63 mm dia as per the tender drawing
Signature of Tenderer with seal
232
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS FOR ELECTRICAL WORKS
Supply:
●
The main Electrical power shall be 11 KV 50 Hz 3 phase mode will be available in the
from supply sources.
complex
●
Considering an overall maximum demand factor of 0.85 for the total load.
Maximum Demand load work out is 260KW, as per load detail attached.
●
Considering 85% loading of Transformer, it is proposed to install outdoor type of 400 KVA
11KV / 433V rated Transformer along with necessary switchgears and LT Panels.
●
11KV incoming power supply shall be taken through HT Circuit breaker and would be feed
to the Transformer.
●
From LT Panel to each floor through XLPE armoured cable and connected to the each distribution
floor panel at floor level and each floor shall have its independence DB’s connected to floor panel.
Substation Configuration
●
Location
:
ESS will be located in the complex at ground floor.
●
ESS Size
:
Approximately 85 sq mtr. is required all the equipments.
●
HT Panel
:
1 no.
●
Transformer
Oil Type
:
400KVA-1no.
●
Panels
:
LT Panel , Capacitor Panel, DG Panels etc.
●
DG Sets
:
200 KVA – 1nos.
The Entire distribution network shall be underground and will be designed as per National
Building code (NBC) relevant code the supply to individual building and blocks.
●
In addition to the main supply there will be 100% power backup will be provided through 2 nos. DG
Sets. The moment there will be power failure the DG power will be on to met the maximum demand
load of 383 KVA through DG synchronizing panel as proposed. Each 1will be provided with a day
tank of 990 liters capacity. The power from the DG Set will be transformer to the main power control
within 30 seconds by use of automatic failure control panel.
Signature of Tenderer with seal
233
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
● Power Factor Improvement
Beside the requirement of State Electricity Authority improving the power factor has an added advantage of
reducing the overall demand on the supply of authority, there by adding to overall economy. Thus for power
factor improvement suitable size of capacitor panel in the form of Capacitor Bank is installed. The Capacitors
shall be connected to the main LT bus & will be located along with LT panel. Automatic Power Factor
Correction Relay will be provided to improve the power factor of the system. The power factor shall be
maintained around 0.98
● Earthing
Considering the hazardous nature of electrical energy, safety measures in using the energy is of paramount
importance. Earthing system shall be provided in accordance with Indian Standards IS: 3043-1987 & other
statutory regulations.
All non current carrying metal part forming the electrical system shall be connected to the earthing system as
per the requirement. The earthing system shall be so designed that the resistance of the earth network shall be
less than 1.0 ohm.
The Proposed Earthing System.
A. Sub Station Equipments
1. HT Switchgear
2. Transformer – Neutral
3. Transformer – Body
4. DG Set – Neutral
5. DG Set – Body
GI Plate Earthing
Copper Plate Earthing
GI Earthing
Copper Plate Earthing
GI Plate Earthing
B. LT Side
1. LT Panel – Body
2. Sub Panel /
Feeder Pillar – Body
3. Distribution Board
4. Equipments
5. Street Light
6. Building Lighting
Protection
GI Plate Earthing
GI Plate Earthing
GI Plate Earthing
GI Plate Earthing
Pipe Earthing
GI Plate Earthing
Now days with modern techniques there is Chemical / Gell / Maintenance free earthing which has given good
positive results. We can go for that also.
Signature of Tenderer with seal
234
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
● Exit Sign Light
The emergency “EXIT” sign shall be of self contained maintenance free type battery suitable for wall/ ceiling
mounting type each EXIT sign shall be connected to the nearest emergency light circuit or a separate circuit
so that these are ON in of power failure. The case EXIT sign light shall be provided near door /stair case on
each floor in order to detect the exit in case of fire in the building.
● Fire Detection And Alarm System
The design and installation of fire deletion and alarm system shall conform to Indian standard institution
specification IS: 2157-1962, IS : 2189-1976 or latest revision of any.
Without restricting to the generality of the foregoing the fire detection and alarm system shall also including
the following:
a) Ionization smoke detector/optical detectors/rate of rise cum fixed temperature heat detector/manual call
point/electronic hooters/response indicator and accessories.
b) Metallic conductor ,copper conductor wire/armored cable /glands/tees/junction boxes etc.
c) Microprossed main control panels/zonal panel (floor panel) repeater panels, batteries, battery charges etc.
The entire fire alarm shall give audio/visual alarm signals when temperature smoke density exceeds the
Permissible limit.
The system shall be completely safe guarded against all fault conditions like A.C main failure battery
discharge and battery charger failure; open circuit and earth fault in detector cabling etc.
● Lightning Protection System
It is proposed to install lightning protection system to protect the building from thunder & lighting strokes.
Building shall be protected against lighting conforming to IS 2309 – 1989 and CPWD specification. Lighting
protection system material shall be of galvanized iron .G.I strip shall be fixed on parapet well and suitable
number of down conductor with earth electrode shall be provided.
All vertical drops conductor are connected directly to be separate G.I plate earth pit.
Signature of Tenderer with seal
235
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
LOAD DETAIL
1.
Light + Power load
:
50 KW
2.
A/C Load (150 Tr)
:
180 KW
3.
Lift – 2 nos.
:
20 KW
4.
Computer + Printers
:
30 KW
5.
Pump
:
10 KW
6.
Mechanical Parking
:
11 KW
7.
Misc
:
05 KW
Total
:
306 KW
After 85% Diversity
:
260 KW / 325 KVA
Transformer Loaded on 85%
:
383 KVA
Transformer Required
:
400 KVA – 1 No.
DG Set Required
:
200 KVA – 1 No.
Signature of Tenderer with seal
236
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
GENERAL
TECHNICAL SPECIFICATION
14.1.0
PVC CONDUITING WORK
14.1.1
PVC conduit shall be rigid type, ISI mark, medium grade, minimum 20mm dia.
14.1.2
PVC Junction Boxes used in R.C.C slab for point outlets shall be 65 mm deep.
14.1.3
Conduiting works shall be inclusive of bends, reducers, couplings etc. fixed with PVC solvent cement
including winding all the joints with tape to make the joints waiter tight.
14.1.4
Concealed rigid PVC conduit shall be provided inside R.C.C. slab, columns, beams before casting of
the same and conduits shall be tied with reinforcement bars with the help of steel wire at the interval of
not more than 500mm. wherever conduits are to be concealed in brick walls or behind the tiles, the
same shall be laid by chiseling the brick walls and refilling the same preferably before plastering and
fixing of tiles otherwise refinishing of plaster or tiles damaged for the concealing work shall be done in
good workmanship by the Contractor.
14.1.5
Unless stated entire conduiting work shall be concealed for all systems. However conduits in electrical
ducts and meter room shall be surface fixed by G.I. saddles/strips to the wall or ceiling at intervals of
not more than 500 mm and properly screwed. Fixing screws shall be with round or cheese head and of
rustproof materials. Exposed conduits shall be neatly run parallel or at right angles to the walls of the
buildings. Unseemly conduit bends and offsets shall be avoided by using fabricated mild steel junction
/pull boxes for better appearances. No crossover of conduit shall be allowed unless it is necessary and
entire conduit installation shall be clean and neat in appearance. Wherever brick walls are broken for
passing of conduits the same shall be refinished as original. Mains wiring for Electric Power, Telephone
and Inter-com system and TV system for individual flats, staircase, terrace, stilts etc. shall be by surface
fixed conduits inside the electrical duct/shaft and then in concealed manner up to DB/ outlets with
required size pull boxes, splitter boxes etc at every floor level.
14.1.6
Loop-in boxes/pull boxes for the junction of wires shall be avoided inside flat that means continuous
conduits shall be provided from DB to switch board, switch board to other switch board, switch board to
first point outlet, first point outlet to other relevant continuous points, hence conduit junction boxes shall
be used only at point outlets. Similarly loop-in boxes for circuit and mains shall be avoided inside flats.
14.1.7
Separate conduit & separate switch boxes shall be used for separate systems such as Electrical,
Telephone, Intercom, TV system, Internet system etc, & shall be with hard steel pull wire.
14.1.8
Fan hook boxes shall be of sheet steel with MS rod.
14.1.9
All junction boxes, fan hook boxes etc shall be covered with 3mm thick Acrylic sheet.
14.1.10
The conduit size shall be selected with respect to no. of wires passing through the same from the table
for selection of conduit size w.r.t. no. of wires.
TABLE FOR SELECTION OF CONDUIT SIZE w r t NO.OF WIRES
CONDUIT
DIA.
IN mm
ELECTRICAL WIRES
INTERCOM WIRES
1.5
2.5
4.0
Sq.mm
Sq.mm
Sq.mm
Signature of Tenderer with seal
237
2 Pair
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
20mm
5
4
2
2
25mm
10
8
5
4
32mm
----
---
---
8
Notes-1) Above table not applicable in case of specific requirements.
2) Each earth wire shall be treated equivalent of phase wire for deciding conduit size/Dia.
14.2.0
PULL BOXES
14.2.1
Surface fixed pull boxes shall be provided for mains wiring of each system in electrical duct at every
floor at highest level available & all conduits shall pass through pull box at every floor Separate pull
boxes shall be provided for separate system.
14.2.2
Pull boxes shall be made up of 16 Gauge CRCA sheet steel duly painted having removable top cover
plate made up of 3mm thick Bakelite/ Hylam sheet with white top surface.
14.2.3
The minimum size of pull box for Electrical, Telephone, Intercom Wiring shall be 75mm deep X 150mm
clear height X length with respective no. of conduits where as pull boxes for Cable TV. Wiring shall be
of 300mm X 300mm size for accommodation of splitter- tap off etc.
14.3.0
WIRING
14.3.1
All Electrical wires shall be stranded, Copper conductor, colour coded PVC insulated single core 1100
volt Grade have standing details as given in the Table-A.
TABLE-A: FOR STANDING DETAILS OF ELECTRICAL WIRES
WIRE SIZE
1.5
2.5
4.0
6.0
IN Sq mm
Sq.mm
Sq.mm
Sq.mm
Sq.mm
3/0.80
3/1.04
7/0.85
7/1.04
STRANDING
DETAILS
No of conductors/
Each of Dia in mm
14.3.2
All wires shall be colour coded as follows:
PHASE
COLOUR OF WIRE
R Phase
Red
Y Phase
Yellow
B Phase
Blue
N Neutral
Black
E Earth
Green (if insulated)
Signature of Tenderer with seal
238
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
14.3.3
No wires shall be jointed in between for various types of points, circuits, mains, sub-mains etc.
14.3.4
Electrical point wiring shall be done in loop in system i.e. neutral wire & earth wire of the same circuit
can be loop from point if not stated specifically in respective drawing.
14.3.5
Unless stated wiring for Lighting circuit and wiring for points under lighting circuit shall be of same size.
Refer Table-B for the size of electrical wires for various applications.
14.3.6
All light points, ceiling fan points, exhaust fan points, plug points etc shall be with PVC insulated copper
conductor earth wire. Refer Table-B for the size of earth wires for various applications.
TABLE-B: FOR SIZE AND APPLICATION OF ELECTRICAL WIRES
APPLICATION
WIRES SIZE IN Sq mm
LIGHTING CIRCUIT & ALL
POINTS UNDER THE SAME
POWER PLUG POINTS
A/C & WATER HEATER POINTS
PHASE
NEUTRAL
EARTH
2.5
2.5
1.5
2.5
4
2.5
4
2.5
2.5
Notes: 1- Above table is not applicable when specifically stated elsewhere.
2- Qty of neutral & earth wires for 1 Ph circuits shall be of same Qty as no of phase wires at respective DB
14.3.7
Minimum 150mm. long wires shall be left loose inside each point outlet.Similarly minimum 300 mm long
wires shall be left loose inside switch boards and DBs.
14.3.8
All metallic switch/ socket boxes DB boxes shall be earthed.
14.3.9
TELEPHONE AND INTERCOM WIRING
14.3.9.1
wiring shall be inclusive of Tel wires/ Armoured cables, concealed PVC conduits, pull boxes/ junction
boxes, Tag boxes, Modular type(RJ-11) socket outlets, ferrules etc. as required.
14.3.9.2
Wires shall be copper conductor 0.50mm dia (minimum), Double PVC insulated.
14.3.9.3
PVC ferrules/ tags indicating flat nos shall be provided at the end of wires in side tag boxes.
14.3.9.4
Tag boxes shall be sheet steel enclosed having pad lock and required nos of Krone type connectors/
terminals.
14.3.9.5
Modular Type Tel socket outlets (RJ-11) shall be provided in concealed manner.
14.3.10
CABLE TV WIRING
14.3.10.1
Wiring shall be inclusive of co-axial wires, concealed PVC conduits, tap-offs, splitters, pull
boxes/junction boxes, Modular type co-axial socket outlets etc. as required.
14.3.10.2
Cable TV wires shall be co-axial RG-11 from single inlet point to all wings up to each last splitter inside
flat and further RG-6 up to each outlet.
14.3.10.3
Wiring shall be inclusive of mixing of both wings.
14.3.11
wires shall not be jointed in between for any system.
Signature of Tenderer with seal
239
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
14.3.12
HINDUSTAN PREFAB LIMITED
ACCESSORIES
Various types of point wiring shall be inclusive of following accessories
A
Individually Controlled Light Point:
Tube light point: - 6A SP switch, 3 plate ceiling Rose.
GLS lamp point: - 6A SP switch, Angle-Batten Holders. (Without Earthing)
B
Group Controlled Light Points:
16 A SP switch per Gr., 3Way connector/ 3 plate ceiling Rose.
C
Ceiling Fan Point:
6A SP switch, 3 plate Ceiling Rose/ 3 way Connector, Electronic speed regular, Fan Hook box
D
Exhaust Fan Point:
6A SP switch, 6A-3 pin socket.
E
Door Call Bell Point:
6A SP Bell Push, Connector, Modular type concealed Buzzer and 1 No. 6 A SP “Master Off” switch near/ below
buzzer at reachable height.
F
6A Plug Point:
6A SP switch and 3 pin socket.
G Power Plug Point:
16A SP switch 6 & 16 A 6 pin socket with red indicator.
H
A/C Point:
32 A DP Switch with red indicator and 6/16A 6 pin socket.
I
Water Heater Point:
32 A DP Switch with red indicator near Lighting Switch Board and 16A 3/6 pin socket at high level near water
heater in consultation with plumbing contractor.
J
Telephone /Intercom sockets: RJ-11.
K
TV socket: coaxial.
NOTES:
1- All Switches sockets and regulators shall be same make modular type with Concealed GI boxes/boards.(Each
GI box shall be earthed).
2- Separated switch boxes shall be used for Electrical and Separate common boxes can be used for Telephone,
Intercom and TV system.
3- Providing blank plated shall close all unused slots of modular plate.
14.3.13
MOUNTING HEIGHT TABLE
Following mounting height in mm for various electrical items shall be followed from finished floor level to the bottom
of equipment/items/switch boxes.
Signature of Tenderer with seal
240
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
S. No. Details of point/item
HINDUSTAN PREFAB LIMITED
Mounting Height (in mm)
-----------------------------------------------------------------------------1. Lighting switch board 1370
2. Wall light point (other than above wash basin) 2500
3. Wall light point above wash basin 2100
4. Exhaust fan point (or as per site conditions) 2500
5. Switch for window A/C 1370
Socket for window A/C 1700
6. Plugs in Pantry
A. Power plugs 1500
B. Plug for Fridge & Water Filter 1500
7. Switch for water heater 1370
8. Socket for water heater 2500
9. 6A pug point (I.P) 25mm above skirting level for all area.
10. Telephone point Except 1000mm for study tables
11. T.V. point and Intercom point 1370
12. Bell push (Ent. Door) 1370
13. Bell below beam bottom
14. MCB DB 1700
NOTE:
Above stated mounting table shall get superceded if stated elsewhere on drawings and if instructed at
site to Site conditions.
14.4.0.0
M.V. CABLES AND CABLE TERMINATIONS
14.4.1.0
M.V.CABLES
Wherever it is stated as ‘CABLE’ on electrical drawings and in tender document for electrical system the same
shall follow following specifications.
14.4.1.1
Cables for Power, Control and Lighting shall conform to IS-1554(Part-I).
14.4.1.2
Cables shall be 1100 volts Grade, multicore, PVC insulated, PVC sheathed, steel armoured, aluminium
or Copper conductor as stated in respective drawing.
14.4.1.3
Insulation and continuity test shall be conducted between phase to phase, phase to neutral and phases/
Neutral to earth for all cables before and after installation.
14.4.1.4
Cables shall be fixed rigidly, supported on structural steel, beams, columns, walls, RCC work etc. by
providing proper circular or as required G.I. Clamps or G.I. Saddles at the interval of 400mm apart.
Signature of Tenderer with seal
241
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
14.4.1.5
HINDUSTAN PREFAB LIMITED
The minimum safe bending radius shall be 12 times the overall diameter of the respective cable.
14.4.1.6
The route of cables shall be selected to suit site conditions with shortest route and directed by the
Architect/PMC/Employer and cables shall so laid that they will not with other structure/services.
14.4.1.7
Each cable shall be in one piece length i.e. straight joint of cables shall be avoided.
14.4.1.8
Crossing and overlapping of cables shall be avoided.
14.4.1.9
Cables and pipes laid in ground shall be by excavating the trench in hard/soft soil at minimum depth of
600 mm and width of 450 mm. after cleaning the excavated area the trench shall be filled with sand for a depth of 75
mm before cable laying. Cables shall be laid in straight length on sand layer and then further 150mm sand layer shall
be provided on cables. A evenly layer of bricks shall be laid around three sides of cables, then the trench shall be
refilled with earth to the original ground level and shape.
14.4.1.10 Lead alloy cable identification tags shall be provided at both ends of each cable.
14.4.1.11 CI cable marker shall be provided on ground with cement concrete foundation along the route of
underground cables at the interval of 30 meters and at every corner/bend the cable marker shall not obstruct regular
movements.
14.4.1.12 Cable crossing across the road shall pass through RCC Hume Pipes. (The cost of Hume Pipes will not
be paid separately).
14.4.1.13 RCC Hume pipes shall be laid at a depth of 0.6meter be the surface of the road in line with
underground cables. The pipes shall be plugged to prevent choking.
14.4.2.0
CABLE TERMINATION
Cable termination shall consist of each end of cable terminated by using cable gland and connected to the required
terminals by using crimping type lugs.
14.4.2.1
Cable gland shall be made up of Chromium plated brass, Siemens type complete with neoprene rubber
rings, 2 Nos. galvanized M.S. washers, check nuts etc. the gland shall be galvanized M.S. washers, check nuts etc.
the gland shall be of long neck wherever necessary.
14.4.2.2
The strand of steel armouring shall be properly cut, bend and clamped between GI washers.
14.4.2.3
Holes of adequate size shall be drilled/enlarged on gland plate or of CI body to suit the gland entries.
14.4.2.4
The paint around the hole where glands are fixed shall be scrubbed properly before glands are fixed.
14.4.2.5
Each core of the standard conductor of the cable shall be terminated to the terminals by using crimping
type tinned copper lugs/sockets. Lugs shall be of appropriate size and shape to suit the terminal arrangement.
14.4.2.6
Lugs shall be crimped by adequate crimping tool.
14.4.2.7
required.
PVC ring type ferrules shall be provided on each conductor for multicore control cables or wherever
14.5.0
TRANSFORMER
Supply, deliver, erection, testing and commissioning of 400 KVA, 11000 / 433 volts delta / star, outdoor
oil type naturally cooled Transformer with vector group Dyn II, and Off load tap changer of + 5% to - 15%
on HT side in steps of 2.5% to give a constant supply of 433 volts on HT side the transformers to be
provided with cable box on HT side to receive 3 core 70 sq.mm. XPLE cable and LT side bus bar
chamber to receive LT side to require 2x 3.5x 300sq.mm XLPE cable complete as required.
Signature of Tenderer with seal
242
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
14.6.0
HINDUSTAN PREFAB LIMITED
HT PANEL
Supplying H.V air insulated distribution switchgear three panel H.T board suitable for indoor installation
for use on 11 KV 50 cycles earthed system having a symmetrical breaking capacity of 350 MVA at 11 KV
comprising drawout triple pole vaccum circuit breakers rated 630A. Panels shall be equipped with the
following accessories as per technical specifications.
1- Metal clad housing with truck having integral VCB machanism.
1- Set of air insulated copper bus bar in chamber with 3 phase bus bar of 630 A current carrying capacity
1- Set of isolating plug & receptacle.
1- Set of automatic safety shutter including pad locking arrangement.
1- Trip free spring operated manual closing mechanical 'ON' and 'OFF' indicator.
3- Current transformer rating 15/10/5A.
1-3 Phase resin insulated voltage transformer (PT.) 11 KV / 110 volts with 100 VA burden complete with
1 KWH Meter
1 Set Ameter, voltmeter, & frequency Meter
1 Set indicating Lamp ON / OFF Trip.
1- Shunt trip coil 24V D.C.
1 - Earthing Switch
1 - Auxullary relay for bochhloz alarm and trip. Shunt trip coil suitable for 110 V DC 1 Set of terminal for
connection to winding relay including supplying and connection with 4 sq.mm 4 core copper conductor
armoured cable from panel to transformer.
14.7.0
LT PANEL WITH CAPACITOR BANK
Design, fabrication, assembling, wiring and supply of following distribution panels fabricated out of 14 gauge
CRCA sheet steel in cubicle formation with reinforcement of suitable size angle iron,channels,T irons,flats
wherever necessary for large distribution panels. The boards shall be treated with all anticorrosive process
before painting as per standards with 2 coats of red oxide primer and final approved shade of enameled
paint , 2 Nos. earthing terminals shall be provided for 3 phase distribution panels. The panels shall be
suitable for 415 V ,3 phase ,4 wire , 50 Hz supply system . Lifting hooks shall be fabricated in easily
transportable sections & length, height, depth etc to match with site conditons . An approval shall be taken
for each panel before final manufacture.
Galvanized hardwares with zinc passivation shall be used in fabrication of boards. Suitable earth bus to be
provided throughout length of LT Panels and all panels.
INCOMER - 1 ( Transformer ) - 400 KVA
1 No. 630A 4P MCCB with O/C,E/F Release
Incomer Metering & Protection.
1 Set of ( 0-500 V ) 96x96 sq.mm voltmeter with selector switch & control fuses.
1 Set of ( 0-630A ) 96x96 sq.mm ammeter with selector switch & 630/ 5A ratio CTs 15 VA class - 1
3 Nos. 630/5A ratio CTs 15 VA class 5P 10
3 Nos. phase indicating lights with control fuses.
1 No. Frequency meter 45-55 Hz
Bus Bar
630A TPN aluminium Bus Bars with heat shrinkable coloured insulated PVC sleeves.
Signature of Tenderer with seal
243
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
INCOMER - DG SETS
1 No. 630A 4P MCCB with O/C,E/F Release
Incomer Metering & Protection.
1 Set of ( 0-500 V ) 96x96 sq.mm voltmeter with selector switch & control fuses.
1 Set of ( 0-630A ) 96x96 sq.mm ammeter with selector switch & 630/ 5A ratio CTs 15 VA class - 1
3 Nos. 630/5A ratio CTs 15 VA class 5P 10
3 Nos. phase indicating lights with control fuses.
1 No. Frequency meter 45-55 Hz
Outgoings :
Eight (8) Nos. 200A 4P MCCB (25 KA)
Three (3) Nos. 100A 4P MCCB (25 KA)
Supplying, erection and commissioning of the following intergrated cubical type indoor automatic switching
"ON" and "OFF" control panel with dust vermin proof lined locable doors complete with interconnection
stepped relays contractors Push button and CTS complete with a capacitor bank as per specification
(suitable for 400/440V 3 phase 50 C/S supply system) as required (capacitor Panel)
INCOMING
200A 4P MCCB (25 KA)
-1 No.
PHASE INDICATION lamps each backed up with 5A unit to indicate that the unit is "ON"
- 7 Sets
Indication lamp to each capacitor unit to indicate that the unit (LL type) is"ON".
I) 50 KVAR
- 1 No.
ii) 25 KVAR
- 2 Nos.
iii)15 KVAR
- 2 Nos.
iv)10 KVAR
- 2 Nos.
0-500V voltmeter with 3 way and off selector switch
200/5A CTS Ratio
Stepped relay with 8 steps
Power factor meter
- 1 Set.
- 1 Set.
- 1 Set.
OUTGOING
100A MCCB with contractor to each 50 KVAR capacitor
-1 No.
63A MCB with contractor to each 25 KVAR capacitor
-2 Nos.
40A MCB with contractor to each 15 & 10 KVAR capacitor
-4 No.
Push button stations "RED" and "GREEN" push button for manual operation of contractor - 6 Set
Autonation sweitching "ON" and "OFF" control panels as described above
50 KVAR capacitor bank
25 KVAR capacitor bank
-1 No.
-2 Nos.
Signature of Tenderer with seal
244
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
15 KVAR capacitor bank
-2 Nos.
10 KVAR capacitor bank
-2 Nos.
All interconnections from bus bar to connectors and connectors to terminal
SUB-HEAD III :- L.T.CABLES (XLPE)
Supply and drawing of the following PVC insulated Aluminium armoured conductor 1100 volt grade cables
conforming to IS: 1554 (Part-1) including the cost of laying on cable trays including the cost of providing and
fixing of saddles 600mm apart in cable trench including the cost of digging of earth of adequate depth as
called for as per specification & required, including providing of cable route markers total and complete in all
respects.
3-1/2 core 300 sq.mm.
3-1/2 core 150 sq.mm.
3-1/2 core 70 sq.mm.
4 core 25
sq.mm.
Supply and making terminal joints for the following 1100 volt grade PVC aluminium armoured conductor
cables including providing and fixing of double compression type aluminium cable termination lugs, including
providing of insulation taps, epoxy sealing compound, PVC moulds for housing the epoxy compound,
binding lugs, earth strip etc. as required complete in all respects.
L.T.CABLES (XLPE)
Supply and drawing of the following PVC insulated Aluminium armoured conductor 1100 volt grade cables
conforming to IS: 1554 (Part-1) including the cost of laying on cable trays including the cost of providing and
fixing of saddles 600mm apart in cable trench including the cost of digging of earth of adequate depth as
called for as per specification & required, including providing of cable route markers total and complete in all
respects.
3-1/2 core 300 sq.mm.
3-1/2 core 150 sq.mm.
3-1/2 core 70 sq.mm.
4 core 25
sq.mm.
Supply and making terminal joints for the following 1100 volt grade PVC aluminium armoured conductor
cables including providing and fixing of double compression type aluminium cable termination lugs, including
providing of insulation taps, epoxy sealing compound, PVC moulds for housing the epoxy compound,
binding lugs, earth strip etc. as required complete in all respects.
3-1/2 core 300 sq.mm.
3-1/2 core 150 sq.mm.
3-1/2 core 70 sq.mm.
4 core 25
sq.mm.
Supply and fixing of perforated type cable trays including design and fabricating the same from standard
sheet steel of 2 mm thick with standard height of the tray supported by ISMC of adequate size from the
ceiling with adequate capacity of dash fastners (minimum 3.5 Ton capacity) in the interval of 750 mm, duly
painted with two coats of red oxide primer and two coats of approved enamel paint as per relevant standards
and including necessary welding works involved complete in all respects.
300 mm wide x 50mm deep
150 mm wide x 50mm deep
Signature of Tenderer with seal
245
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Fabrication and fixing of cable trays cover with MS sheet top & bottom / steel work in position including
clamps, frame works of flats, angle iron, channel with fabrication work including cutting, bending, welding,
drilling, bolting etc. as per design as required including supplying and painting of one coat of primer and two
coats of enamel paint of approved shade shall be provided. All welding materials, nuts, bolts & washer to be
suppplied by the contractors.
Supplying and laying of following sizes under ground RCC pipe class NP - 2 with coller jointed with stiff
mixture of cement mortar in the proportion of 1:2 completed as required.
200mm dia
150 mm dia
100 mm dia
Supplying of non-skid rubber mat 20mm thick and 900mm width as required including cutting to required
lengths of approved make with test certificates for 440 V L.T. switchgears.
Supplying of non-skid rubber mat 20mm thick and 900mm width as required including cutting to required
lengths of approved make with test certificates for H.T. 11 KV panels.
Supplying of fire bucket painted red and approved quality conforming to IS : 2546/1974.
Supplying of MS stand duly painted suitable for supporting two buckets ( Pedestal type )
Supplying and fixing of shock restoration chart written in English and Hindi duly framed in lass as required.
Supplying and fixing carbon dioxide fire extinguisher type 4 Kgs capacity of approved make with wall
mounting bracket as required conforming to IS : 2878/1976.
Supplying of first aid box as approved complete with standard kit as prescribed by Indian Red cross.
DESCRIPTION
EARTHING
Supplying & Grounding Maintance free chemical filled earthing electrode 48mm x 3000mm including
accessories & providing masonry enclosure with cover plate locking arrangement complete as required.
Providing and laying GI strip 25 mm x 6 mm in recess for connection etc. as required.
Supplying, fixing, alignment, testing & commissioning at site as per specifications complete in all respect
commissioning of 200 KVA ( continuous ratiing ) 415 Volts, 3 phase, 50 Hz. AC alternator coupled to Diesel
Engine complete with all accessories,standard specifications tool kit , service manual, self starting device, fly
wheel, coupling with guard, V belts, water cooled system, instrument panel, common bed plate, antivibration
isolation pads, grouting bolts, first charge of engine oil, gear oil, high speed diesel oil , 24 volts chargeable
battery set complete with batteries , battery charger & scrubber etc and prepare the same as drawing for
total installation for statutory approved as an Engineer -In - Charge Complete intall respect as required.
Auto synchronizing Panel with load to sharing and stand by manual synchronizing facility for 2 Nos. 200 KVA
DG. Set as per scheme enclosed.
Point wiring for 6/16 amp 5 pin switch socket outlet points (1 outlet wired on 1 circuit) with 3x4 sq.mm.
(P+N+E) FRLS PVC insulated 660/1100 volt grade stranded copper conductor wires in IS embossed black
enameled 25mm dia 2 mm thick PVC conduit recessed or surface conduiting system including the cost of
cutting / making good chases in brick work and including the cost of supplying and fixing modular grid plate
Signature of Tenderer with seal
246
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
mounted 220volt 16amp. 6 pin combined shuttered socket outlets alongwith 220 volt 16 amp.controlled
switch of housed in zinc chromate passivated MS boxes and including the cost of loop earthing with 4
sq.mm. FRLS PVC insulated 660/1100 volt grade stranded copper conductor wires complete as per
specifications and as required.
Point wiring for 6/16 amp 5 pin switch socket outlet points (2 outlet wired on 1 circuit) with 3x6 sq.mm.
(P+N+E) FRLS PVC insulated 660/1100 volt grade stranded copper conductor wires in upto first outlet and 4
wire sq.mm.wire for the looped outlet in IS embossed black enameled 25mm dia 2 mm thick PVC conduit
recessed surface conduiting system including the cost of cutting / making good chases in brick work and
including the cost of supplying and fixing modular grid plate mounted 220volt 16amp. 6 pin combined
shuttered socket outlets alongwith 220 volt 16 amp.controlled switch of housed in zinc chromate passivated
MS boxes and including the cost of loop earthing with 4 sq.mm. FRLS PVC insulated 660/1100 volt grade
stranded copper conductor wires complete as per specifications and as required.
Point wiring for fan points with 3x2.5 sq.mm. (P+N+E) FRLS PVC insulated 660/1100 volt grade stranded
copper conductor wires in IS embossed black enameled 25mm dia 2 mm thick PVC conduit recessed
surface conduiting system including the cost of cutting / making good chases in brick work and including the
cost of supplying and fixing modular grid plate mounted 240volt 6Amp. control switch with provision for
electronic fsn regulator, housed in zinc chromate passivated MS boxes with moulded cover plate and
including the cost of loop earthing with 2.5 sq.mm. FRLS PVC insulated 660/1100 volt grade stranded
copper conductor wires complete as per specifications and as required.
Point wiring for Exhaust fan points with 3x2.5 sq.mm. (P+N+E) FRLS PVC insulated 660/1100 volt grade
stranded copper conductor wires in IS embossed black enameled 25mm dia 2 mm thick PVC conduit
recessed or surface conduiting system including the cost of cutting / making good chases in brick work and
including the cost of supplying and fixing modular grid plate mounted 240volt 6Amp. 5 pin combined shutters
socket outlet near the fan and 240V 6 amps. control switch at convenient location near room entrance,
housed in zinc chromate passivated MS boxes with moulded cover plate and including the cost of loop
earthing with 2.5 sq.mm. FRLS PVC insulated 660/1100 volt grade stranded copper conductor wires
complete as per specifications and as required.
Supplying and fixing heavy gause ISI embossed black enameled PVC recessed surface conditing system
including the cost of cutting/making good chases in brick work complete as per specification as required and
as below.
a) 25mm 2mm thick
b) 32mm 2mm thick
DESCRIPTION OF ITEM
Point wiring for 25amp industrial socket outlet point with 3x6 sqmm (P+N+E) FRIS PVC insulated 660/1100
volt grade stranded copper conductor wire in is embossed black enameled 25m dia 2mm thick PVC
surface/recessed conduting systen including the cost of cutting making good chases in brick work and
including the cost of supply and fixing 25/Amp MCB and socket outlet in MS box complete as per
specification and as required.
Supplying and fixing of 1no 16 Amp moulded switch and 3 nos 6amp moulded socket in protection with box
and including with 3x4sqmm. (P+N+E) FRIS. PVC insulated copper conductor wire in surface / recessed in
IS embossed black enameled 2mm thick PVC conduit and earthing the 3rd pin complete as per specification
and as required. ( 4 point per circuit shall be wired)
Supplying and fixing of no 16 amp moulded switch and 3nos 6amp moulded socket in partition with box abd
including with 3x2.5 sq.mm (P+N+E) FRLS PVC insulated copper conductor wire in surface / recessed in IS
embossed black enameled 2mm thick PVC conduit and earth the 3rd pin complete as per specification and
as required (3point per circuit shall be wired)
Signature of Tenderer with seal
247
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Supplying and fixing of 1no 16 Amp moulded switch and 3 nos 6amp moulded socket in protection with box
and including with 3x4sqmm. (P+N+E) FRIS. PVC insulated copper conductor wire in surface / recessed in
IS embossed black enameled 2mm thick PVC conduit and earthing the 3rd pin complete as per specification
and as required. ( 2 point per circuit shall be wired)
Supplying and fixing powder coated MS raceways recessed in floors fabricated from 2mm thick MS sheets
provided with neoprene gasketted removable cover fabricated from 2mm thick MS sheets (excepting at
passage crossing were the thickness shall be 3mm) on the raceway by countersunk cadmium plated screws
at intervals of max.300mmincluding the cost of powder coating as per colour to be approved and including
the cost of providing earth links at raceway joints to ensure earth continuity complete as per specification as
required and as below.
a) 200mm wide x 40mm deep
b) 300mm wide x 40mm deep
Supply and fixing powder coated MS raceways junction boxes on surface of walls/celing and/ or recessed in
walls/ floors fabricated from 2mm thick MS sheets provided with neproence gasketted removable cover fixed
on athe boxes by countersunk cadmium plated screws at intervals of max.300mm including the cost of earth
links at all joints to ensure earth continuity and including athe cost of powder coating as colour to be
approved complete as per specifications as required and as below:
250mm x250mmx 50mm deep
350mm x 350mmx50mm deep
Supplying and fixing of following MCB in sheet steel box complete as required including connections as
required
a. 40A 4P MCB
b. 40A DP MCB
DESCRIPTION OF ITEM
LIGHTING FIXTURE AND FANS
Supplying & fixing of ceiling fan complete with blades with suitable length of down rods shackle insulator
earthing point including connection etc . as required.
a) 1200 mm sweep
Supplying & fixing following box type fluorescent light fixture complete with electronic choke earthing point
and 28 w fluorescent lamp complete as required.
a) 1x 28 W with T5 Lamp
b) 2x 28 W with T5 Lamp
Supplying & fixing of 305mm 1400 exhaust fan complete with louver and bird guard screen with 3 core
flexible wire complete as required.
305mm 1400 RPM
Supplying & fixing of following light fitting complete with holder lamp earth point including connections etc. as
required.
a) 2x13 W with CFL
b) 1x18 W with CFL
Supplying & fixing following mirror optics fluorescent light fixture surface or reessed complete with electronic
choke earthing point with CFL lamp complete as required.
a) 2x36 W (600 x 600)
Signature of Tenderer with seal
248
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Supplying & fixing of bulk head fitting with glass receptacle, wire guard lamp holder, lamp including
connection complete as required.
Supplying & fixing of light fixture with lamp complete as required.
a) Mirror Light with lamp
b) Bracket Light with 18W CFL lamp
SUBMAINS
Wiring for submains with FRLS PVC insulated stranded copper conductor 660/1100 volt grade wires in
surface/concealed conduit including cost of providing saddles etc. as required for surface conduiting and / or
the cost of cutting and filling chases complete as per specifications as required and as below.
4x10sq.mm in 32mm 2 mm thick PVC conduit conduit and 1 Nos. 10sq.mm. FRLS PVC insulated stranded
copper conductor 660/1100 volt grade wires for earthing.
4x16sq.mm in 32mm 2 mm thick PVC conduit and 2 Nos. 10sq.mm. FRLS PVC insulated stranded copper
conductor 660/1100 volt grade wires for earthing.
2x10sq.mm in 32mm 2 mm thick PVC conduit and 1 Nos. 10sq.mm. FRLS PVC insulated stranded copper
conductor 660/1100 volt grade wires for earthing.
DISTRIBUTION BOARD AND PANELS
Supply, installation, testing and commissioning of factory fabricated and factory assembled, sheet steel clad
powder coated, wall / recess mounting dust and vermin (IP-42) ingress protection) proof double door vertical
type Distribtion Boards fabricated from 16 SWG sheet steel provided with hinged gasketted door with
padlocking facility and including suitably rated PVC insulated copper busbars with interconnections and
neutral bar assemblies one per earthing terminals assembly etc. complete as requiredand as below. sample
to be got approved by architectss (Note:- In all distribution boards / panels the control wiring shall be FRLS)
1-40amp.DP MCB incoming and 8 nos. 6/16 amps. SP 10 kA 'C' category MCB with thermal magnetic
protective releases out goings.
1-63amp.4P MCB incoming and 12 nos. 6/16 amps. SP 10 kA 'C' category MCB with thermal magnetic
protective releases out goings.
1-63amp.4P MCB incoming and 18 nos. 6/16 amps. SP 10 kA 'C' category MCB with thermal magnetic
protective releases out goings.
1-40amp.DP MCB incoming and 12 nos. 6/16 amps. SP 10 kA 'C' category MCB with thermal magnetic
protective releases out goings.
Supplying, erection testing & commissioning of cubical type sheet steel clad wall mounted totally enclosed
LT switch board suitable for use on 415 V 3 phase 4 wire 50 cycles complete housed with incoming and
outgoing, bus bar including interconnection accessories etc. complete as required and with following
incoming and outgoing switchgear as per specifications and drawings.
G/F & 6th Floor PANEL
INCOMING
1 no. 100A 25 kA 4P MCCB with thermal magnetic releases:
BUS BAR
Electrolytc high conductivity aluminium three phase and neutral busbars rated at 100 A. having a maximum
current density of 1 amp. Per sq.mm. Suitable to with stand symmetrical fault level of 25 MVA at 415 volts.
The netutral busbars is to be of 50% capacity.
Signature of Tenderer with seal
249
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
INDICATING PANEL
Incomer shall have the following indicating panel.
96mm sq. flush voltmeter scaled 0-500 volt with 3 way and OFF selector switch.
Three nos. 100/5 class 1.0 accuracy 15 VA burden c.T. s for metering.
96 mm square flush ammeter scaled 0-100 amps with 3 way and OFF selector switch.
Three phase indicating lights.
OUTGOING UNITS
4 nos.63A 4P MCB
The switchboard shall be complete with all interconnection risers internal wiring lables etc. complete as
required.
DESCRIPTION OF ITEM
1st, 2nd, 3rd, 4th and 5th Floor Panel
INCOMING
1 no. 200A 25 kA 4P MCCB with thermal magnetic releases:
BUS BAR
Electrolytc high conductivity aluminium three phase and neutral busbars rated at 200 A. having a maximum
current density of 1 amp. Per sq.mm. Suitable to with stand symmetrical fault level of 25 MVA at 415 volts.
The netutral busbars is to be of 50% capacity.
INDICATING PANEL
Incomer shall have the following indicating panel.
96mm sq. flush voltmeter scaled 0-500 volt with 3 way and OFF selector switch.
Three nos. 200/5 class 1.0 accuracy 15 VA burden c.T. s for metering.
96 mm square flush ammeter scaled 0-200 amps with 3 way and OFF selector switch.
Three phase indicating lights.
OUTGOING UNITS
4 nos.63A 4P MCB
2 nos.80A 4P MCB
The switchboard shall be complete with all interconnection risers internal wiring lables etc. complete as
required.
COMPUTER & TELEPHONE NETWORKING
Supplying & fixing 75mm x 75mm x 10 mm zinc passivated box with mould cord outlet complete with RJ 45
sockets as required for computer data point.
Signature of Tenderer with seal
250
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Supply and fixing of 48 Ports Jack Panel suitable for Cat 6 high speed data net.
Supply,Installation, testing and commissioning of 9U wall mounted Rack with 6nos. 6A in built switches with
sockets for fixing jack panel / switch for data & voice.
Providing patch cords 4 Feet length
Making end terminations of CAT 6 cable
Supplying & laying CAT 6 for LAN wiring in PVC conduit / Floor Chanel complete as required.
Point wiring for switch controlled primary light points with 3x2.5 sq.mm. (P+N+E) FRLS PVC
insulated 660/1100 volt grade stranded copper conductor wires in IS embossed black
enameled 25mm dia 2 mm thick PVC conduit recessed and / or surface conducting system
including the cost of cutting / making good chases in brick work and including the cost of
supplying and fixing modular grid plate mounted 240volt 6Amp. control switch housed zinc
chromate passivated MS boxes with moulded cover plate and including the cost of loop
earthing with 2.5 sq.mm. FRLS PVC insulated 660/1100 volt grade stranded copper conductor
wires complete as per specifications and as required.
Point wiring for 6 amp socket outlet points with 3x2.5 sq.mm. (P+N+E) FRLS PVC insulated
660/1100 volt grade stranded copper conductor wires in IS embossed black enameled 25mm
dia 2 mm thick PVC conduit recessed and / or surface conduiting system including the cost of
cutting / making good chases in brick work and including the cost of supplying and fixing
modular grid plate mounted 240volt 6amp. 5 pin combined shuttered socket outlets along with
240 volt 6 amp. controlled switch housed in zinc chromate passivated MS boxes with moulded
cover plate and including the cost of loop earthing with 2.5 sq.mm. FRLS PVC insulated
660/1100 volt grade stranded copper conductor wires complete as per specifications and as
required.
Point wiring for DB controlled primary light points with 3x2.5 sq.mm. (P+N+E) FRLS PVC
insulated 660/1100 volt grade stranded copper conductor wires in IS embossed black
enameled 25mm dia 2 mm thick PVC conduit recessed and / or surface conduiting system
including the cost of cutting / making good chases in brick work and including the cost of loop
earthing with 2.5 sq.mm.FRLS PVC insulated 660/1100 volt grade stranded copper conductor
wires complete as per specifications and as required. ( Cost of MCB included in DB)
Point wiring for secondary light points with 3x2.5 sq.mm. (P+N+E) FRLS PVC insulated
660/1100 volt grade stranded copper conductor wires in IS embossed black enameled 25mm
dia 2 mm thick PVC conduit recessed and / or surface conduiting system including the cost of
cutting / making good chases in brick work and including the cost of loop earthing with 2.5
sq.mm. FRLS PVC insulated 660/1100 volt grade stranded copper conductor wires complete
as per specifications and as required.
Signature of Tenderer with seal
251
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Point wiring for fan points with 3x2.5 sq.mm. (P+N+E) FRLS PVC insulated 660/1100 volt
grade stranded copper conductor wires in IS embossed black enameled 25mm dia 2 mm thick
PVC conduit recessed surface conduiting system including the cost of cutting / making good
chases in brick work and including the cost of supplying and fixing modular grid plate mounted
240volt 6Amp. control switch with provision for electronic fsn regulator, housed in zinc
chromate passivated MS boxes with moulded cover plate and including the cost of loop
earthing with 2.5 sq.mm. FRLS PVC insulated 660/1100 volt grade stranded copper conductor
wires complete as per specifications and as required.
Point wiring for Exhaust fan points with 3x2.5 sq.mm. (P+N+E) FRLS PVC insulated
660/1100 volt grade stranded copper conductor wires in IS embossed black enameled 25mm
dia 2 mm thick PVC conduit recessed or surface conduiting system including the cost of
cutting / making good chases in brick work and including the cost of supplying and fixing
modular grid plate mounted 240volt 6Amp. 5 pin combined shutters socket outlet near the fan
and 240V 6 amps. control switch at convenient location near room entrance, housed in zinc
chromate passivated MS boxes with moulded cover plate and including the cost of loop
earthing with 2.5 sq.mm. FRLS PVC insulated 660/1100 volt grade stranded copper conductor
wires complete as per specifications and as required.
Supplying and fixing heavy gauge ISI embossed black enameled PVC recessed surface
conditing system including the cost of cutting/making good chases in brick work complete as
per specification as required and as below.
a) 25mm 2mm thick
b) 32mm 2mm thick
Point wiring for 25amp industrial socket outlet point with 3x6 sqmm (P+N+E) FRIS PVC
insulated 660/1100 volt grade stranded copper conductor wire in is embossed black enameled
25m dia 2mm thick PVC surface/recessed conduting systen including the cost of cutting
making good chases in brick work and including the cost of supply and fixing 25/Amp MCB
and socket outlet in MS box complete as per specification and as required.
Supplying and fixing of 1no 16 Amp moulded switch and 3 nos 6amp moulded socket in
protection with box and including with 3x4sqmm. (P+N+E) FRIS. PVC insulated copper
conductor wire in surface / recessed in IS embossed black enameled 2mm thick PVC conduit
and earthing the 3rd pin complete as per specification and as required. ( 4 point per circuit
shall be wired)
Supplying and fixing of no 16 amp moulded switch and 3nos 6amp moulded socket in partition
with box abd including with 3x2.5 sq.mm (P+N+E) FRLS PVC insulated copper conductor wire
in surface / recessed in IS embossed black enameled 2mm thick PVC conduit and earth the
3rd pin complete as per specification and as required (3point per circuit shall be wired)
Signature of Tenderer with seal
252
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Supplying and fixing of 1no 16 Amp moulded switch and 3 nos 6amp moulded socket in
protection with box and including with 3x4sqmm. (P+N+E) FRIS. PVC insulated copper
conductor wire in surface / recessed in IS embossed black enameled 2mm thick PVC conduit
and earthing the 3rd pin complete as per specification and as required. ( 2 point per circuit
shall be wired)
Supplying and fixing powder coated MS raceways recessed in floors fabricated from 2mm
thick MS sheets provided with neoprene gasketted removable cover fabricated from 2mm
thick MS sheets (excepting at passage crossing were the thickness shall be 3mm) on the
raceway by countersunk cadmium plated screws at intervals of max.300mmincluding the cost
of powder coating as per colour to be approved and including the cost of providing earth links
at raceway joints to ensure earth continuity complete as per specification as required and as
below.
a) 200mm wide x 40mm deep
b) 300mm wide x 40mm deep
Supply and fixing powder coated MS raceways junction boxes on surface of walls/celing and/
or recessed in walls/ floors fabricated from 2mm thick MS sheets provided with neproence
gasketted removable cover fixed on athe boxes by countersunk cadmium plated screws at
intervals of max.300mm including the cost of earth links at all joints to ensure earth continuity
and including athe cost of powder coating as colour to be approved complete as per
specifications as required and as below:
250mm x250mmx 50mm deep
350mm x 350mmx50mm deep
Supplying and fixing of following MCB in sheet steel box complete as required including connections as
required
a. 40A 4P MCB
b. 40A DP MCB
SUB-HEAD II: LIGHTING FIXTURE AND FANS
Supplying & fixing of ceiling fan complete with blades with suitable length of down rods
shackle insulator earthing point including connection etc . as required.
a) 1200 mm sweep
Supplying & fixing following box type fluorescent light fixture complete with electronic choke
earthing point and 28 w fluorescent lamp complete as required.
a) 1x 28 W with T5 Lamp
b) 2x 28 W with T5 Lamp
Signature of Tenderer with seal
253
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Supplying & fixing of 305mm 1400 exhaust fan complete with louver and bird guard screen
with 3 core flexible wire complete as required.
305mm 1400 RPM
Supplying & fixing of following light fitting complete with holder lamp earth point including
connections etc. as required.
a) 2x13 W with CFL
b) 1x18 W with CFL
Supplying & fixing following mirror optics fluorescent light fixture surface or reessed complete
with electronic choke earthing point with CFL lamp complete as required.
a) 2x36 W (600 x 600)
Supplying & fixing of bulk head fitting with glass receptacle, wire guard lamp holder, lamp
including connection complete as required.
Supplying & fixing of light fixture with lamp complete as required.
a) Mirror Light with lamp
b) Bracket Light with 18W CFL lamp
SUBMAINS
Wiring for submains with FRLS PVC insulated stranded copper conductor 660/1100 volt grade
wires in surface/concealed conduit including cost of providing saddles etc. as required for
surface conduiting and / or the cost of cutting and filling chases complete as per specifications
as required and as below.
4x10sq.mm in 32mm 2 mm thick PVC conduit conduit and 1 Nos. 10sq.mm. FRLS PVC
insulated stranded copper conductor 660/1100 volt grade wires for earthing.
4x16sq.mm in 32mm 2 mm thick PVC conduit and 2 Nos. 10sq.mm. FRLS PVC insulated
stranded copper conductor 660/1100 volt grade wires for earthing.
2x10sq.mm in 32mm 2 mm thick PVC conduit and 1 Nos. 10sq.mm. FRLS PVC insulated
stranded copper conductor 660/1100 volt grade wires for earthing.
Signature of Tenderer with seal
254
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Supplying, erection testing & commissioning of cubical type sheet steel clad wall mounted totally
enclosed LT switch board suitable for use on 415 V 3 phase 4 wire 50 cycles complete housed with
incoming and outgoing, bus bar including interconnection accessories etc. complete as required and
with following incoming and outgoing switchgear as per specifications and drawings.
G/F & 6th Floor PANEL
INCOMING
1 no. 100A 25 kA 4P MCCB with thermal magnetic releases:
BUS BAR
Electrolytc high conductivity aluminium three phase and neutral busbars rated at 100 A.
having a maximum current density of 1 amp. Per sq.mm. Suitable to with stand symmetrical
fault level of 25 MVA at 415 volts. The netutral busbars is to be of 50% capacity.
INDICATING PANEL
Incomer shall have the following indicating panel.
96mm sq. flush voltmeter scaled 0-500 volt with 3 way and OFF selector switch.
Three nos. 100/5 class 1.0 accuracy 15 VA burden c.T. s for metering.
96 mm square flush ammeter scaled 0-100 amps with 3 way and OFF selector switch.
Three phase indicating lights.
OUTGOING UNITS
4 nos.63A 4P MCB
The switchboard shall be complete with all interconnection risers internal wiring lables etc.
complete as required.
1st, 2nd, 3rd, 4th and 5th Floor Panel
INCOMING
1 no. 200A 25 kA 4P MCCB with thermal magnetic releases:
BUS BAR
Electrolytc high conductivity aluminium three phase and neutral busbars rated at 200 A.
having a maximum current density of 1 amp. Per sq.mm. Suitable to with stand symmetrical
fault level of 25 MVA at 415 volts. The netutral busbars is to be of 50% capacity.
Signature of Tenderer with seal
255
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
INDICATING PANEL
Incomer shall have the following indicating panel.
96mm sq. flush voltmeter scaled 0-500 volt with 3 way and OFF selector switch.
Three nos. 200/5 class 1.0 accuracy 15 VA burden c.T. s for metering.
96 mm square flush ammeter scaled 0-200 amps with 3 way and OFF selector switch.
Three phase indicating lights.
OUTGOING UNITS
4 nos.63A 4P MCB
2 nos.80A 4P MCB
The switchboard shall be complete with all interconnection risers internal wiring lables etc.
complete as required.
14.9.0
EARTHING
14.9.1
Earthing shall conform to IS 3043-1966.
14.9.2
All non current carrying metal parts of Electrical Installation like metal conduits, trunkings, cable armour,
switchgear at service position and distribution position etc. shall be bended/connected to efficient earth stations.
14.9.3
Earthing station shall be at least 1.5 M away from the building but not exceeding 9M.
14.9.4
Unless stated Earthing station shall be with 600X 600X 6 mm thick GI plate.
14.9.5
Earth plate shall be buried vertically in the ground by digging the earth pit in such a way that the
distance between the finished ground level and top edge of earth plate shall be minimum 3M. The pit shall be filled
up with layers of charcoal and salt up to top of plate and then filled with removed earth.
14.9.6
chamber.
Each earth pit shall be provided with 20 mm dia. GI “A” class watering pipe with funnel from plate to
14.9.7
Cement concrete rectangle/square chamber shall be provided with CI frame and CI cover.
14.9.8
unless stated 1no 50X 6 mm GI strip shall be provided from each earth plate to meter room and further
minimum 10SWG GI earth wires from earth strips to switch gears at meter room shall be provided in ring system.
Each conductor buried in ground shall be properly protected from mechanical injuries by providing specified size
GI “A” class pipe.
14.9.9
Preferably earthing conductor shall be with minimum straight joints, however when two earthing strips
are to be jointed the same shall be either braced/welded or bolted with minimum 2 Nos bolts, nuts, washers.
14.9.10
Earthing strip fixed on surface shall run in straight line in neat appearance, fixed to the surface by
saddles/ clamps at the interval of 500 mm, whereas earth wire running along with the cables can be clamped with
common clamps used for cables.
14.9.11
Wherever necessary earth conductor shall be terminated with crimping type copper lugs fixed with
brass bolts, nuts and washers.
Signature of Tenderer with seal
256
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
14.9.12
All switchgears and Meters provided at Service position i.e. Meter Room/ Cupboard shall be connected
to earth bus in ring system whereas all other single phase equipments shall be earthed with single earth wire and 3
phase equipments shall be earthed with 2 wires.
14.9.13
unless stated-the minimum cross-section of earth wires shall be equal to the 50% of the phase wires;
however minimum size of earth wire shall be 14 SWG for copper conductor and GI conductor whereas Aluminium
conductor shall be 12 SWG. The material and size of earthing conductor shall as stated on respective drawings.
14.9.14
All earthing conductors connected to individual flat/ consumer shall be terminated to the Earth Bus in
ring system.
14.10.0
LIGHT FITTINGS
Contractor has to workout the exact quantities of all types of light fittings required for external and common area to
suit site condition and shall issue the list to the Architect/PMC/Employer for procurements. Light fittings complete with
chokes, capacitors, lamps/ Tubes, control gears etc. will be in the scope of the contractor has to assemble, install &
connect with required materials, test & commission the same.
14.10.1
Light fittings shall be installed by supplying TW, Rounded blocks, 16 gauge MS suspension down rods,
ball sockets & necessary fixing clamps, hard wares etc.
14.10.2
Light fittings shall be connected to the light point by supplying double PVC insulated copper conductor
flexible wire & switches / sockets.
14.11.0
CEILING FANS
Contractor has work out the exact quantity of all sizes of ceiling fans to suit site condition and shall issue the list to
the Architect/PMC/Employer for procurements. Ceiling fans complete of double ball bearing, white/approved colour, 3
blades complete with all standard accessories as applicable will be supplied by the Employer at site, contractor has
to assemble, install & connect with required materials. Test and commission the same. Ceiling points shall be
connected to the fan point by supplying double PVC insulated copper conductor flexible wire.
14.12.0
EXHAUST FANS
Contractor shall order the exact quantity of all sizes of Exhaust fans to suit site condition and shall issue the list
to the Architect/PMC/Employer for confirmations before procurements. Exhaust fans shall be complete with louvers
and al standard accessories as applicable contractor has to assemble, install & connect with required materials. Test
and commission the same.
14.12.1
Exhaust fans and louvers shall be installed by supplying required marine plywood planking TW
supports, wire mesh, fixing hardware etc as required.
14.12.2
Exhaust fans shall be connected to the socket by supplying double PVC insulated copper conductor
flexible wire and 3 pin 6A plug top.
14. 12.3
The damages to fittings fixtures, fans etc while handling shall be replaced by the contractors without
any extra cost.
14.14.0
CUBICAL TYPE M.V.PANELS
14.14.1
The panels shall be fabricated through the fabricators holding approval by CPRI OR Tariff Advisory
Committee by approved makes of components only.
14.14.2
The panels shall be suitable for operation on 433 volts, 3 phase, 4 wires, 50 cycles, A.C. System,
fabricated from 2mm thick CRCA sheet steel, cubicle type, fully compartmentalized, dust and vermin proof, front
operated totally enclosed, free standing with Base channel and wall mounted type as specified.
Signature of Tenderer with seal
257
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
14.14.3
Busbars shall be tinned copper and of electrolytic quality with current rating of 1.5 Amperes per Sq.mm
for each phase. The neutral shall be of minimum half-sectional area. All busbars shall be adequately supported with
non hygroscopes insulators and braced to withstand dynamic and thermal stresses due to short circuit currents.
14.14.4
Each panel shall be with ring type earth electrolytic copper Earth bus of Minimum 60% of the neutral of
main bus and the same shall be used for the connection of all earthing points of each feeder compartment and each
compartment earthing; 2Nos earth terminals shall be provided for connecting the external earth system.
14.14.5
Each panel shall be with all components as detailed with respective electrical single line diagram. Each
panel shall be provided with complete internal power and control wiring using adequate current carrying capacity
copper conductor, PVC insulated wires, where as connections for 100 Amps and above ratings shall be by copper
strips provided with proper insulation throughout the length, Internal power & control wiring shall be provided up to
terminal block at terminal chamber.
14.14.6
PAINTING: All steel work shall undergo a process of degreasing, picking in acid, cold rinsing,
phosphating and then spread with a high corrosion resistant primer. The primer shall be baked in an oven. The panel
shall be painted with one coat of epoxy primer and shall be powder coated with required / approved colour shade.
14.14.7
DRAWINGS AND DIAGRAM: the Contractors shall submit documents such as literature and manual for
operation of components and units provided on these panels as per the specifications.
14.14.8
All components used for the panels shall be of approved make only.
14.15.0
GENERAL WORKMANSHIP SPECIFICATIONS FOR ELECTRICAL WORKS:
Withstanding the definition of wiring in IEE regulation, or elsewhere, wiring shall so far this contract is concerned,
include all work items/accessories in the complete wiring circuit from tapping the point in the sub main or distribution
board to the following:
The switch /ceiling rose or connector/socket outlet/bell push/ bookplate/ call bells, buzzers.
(i) The following shall be deemed to be included in the point wiring:
1. Circuit wiring from the relevant distribution board.
2. Switch and ceiling rose/connector
3. Wire as required up to lam holder in the case of wall brackets, bulk circles and all other fittings, fan regulators and
looping inside switch boards.
4. Bushed PVC conduit of suitable size where cables pass through walls and ceiling below ceiling level to 1.5M
above upper floor level.
5. Earth wire from 3 pin socket to the respective distribution board.
6. Continuous run of earth wire on complete lighting fan wiring to respective distribution board.
7. All wood or metal boards and boxes, sunk or surface type including those required for mounting fan regulators and
switches (excluding those under distribution boards and main control switches)
8. Round blocks for housing connectors/ceiling rose.
9. All fixing accessories such as clips, nails, screws, or rawl plugs, wooden plugs etc., as required.
Signature of Tenderer with seal
258
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
(ii). SIZES OF WIRES:
All wires shall be PVC insulated single core copper or aluminum stranded conductor as specified and shall be
250/1100 V grade. The smallest conductors for lighting and circuits shall be 1.5 Sq.mm. and 2.5 Sq.mm. aluminum
or equivalent copper respectively.
Phase
Ph.
Ph.
Neutral
R
Y
B
N
Colour-Red
Yellow
Blue
Black
Earth
Green.
(iii). FITTINGS WIRES:
The use of fittings wires shall be restricted to the internal wiring of light fittings. The sub circuit leads shall terminate in
ceiling roses or connectors from which they will be carried into the fittings.
(iv). Connections to the switches, sockets etc., wherever possible shall be through crimped pin type plugs.
(v). FLEXIBLE CHORDS:
For sort connections to appliances fans and pendants shall be 250/440 V grade (3 or 4 core) with tinned copper
wires, insulated, twisted and sheathed with strengthening chord. The colour of sheath shall be to Architect's approval.
14.16.0. WIRING IN CONDUITS:
1. CONDUITS
a) Rigid steel conduits shall be of heavy gauge welded black enameled of 16 SWG sheet up to 40mm dia. and
14SWG sheet above 40mm dia. with threaded type accessories and when laid shall free from edges and burrs.
b) All rigid non-metallic conduits shall confirm to IS 2509/1973 & IS 9537 (part3)/1983 either threaded or plain type
and shall be used with corresponding accessories.
2. SIZES:
Shall be selected in accordance with IS codes depending upon the size and number sizes to be drawn, the minimum
dia. being 19mm/20mm.
3. CONDUITS JOINTS:
Conduit pipe shall be joined by means of screwed couplers and screwed accessories only. In long straight runs of
conduit inspection type of couplers (for surface conduits) or running threads with couplers and jam nuts with bared
threaded portion suitably protected by anticorrosive paint shall be provided. Threading shall in all cases be from
11mm to 27mm long sufficient long to accommodate pipes to full threaded portions of coupler or accessories. Cut
ends of conduits pipes shall have no sharp edges nor any buffers left, to avoid damage to the insulations of
conductors while pulling them through such pipes and all such ends shall be neatly protected by approved bushes of
proper size, of P.V.C. or of well seasoned TW, painted or of porcelain, bakelite or rubber.
Signature of Tenderer with seal
259
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
4. PVC CONDUIT CONNECTIONS:
PVC conduits shall be joined by means of screwed or plain couplers depending on whether the conduits are screwed
or plain. Where there are long runs of straight conduit, inspection boxes shall be provided at inters approved by the
Architect. The threads of pipe and sockets shall be free from grease and oil and shall be thoroughly cleaned before
making the screwed/plain joints. Proper jointing materials as recommended by manufacturers shall be used for
jointing of PVC pipes. Use PVC couplers and connectors for PVC pipe connections and terminations in boxes. All the
joints shall be watertight. Junction boxes and running joints shall be provided at suitable places to allow for
subsequent extensions if any, without undue dismantling of conduit system. As far as possible, diagonal run of
conduits shall be avoided. Junction between conduit and adaptable boxes, back outlet boxes, switch boxes and the
like must be provided with entry spouts and smooth PVC bushes. Joints between conduits and iron clad distribution
boards and control gear shall be effected by means of conduit couplers into each of which will be coupled smooth
PVC bush from the inside of box or case. Conduit system shall be erect and straight as far as possible. Traps where
water may accumulate from condensation are to be avoided and if unavoidable suitable provision for draining the
water shall be made. All jointing methods shall be subject to the approval of Architects. Separate conduits shall be
provided for the following system.
1. 15 Amps Power outlets
2. 5Amps outlets and lighting system
3. Fire alarm system/Telephone system
4. Equipment wiring
5. BENDS IN CONDUIT:
Wherever necessary, bends or diversions may be achieved by means of bands/or circular inspection boxes with
adequate and suitable inlet and outlet screwed joints. In case of recessed system each junction box shall be provided
with a properly occurred and flush with the finished wall surface, so that the conductors inside the conduits are easily
accessible. No bends shall have reading less than 2 1/2 times the out side diameter of the conduit. Heat may be
used to soften the PVC the conduit for bending. Caution should be exercised in using the PVC conduits in location
where ambient temperature is 50 Celsius or above. Use of PVC conduit in places where ambient temperature is 60
Celsius or above is prohibited. PVC conduits shall not be used in outdoor exposed system. G I pipes conduits shall
be used for outdoor system.
6. FIXING OF CONDUITS:
Conduits and junction boxes shall be kept in position while the walls, slabs and floors are under renovation and
proper holdfasts shall be provided. Conduits shall be so arranged as to facilitate easy drawing of wires though them.
Adequate junction boxes of approved shape and size shall be provided. Where conduits cross expansion joints in the
building, adequate devices shall be used to take care of any relative movement. All conduits shall be installed so as
to avoid a steam and to water pipes. A conduit shall not come in contact with any wooden members unless otherwise
specified. Conduits stubs in floors/slabs shall be kept as short as possible above the finished floor level in order to
avoid any damage on them. After conduits junction boxes, outlet boxes, and switch boxes are installed in position,
their outlets shall be properly plugged or covered so that water, mortar, insects or any other foreign matter does not
enter into the conduit system. Exposed conduits shall be fixed by means of space bar saddle at intervals not more
than 1000mm in normal and 500mm from both sides of fitting or accessories. The saddles shall be of 3mm X 19mm
galvanized mild steel flat, properly treated primer and painted, securely fixed to support by means of nuts and bolts
and brass machined screws as required. Conduits shall be laid in a neat and organized manner as directed and
approved by the Architect. Conduit runs shall be planned so as not to conflict with any other service pipes lines/ducts.
Signature of Tenderer with seal
260
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
Where exposed conduits are suspended from the structure they shall be clamped firmly and rigidly to the hangers of
design to be approved by the Architect. Where hangers are to be anchored to reinforced concrete appropriate inserts
and necessary devices for their fixing shall be left in position at the time of concreting. Making holes or openings in
the concrete will generally not be allowed. In case of unavoidable prior permission of the Architect shall be obtained.
Conduits in chases shall be avoided. Where unavoidable conduits shall be fixed in chases by means of staples not
more than 600mm apart and the chase filled with cement mortar 1:4 cutting of horizontal chases in walls is
prohibited.
7. PROTECTION:
To minimize condensation or sweating inside the conduit pipes, all outlets of conduits system shall be adequately
ventilated as directed and approved by Architect. All screwed and socketed connections shall be adequately made
fully water tight by the use of proper jointing materials i.e. `Tropolin' for PVC conduit and white lead for metal conduit.
8. OUTLETS:
All outlets for fittings, switches etc., shall be boxes of suitable metal of surface or flush mounting type. Wall thickness
shall not be less than of 16g covered with a sheet 1/8" (3mm) thick perspex or 3mm thick decorative laminated
hylam; as may be specified, in front giving minimum clear depth of 75mm. All MS boxes, irrespective of sizes, shall
have a fully threaded stud welded inside, for earth termination.
9. CONDUCTORS:
All Conductors used in conduit wiring shall unless otherwise specified be stranded. No single core cable of nominal
cross-sectional area greater than 16 sq mm shall be enclosed alone in a conduit and used for alternating current.
10. INSPECTION BOXES:
Suitable inspection boxes, with ventilating holes in the covers shall be provided in a conduit wiring, at spacing not
more than 12 meters apart or two solid 90 degree bends or equal to permit periodical inspection and facilitating
removal of wires if necessary.
11. ERECTION AND EARTHING OF CONDUIT:
The conduit of each circuit or section shall be completed before conductors are draw in. The entire system of conduit
after erection shall be tested for mechanical and electrical continuity throughout and permanently connected to earth
confirming to the requirements specified under section 12 (below), Earthing by means of special approved type
earthing clamps efficiently fastened to conduit pipe in a workman like manner for perfect continuity between each
wire and conduit gas or water pipes are liable to mechanical damage they shall be adequately protected.
12. GUIDE WIRE:
Suitable fish or pull wire shall be drawn in all conduit before they are embedded. Steel conduits, even if galvanized,
run in under-floor screed shall be painted with a heavy coated of emulsified bitumen.
14.17.0. WIRING IN CONCEALED CONDUIT:
1. Conduits buried in concrete in structure shall be put in position and securely fastened to the reinforcement and
the system got approved by the Architect/PMC before the concrete is poured. Proper care shall be taken to ensure
that the conduits are neither dislocated nor choked at the time of pouring concrete. Suitable fish or pull wire shall be
drawn in all conduits before they were embedded.
Signature of Tenderer with seal
261
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
2. MAKING OF CHASE:
The Chase in the wall is neatly made and be of ample dimensions to permit the conduit to be fixed in the manner
desired. In the case of building under renovation, chase shall be provided in the wall, ceiling, etc., at the time of
renovation and shall be filled up neatly after erection of conduit and brought to the original finish of the wall, ceiling
etc.
3. The conduit pipe shall be fixed by means of staples or saddles not more than 50cm apart. Fixing of standard
bends or below shall be avoided as far practicable and all curves maintained by bending the conduit pipe itself with
radius along enough to permit easy drawing in of conductors. All threaded joints of conduit shall be treated with
approved preservative compound to secure protection against rust.
4. INSPECTION BOXES:
Suitable inspection boxes shall be provided (Flush mounted).
5. TYPES OF ACCESSORIES TO BE USED:
All outlets such as switches, wall sockets, etc. may be either flush or of surface mounting type.
6. The outlets box shall be same as in Clause 9.2 ante and shall be mounted with the wall. The metal box shall be
efficiently earthed with conduit by the stud vide 9.2.
14.17.1. WIRING IN SURFACE CONDUITS:
Conduit pipes shall be fixed on the approved heavy gauge metal saddles, Properly secured to walls or ceilings
through suitable teakwood plugs (or other approved varieties) with round or cheese circle screws for rust proof
material, at intervals of not more than 50cm on straight runs, with saddles not more than 30cm on either side of
couplers or bends or similar fittings, from such fittings. The conduits shall be run neatly parallel or at right angles to
walls and painted in different colours to distinguish light, power and telephone lines. Inspection boxes shall be
provided as at.
14.18. PVC SHEATHED WIRING (Baton wiring)
1. PVC sheathed cables may be installed in exposed locations and for medium voltage installation.
2. FIXING IN WALLS AND CEILINGS:
All PVC cables on brick walls, stone or plastered walls and ceiling shall be run on well seasoned perfectly straight
and well varnished (on all sides) teakwood or any approved hardwood battens of not less than 12mm (1/2") finished
thickness, width to suit the totality of the cables laid on the batten, prior to the erection, these shall be fully painted
with one coat of varnish or approved paint of colour to match with the surroundings. The battens shall be properly
secured to the walls and ceilings by flat circle wood screws to rawl plugs or Phil plugs. The flat circle screw shall be
counter-sunk within the wooden battens and smoothed down with file.
Where wiring is to be carried out along the face of rolled steel joints, a batten of well-seasoned teak wood of
approved quality of adequate width duly varnished or painted shall first be laid on the same clipped to them as
inconspicuously as possible. The wiring shall be then fixed to the batten in the ordinary way. Where wiring then
passes be fixed to the batten in the ordinary way. Where wiring passes through structural steel work the holes shall
be smoothened and be also suitably bushed to prevent abrasion of the cable. The battens shall be fully varnished or
painted, as required.
Signature of Tenderer with seal
262
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
3. LINK CLIPS:
Only tinned brass link clips shall be so arranged that a single clip shall not be hold more than two-twin core PVC
sheathed cables up to 0.003 Sq. inch (3/0.036 or 1.5 sq mm) above which a single clip shall hold a single twin core
cable. The clips shall be fixed on fully varnished wood battens with brass nail/pins and spaced at intervals of 10cm
both in the case of horizontal and vertical runs. For wiring and runs of mains exposed to heat and rain, clip specially
made for out door use from durable metal resistant to weather and atmospheric corrosion shall be used.
4. PASSING THROUGH WALLS/CEILINGS:
The method to be adopted shall be that laid down under sections 16 (a) or (b) below and under definition of point
wiring, 9.1(iv), ante. In the latter case, there shall be one conduit for twin cable or two runs of single-core cable, and
the conduit shall be neatly arranged so that the cables enter them without bending.
5. BURIED CABLES:
PVC sheathed cables shall not be buried directly in plastering where so specified they may be taken in teak wood
channeling of ample capacity or in cement chases or inside conduit pipes buried in the wall.
6. STRIPPING OF OUTER COVERING:
While Stripping and cutting of outer covering of cables, care shall be taken to ensure that the sharp edge of the
cutting instrument does not touch PVC-sheathed insulation of conductors. The protective outer covering of the cables
shall be stripped off near connecting terminals as far as practicable. Car shall be taken to avoid hammering or link
clips with any metal instruments, after the cables are laid. Where the junction boxes are provided, they shall be made
moisture proof with approved plastic compound.
PVC-sheathed wiring shall be painted with a synthetic enamel pain of quick drying type.
14.19. ARMOURED AND UNARMOURED PVC CABLE ON SURFACE:
(a) This system of wiring is suitable for providing sub-mains for low/medium voltage installation. All such cables
used shall conformed to the relevant I.S.S.
(b) FIXING ON WALL/CEILING:
PVC insulated, steel tape or wire armored and PVC-sheathed cable on walls, ceiling etc., shall be run on proper
wooden/MS cleats with GI saddles placed at such distance apart as to neatly and adequately support the cable all
along the run. The wooden cleats shall be secured on the wall/ceiling by flat circle screws to rawl/Phil plugs.
(c) PASSING THROUGH WALL:
A teakwood box or extending through the whole thickness of the wall shall be burried in the wall and the cable shall
be burried in the wall and the cable shall be carried so as to allow wall and the cable shall be carried so as to allow
1/2" clear space on the three sides of the cable or the cable shall carried in an approved bush of well seasoned
teakwood duly painted, or other approved material. The cable shall in no case be burried directly in masonry or
plaster.
(d) LAYING:
The cables shall be uncoiled from the drum and laid in straight length so as to avoid sharps on the conductor. The
cables should be laid along wall/ceiling in the best workmanlike manner, so as to give a neat appearance.
Excessively sharp bends to the cable shall be avoided.
Signature of Tenderer with seal
263
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
(e) STRIPPING OF OUTER COVERING:
While cutting and stripping the outer covering of the cables, care shall be taken to see that the sharp edge of cutting
instrument does not damage the PVC insulation of the conductors. The insulation shall be stripped off near the
connection terminals as far as possible taking care again to see that the conductor is not damaged.
(f) END TERMINATION:
The connecting terminals of the armoured and unarmoured cable shall be terminated on the iron clad main switch/
distribution board etc., by using proper size brass/alloy supporting glands. In case of armoured cables, the armoured
cables shall be supported into the gland and connected to the earth as per conventional practice. Terminations at
both ends shall be made with cable lugs.
14.20. EARTHING
a) Except for equipment provided with double insulation all non-current carrying metal parts of electrical installations
are to be earthed properly. All metal conduits, cable sheaths, switchgear, distribution fuse boards, etc., shall be
bonded together and connected to an efficient earth electrode.
Medium Voltage energy consuming plant and equipment shall have two separate and distinct connections to the
earth.
In the case of MV/LT panels, 2 nos. of earth bus bars of copper or GI of suitable section shall be run the back side of
the panel and earth bus bars and the individual switches shall be interconnected by means of copper or GI wire of
suitable gauge as specified.
b) EARTHING CONDUCTOR:
Earthing conductor shall be of higher conductivity copper or GI or any other suitable approved material to give
equivalent conductivity and shall not less than half the largest current carrying conductor or 14SWG (7/00.029) but
subject to an upper limit of 65 sq.mm. For equipment exceeding 750 KVA the size shall be as per IS1886-1961.
c) INSTALLATION:
The buried earthing leads will be protected from mechanical injury by 1/2" (12mm) GI pipe recessed in wall and floor
where considered necessary and carried up to the earth electrode. It shall be fixed over its entire length clamps,
saddles, staples, etc. The earthing lead shall be securely bolted and soldered to the electrode with bolts and washer
of the base metal. The earthing lead shall be securely connected at the other end to the main board and all its
mountings and looped to all other iron clad switches and distribution boards.
d) ELECTRODE:
The construction of earth electrode shall be in accordance with relevant IS code. The electrode shall be surrounded
by alternate layers of charcoal or coke and salt. Watering arrangement with 1/2" GI pipe and funnel shall be provided,
the latter being housed in chamber of inner size 30cm X 30cm. The resistance of earth electrode shall not exceed 1
Ohms; that of each continuity path from any point with electrode shall not exceed 1ohm and that of earthing
connection 0.1 Ohm.
14.21. UNDERGROUND CABLES
a) HIGH MEDIUM/LOW TENSION:
Cables should be double tape/wire armored over lead covering and paper insulated as specified in the schedule of
work. All joints of cables should be in joint boxes and filling in of the compound shall be done as per IS specifications
using best quality of materials. In case of the PVC insulted armored cables joining will be done with approved quick
setting epoxy compound with suitable jointing kit. The jointing work should be carried out by a competent authorized
cable joiner.
Signature of Tenderer with seal
264
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
b) TRENCH:
All underground cables shall be laid in suitable trenches which shall not be less than 45cm wide and 75cm below
ground level in the case M V and LT and 1.2M below ground level in the case of H.T. Wherever necessary suitable
propping and shoring shall be done to avoid caving in of the adjoining walls. Where the cables cross other services
such as water/sewer lines or drains through walls into buildings, adequate protection should be made to prevent
accidental exposure and/or damage to the cables.
c) SPACING BETWEEN CABLES:
Where more than one cable is laid in the same trench the actual space between the cables should be normally be
25cm apart leaving a clear distance of 15cm from the cable and the trench walls.
d) LAYING OF CABLES:
Before the cables are laid, a 75mm layer of sand base is to be provided for cushioning. The cables after being
uncoiled and laid into a trench from the rollers should be drawn in straight length. After the cable is laid a 9" wide
duct is to be formed with two well burnt brick laid on the edge one on either side and bridged by a well burnt brick laid
flat on the top supporting bricks on edge with sand filled in around the cable. The trench is then filled with excavated
earth, laid in layers, water and consolidated the surplus being disposed off. Cable markers with 3mm thick plates of
suitable size, with 40mm X 40mm X 6mm supporting vertical MS angle iron welded to plate duly painted two coats
against corrosion, or with 2" thick RCC slab of suitable size, making done with details cables and depths at which
laid, duly painted on them, shall be provided at ground level after being suitably embedded in cement concrete
(1:3:6) blocks of 20cm X 20cm X 20cm and spaced at distances of about 30 m from concrete to center and at every
change in direction.
When more than one cable is to be laid, the width of the trench will be suitably increased and cables laid side by side
confirming to specifications as above. In such case there shall be a separate brick duct for every cable. In case the
cables cannot be laid side by said at one level they may be laid in tier formation in same trench. In this case after the
first 7.5cm of sand cushioning, the first tier of cable is laid and sand filled in the trench for full width to form a bed of
23cm above this tier. After this second cable is laid and the process repeated the top most tier being at least 45mm
below the ground level. The top cable shall be suitable covered with bricks as detailed for the single tier above.
When laying with cables, care should be taken to see that the paper insulated cables are bent straightened slowly,
sharp radius being avoided. The minimum safe bending radius for single core cable is 20m dia and for multi core
cables 10m dia and for armoured cable 12 dia.mts. Where the cables are required to cross the roads water/sewer
lines etc., they should normally be taken through sleeve pipes at least 10cm in diameter which may either of
stoneware, steel or spun reinforced concrete. For more than one cable the diameter should not be less than 15cm.
Steel pipe shall be used where it is not possible to obtain sufficient depth to withstand impact from traffic.
e) Rate for cables shall include costs for all operations described above unless otherwise separately provided for
elsewhere.
f) CABLE INSIDE BUILDING:
Cable laid inside the building should be properly protected and be carried either in ducts with suitable covers of slabs
or chequered plates or fixed to walls by clamps, brackets or cable trays.
g) TESTING OF CABLES:
High voltage tests should be undertaken to ensure that no damage has occurred during the laying of operation and
that the joints are in order. Cable of 1.1 KV suitable for low and medium voltage should be withstand for 15 minutes,
3,000 volts Direct Current applied between the conductor and sheath. In the absence of high pressure testing
Signature of Tenderer with seal
265
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
equipment it is sufficient to test for 1 minute with 1000 volts. If the test results are to be found not satisfactory the
Contractors shall arrange for having this set right at their cost, including removal of rejected materials, relaying etc.
14.22.0 RECEPTIONS AND DISTRIBUTION OF MAIN SUPPLY
14.22. 1. CONTROL AT POINT OF COMMENCEMENT OF SUPPLY:
14.22.1.1. There shall be a circuit breaker or a linked switch on each live conductor of the supply of mains at the
point of entry. The wiring through the installation shall be such that there is no breakage in the neutral wire in the
form of a switch or fuse unit. The neutral shall also be distinctly marked as provided in the Indian Electricity Rules
1956.
14.22.1.2. The main switches gear shall be easily accessible and shall be situated as near as practicable to the
termination of service line.
14.22.1.3. On the main switch gear, where the conductors include an earthed conductor of two wire system or an
earthed conductor of two wire system or an earthed neutral conductor of a multi-wire system or a conductor which is
to be connected there to an indication of a permanent nature shall be provided to identify the earthed neutral
conductor in accordance with the Indian Electricity Rules 1956.
14.22.2. Main Switches and Switch Boards: All main switches shall be either be iron/metal clad of enclosed pattern
or of any insulated enclosed pattern as specified in the Job Schedule and shall be fixed at close proximity to the
point entry of supply.
14.22.2.1. LOCATION:
a) Open type switch boards shall placed only in dry situations and in well ventilated rooms and they shall not be
placed in the vicinity of storage batteries and exposed to chemical fumes.
b) In a damp situation, or where inflammable or explosive dust vapour or gas is to likely to be present the switch
boards shall be totally enclosed or made flame proof as may be necessary in the particular circumstances.
c) A switch board shall be installed so that its bottom is 1.25M (4ft) above a floor, unless the front of the switch board
is located in a position to which only located only by authorized persons have access.
d) Switch boards shall not be erected above gas stoves or sinks or within 2.5M (8ft) of any washing unit in the
washing rooms of laundries, or in bathrooms, lavatories, or Pantry or toilets.
e) Switch boards if unavoidably fixed in places likely to be exposed to weather, water or abnormally moist
atmosphere, outer casing shall be provided with glands or bushings or adapters to receive screwed conduits
according to the manner in which cables are run.
14.22.2.2. MOUNTING:
Iron/metal clad switch gear shall preferably be mounted on any of the following boards:
a) HINGED TYPE METAL BOARDS:
For small switchboards for mounting iron/metal clad switch/gear metal board shall be used. Metal board shall consist
of a box made of metal sheet of less than of 16g thickness and shall be provided with a hinged cover to enable the
board to be swung open for the examination of the wiring at the back. The joints shall be welded. The boards shall be
securely fixed to the wall by means of rag bolts and shall be provided with locking arrangements and earthing stud. Al
wires passing through the metal board shall be properly bused. Alternatively, metals boards may be made of suitable
size or channel iron frame work suitably mounted on front with 3mm (1/8") thick MS plates and on back with
1.588mm (1/6") MS sheet. In the case of PVC sheathed system of wiring, the top and bottom members may be
Signature of Tenderer with seal
266
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
replaced by 2.54mm (1") teakwood batten. Except for the above change all other details shall be applicable for the
alternative also. Besides, the front sheet shall be provided with suitable hinges.
There shall be a clear distance of 3.175cm (1'-1/4") between the front sheet shall be provided with suitable hinges.
A teakwood board of thickness not less than 6mm (1/4") will be provided at the back, if so specified.
b) FIXED-TYPE METAL BOARDS:
These shall consist of angle or channel iron frame fixed on the wall or on the floor. There shall be clear distance of
1M in front of the switchboard. A working distance of 1M behind the switchboard is preferable. If there is any
attachment of bare connections at the back of the switchboard, Rule 51 (1) c of Indian Electricity Rules, 1956 shall
apply. The detailed dimensions and design of metal boards and angle iron frame work for switch gears, including the
position of the various mountings, which shall be symmetrically and neatly arranged for arriving at the overall
dimensions shall be prepared and submitted before hand and shall have been prior approval of the Architects.
14.22.2.3. Where so specified in the Job Schedule or elsewhere switch boards shall be recessed into the wall with
front fitted with hinged panel of 16G M.S. Sheet or 3mm thick decorative laminated Hylam Sheet in M.S. angle iron
frame with locking arrangement, the outer surface of the doors being flush with the walls. Ample room shall be
provided at the back for connection and at the front between the switchgear mountings and the door. Steel work shall
be painted one coat with synthetic enamel paint of approved make and colour over an anticorrosive primer.
14.22.2.4. ARRANGEMENT OF APPARATUS/MOUNTINGS:
a) Equipment which is on the front of a switch Baird shall be arranged that an inadvertent personal contact with live
parts is unlikely during tier manipulation of switches, changing of fuses or like operations.
b) No apparatus shall be project beyond any edge of the panel. No fuse body shall be mounted within 2.5cm (1") of
any edge of the panel and no holes other than the holes by means of which the panel is fixed shall be drilled closer
than 1.3cm (1/2") from any edge of the panel.
c) Various live parts, unless they are effectively screened by substantial barrier of non-hydroscopic non-inflammable
insulating materials shall so spaced that an arc cannot be develop and maintained between such parts and earth.
d) The arrangement of the apparatus shall be such that they shall be readily accessible and their connections to all
instruments and apparatus shall be easily traceable.
e) In every case in which switches and fuses are fitted on the same pole, the fuses shall be so arranged that they
cannot be live when their respective switches are in `off' position.
f) No fuses other than fuses in the instrument circuits shall be fixed on the back of or behind a switch board panel or
frame.
14.22.2.5. MARKING OF APPARATUS
a) When a board is connected to voltage higher than 250v all the terminals or leads of the apparatus mounted on
it shall be marked in the following colours to indicate the different poles or phases to which the apparatus or its
different terminals may have been connected.
Three Phases
-
Red, Blue and Yellow
1 Neutral
-
Black
b) Where four wire three phase wiring is done, the neutral shall preferably be in one colour and each of the other
three wires in another colour.
Signature of Tenderer with seal
267
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
c) Where a board has more than one switch, each switch shall be marked to indicate which section of the installation
it controls. The main switch shall be marked as such and when there is more than one main switch in the building,
each switch shall be marked to indicate which section of the installation it controls.
d) All marking required under this clause shall be clear and permanent
14.22.3. MAIN AND BRANCH DISTRIBUTION BOARDS:
14.22.3.1. Unless otherwise specified main and distribution fuse boards shall be iron clad/metal card type or any type
so described in these specifications, subject to approval of the Architects.
14.22.3.2. Main distribution boards shall be provided with a switch or any circuit breaker on each pole of each circuit
a fuse or a phase or a live conductor and a link on neutral or earth conductor of each circuit. The switches shall
always be linked.
14.22.3.3. Branch distribution boards shall be provided with a fuse or a circuit breaker on the live conductor of each
circuit an earthed neutral conductor shall be connected to a common link and capable of being disconnected
individually for testing purposes. A spare circuit of the same capacity shall be provided on each branch distribution
board. Lights and fans may be wired on a common circuit. As regards power sub-circuits the outlets shall be provided
according to the load design of these circuits, but in no case there shall be more than two outlets on each circuit.
Where there are special requirements like air-conditioning such outlets should be wired on separate circuits with a
control such IC switch/miniature circuit breaker.
14.22.4. CIRCUIT LIMITATIONS:
Sub-circuits shall not have more than a total of ten points of lights, fan and socket outlets or a load of 800 watts,
whichever is less. If a separate fan circuit is adopted the number of fans in a circuit shall not be more than ten.
14.22.5. INSTALLATION OF DISTRIBUTION BOARDS:
a) The distribution boards shall be located as near as possible to the center of the load they are intended to control.
b) These switches (as per clause 14.2) shall be fixed on a suitable stanchion or wall and shall be accessible for
replacement of fuses.
c) These shall be of either iron/metal clad type or all insulated type. But if exposed to weather or damp situations they
shall be of the waterproof type and if installed where they are exposed to explosives, dust, vapour or gas, they shall
be of the flame proof type.
d) Where two or more distribution fuse, boards feeding low pressure circuits are fed from supply at medium voltage
these distribution boards shall be:
1) Fixed not less than 2M (6ft) apart or
2) Arranged so that two cannot be opened at the same time viz. they are interlocked and the metal case is marked
"Danger-440 Volts" or
3) Installed in a room or enclosure accessible to only authorized persons.
e) All distribution boards shall be marked "Lighting" or "power" as the case maybe and also marked with pressure
and number of phases of supply. Each shall be provided with circuit list giving details of circuit which it controls and
the current rating of the circuit and size of the fuse element.
Signature of Tenderer with seal
268
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
14.22.6. WIRING OF DISTRIBUTION BOARDS:
a) In wiring a branch distribution board, the total load or the consuming devices shall be divided as far as possible
evenly between the number of ways the board leaving the spare circuit for future extension.
b) All connections between pieces of apparatus or between apparatus and terminals on board shall be neatly
arranged in a definite sequence following the arrangement on the apparatus mounted thereon, avoiding
unnecessary crossing.
c) Cables shall be connected to terminals only by soldered lugs/crimped lugs unless the terminals are of such form
that they can be securely clamped without cutting cable strands.
d) All bare conductors shall be rigidly fixed in a such manner that a clearance of at least 2.5cm (1") is maintained
between the conductors and any terminal other than the insulating material.
e) In a hinged board, the incoming and outgoing cables shall be neatly bunched and shall be fixed in such a way that
the door shall be capable of swinging through an angle of not less than 90 degrees.
f) If required in the Job Schedule, pilot lamp shall be fixed and connected through an independent single pole switch
and fuse to the bus bars of the board.
g) All main and branch distribution boards shall be provided with earth bus bars as described in 12 (1) ante.
14.23. PASSING THOUGH WALLS/CEILINGS:
When the conductors pass though walls/ceilings, any one of the following methods shall be employed. Care shall be
taken to see that wires pass freely through protective pipe or box and that wire pass though in a straight line without
any twist or cross in wires, on either end of such holes.
a) A teakwood box extending through the whole thickness of the wall shall be buried in the wall and casings or
conductors shall be carried so as to allow 1.3cm(1/2") air space on three sides of the casing or conductor.
b) The conductor shall be carried in an approved heavy gauge solid drawn or lap welded conduit or in 2m thick PVC
pipe of such size that it permits easy drawing in. The ends of conduits shall be neatly bushed with PVC, wood, or
other approved materials. Where a wall tube passes outside a building exposed to weather the outer end shall be
bell mouthed and turned downwards and properly bushed on open end.
c) Where conductors pass from floor to another through ceiling, they shall be protected in the manner specified in (b)
above, from 2.5cm below the ceiling level and up to a height of 1.5M above floor level (with out any extra charges).
14.24. FIXING TO WALLS AND CEILINGS:
a) Plugging of walls or ceiling shall be done efficiently and neatly, using approved types of asbestos or fiber fixing
plugs with the right sizes and types of tool in workman like manner. Where this cannot be done, wooden plugs as
described below can be used with special permission of the Architects.
b) Plug for ordinary walls or ceilings shall be well seasoned teak or other approved hardwood not less than 5cm (2")
long by 2.5cm (1") square on the inner end and 2cm (3/4") square on outer end. They shall be cemented into walls
within 6mm (1/4") of the surface with plaster or lime punning. Where wiring to irregular coursing or other reasons the
plugging of walls or ceiling with wood plugs present difficulties, the wood encasing, wooden batten, metal conductor
or cleat ( as case may be) shall be attached tot he wall or ceiling in a suitable manner to be approved by the
Architects.
Signature of Tenderer with seal
269
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
In the case of new buildings, teakwood plugs shall be fixed in the walls, before first coat of white washing is given.
14.25. BRANCH SWITCHES:
Where the supply is derived from a three wire or four wire source and the distribution is done on the two wire system
all branch switches shall be placed in the outer or live conductor of the circuit and no single pole switch or fuse shall
be inserted in the middle wire, earthed or earthed neutral conductor of the circuit. Single pole switches carrying not
more than15 amperes may be of the tumbler type or as specified.
14.26. FITTINGS AND ACCESSORIES:
All materials used in the construction of fittings shall be of such quality, design and construction that will provided
adequate protection in normal use, against mechanical and electrical failure and exposure, to the risk of injury or
electric shock and shall withstand the effects of exposure to atmosphere.
14.27. ATTACHMENT OF FITTINGS AND ACCESSORIES
14.27.1. In other than conduit wiring, all ceiling roses, sockets, outlets, switches, regulators, brackets, pendants, and
accessories attached to the wall or ceiling shall be mounted on substantial blocks of well seasoned teakwood, or
hard wood of approved quality twice varnished both inside and out side including backside after all fixing holes are
made in them. Blocks shall be used for attaching fittings and accessories to their blocks.
14.27.2. Groups of accessories and regulators shall be mounted on well seasoned and properly secured teakwood
boards of suitable sizes to accommodate that required number of fittings. The board shall be well varnished with pure
shellac on all sides, both inside and outside and the cover shall be 3mm thick decorative laminated Hylam of
approved make as may be specified. The board shall be divided into sections, one for the switches which shall be
flush mounted and other for the regulators, fixed with suitable washers and round circle iron screws. In the case of
surface type wiring, switches may be surface mounted or flush mounted as specified on double teakwood boxes with
hinge cover, or covered with 3mm thick laminates hylam sheet, as specified.
14.27.3. PROTECTION OF CONDUIT AGAINST RUST:
The outer surfaces of the conduit surfaces of the conduit pipes including all bends, unions, tees, junction boxes, etc.,
forming part of the conduit system shall be adequately protected against rust, particularly when such system is
exposed to weather. In all cases no bare threaded portion of conduit pipe shall be allowed unless such bare threaded
is treated with anticorrosive preservative or covered with approved plastic compound.
14.27.4. PROTECTION AGAINST DAMPNESS:
In order to minimize the condensation or sweating inside the tube, all outlets of the conduit system shall be properly
drained and ventilated, but in such manner as to prevent the entry of insects as far as possible.
14.27.5. BENDS IN CONDUITS:
All necessary bends in the system including diversion shall be done by bending pipes or by inserting suitable solid or
inspection type normal bends or similar fittings, or fixing M.S. inspection boxes which ever more suitable. Inspection
conduit fittings shall be avoided as far as possible on conduit system exposed to weather. Wherever necessary, solid
type fittings shall be used. Radius of such bends in conduit pipes shall not be less than 7.5 cm. No length of conduit
shall have more than two equivalent 90 degrees bends from outlets to outlets the bends at the outlets not being
counted.
Signature of Tenderer with seal
270
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
A.14.0
HINDUSTAN PREFAB LIMITED
TECHNICAL SPECIFICATIONS FOR LIFT – (ANNEXURE – 11)
A.14.0 GENERAL
A.14.1.1
i)
LIFT INSTALLATION AND ERECTION
Scope :
Scope of lift work unless otherwise specified shall deem to exclude from the scope of work and same will be
done by separate lift contractor for installation, the supply, delivery, unloading, testing, demonstrating and
commissioning of the lift (s) described in the specification along with obtaining the statutory license/permit and
safety certificate from the appropriate governing authorities.
ii) Drawings:
The Lift Contractor shall furnish drawings necessary to show the general arrangement of the lift equipment to lift
contractor. These drawings must be approved by the Engineer / Architect before the commencement of work,
and when returned will include a guarantee of hoist way sizes and confirmation of electrical power supply.
iii) Electrical equipment:
All electrical equipments shall be supplied by the contractor and the complete electrical installation for lift well
and machine room if any must be strictly in accordance with the Local Lift Licensing body’s Specification for
Electrical Installations for Lift.
iv) Other Work not included in the Lift Vendor but to be carried out by the main contractor:
a) Works generally not included in the Lift vendor’s scope as mentioned below shall be undertaken or provided
by the main contractor whether specified or not
b) The hoist way properly framed and enclosed including a pit of proper depth with drains and water-proofing if
required.
c) Guarding and protecting the hoist way during the time the equipment is being installed. The hoist way and
pit walls will be treated and painted to minimize accumulation and circulation of dust.
d) A properly lighted and ventilated fire resistive machine room of sufficient size to accommodate the lift
equipment, including floors, access door, ladders and guards as required, with walls, floor and ceiling
treated and painted to minimize accumulation and circulation of dust.
e) Furnishing in place as located on the drawings, all supports for the guide rail brackets, support beams for lift
machine and sheaves unless otherwise indicated in this specification.
f)
A continuous sill bearing area for each landing entrance of such construction as to assure anchorage and
support for each sill and grouting as necessary beneath the positioned sills.
g) All necessary cutting away and making good of beams, walls and masonry work, including repairs to plaster,
and any cutting and making good that may be required by the Lift Contractor.
h) The provision, erection and removal of scaffolding in the lift well as required by the Lift Contractor.
i)
Electric power cables terminating in a triple pole, iron clad switch fuse with H.R.C. fuses adjacent to each
controller.
j)
Required points and switches for the car light and machine room points and switches for the lift signal
equipment.
k) Provision of adequate storage facilities at the job site with sufficient space to store all lift equipment for the
complete period of installation.
Signature of Tenderer with seal
271
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
l)
HINDUSTAN PREFAB LIMITED
Concrete foundation for machine furnished in accordance with the Lift Contractor’s requirements.
Foundation bolts and templates to be provided by the Lift Contractors. Mass brick steps if required by the lift
vendor for climbing to the machine platform shall be in the main contractor’s scope. Similarly any chequered
plate flooring with adequate supports if required by the lift vendor shall be in the main contractor’s scope.
m) Any trap door opening along with providing and fixing trap door with locking arrangement shall be in the
main contractor’s scope and shall be carried out at no extra cost by the main contractor.
n) Supporting hook or I-beam that may be required to hoist the lift machinery shall be provided by the main
contractor.
o) All landing entrances and finishes with Contractor’s interlocks, frames, doors and hardware, furnished in
place with proper provision to accommodate the Lift Contractor’s interlocks. (This equipment may be
provided by the Lift Contractor as, in some cases, this is part of the Contractor’s standard product).
p) Supports for anchoring, compensating sheaves and frame in lift pit as required.
q) Provision of a fire-resisting screen between the machine room and lift well if required by the statutory
authorities.
r)
A Danger Notice to be fitted to the outside of the lift motor room door, and door to be fitted with a suitable
lock.
s) All scaffolding in lift shafts will be supplied by the Building Contractor.
Basement Car Park
The basement car park is a double storage parking system classified as stack parking and shall be of three
modules and each module shall have 6 cars. The car park shall be procured, manufactured erected and
commissioned through approved supplier, M/s Dantal Hydraulics Pvt Ltd, or equivalent and shall have a one
year free maintenance and the contractor shall co-ordinate and obtain shop drawings and execute all allied
civil works, electrical works, provide suitable floor marking etc and have the work duly commissioned to the
satisfaction if PMC/ Bank. This job is included in the scope of contractor
TEC HNI CAL SPECIFI CATIONS FOR 200KVA DI ESE L GENERA TING SET
(Kirloskar Green, Cummi ns or Caterpillar)
Supplying, fixing, alignment, testing & commissioning at site as per specifications complete in all respect
commissioning of 200 KVA ( continuous ratiing ) 415 Volts, 3 phase, 50 Hz. AC alternator coupled to
Diesel Engine complete with all accessories,standard specifications tool kit , service manual, self starting
device, fly wheel, coupling with guard, V belts, water cooled system, instrument panel, common bed
plate, antivibration isolation pads, grouting bolts, first charge of engine oil, gear oil, high speed diesel oil ,
24 volts chargeable battery set complete with batteries , battery charger & scrubber etc and prepare the
same as drawing for total installation for statutory approved as an Engineer -In - Charge Complete intall
respect as required.
Auto synchronizing Panel with load to sharing and stand by manual synchronizing facility for 1 Nos. 200
KVA DG. Set as per scheme enclosed.
15.0
DI ESEL ENGINE:
St andard D iese l Engine, 4 cy linders, water coo led, turbo char ged af ter coole d, deve loping
56BHP @ 1500RPM, under NTP condit ions of BS: 5514, with an overloa d capacit y of 10%
for one hour in any 1 2 continuous hour s operation, and suitable f or Gener ating Set
application as follo ws:
Signature of Tenderer with seal
272
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
DG Rating
200 KVA
BHP
56 at 1500 rpm
The Eng ine shall be complete with t he follow ing accessories:
Oil type air cleaner
Exhaust Silencer suit able for canopy
Expans ion bellow
Lube oil cooler
Full flow Lube oil f ilter
Fue l Filters (Pre and Micro)
Rad iator with pusher t ype Blower Fan or Heat Exchanger and mounting
Pipe Coup lings for Engine Cooling Syst em Pip in g
Corrosion Inhibitor Coolant
In-line mono block fuel inject ion pump
Mechanic al governor and fuel feed pump
Fly whee l with starter ring and bell housing su itable for close coupling
Exhaust gas dr iven turbocharger
12 Volt electric st arter mot or
Batt ery char ging alternat or
Eng ine instrumentat ion pane l cons isting of En gine Mon itoring System housed in t he
Power Control Pane l
Pr otection syst em for
o Low lub e oil pressure
o High water t emperature
Fue l Off soleno id
Initial fill of lube oil
Lube oil drain arrangement
Br eather Pipe
AVM’s
15.1
ALTERNATOR:
St andard Design A lternator, suit ably rated at 0.8 PF, 415 Volts, 3 Phase, 4 Wires, 0. 80
PF, 50 Hz, 1500 RPM, self exited and self regulated, w ith brushless exitation, Ban d of
Vo lt age Regu lation ± 1.0% of rated volt age, from no load to full load. Insulat ion Class “H”
in SPOP enc losure. The Alternator generally conforms to BS: 4722/IS: 2613, suit able for
close coupling.
DG Rating
200 KVA
15.2
Alternator Capaci ty
200 KVA
BA SE FR AME:
St urdy sheet metal base fabricated, welded cons truct ion suit ab le for mounting the canopy
structur e directly on the channel iron Base Frame with the cross me mber s design ed to
house the above Eng ine and A lternator. Base frame shall have provision for mount ing t he
fuel tank and battery. End channel sha ll be removable t ype to remove t he fuel tank etc.
Base frame shall have provision for lube oil drain hose and breather hose.
Signature of Tenderer with seal
273
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
15.3
CONTROL PA NEL:
Cub ical type, floor mou nt ing Control Pane l, w ith hinged doors, undrilled bott om gland
plate and accommodating the following:
• MCC B (L & T/ Equiva le nt make, 100 A, with under voltage release, overload relay w ith
short circuit protection)
• Vo lt met er
• Vo lt met er Selector Switch
• Ammet er
• Ammet er Select or switch
• Indicat ing Lamps for
“Set run“
“Load on“
• Set of control f uses
• Set of current transformers
• KW Hr Meter
• Frequency Meter
• Bus Bars
• HR C fuses
• Batt ery Charging Ammeter
• Lube Oil Pr essur e gauge
• Power Fact or Met er
15.4
FUEL TANK:
150 Litres capacity Fue l Tank with mounting brackets, complete with le vel indicator, fuel
in let and out let, air ven t, fuel filling hose and breat her. Manhole arr angement wit h fue l
drain plug. Fuel filling c ap with lock and key arrangement
15.5
BATTERY:
1x12V, 17 plate, 120A, 12 volt s, dr y and uncharged battery with one set of connecting
leads of 50sqmm size copper cable and terminals .
15.6
EXHAUST PIPING
DG Set offered in complete with exhaust piping, i.e. Silencer shall be mounted and connected by means of MS
pipe through flexible pipe to the engine manifold. Entire exhaust piping inside the Canopy (Cold zone) is
insulated by means of ceramic wool and aluminum cladded. The exhaust pipe shall be terminated only at the
compound wall and the same shall be painted with heat resistant paint. Any additional length shall be in the
contractor’s scope.
15.7
MANUALS & DOCUMENTATION
a) Operation & Maintenance manual for Engine
b) Maintenance Manual for Alternator
c) Engine test certificate
d) Alternator test certificate
e) Circuit diagram for Control Panel
f) DG set test certificate
g) CPCB Compliance label fixed on Canopy.
Signature of Tenderer with seal
274
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
15.8
HINDUSTAN PREFAB LIMITED
ACOUSTIC EN CLOSU RE: CPCB certified Acous tic Enclosure.
Acoustic enclosure shall be powder coated and fabricated out of 16 SWG CRCA MS Sheet. The silent canopy
shall be of nut & bolt type construction. Critical process of punching shall be done on CNC machines to maintain
dimensional accuracy of holes within 0.1 mm. Powder coating shall be done after seven–tank surface
preparation process of sheet metal. Canopy panel and doors shall have inside lining of Rock Wool / Foam as
acoustic material. Four hinged doors shall be provided to canopy, one door shall have glass window for viewing
control panel.
CONSTRUCTI ON DET AILS / SPECIFI CATIONS:
Outer Body
-1.6mm THICK (16SWG) CRCA
Doors
-1.6mm THICK (16SWG) CRCA
Sound I nsulation
-25mmP.U.F or 100mm Rock Wool
The acoustic enclosure should be composite in const ruction
The acoustic enc losure parts shall be powde r coated after 7 tank pre treatment
process
The common base frame shall be epoxy coated in black shade
Fue l lines between tank and engine shall be done by hoses
15.9
COLOUR SCHEME:
The base plate and top cover is powder coated with approved colour. The body of the canopy is powder coated
with pleasing ivory or other approved colour.
15.10
PERFORMANCE PARAMETERS:
The Logarithmic average sound level, when measured in green field condition (ISO 3744 or 8528 PT 10) at 1 –
meter distance from all four sides shall be less than 75 – dba as per CPCB norms. The average stabilized hot air
temperature rise inside the canopy shall be maintained within 10 deg C over and above ambient temperature.
15.11
FEATURES OF READY TO USE SILENT DG SET SHALL BE OF WITH FOLLOWING FEATURES:
a.
Easy site assembly of canopy, if required
Dimensional accuracy of parts with 0.1 mm
b.
c.
No grouting is necessary, only plain surface is good enough for installation
d.
Designed for installations in open - air conditions
e.
Convenient lifting arrangement for complete canopy with engine and alternator
Lockable – hinged doors provided on either side of canopy to have easy access to the engine
f.
and alternator
g.
Externally accessible fuel filling and Lube Oil draining arrangement
h.
Externally accessible emergency stop button
15.12
CANOPY’ S FEATURES
a)
Emergency stop button with wiring
b)
12 Volt Emergency light with wiring
c)
4 Nos. Slam Type Lock with key
d)
4 Nos. lifting hooks
e)
Aluminum sheet cladding for Exhaust pipe from exhaust manifold to silencer inlet
f)
Exhaust pipe from Silencer outlet to top roof with bend
g)
Viewing glass for control panel in the door
h)
Rock wool stuffing in hot air zone
Signature of Tenderer with seal
275
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
i)
j)
k)
l)
m)
n)
o)
HINDUSTAN PREFAB LIMITED
25 MM thickness FTD 32 model foam fixing
Water filling cap with fiber hinges in Top Roof
3mm thickness Polyurethane cross link tape provided in between Top cover and Hood
3mm thickness Polyurethane cross link tape provided in between Canopy and Base Plate
Rain cover plate for exhaust pipe opening in the roof
All external fasteners used shall be of Stainless Steel and internal with MS with Green Passivated.
Exhaust piping system provided with tail pipe after silencer
All Canopy components shall be powder coated inside and outside for minimum 70 microns thickness and base
plates shall be epoxy painted.
15.13
200 kVA AMF PANEL SPECIFICATION FOR 200 KVA D.G. SET
1
96 sq.mm Multifunction meter (A,V,F)
1 No
2
Line Voltage Monitor
1 No
3
Indicating Lamps
6 Nos
4
5
Fuse base with HRC ( for EB )
MCCB ( for DG)
63A - 3 Nos
63A – 1 No MCCB
6
4P Contactor (AC1) (2 Nos.)
63A
7
Selector Switches
1 Set
8
9
96 sq.mm KWH meter
96 sq.mm Multifunction meter (KW,PF,WH)
NIL
1 Set
10
Metering CTs (3 Nos.)
60/ 5A
11
Battery Charger with DC Ammeter/Voltmeter
1 No
12
Earth Fault Relay (Electronic)
NIL
13
Microprocessor Based AMF Relay with inbuilt LLOP&HWT protection
1 No
14
PB + CF
1 Set
15
Hooter
1 No
16
17
Type of mounting
Panel Size H x W x D
Floor
1275x600x300mm
Signature of Tenderer with seal
276
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
1. Structural Glazing
Design, Supply, fabricating and erection of Frame Work for semi-unitized (four side) structural glazing system to
withstand the design wind pressure of 150 kg/sq m conforming to IS-875 Part III (the system must pass the proof
test at 1.5 times design wind pressure i.e. 225 kg/sq m). System incorporating mullion and transom section,
aluminium extrusions, trims, etc shall be duly anodized to minimum 20 micron with all necessary fittings, fixtures,
SS screws, SS anchor bolts, fastener (304), SS nut bolt, MS ‘L’ type bracket with hot-dip galvanized 80 micron
thick spacer tape, 15mm dia backer rod with weather silicon gasket and hardware along with approved silicon
sealant, shall be used to ensure stability and water tightness of the structure including necessary fine stoppage,
EPDM gasket, clamping system, 6mm x 12mm spacer tape with approved silicon sealant. The system shall be
designed to accommodate double glass unit/ provision for the openable shutter wherever required/ provision for
single unit glass/ provision for insulated panel & ACP cladding including sub-framework/ sach section for glass
unit etc, complete and as directed.
Providing and fixing double scaffolding system (cup lock tie) on the exterior side upto seven story height made
with 40mm dia MS tube 1.5 m c/c horizontal and vertical tubes joining with cup and lock system with MS tubes,
MS tube challies MS clamps and MS staircase system in the scaffolding for working platform etc. and
maintaining it in a serviceable condition for the required duration as approved and removing it thereafter . The
scaffolding system shall be stiffened with bracings , runners, connection with the building etc. wherever trequired
for inspection of work at required locations with essential safety features for the workmen etc. complete as per
direction and approval of PMC/ Architect/ employer.
Note: Minimum size of sections – Mullion 100x60x2.5mm; Transom 100x60x2mm. All other sections shall be of
minimum 2mm thick. All aluminium extrusions shall be of 6063 TS 5/6 alloy conforming to ASTN B221.
The entire work shall be done through approved agency only, who have executed similar
works and are having a turnover of over Rs 2 crores since past 5 years and have requisite
tools and manpower to undertake such work. The colour of the glass shall be selected by
the architect in combination with the sand stone and contractor has to prepare a mock-up on
site with alternative shades of glass for approval within 100 days of award of work.
External Stone Cladding and Stone Dado.
The external stone cladding on the building façade shall be fixed with 40mm thick approved
stone of approximate 600 x 450 mm having 12mm groove. The edge of the stone shall have
rebate as per design, duly machine cut. The work shall be done as per CPWD code No.
7.23 and cramps shall be as per code 7.25 and provided with each stone piece and as per
code no. 7.27 with copper pins provided @ 600 mm centers (max)
1.1 Fixed Glass Panel (Single)
EVO series, 6 mm annealed glass UV value = 3.8 watt/ m2/ k St-Gobain equivalent light transmission 11%,
outdoor reflection 11%, indoor reflection 25%, solar value = 0.23, of approved blue/ green colour, solar count =
0.27
The architect and employer reserves the right to any other equivalent make of glass.
Basic cost:
Rs. 1,050/- per sq m
Signature of Tenderer with seal
277
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
1.2 Openable Shutters – Double glass unit
(6mm+12mm+5mm) Vision area
Extra over item # 1, for providing and fixing double glass hermetically sealed, 6mm soft coat low e (heat
strengthened) of dark blue colour + 12mm air gap + 5mm clear heat strengthened glass unit with primary seal,
secondary seal/ perforated aluminium spacer frame/ spacer profile/ spacer tape/ silicon sealant etc, duly
approved by Architect/Employer, including top hung openout, gasket drain to ensure total water tightness, frame
with crimped corners for rigidity, heavy duty stainless steel friction hinges, stays, handles, four point locking
arrangement/ mechanism, approved silicon sealant, structurally glazed on framework etc, as per specification,
approved drawings and as directed complete.
1.3 Spandrel Area (Behind Single glass)
Extra over item # 1, for providing and fixing shadow box of GI sheet tray 22 gauge along with insulation of 50mm
thick 48Kg/m3 density, glass wool slab with block covered with black tissue paper, fixed on the main framework
with approved structural sealant, etc as per specification, approved drawings and as directed all complete.
1.4 Aluminium Composite Panel Cladding
Extra over item # 1, for providing and fixing 4mm thick aluminium composite panel of approved
make/shade/colour, comprising 2 layers of aluminium sheet (0.5mm thick each) sandwiched with polyethylene
core 100% virgin adhesive treatment, PVDF coating minimum 25 micron on top, service coating polyester coat
minimum 8 micron on bottom, hardware, approved silicon sealant etc, including necessary aluminium stiffeners,
angles, brackets etc, complete, structurally fixed on main framework as per specification, approved drawings and
as directed all complete.
1.5 Aluminium Composite Panel Cladding – 150mm wide
Extra over item # 1, for providing and fixing 4mm thick aluminium composite panel of approved
make/shade/colour, comprising 2 layers of aluminium sheet (0.5mm thick each) sandwiched with polyethylene
core 100% virgin adhesive treatment, PVDF coating minimum 25 micron on top, service coating polyester coat
minimum 8 micron on bottom, hardware, approved silicon sealant etc, including necessary aluminium stiffeners,
angles, brackets etc, complete, structurally fixed on main framework.
2. Canopy ( will be undertaken separately )
2 (a)
Designing, providing, erecting, fabricating, hoisting, placing and fixing in position Structural Steel composed of
channels, beams, plates, angles, foundation bolts, anchor bolts etc, and structural framework as per detailed
approved drawing including welding, riveting, bolting as necessary, including epoxy paint as per manufacturers
specifications etc, complete for canopy work.
2 (b)
Designing, providing, erecting, hoisting and placing in position laminated glass canopy on stainless steel spider
system (cantilever 7m) suspended design as per IS code, considering wind pressure 150Kg/Sq m (design wind
pressure 150x1.5=225Kg/Sq m) including approved weather sealant, SS spider system grade 316 with
articulated bolt assembly in SS of 316 grade fasteners and anchor bolts of 304 grade of approved make.
Teflon/nylon bushes and separators to prevent bi-metallic contacts, SS 1mm flashing at wall side and sealing
with approved sealant, drainage gutter at canopy junction and including design, glass panel of 17.52mm thick
clear laminated in combination of 10mm thick 1.52mm PVB plus 6mm clear float glass (tampered) with
necessary drill counter with polished edge finish.
Note: Mode of measurement – Top Plan Area (Length x Width)
2 (c)
Providing and fixing stainless steel high tensile cable SS 304 and tie rods of MC alloy (50mm dia) including fixing
arrangement required for the same at both ends etc, complete.
Signature of Tenderer with seal
278
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
2 (d)
HINDUSTAN PREFAB LIMITED
Providing and fixing stainless steel wire rope for canopy SS 304 as per approved drawing.
3. Doors
3 (a)
Designing, providing and fixing glass work at entrance having 7 glass panels, 4 openable, central and fixed side
panels. Assembly shall be made of 12mm clear heat strengthened glass of approved colour, frameless door
shutter with approved floor springs and patch fittings, to support/ hold glass to withstand wind pressure of
150Kg/Sq m, stainless steel handles 430mmx30mm (SSS min), patch locks, joints should be filled with
transparent approved silicon sealant to ensure stability and water tightness of door including fine stoppage
including approved heavy duty bottom rail/ door section of anodized aluminium sections etc, as per
specifications, approved drawings and as directed complete.
3 (b)
Fixed Glazing (Spider Fittings)
Designing, providing and fixing aluminium fixed glazing for show window consisting of 12mm thick heat
strengthened glass of approved colour including 316 grade Stainless Steel spider glazing system to support /
hold glass to withstand wind pressure 150Kg/ Sq m, four-way and two-way bottom and top fitting, 15mm glass
fins with necessary fittings, fixtures and accessories, structural transparent sealant to make the system fully
waterproof etc, as per specifications, approved drawings and as directed complete.
4.
Miscellaneous
4 (a)
Providing and fixing smoke and fire seal fabricated with 1mm thick GI sheet fabricated to required shape (Tray &
Cover) and filled with loose rock wool (100mm thick) density 60Kg/ cum insulation with necessary PVC sleeves,
Stainless Steel screws etc, complete minimum 20 micron anodizing of approved colour, sealant etc, as per
specifications, approved drawings and as directed complete.
4 (b)
Providing and fixing GI sheet flashing 1mm thick to close gap between sofit level and wall, with SS screws,
sleeves in required shape and profile etc, complete minimum 20 micron anodizing of approved colour sealant.
4 (c)
Providing and applying approved make/ quality paint consists of one coat penetration primer, one coat of epoxy
(two coat system) and one coat of polyurethane (two pack system) as per manufacturers specifications and
guidelines, preparing surface, cleaning concrete surface as directed on concrete surfaces.
4 (d)
Providing and applying two coats of approved make/ quality cement paint over one coat of primer as per
manufacturers specifications and guidelines, including preparing and cleaning surface as directed on plastered
surfaces.
NOTES
A) The rates shall be inclusive of all materials, labour, transportation, hardware, tools-tackels, all taxes and
duties applicable as per statutory rules and regulations etc.
B) The rates shall be inclusive of Testing of all materials such as aluminium section, glass panels, silicon
sealant etc, and site tests.
C) The rates shall be inclusive of working at all levels.
D) The rates shall be inclusive of straight and curved surfaces, glass shall be plain and straight. Only
exposed external surfaces shall be measured and paid (linear measurement).
E) The rates shall be inclusive of well designed MS tubular framing, scaffolding, working platform etc, at all
levels.
F) The rates shall be inclusive of preparing shop approved drawings, design and engineering approved
drawings, approval of shop approved drawings from Architects. No additional cost will be paid, if
architect makes changes in structural sections etc.
Signature of Tenderer with seal
279
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
LIST OF APPROVED MAKE
Signature of Tenderer with seal
280
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
LIST OF APPROVED MAKES
CIVIL WORKS
S NO
DESCRIPTION OF ITEMS
APPROVED MAKES
1.
FLOAT GLASS
MODI GUARD, ST GOBAIN, ASAHI,
GUARDIAN
2.
ALUMINIUM EXTRUSIONS
HINDALCO, INDAL, JINDAL, BHARUKA
3
4
5
6
7
8
STAINLESS STEEL
EPDM
EXPANSION
ANCHORS,FASTNERS
NUTS & BOLTS
SALEM STEEL, INDALCO, JINDAL
AMEE OR APPROVED EQUIPMENT
HILTI, FISHERS SS 316 (WITH STAINLESS
STEEL BOLTS NUTS AND WASHERS
HILTI, FISHER, KUNDAN SS 316 GKW,
AVON
ARMOUR
DOW CORNING, GR
JOHNSON, KAJARIA, ORIENT, SOMANY,
NITCO
BOSS,
KAJARIA,
NITCO,
ORIENT,
SOMANY
UNTILE, HERITAGE, SPECTRUM
SHALIMAR, ICI, ASIAN
ICI
(WEATHERCOAT)
EXCE
(NEROLAC)APEX
(ASIAN PAINTS)
9
WEATHER SEALANT
CERAMIC TILES,GLAZED TILES,
COATED TILES
VITRIFIED TILES
10
11
12
TEXTURED PAINT
DISTEMPER
EXTERIOR ACRYLIC EMULSION
13
FLUSH DOOR / BLOCK BOARD/ KIT PLY, KUTTIY, TOWER, TOWE,
PLYWOOD
CENTURY,
GREEN, ANCHOR, ALPRO
PRELAMINATED,PARTICLE
NOVAPAN ANCHOR, KIT PLY
BOARD
FIRE RETARDANT PLY WOOD
AEROPLY
LAMINATES
GREENLAM,
CENTURY,
FORMICA,
SUNDECK,
MERINO
PAINTS
ASIAN PAINTS, NEROLAC, ICI
IRONMONGERY
AS
PER
PRIOR
APPROVAL
OR
ENGINEER-INCHARGE
14
17
18
19
20
Signature of Tenderer with seal
281
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
21
HINDUSTAN PREFAB LIMITED
27
ISI MARKED AND AS APPROVED OF
ENGINEER-IN-CHARGE
CEMENT
(ORDINARY ACC, GRASIM, AMBUJA, ULTRATECH,
PORTLAND/
PORTLAND LEFARGE, STAR, TOPCEM, CROWN,
POZZOLANA)
HOLYCEM
WATERPROOFING COMPOUND CHOKSEY CHEMICAL, IMPERNO,CICO,
FOSROC, ROFFE, PIDILITE
REINF, STRUCTURAL STEEL
ISI
MARKED
AS
APPROVED
BY
ENGINEER IN-CHARGE
EPOXY PAINT
CHOKSEY CHEMICAL, DR BECK, ASIAN
PAINTS, GRAWARE PAINTS
POLYSULPHIDE/
MBT, COKSEY CHEMICAL
POLYURETHENE SEALANT
POLYETHELENE BOARD
SUPREME
28
CONCRETE ADDITIVE
22
23
24
25
26
WHITE CEMENT
Signature of Tenderer with seal
FOSROC, STP, CICO-TL
282
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
S NO
HINDUSTAN PREFAB LIMITED
DESCRIPTION OF ITEMS
APPROVED MAKES
29
CHEQUERED TILES
NITCO, BASANT BETONS, BEZELAL
30
TERRAZO TILES
31
32
ANTI-SKID VITRIFIED TILES
(300 X 300)
INSULATION
ISI
MARKED
AS
APPROVED
BY
ENGINEER IN-CHARGE
SOMANY
–
DURASTONE
SERIES,
JOHNSON – ENDURE, DUROTO
TWIGA, ROCKWOOL
33
ZINC CHROMATIC PRIMER
34
WALL CARE PUTTY
35
36
CHEMICAL/
MECHANICAL HILTI, FISCHER DASH
ANCHOR FASTENERS
POLYCARBONATE SHEET
GE PLASTICS, SUNLITE
37
MINERAL FIBRE TILES
ARMSTRONG, RADAAR, NITOBU
38
PRE-COATED DEEP PROFILE
GALVALUME SHEETS
HYDRAULIC FLOOR SPRING/
DOOR CLOSURE
BUILDERS’
HARDWARE
(ALUMINIUM)
TRACK DECK, LCP, TATA BLUESCOPE
39
40
Signature of Tenderer with seal
SHALIMAR, ASIAN PAINTS, GARWARE
PAINTS
BIRLA WHITE, J K
283
HARWYN, GODREJ, HAFFELE
SHALIMAR
HARDWARE,
EVERITE,
NULITE,
CLASSIC,
ELCO,
ALLIED
ANODISERS
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
LIST OF APPROVED MAKES
SANITARY & PLUMBING WORKS
S NO
DESCRIPTION OF ITEMS
APPROVED MAKES
1
VITREOUS SANITARY WARE - HINDWARE,
NEYCER,
PARRYWARE,
CHINA & FIRE CLAY
CERA
2
PLASTIC W C SEATS WITH LID
COMMANDER, DIPLOMAT, ADMIRAL
3
LOW LEVEL PALSTIC FLUSHING ORIENT, COMMANDER, PARRYWARE
CISTERN (10 LTR CAPACITY)
3
STAINLESS STEEL SINKS
PRESTIGE, AMC, JAYNA, KINGSTON,
NEELKANTH
4
CP FITTINGS/ ACCESSORIES/ GEM, PARKO, JAQUAR, KINGSTON,
FLUSH VALVES
CAMRY
5
CP
WASTE/
SPREADERS, ORIENT, PARKO, JAQUAR, CAMRY
URINAL
6
LIQUID SOAP DISPENSER
CHILLY, EURONICS
7
SENSOR
OPERATED
AUTO AOS SYSTEMS, ANGASH, EURONICS
FLUSHING SYSTEMS
8
WATER HEATER
RACOLD, VENUS, BAJAJ
9
SOIL/ WASTE/ RAIN WATER
PIPES & FITTINGS
a) CAST
IRON
PIPES NECO, BC, RIF, HEPCO
(IS:3989)
IISCO, ELECTROSTEEL, KESORAM
b) CENTRRIFUGALLY SPUN
CAST
IRON
PIPES
(IS:1536)
10
RCC PIPES
INDIAN
HUME
PIPES,
PRAGATI
CONCRETE UDYOG
11
G I PIPES
TATA, JINDAL HISSAR, PRAKASH SURYA,
UNIK, RKS
12
G I FITTINGS (MALLEABLE CAST TATA, JINDAL HISSAR, PRAKASH SURYA,
IRON)
UNIK, RKS
13
GUN
METAL
VALVES ZOLOTTO, LEADER, SANT
(FULLWAY/ CHECK & GLOBE
VALVES)
14
ROTO
MOULDED
WATER SINTEX, ORIPLAST, UNITEX
TANKS/ LOFT TANKS
15
PUMPS
CROMPTON, CRI, GRUNDFOSS, KSB,
KIRLOSKAR
16
cPVC/ uPVC PIPES & FITTINGS
PRINCE,
FLOWGUARD,
ASTRAL,
ASHIRWAD, SUPREME, RELPIPE
17
SECTIONAL
PANEL WATER BT COMPOSITES, SUPREME, DEVI
TANK
POLYMER
Signature of Tenderer with seal
284
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
LIST OF APPROVED MAKES
ELECTRICAL WORKS
1. Electrical Materials for Conduit Wiring:
Items
Make
a) PVC conduit (2mm thick)
Anchor/ BEC/ AKG/ Any other Brand of ISI
Certified Quality/ Precision/ Deco
b) FRLS PVC Insulated copper conductor
Wires of 660/ 1100V grade
Finolex / RR Kabel/ Havel’s/ Lapp Cables
c) 5A Switches, Sockets /
15A Switches, Sockets
CPL/ Siemens/ Anchor/ Havel’s/ MK India
Crabtree / North-West/ Legrand
d) Telephone Cable / Wires
Delton/ Finolex/ Polycab (FRCS grade)/RR
Kabel
e) Data cable
Systimax
f) Electric Wires
RPG / Finolex/ Anchor
g) TV Co-axial wire
Cali-Plast / Pagoda / Finolex
2. Electrical Power Cables and Allied Materials:
1.1 KV Grade Al Armoured UG Cable
Polycab / CCI/ Finolex/ Unistar/ RPG/
Gloster
Cable Gland & Sockets & lugs (only copper)
3. Switch Gears and Allied Materials:
Loose switchgears up to 32 A
(With rewritable fuses)
Dowels / HMI / Connectwell
Kalki / Bosma / Kew
Loose Switchgears above 32 A
(With HRC fuses) with cable end boxes
GE Power/ Siemens/ L&T
Fuse switch units / Contactors
Siemens/ GE power/ Schneider/ ABB/ L&T
Change over switches
L & T/ Siemens/ Hager
MCCBs
L&T/ MDS – Legrand/ Siemens/ Hager/
Schnieder
Signature of Tenderer with seal
285
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
MCB, ELCB, & DBs (Double door)
(Components & DB Boxes of same make)
MCB Distribution Board
certified
MDS-Legrand/ Siemens/ Hager
MDS Ekinoxe / Siemens / Hager/CPRI
Manufacturer
Capacitors
Unistar / Asian / L& T / Universal
Modular type Switches
Carol / Crabtree / Mosaic
Ceiling Rose, Holder, Connector
Kalki / Anchor / Presicion
Water Heaters
Racold/ Venus/ Bajaj
Telephone tag box / modules
ITL / Krone
Note: Above 1 & 2 items are at meter room, lift M/C room etc.
4. Transformer:
Transformer
Kirloskar / Volt Amp / Kamath, Indo-Tech
5. Diesel Generator:
Diesel Engine with Alternator assembly
Kirloskar / Caterpillar / Cummins
(Powerica / Batliboi)
6. Lighting fixtures & Lighting Poles:
High-mast lighting fixtures and poles
Philips/ Crompton Greaves / WIPRO,
Bajaj Electricals
High-bay lighting fixtures
Philips/ Crompton Greaves / WIPRO,
Bajaj Electricals
High-way lighting fixtures and poles
Philips/ Crompton Greaves / WIPRO,
Bajaj Electricals
Interior lighting fixtures
Philips/ Crompton Greaves / WIPRO,
Bajaj Electricals
Signature of Tenderer with seal
286
DGM(Engg./T&M), HPL
Sainik School at Chhingchhip
(Mizoram)
HINDUSTAN PREFAB LIMITED
7. Electrical Appliances:
Ceiling Fan / Wall Mounting fan
Crompton Greaves/ Khaitan/ Bajaj/ Usha/
Havell’s
Exhaust fan
Almonard/ Khaitan/ Havel’s/ Alsthom
Fire Extinguishers:
Firerx, Kingla, Ceasefire
8.
Cubicle Type Panels:
Switch gear, HRC fuses, ILS,
Motor Starters, contractors
Change over switches etc.
Controls SW GR / Siemens / L&T
Water Level controllers
United Electronics, Minilec
Volt Meter
AE/ DIP
Terminal block
Elmex Connect Wel
Note:1. The Contractor shall supply ISI marked material as per the makes or brands indicated
above. In case the firm is not manufacturing ISI marked material for any of the
brands, first quality material shall be accepted. The samples including make and brand
of the material shall in either case have to be got approved from the Engineer in
Charge/ Architect /PMC.
2. Material where no make/brand has been mentioned, ISI marked samples shall be
submitted by the Contractor for approval of Engineer in Charge. For those class of
materials, where no firm exists with ISI approval, sample of first quality material of
the firm shall be submitted for the approval of the Engineer in Charge.
3. Any variation from the above mentioned makes/brands will require specific approval
of the Engineer in Charge.
4. It will be contractor’s responsibility to ensure the quality of products listed in
approved list of brands. Contractor will have to replace the defective and substandard
materials at his own cost.
Signature of Tenderer with seal
287
DGM(Engg./T&M), HPL