This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
1 E-TENDER NOTICE2 ELIGIBILITY CRITERIA3 DISCLAIMER4 INTRODUCTION5 E-TENDER ONLINE SUBMISSION PROCESS6 INSTRUCTIONS TO APPLICANTS7 SCOPE OF WORK8 BILL OF QUANTITIES ( Refer Volume II)9 GENERAL CONDITIONS OF CONTRACT10 SPECIFICATIONS& SELECTION OF MATERIAL11 FRAUD AND CORRUPT PRACTICES12 PRE-BID MEETING13 LIST OF APPROVED BANKS14 APPENDIX15 Form of tender16 Agreement Form17 Annexure A18 Annexure ‘B’19 Annexure ‘C’20 Banker's Guarantee Format of contract deposit21 Annexure D22 Proformas23 Annexure A(Irrevocable Undertaking )24 Special Guidelines to Tenderer
Tender Document No.(Bid No.) 7100126770Name of Organization Municipal Corporation of Greater MumbaiSubject Proposed underground parking at Jhula Maidan, on
plot bearing C.S.No.1854, in E ward.Cost of Tender Rs.7,000/- (+5% GST (2.5% CGST+2.5 SGST))Cost of E-Tender (estimated cost) Rs. 56,66,66,355.00Earnest Money Deposit Rs. 56,66,634.00 Date of issue of tender (Start Date) 26/06/2018, from 11:00 AMDate of Pre-bid meeting 05/07/2018 at 03.00 P.M.
Pre-bid meeting Venue Office of City Engineer, 5th floor New Annexbuilding ,MCGM Head office.
Last date & time for sale of tender & receipt of
EMD
17/07/2018, upto 04:00 PM
Submission of Packet A, B & C (On line
submission) ( End Date & Time)
17/07/2018, upto 4:00 PMOpening of Packet A 17/07/2018, after 4:01PMOpening of Packet B 24/07/2018, after 3:00PMOpening of Packet C 06/08/2018, after 3:00PMAddress for communication Office of the:-
Dy C.E.(B.C.) City’s office, MCGM, 3rd floor, Engineering Hub
Building, Dr. E. Moses Road, Worli Naka, Worli,
Mumbai 400 018 Venue for opening of bid On line in Dy C.E. (B.C.) City’s office.
This tender document is not transferable.
The MCGM reserves the rights to accept any of the application or reject any or all the
applications received for subject without any reason thereof.
Name of the Dept. Details of project works City Engineer/HIC Hosing colonies for staff quarters/Markets
admeasuring more than 20000.00 sq.mts .etc. Or High Rise Buildings Or Buildings for major hospital more than 200 beds.
Road & Traffic Asphalting/concreting of major roads in long stretches (single road more than 5000 m) and costing more than Rs.100.00 crores.
Sewage Project laying of new sewer lines for long stretches i.e. beyond 500m.
Sewerage Operation New pumping stations etc.
S.W.D New pumping stations etc. H.E. Laying of pipe lines more than 1200mm
dia., Trunk mains etc. Pumping stations etc. Bridges New bridges over roads, rivers,etc. Garden Department All Civil works related to Landscaping such
as pergolas, gazebos, etc and horticulture works
1.1 Technical Capacity ( Project Experience)
The tenderer(s) in their own name should have satisfactorily executed the work of similar naturein MCGM /Semi Govt. /Govt. & Public Sector Organizations during last seven (7) years ending lastday of month previous to the one in which bids are invited as a prime Contractor (or as a nominatedsub-Contractor, where the subcontract had involved similar nature of work as described in the scopeof works in this bid document, provided further that all other qualification criteria are satisfied)
a) Three similar completed works each of value not less than the value equal to 20% of estimated cost put to tender
OR b) Two similar completed works each of value not less than the value equal to 25% of
estimated cost put to tender OR
c) One similar completed work of value equal and or not less than the 40% of estimated cost put to tender
The value of executed works shall be brought to current costing level byenhancing the actual value of work at compound rate of 10 % per annum; calculatedfrom the date of completion to last date of receipt of applications for tenders.
*In case of ongoing works to be considered, the bidder must have received payment billsof 80% of the contract sum for the work/works executed last day of month previous to theone in which bids are invited.
1.2 Financial CapacityAchieved a n a v e r a g e a n n u a l f i n a n c i a l t u r n o v e r a s c e r t i f i e d b y ‘ CharteredAccountant’ (in all classes of civil engineering construction works only) equal to 30% of theestimated cost of work in last three (3) financial years immediately preceding the FinancialYear in which bids are invited.
To ascertain this, tenderer(s) shall furnish /upload the financial statement (Audited balancesheet) duly certified by Chartered Accountant.
The turnover can be enhanced by 10% every year to bring the present level
1.3 Similar experience is spelt in definite sense, such as
For Building Construction
No. of Stories Experience of construction
In case of basement Minimum 1 lower ground and 1completebasement
*The contractors having experience of Retro-fitting (Jacketing of columns, recasting of
structural members, polymer grouting, etc) works can also be eligible for Building Construction
works.
1.4 Bid Capacity The bid capacity of the prospective bidders will be calculated as under:
Assessed Available Bid Capacity = (A* N* 2 - B)Where,A = Maximum value of Engineering works executed in any one year (year means Financial year)
during the last five years (updated to the price level of the Financial year in which bids arereceived at a rate of 10% per year, compounded annually) taking into account the completedas well as works in progress.
N = Number of years prescribed for completion of the Project/Works, excluding monsoon period,for which these bids are being invited. (E.g. 7 months = 7/12 year) For every interveningmonsoon, 0.33 shall be added to N.
B = Value of existing commitments (only allotted works) on the last date of submission ofbids as per bidding document and on-going works to be completed during the period ofcompletion of the Project/Works for which these bids are being invited.
Note: The statement showing the value of existing commitments and on-going works as well as thestipulated period of completion remaining for each of the works listed should be attached along with
certificates duly signed by the Engineer-in Charge, not below the rank of an Executive Engineer orequivalent.
Even though the bidders meet the above qualifying criteria, they are subject to bedisqualified if they have:
- made misleading or false representation in the forms, statements andattachments submitted in proof of the qualification requirements; and/or
- Record for poor performance such as abandoning the works, not properly completing thecontract, inordinate delays in completion, litigation history, or financial failures etc.
The terminology of e-Tendering is solely depending upon policies in existence, guidelines andmethodology adopted since decades. The SRM is only change in process of accepting and evaluationof tenders in addition to manual. The SAP module to be used in this E-tendering is known as SupplierRelationship Module (SRM). SRM is designed and introduced by ABM Knowledge ware Ltd, whowill assist MCGM in throughout the tendering process for successful implementation.
NOTE: This tendering process is covered under Information Technology ACT & Cyber Laws asapplicable
(1) In e-tendering process some of the terms and it’s definitions are to be read as under wherever itreflects in online tendering process.
Start Date read as “Sale Date”
End Date read as “Submission Date”
Supplier read as “Contractor/bidder”
Vendor read as “Contractor/bidder”
Vendor Quotation read as “Contractors Bid/Offer”
Percentage Variation read as “Percentage Quoted”
Purchaser read as “Department/MCGM”
(2) Only numeric values up to two decimal places are accepted in “Percentage Quoted”(inPercentage Variation Tab) by the contractors in online tender Process, therefore thecontractors/bidders should take care while quoting their % rates in numeric values up to two decimalplaces
I. Before entering in to online tendering process, the contractors should complete the registrationprocess so as to get User ID for E-tendering links. For this the contractors can access throughSupplier registration via MCGM Portal.
There are two methods for this registration :( II and III).
II. Transfer from R3 (registered contractors with MCGM) to SRM
a. Contractors already registered with MCGM will approach to Vendor Transfer cell.
b. Submit his details such as (name, vendor code, address, registered Email ID, pan cardetc.) to Vendor transfer cell.
c. MCGM authority for Vendor Transfer transfers the Vendor to SRM application fromR3 system to SRM system.
d. Transferred Vendor receives User ID creation link on his supplied mail Id.
e. Vendor creates his User ID and Password for e-tendering applications by accessing linksent to his mail ID.
III. Online Self Registration (Temporary registration for tenderers not registered withMCGM)
a. Vendor fills up Self Registration form via accessing MCGM portal.
b. Vendor Transfer cell (same as mentioned above) accesses Supplier Registration systemand accepts the Vendor request.
c. Accepted Vendor receives User ID creation email with Link on his supplied mail Id.
d. Vendor creates his User ID and Password for e-tendering application.
IV. CONTRACTORS BIDDING: Contractor will Quote and Upload TenderDocuments
1. Access e-tender link of SRM Portal
2. Log in with User ID and Password
3. Selects desired Bid Invitation(he wants to bid)
4. To download tender documents contractors will have to pay online Tender fee. The samecan be done by accessing Pay Tender Fees option. By this one will be able to payTender fee through Payment Gateway-If transaction successful Contractors can registerhis interest to participate. Without Registration one cannot quote for the Bid/Tender.
5. Applicants will download Tender Documents from Information from purchaser tab byaccessing Purchaser document folder through collaboration ‘C’ folder link.
6. Applicants will upload packet A related and packet B related Documents in packet Aand packet B folder respectively by accessing these folders through “My Notes” TabAnd collaboration folder link.
7. All the documents uploaded have to be digitally signed and saved. Contractors canprocure there digital signature from any certified CA’s in India.
8. EMD and ASD should be paid online as mentioned in the tender.
9. For commercial details (in packet C) contractors will fill data in Item Data tab inService Line Item via details and quotes his “Percentage Variation” (i.e.% quoted)figure.(If entered ‘0’ it will be treated as at par. By default the value is zero only)
10. Applicants specifies ASD details if applicable in “ASD” tab.
11. Applicants to check the bid, digitally signs & save and submit his Bid Invitation.
12. Applicants can also save his uploaded documents/commercial information withoutsubmitting the BID for future editing through ‘HOLD’ option.
13. Please note that “Hold” action do not submit the Bid.
The Authority wishes to receive Applications for Qualification in order to SELECT experienced
and capable Applicants for the Bid Stage.
Eligibility of Applicants
The Municipal Corporation of Greater Mumbai (MCGM) invites e-tender to appoint Contractor for the
aforementioned work from contractors of repute, multidisciplinary engineering organizations i.e. emin-
ent firm, Proprietary/Partnership Firms/ Private Limited Companies/ Public Limited Companies/Com-
panies registered under the Indian companies’ act 2013, the contractors registered with the Municipal
Corporation of Greater Mumbai, (MCGM) in Class IA and above as per new registration policy for
Civil & Class A for Electrical (as per new class & category of registration refer circular no.
EE/M&R/5594/Civil Dtd.8.2.2016) and from the contractors/firms equivalent and superior classes re-
gistered in Central or State Government/Semi Govt. Organization/Central or State Public Sector Un-
dertakings, will be allowed subject to condition that, the contractors who are not registered with
MCGM will have to apply for registering their firm within three months’ time period from the award
of contract, otherwise their Bid Security i.e. E.M.D (Earnest Money Deposit) will be forfeited/re-
covered and an amount equal to Registration Fee of respective class will be recovered as penalty.
To be eligible for pre-qualification and short-listing, an Applicant shall fulfill the following
conditions of eligibility:
1. For Regular, Routine and Maintenance works:
Name of the Deptt. Details of project works City Engineer/HIC New buildings for staff quarters
/markets/school/offices etc. All dispensaries,health centres /cemeteries
Bldg. Maintenance All bldg. repair works, demolition works. Newconstruction such as sheds.
Road & Traffic Pothole repairs, trenches, asphalting of minorand major roads, repairs to footpaths, Improvisa-tions of junctions. / new C.C.roads.
Sewage Project Replacement of sewer lines, laying of new sewerlines for short stretches up to 500m
Sewerage Operation Remedial works of all sewer lines S.W.D. Repairs and rehabilitation of SWD, rehabilitation
of culverts on minor roads, repairs to minor nal-las, remodelling of SWD system, repairs to road-side drains, training of minor drains/nallas, re-construction of collapsed walls. New R.C.C. boxculverts across minor or major roads, desilting ofnallas.
The tenderer(s) in their own name should have satisfactorily executed the work of similar natureMCGM /Semi Govt. /Govt. & Public Sector Organizations during last seven (7) years ending last dayof month previous to the one in which bids are invited as a prime Contractor (or as a nominated sub-Contractor, where the subcontract had in-volved similar nature of work as described in the scope ofworks in this bid document, provided further that all other qualification criteria are satisfied)
a) Three similar completed works each of value not less than the value equal to 20% of estimated cost put to tender
OR b) Two similar completed works each of value not less than the value equal to 25% of
estimated cost put to tender
OR c) One similar completed work of value equal and or not less than the 40% of estimated cost put
to tender
The value of executed works shall be brought to current costing level by enhancingthe actual value of work at compound rate of 10 % per annum; calculated from the dateof completion to last date of receipt of applications for tenders.
*In case of ongoing works to be considered, the bidder must have received payment billsof 80% of the contract sum for the work/works executed last day of month previous to theone in which bids are invited.
1.2 Financial CapacityAchieved an average annual financial turnover as certified by ‘CharteredAccountant’ (in all classes of civil engineering construction works only) equal to30% of the estimated cost of work in last three (3) financial years immediately preceding theFinancial Year in which bids are invited.
To ascertain this, tenderer(s) shall furnish /upload the financial statement (Audited balancesheet) duly certified by Chartered Accountant.
The turnover can be enhanced by 10% every year to bring the present level
1.3 Similar experience is spelt in definite sense, such as
For Building Construction
No. of Stories Experience of construction
In case of basement Minimum 1 lower ground and 1completebasement
*The contractors having experience of Retro-fitting (Jacketing of columns, recasting of
structural members, polymer grouting, etc) works can also be eligible for Building Construction
works.
1.4 Bid Capacity The bid capacity of the prospective bidders will be calculated as under:
Assessed Available Bid Capacity = (A* N* 2 - B)Where,A = Maximum value of Engineering works executed in any one year (year means Financial year)
during the last five years (updated to the price level of the Financial year in which bids arereceived at a rate of 10% per year, compounded annually) taking into account the completedas well as works in progress.
N = Number of years prescribed for completion of the Project/Works, excluding monsoon period,for which these bids are being invited. (E.g. 7 months = 7/12 year) For every interveningmonsoon, 0.33 shall be added to N.
B = Value of existing commitments (only allotted works) on the last date of submission ofbids as per bidding document and on-going works to be completed during the period ofcompletion of the Project/Works for which these bids are being invited.
Note: The statement showing the value of existing commitments and on-going works as well as thestipulated period of completion remaining for each of the works listed should be attached along withcertificates duly signed by the Engineer-in Charge, not below the rank of an Executive Engineer orequivalent.
Even though the bidders meet the above qualifying criteria, they are subject to bedisqualified if they have:
- made misleading or false representation in the forms, statements andattachments submitted in proof of the qualification requirements; and/or
- Record for poor performance such as abandoning the works, not properly completing thecontract, inordinate delays in completion, litigation history, or financial failures etc.
Name of work- Proposed underground parking at Jhula Maidan, on plot bearing C.S.No. 1854, in E ward.
Scope of the work – The scope of work consists of following activities:A) Civil Works:-
1.Demolition of existing structure.2.Excavation in earthwork as per drawings submitted,3.Construction of piles for retaining of earth,4.Constructing RCC framed structure as per the drawings and design submitted by the
Structural Consultant. 5.Providing brick work to the structural frame work as per the approved architectural drawing. 6.External / Internal Plastering Works to the bldg., 7.Providing flooring to the bldg and to landscape garden 8.Providing & Fixing doors and windows as per approved plan. 9.Providing & Fixing sills & jams to the bldg. 10. Providing & Painting Internal / External sides of bldg.11. Marking of slots for 2 wheeler & 4-wheeler parking12. Providing and fixing of Signage’s13. Construction of separate entry and exit ramp for 2 wheelers and 4 wheelers,14. Construction of ramp for pedestrian’s entry and exit 15. Providing & Fixing all sanitary items as required as per plan. 16. Providing waterproofing treatment at all floor levels slabs. 17. Constructing underground & overhead water tank. 18. Constructing of Sewage treatment plants19. Constructing fencing to the proposed structure. 20. Constructing garden including separate provisions for senior citizens and children’s. 21. Constructing pathways at garden level.22. Making arrangement for disposal of sewerage / storm water drain.
B) Electrical Works:- 1.Providing & Fixing electrical switchgears / accessories / panels / sub.stns. etc.2.Providing & Fixing Fire Fighting System and accessories. 3.Providing & Fixing Public Address System Network,4.Providing & Fixing C.C.T.V. Net working.5.Providing & Fixing Data & Tele Communication Network. 6.Providing & Fixing Solar Grid Panel, & 400KVA DG Set7.Providing & Fixing water pumps, pump for sump, 8.Providing & Fixing Air Ventilation System, 9.Providing & Fixing Passenger, passenger – cum – stretcher lift,10. Intelligent parking guidance system.11. Provision of STP.12. Irrigation to garden & provision of Play apparatus.
and instruction or have responsible agent duly accredited in writing present for that purpose. Order
given to the contractors’ duly authorized agent shall be considered to have the same force and effect as
if they had been given to the contractor himself.
27.2. Notice To Be Given Before Work Is Covered Up
The contractor shall given to less than ten days’ notice in writing to the Eng-In-Charge or hissubordinate in charge of the work before covering up or otherwise placing beyond the reach ofmeasurement any work in order that the same may be measured and correct dimension thereof takenbefore the same is so covered up or placed beyond the reach of measurements and shall not cover up orplace beyond the reach of measurement any work without the consent in writing of the Eng-In-Chargeor his subordinate in charge of the work, and if any work shall be covered up or placed beyond thereach of measurement, without such notice having been given or consent obtained the same shall beuncovered at the contractors expenses, and in default thereof no payment or allowance shall be madefor such work or for the materials with which the same was executed 27.3 Works to be executed in accordance with specifications / drawings / orders etc. :
The contractor shall execute the whole and every part of the work the most substantial and
workman like manner and both has regards material and every other respect in strict accordance with
specifications. The contractor shall also confirm exactly, fully and faithfully to the designs, drawings
and instructions in writing relating to the work signed by the Engineer In-charge and lodged in his
office and to which the contractor shall be entitled to have access for the purpose of inspection at such
office, or on the site or work during office hours. The contractor shall be entitled to receive three sets
of contract drawings and working drawings as well as one certified copy of the accepted tender along
with the work order free of cost.
27.4 Ready Mix Concrete/ Asphalt Mix
i) The contractor shall have to arrange Ready Mix concrete (RMC)/Asphalt from RMC/ASPHALT
producing plants registered with MCGM
ii) The contractor shall, within a 7 days of award of the work, submit a list of at least three
RMC/Asphalt producers with details of such plants including details and number of transit, mixers &
pumps etc. to be deployed indicating name of owner/company, its location, capacity, technical
establishment.
The Engineer-in-charge will reserve right to inspect at any stage and reject the concrete if he is not
satisfied about quality of product at the user’s end.
iii) The Engineer-in-charge reserves the right to exercise control over the:-
a) Calibration check of the RMC/Asphalt plant.
b) Weight and quantity check on the ingredients, water and admixtures added for batch mixing for
The payment to the Contractor will be as follows for construction work:
(a) A bill shall be submitted by the Contractor monthly or before the date fixed by the Engineer In-
charge for all works executed in the previous month, and the Engineer In-charge shall take or cause to
be taken requisite measurement for the purpose of having the same verified and the claim, so far as it is
admissible, shall be adjusted, if possible, within 10 days from the presentation of the bill. If the
contractor does not submit the bill within the time fixed as aforesaid, the Engineer In-charge may
depute a subordinate to measure up the said work in the presence of the contractor or his duly
authorized agent whose counter signature to the measurement list shall be sufficient warrant, and
Engineer In-Charge may prepare a bill from such list which shall be binding on the contractor in all
respects.
(b) The Engineer shall check the Contractor's fortnightly/monthly statement within 14 days and certify
the amount to be paid to the Contractor.
(c) The value of work executed shall be determined, based on measurements by the Engineer.
(d) The value of work executed shall comprise the value of the quantities of the items in the Bill of
Quantities completed.
(e) The value of work executed shall also include the valuation of Variations and Compensation
Events.
(f) The Engineer may exclude any item certified in a previous certificate or reduce the proportion of
any item previously certified in any certificate in the light of later information.
(g) The contractor shall submit all bills on the printed forms at the office of Engineer In-charge. The
charges to be made in the bills shall always be entered at the rates specified in tender.
36. Payments
36.1 Payments shall be adjusted for deductions for advance payments, retention, security deposit,other recoveries in terms of the Contract and taxes at source, as applicable under the law. TheEmployer shall pay the Contractor the amounts certified by the Engineer within 15 days of the date ofeach certificate. 36.2 All sums payable by a contractor by way of compensation under any of these conditions, shall
be considered as a reasonable compensation to be applied to the use of MCGM without reference to
the actual loss or damage sustained and whether any damage has or has not been sustained.
36.3 No payment shall be made for any work estimated to cost less than Rupees One Thousand till
after the whole of work shall have been completed and the certificate of completion given. But in the
case of works estimated to cost more than Rs. One Thousand, the contractor shall on submitting a
monthly bill therefore be entitled to receive payment proportionate to the part of the work than
No further claims should be made by the Contractor after submission of the final bill and these shall be
deemed to have been waived and extinguished. Payment of those items of the bills in respect of which
there is no dispute and of items in dispute, for quantities and rates as approved by the Commissioner
shall be made within a reasonable period as may be necessary for the purpose of verification etc.
After payment of the final bill as aforesaid has been made, the contractor may, if he so desires,
reconsider his position in respect of a disputed portion of the final bills and if he fails to do so within
84 days, his disputed claim shall be dealt with as provided in the contract.
A percentage of the retention money, over and above the actual retention money as indicated below
shall be held back from payments till the finalization of final bill to be submitted as per above and will
be paid within 30 days of acceptance of the final bill.
Sr.no. Amount of Contract Cost Minimum Payable Amount in final bill1 Upto Rs.5 Crs. Rs.10 Lacs or final bill whichever is more2 Upto Rs.25 Crs. Rs.1 Crore or final bill amount whichever is more3 Upto Rs. 50 Crs. Rs.2 Crores or final bill amount whichever is more4 Upto Rs.100 Crs. Rs.4 Crore or final bill amount whichever is more5 More than Rs.100 Crs.. Rs.7 Crore or final bill amount whichever is more
The contractor have to submit the bill for the work carried out within 15 days from the date of
completion of the work to the respective executing department. If the contractor fails to submit their
bills to concerned executing department, penalty or action as shown below will be taken for each
delayed bill:-
After 15 days from the date of completion/runningbill upto certain date, upto next 15 days i.e. upto 30days
Equal to 5% of bill amount
Next 15 days upto 45 days from the date ofcompletion/running bill upto specified date
Equal to 10% of bill amount
If not submitted within 45 days from the date ofcompletion/ R.A. bill
Bill will not be admitted for payment.
45. Operating and Maintenance Manuals
45.1 If "as built" Drawings and/or operating and maintenance manuals are required, the Contractor
shall supply them by the dates stated in the Contract Data.
45.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the
Contract Data, or they do not receive the Engineer's approval, the Engineer shall withhold the amount
stated in the Contract Data from payments due to the Contractor.
46.1 The Employer or the Contractor may terminate the Contract if the other party causes a
fundamental breach of the Contract.
46.2 Fundamental breaches of Contract shall include, but shall not be limited to, the following:
a) the Contractor stops work for 30 days when no stoppage of work is shown on the current
Programme and the stoppage has not been authorized by the Engineer;
b) the Contractor is declared as bankrupt or goes into liquidation other than for approved
reconstruction or amalgamation;
c) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of
Contract and the Contractor fails to correct it within a reasonable period of time determined by the
Engineer;
d) the Contractor does not maintain a Security, which is required;
e) the Contractor has delayed the completion of the Works by the number of days for which the
maximum amount of liquidated damages can be paid, as defined in relevant clause.
f) the Contractor fails to provide insurance cover as required under relevant clause .
g) if the Contractor, in the judgment of the Employer, has engaged in the corrupt or fraudulent
practices as defined in GCC in competing for or in executing the Contract.
h) if the Contractor fails to set up a field laboratory with the prescribed equipment, within the period
specified in the Contract Data; and
i) any other fundamental breaches as specified in the Contract Data.
j) if the Contractor fails to deploy machinery and equipment or personnel as specified in the Contract
Data at the appropriate time.
46.3 When either party to the contract gives notice of a breach of contract to the Engineer for a
cause other than those listed above, the Engineer shall decide whether the breach is fundamental or not.
46.4 Notwithstanding the above, the Employer may terminate the Contract for convenience. 46.5 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safeand secure, and leave the Site as soon as reasonably possible.47. Payment upon Termination
47.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor,
the Engineer shall issue a certificate for value of the work done and materials ordered less liquidated
damages, if any, less advance payments received up to the date of the issue of the certificate and less
the percentage to apply to the value of the work not completed, as indicated in the Contract Data. If
the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall
Any Addendum thus issued will be sent in writing/ Fax/ Email to all those who have purchased the
tender.
In order to afford the Applicants a reasonable time for taking an Addendum into account, or for any
other reason, the Authority may, in its sole discretion, extend the Application Due Date.
Preparation and Submission of Application
62. Language
The Application and all related correspondence and documents in relation to the Bidding Process shall
be in English language. Supporting documents and printed literature furnished by the Applicant with
the Application may be in any other language provided that they are accompanied by translations of all
the pertinent passages in the English language, duly authenticated and certified by the Applicant.
Supporting materials, which are not translated into English, may not be considered. For the purpose of
interpretation and evaluation of the Application, the English language translation shall prevail.
63. Format and signing of Application
The Applicant shall provide all the information sought under this TENDER. The Authority will
evaluate only those Applications that are received in the required formats and complete in all respects.
Incomplete and /or conditional Applications shall be liable to rejection.
The Applicant will upload bid in One Folder in electronic form which shall contain the scanned
certified copies of the documents given below and the documents uploaded has to be digitally signed
by the bidder. These copies shall be certified by Practicing Notary approved by the Govt. of
Maharashtra or Govt. of India with his stamp, clearly stating his name & registration number, except
where original documents are demanded
64. Marking of Applications
The Applicant shall submit the Application in the format specified at Appendix-I, together with thedocuments, upload in folder as “VENDOR” together with their respective enclosuresApplications submitted by fax, telex, telegram shall not be entertained and shall be rejected outright.65. Late Applications
Applications received by the Authority after the specified time on the Application Due Date shall not
be eligible for consideration and shall be summarily rejected.
66. Confidentiality
Information relating to the examination, clarification, evaluation, and recommendation for the short-
listed qualified Applicants shall not be disclosed to any person who is not officially concerned with the
process or is not a retained professional advisor advising the Authority in relation to or matters arising
out of, or concerning the Bidding Process. The Authority will treat all information, submitted as part of
4. Not Foreseeable Physical Obstructions or Conditions: If, however, during the execution of the
Works the Contractor encounters physical obstructions or physical conditions, other than climatic
conditions on the Site, which obstructions or conditions were, in his opinion, not foreseeable by an
experienced contractor, the Contractor shall forthwith give notice thereof to the Engineer. On receipt
of such notice, the Engineer shall, if in his opinion such obstructions or conditions could not have been
reasonably foreseen by an experienced contractor, after due consultation with the Contractor,
determine:
any extension of time to which the Contractor is entitled and
The amount of any costs which may have been incurred by the Contractor by reason of such
obstructions or conditions having been encountered, which shall be added to the Contract Price.
and shall notify the Contractor accordingly. Such determination shall take account of anyinstruction which the Engineer may issue to the Contractor in connection therewith, and anyproper and reasonable measures acceptable to the Engineer which the Contractor may take inthe absence of specific instructions from the Engineer. However, such costings shall be gotapproved by the competent authority as governed vide rules prevailing with authority.
5. Office for the Engineer (Works costing upto Rs.50 Lakhs)
The Contractor shall at his own cost and to satisfaction of the Engineer provide a small temporary
office, at the work-site which will include tables, chairs and lockers for keeping the records. He shall
also make necessary arrangements for drinking water, telephone with a pre-requisite of e-governance
and electronic communication. These offices are not to be allowed on public roads without the written
instruction of the Engineer. These offices should be preferably located within 50 to 500 m of the
worksite. In case the office is more than 500m away from the worksite, the contractor is to provide
conveyance for Municipal Staff.
6. Office for the Engineer (Works costing above Rs.50 lakhs)
The Contractor shall at his own cost and to satisfaction of the Engineer provide a temporary office at
the work-site which will include tables, chairs and lockers for keeping the records. He shall also make
necessary arrangements for drinking water, latrines, with doors, windows, locks, bolts and fastenings
sufficient for security for the Engineer, and his subordinates, as close to the works from time to time in
progress as can be conveniently arranged, and shall at his own cost furnish the office with such chairs,
tables, lockers, locks and fastenings as may be required by the Engineer, and no expense of any kind in
connection with the erection or upkeep of the offices or fittings shall be borne by the Corporation, but
all such work shall be carried out by the Contractor and the expenses thereof defrayed by him. The
Contractor shall also make water connections and fit up stand pipe with a bib tap at each office. The
latrines and the water connections shall be subject to all the conditions herein elsewhere laid down for
copy to the Employer. MCGM reserve the right to take decision in respect of addition/reduction of cost
in contract.
71. Patent, Right and Royalties:
The contractor shall save harmless and indemnify the Corporation from and against all claims andproceedings for or on account of infringement of any Patent rights, design trademark or name of otherprotected rights in respect of any constructional plant, machine work, or material used for or inconnection with the Works or any of them and from and against all claims, proceedings, damages,costs, charges and expenses whatsoever in respect thereof or in relation thereto. Except whereotherwise specified, the contractor shall pay all tonnage and other royalties, rent and other payments orcompensation, if any, for getting stone, sand, gravel, clay or other materials required for the works orany of them.72. Payments, Tax and Claims:
The limit for unforeseen claims
Under no circumstances whatever the contractor shall be entitled to any compensation from MCGM on
any account unless the contractor shall have submitted a claim in writing to the Eng-in-change within 1
month of the case of such claim occurring.
No interest for delayed payments due to disputes, etc:
It is agreed that the Municipal Corporation of Greater Mumbai or its Engineer or Officer shall not be
liable to pay any interest or damage with respect of any moneys or balance which may be in its or its
Engineer’s or officer’s hands owing to any dispute or difference or claim or misunderstanding between
the Municipal Corporation of Greater Bombay or its Engineer or Officer on the one hand and the
contractor on the other, or with respect to any delay on the part of the Municipal Corporation of
Greater Bombay or its Engineer or Officers in making periodical or final payments or in any other
respect whatever.
73. Settlement of Disputes:
Termination of contract for death
If the Contractor is an individual or a proprietary concern and the individual or the proprietor dies and
if the Contractor is a partnership concern and one of the legal representative of the individual
Contractor or the proprietor of the proprietary concern and in case of partnership, the surviving
partners, are capable of carrying out and completing the contract, the Commissioner shall be entitled to
cancel the contract as to its uncompleted part without the Corporation being in any way liable to
payment of any compensation to the estate of the deceased Contractor and or to the surviving partners
of the Contractor’s firm on account of the cancellation of the contract. The decision of the
Commissioner that the legal representative of the deceased Contractor or surviving partners of the
Contractor’s firm cannot carry out and complete the contract shall be final and binding on the parties.
In the event of such cancellation the Commissioner shall not hold estate of the deceased Contractor and
or surviving partners of the Contractor’s firm liable in damages for not completing the contract.
Settlement of Disputes:
If any dispute or differences of any kind whatsoever other than those in respect of which, the decision
of any person is, by the Contract, expressed to be final and binding) shall arise between the Employer
and the Contractor or the Engineer and the Contractor in connection with or arising out of the Contract
or carrying out of the Works (Whether during the progress of the Works or after their completion and
whether before or after the termination, abandonment or breach of the Contract) it, the aggrieved party
may refer such dispute within a period of 7 days to the concerned Addl. Municipal Commissioner who
shall constitute a committee comprising of three officers i.e. concerned Deputy Municipal
Commissioner or Director (ES&P), Chief Engineer other than the Engineer of the Contract and
concerned Chief Accountant. The Committee shall give decision in writing within 60 days. Appeal on
the Order of the Committee may be referred to the Municipal Commissioner within 7 days. Thereafter
the Municipal Commissioner shall constitute a Committee comprising of three Addl. Municipal
Commissioners including Addl. Municipal Commissioner in charge of Finance Department. The
Municipal Commissioner within a period of 90 days after being requested to do so shall give written
notice of committee’s decision to the Contractor. Save as herein provided such decision in respect of
every matter so referred shall be final and binding upon both parties until the completion of the works,
and shall forthwith be given effect to by the Contractor who shall proceed with the works with due
diligence, whether he requires arbitration as hereinafter provided or not. If the Commissioner has given
written notice of the decision to the Contractor and no Claim to arbitration has been communicated
within a period of 90 days from receipt of such notice the said decision shall remain final and binding
upon the Contractor.
74. Arbitration and Jurisdiction:
If the Commissioner shall fail to give notice of the decision as aforesaid within a period of 90 daysafter being requested as aforesaid, or if the Contractor be dissatisfied with any such decision, then andin any such case the Contractor may within 90 days after receiving notice of such decision or within 90days after the expirations of the first named period of 90 days (as the case may be) require that thematter or matters in dispute be referred to arbitration as hereinafter provided. All disputes ordifferences in respect of which the decision (if any) of the Commissioner has not become final andbinding as aforesaid shall be finally settled byArbitration as follows:Arbitration shall be effected by a single arbitrator agreed upon the parties. The arbitration shall be
conducted in accordance with the provisions of the Arbitration Act, 1996 or any statutory
modifications thereof, and shall be held at such place and time within the limits of Brihan Mumbai as
by any one of the surviving partners shall, if so signed as aforesaid, be good and sufficient discharge as
aforesaid provided that nothing in this clause contained shall be deemed to prejudice or effect any
claim which the Commissioner or the Corporation may hereafter have against the legal representatives
of any partners so dying or in respect of any breach of any of the conditions thereof, provided also that
nothing in this clause contained shall be deemed prejudicial or affect the respective rights or
obligations of the Contractors and of the legal representatives of any deceased Contractors interest.
77. Proprietary data
All documents and other information supplied by the Authority or submitted by an Applicant to the
Authority shall remain or become the property of the Authority. Applicants are to treat all information
as strictly confidential and shall not use it for any purpose other than for preparation and submission of
their Application. The Authority will not return any Application or any information provided along
therewith.
78. Correspondence with the Applicant
Save and except as provided in this TENDER, the Authority shall not entertain any correspondence
with any Applicant in relation to the acceptance or rejection of any Application.
79. Price Variation Clause
The Contractor shall be reimbursed or shall refund to the Corporation as he case may be the variation
in the value of the work carried out from time to time, depending on whether the prices of material and
labour as a whole rise or fall, and the method adopted for such computations shall be as given below, it
being clearly understood that the contractor shall have no claim for being reimbursed on the ground
that the price of a particular material or group of materials have risen beyond the limits of the
presumptions made in the following paras, however, no price variations shall be made applicable for
contracts upto 12 months:
A) Controlled materials: Price variations shall be permitted in respect of these materials the price level
of which is controlled by the Government or its agency. The rate ruling on the date of submission of
the tender shall be considered as the basic price of such material for adjustment. Any variation in this
rate shall be considered for reimbursement to the contractor or refund to be claimed from the
contractor as the case may be. The contractor shall, for the purpose of adjustment submit in original
the relevant documents from the suppliers.
B) Labour and other materials: For the purpose of this contract and for allowing reimbursement ofrefund on account of variation of prices of (i) labour, and (ii) materials other than materials mentionedin A above, computation will be based on the formula enunciated below which is based on thepresumptions that :
i) The general price level of labour, rises or falls in proportion to the rise or fall of consumer priceindex number 9 (general) for working class in Mumbai.ii) The general price level of materials rises or falls in proportion to rise or fall of whole-sale priceindex as published by ‘Economic Adviser to Govt. of India’.iii) And that the component of labour is to the extent of 30 percent of 88 percent and the
component of materials is to the extent of 70 percent of 88 percent of the value of the work carried out.
The remaining 12 percent being the presumptive profit of the contractor. a) Formula for
Labour component:
VL = (0.88 R) x 30 x ( I – IO)
100 IO
b) Formula for Material component :
VM = (0.88 R x 70 - C) x (W – WO)
100 WO
Where –
VL = Amount of price variation to be reimbursed or claimed as refund on account of general rise or
fall of index referred to above.
I = Consumer Price Index number of working class for Mumbai (declared by the Commissioner of
Labour and Director of Employment, Mumbai) applicable to the period under reference (base year
ending 2004-05 as 100 i.e. new series of indices).
IO = Consumer price index number for working class for Mumbai (declared by the Commissioner of
labour and Director of Employment, Mumbai) prevailing, on the day of 28 days prior to the date of
submission of the tender.
VM = The amount of price variation to be reimbursed or claimed as refund on account of general rise
or fall of wholesale price index for period under reference.
W = Average wholesale price index as published by Economic Adviser to Govt. of India applicable
to the period under reference.
WO = Wholesale price index as stated above prevailing on the day of 28 days prior to the date of
submission of the tender.
R = Total value of the work done during the period under reference as recorded in the Measurement
Book excluding water charges and sewerage charges but including cost of excess in respect of item
upto 50 percent
C = Total value of Controlled materials used for the works as recorded in Measurement Book and
paid for at original basic rate plus the value of materials used .
c) Number of members in a JV firm shall not be more than three in normal circumstances, if the work
involves only one discipline (say Civil or Electrical). If number of members in JV is required to be
more than three, then approval of concerned AMC needs to be sought.
d) A member of JV firm shall not be permitted to participate either in individual capacity or as a
member of another JV firm in the same tender.
e) The tender form shall be purchased and submitted in the 'name of the JV firm or any con-stituent
member of the JV.
f) Normally EMD shall be submitted only in the name of the JV and not in the name of con-stituent
member. However, EMD in the name of lead partner can be accepted subject to submission of specific
request letter from lead partner stating the reasons for not submitting the EMD in the name of JV and
giving written confirmation from the JV partners to the ef-fect that the EMD submitted by the lead
partner may be deemed as EMD submitted by JV firm.
g) One of the members of the JV firm shall be the lead member of the JV firm who shall have amajority (at least 51%) share of interest in the JV firm. The other members shall have a share of notless than 20% each in case of JV firms with up to three members and not less than 10% each in case ofJV firms with more than three members. In case of JV firm with foreign member(s), the lead memberhas to be an Indian firm with a minimum share of 51%.
h) A copy of Letter of Intent or Memorandum of Understanding (MoU) executed by the JV membersshall be submitted by the JV firm along with the tender. The complete details of the members of the JVfirm, their share and responsibility in the JV firm etc. particularly with reference to financial technicaland other obligation shall be furnished in the agree-ment.
i) Once the tender is submitted, the agreement shall not be modified/altered/terminated during the
validity of the tender. In case the tenderer fails to observe/comply with this stipulation, the full Earnest
Money Deposit (EMD) shall be forfeited. In case of successful tenderer, the validity of this agreement
shall be extended till the currency of the contract expires.
j) Approval for change of constitution of JV firm shall be at the sole discretion of the MCGM. The
constitution of the JV firm shall not be allowed to be modified after submission of the tender bid by the
JV firm except when modification becomes inevitable due to succession laws etc. and in any case the
minimum eligibility criteria should not get vitiated. In any case the Lead Member should continue to
be the Lead Member of the JV firm. Failure to observe this requirement would render the offer invalid.
k) Similarly, after the contract is awarded, the constitution of JV firm shall not be allowed to be altered
during the currency of contract except when modification become inevitable due to succession laws
etc. and in any case the minimum eligibility criteria should not get viti-ated. Failure to observe this
stipulation shall be deemed to be breach of contract with all consequential penal action as per contract
condition.
l) On award of contract to a JV firm, a single Performance Guarantee shall be required to be submitted
by the JV firm as per tender conditions. All the Guarantees like Performance Guarantee, Bank
Guarantee for Mobilization advance, machinery Advance etc. shall be ac-cepted only in the name of
the JV firm and no splitting of guarantees amongst the members of the JV firm shall be permitted.
m) On issue of LOA, an agreement among the members of the JV firm (to whom the work has beenawarded) has to be executed and got registered before the Registrar of the Companies underCompanies Act or before the Registrar / Sub-Registrar under the Registration Act, 1908. Thisagreement shall be submitted by the JV firm to the MCGM before signing the contract agreement forthe work. (This agreement format should invariably be part of the tender condition). In case thetenderer fails to observe/comply with this stipulation, the full Earnest Money Deposit (EMD) shall be forfeited and other penal actions due shall be taken againstpartners of the JV and the JV. This joint venture agreement shall have, inter-alia, following clauses:- i. Joint and several liability - The members of the JV firm to which the contract is award-ed, shall be
jointly and severally liable to the Employer (MCGM) for execution of the pro-ject in accordance with
General and Special conditions of the contract. The JV members shall also be liable jointly and
severally for the loss, damages caused to the MCGM during the course of execution of the contract or
due to no execution of the contract or part there-of.
ii. Duration of the Joint Venture Agreement -It shall be valid during the entire period of the contract
including the period of extension if any and the maintenance period after the work is completed.
iii. Governing Laws - The Joint Venture Agreement shall in all respect be governed by and interpreted
in accordance with Indian Laws.
iv. Authorized Member -Joint Venture members shall authorize one of the members on be-half of the
Joint Venture firm to deal with the tender, sign the agreement or enter into con-tract in respect of the
said tender, to receive payment, to witness joint measurement of work done, to sign measurement
books and similar such action in respect of the said ten-der/contract. All notices/correspondences with
respect to the contract would be sent only to this authorized member of the JV firm.
No member of the Joint Venture firm shall have the right to assign or transfer the interest right or
liability in the contract without the written consent of the other members and that of the employer in
respect of the said tender/contract.
n. Documents to be enclosed by the JV firm along with the tender:
i. In case one or more of the members of the JV firm is/are partnership firm(s), following documents
b. Consent of all the partners to enter into the Joint Venture Agreement on a stamp paper ofappropriate value (in original).
c. Power of Attorney (duly registered as per prevailing law) in favor of one of the partnersto sign the MOU and JV Agreement on behalf of the partners and create liability against thefirm. ii. In case one or more members is/are Proprietary Firm or HUF, the following documents shall beenclosed: a. Affidavit on Stamp Paper of appropriate value declaring that his Concern is a ProprietaryConcern and he is sole proprietor of the Concern OR he is in position of "KARTA" of HinduUndivided Family and he has the authority, power and consent given by other partners to act onbehalf of HUF. iii. In case one or more members is/are limited companies, the following documents shall be
submitted:
a. Notary certified copy of resolutions of the Directors of the Company, permitting the
company to enter into a JV agreement, authorizing MD or one of the Directors or Managers of
the Company to sign MOU, JV Agreement, such other doc-uments required to be signed on behalf
of the Company and enter into liability against the company and/or do any other act on behalf of
the company.
b. Copy of Memorandum and articles of Association of the Company.
c. Power of Attorney (duly registered as per prevailing law) by the Company authorizing the
person to do/act mentioned in the para (a) above.
o. All the members of the JV shall certify that they have not been black listed or debarred by MCGM
from participation in tenders/contract in the past either in their individual capacity or the JV firm or
partnership firm in which they were members / partners.
p. Credentials & Qualifying criteria: Technical and financial eligibility of the JV firm shall be
adjudged based on satisfactory fulfilment of the following criteria:
Technical eligibility criteria: In case of Work involving single discipline, the Lead member of the JV
firm shall meet at least 35% requirement of technical capacity as stipulated in tender document.
OR
In case of composite works (e.g. works involving more than one distinct component such as Civil
Engineering works, M&E works, Electrical works, etc. and in the case of major bridges, substructure
and superstructure etc.), at least one member should have satisfactorily completed 35% of the value of
any one component of the project work so as to cover all the components of project work or any
member having satisfactorily completed 35% of the value of work of each component during last
then in such case, the work shall be carried out in all respects in accordance with all instructions and
requirements of the Engineer In-charge.
93. Safety and medical help :
(i) The Contractor shall be responsible for and shall pay the expenses of providing medical help to
any workmen who may suffer a bodily injury as a result of an accident. If such expenses are incurred
by MCGM, the same shall be recoverable from the contractor forthwith and be included without
prejudice to any other remedy of MCGM from any amount due or that may become due to the
Contractor.
(ii) The contractor shall provide necessary personal safety equipment and first-aid box for the use of
persons employed on the site and shall maintain the same in condition suitable for immediate use at
any time.
(iii) The workers shall be required to use the safety equipments so provided by the contractor and the
contractor shall take adequate steps to ensure the proper use of equipments by those concerned.
(iv) When the work is carried on in proximity to any place where there is risk or drawing all necessary
equipments shall be provided and kept ready for use and all necessary steps shall be taken for the
prompt rescue of any person in danger.
94. No compensation shall be allowed for any delay caused in the starting of the work on account of
acquisition of land or in the case of clearance of works, on account of ant delay in according to
sanction of estimates.
95. Anti-malaria and other health measures:
Anti-Malaria and other health measures shall be taken as directed by the Executive Health Officer
of MCGM. Contractor shall see that mosquito genic conditions are created so as to keep vector
population to minimum level. Contractor shall carry out anti-malaria measures in the area as per the
guidelines issued by the Executive Health Officer of MCGM from time to time.
In case of default, in carrying out prescribed anti-malaria measures resulting in increase in malaria
incidence, contractor shall be liable to pay MCGM on anti-malaria measures to control the situation in
addition to fine.
96. Tax:
“G.S.T and other state levies/cess which are not subsumed under GST will be applicable. The tenderershall quote inclusive of all taxes. It is clearly understood that MCGM will not bear any additionalliability toward payment of any Taxes & Duties.
Whenever the service to be provided by the tenderes, fails under Reverse Charge Mechanism, thePrice quoted shall be exclusive of GST, but inclusive of Taxes/Duties/Cess other than GST, if any.
Rate accepted by MCGM shall hold good till completion of work and no additional individualclaim shall be admissible on account of fluctuations in market rates; increase in taxes/ any other levies/
tolls etc except that payment/ recovery for overall market situation shall be made as per PriceVariation.”97. The successful bidder/contractor shall submit NOC of SWM department regarding dumping of
debris by necessary compliance including BG to be submitted as per the policy formulated by MCGM
in view of Hon. Supreme Court orders before accepting work order . Any circular /orders in this
regards will be applicable to contractor. The contractor shall take note of same and quote accordingly.
1. All materials brought on the site of work and meant to be used in the same, shall be the best
of their respective kinds and to the approval of the Engineer. The Engineer or his
representative will accept that the materials are really the best of their kinds, when it is proved
beyond doubt that no better materials of the particular kind in question are available in the
market.
2. The contractor shall obtain the approval of the Engineer of samples of all materials to be
used in the works and shall deposit these samples with him before placing an order for the
materials with the suppliers. The materials brought on the works shall conform in every respect
to their approved samples. Fresh samples shall be deposited with the Engineer whenever the
type or source of any material changes.
3. The contractor shall check each fresh consignment of materials as it is brought to the site of
works to see that they conform in all respects to the Specifications of the samples approved by
the Engineer, or both.
4. The Engineer will have the option to have any of the materials tested to find out whether
they are in accordance with the Specifications and the Contractor will bear all expenses for
such testing. All B bills, vouchers and test certificates, which in the opinion of the Engineer or
his representative are necessary to convince him as to the quality of the materials or their
suitability shall be produced for his inspection when required.
5. Any materials that have not been found to conform to the specifications will be rejected
forthwith and shall be removed from the site by the contractor at his own cost within 24 hours.
6. The Engineer shall have power to cause the Contractors to purchase and use such materials
from any particular source, as may in his opinion be necessary for the proper execution of the
work.
7. Notwithstanding the source, the sand shall be washed using sand washing machine before
use.
LIST OF APPROVED MATERIAL (M&E WORKS) Unless otherwise mentioned specifically only the following approved make / brands of variouselectrical accessories will be used. In case, there are two types of product under one brand name, thenproduct having I.S.I. mark shall be used. In case, the approved brands are not available in the marketthen, equivalent product, which shall be approved as per relevant standards, shall be used. The contractors should distinctly understand that it would not be their prerogative to insist onusing a particular make/brand amongst the approved ones.
The list is subject to revision from time to time, any change of brand name or change in company’sname shall be ‘deemed approved’ from the date of such change.
A) M.S.Black and G.I. Conduit. BEC, Vimco, BI, EWC.
B) Rigid PVC conduit and accessories. Precision, Asian, Diamond, BEC, Circle Arc,Swastik, Premium..
9 PVC casing-n-capping and PVC casing-n-capping accessories.
Presto-plast, Modi's, Sunplast, Precision,Diamond, Circle Ark, Alta, Super Plast,Shriplast OR any other ISI mark.
10 Screws. Nettle Fold, King Fold, Precision Fastners.
11 Piano switches flush mounting (5 to 15Amps.) / wall sockets & plugs (surfacemounting), Modular Switches (5 to 15Amps.) holder pendant / batten / angle, threeplate ceiling rose (for 3 core twisted flexiblewire), 30 Amps. D.P. Ticcino type switchfuse with indicating lamp, bell push surfacemounting, flush mounting.
Roma, Kalki, Strong, Leader, Cona, Modern‘ACE’, Modern ‘FAME’, Modern ‘Image’,SSK, Harisons, Havell's, Safron, Vinay,Precious, Standard, ‘elle’ of M/s Aerolite,‘elleys’ of Elle Elec. Pvt. Ltd. Anchor,Legrand, Cona, C&S, KOLORS
12 Wall socket and plugs metal clad (ray rolltype).
18 Fitting for fluorescent HPMV lamps andLP / HPSV lamps with copper woundchokes and condensers. Bulkhead fittings,Duoflux / dispersive reflectors, flood lightfittings. Recessed mounted CFL 36 Watt &Low Watt. Fittings which use energy savinglight source like CFL, TL-5 and LED.
44 Fluorescent Tube 28 W – T 5, (4Ft) or (3Ft)or (2Ft)
Philips, Asian, GE, OSRAM, HPL, Bajaj.
45 DWC HDPE – double wall corrugated pipes REX, Gemini or equivalent approved byrelevant standards, Georg Fischer
46 Cable Trays and its accessories. Asian Anciliary Corporation, Legrand,universal
47 Window Model Air Conditioner labeled byBEE.
Blue star , Voltas, Videocon, LG, Carrier,Godrej, Daikin, CYGNUS.
48 Split type Air Conditioner 2 star & abovelabeled by BEE.
Blue star, Voltas, Videocon, LG, Carrier,Godrej, Daikin.
49 Play Apparatus Arihant, Honey-fun-n-Thrill, Steelrays, Ganesh,Prompt Toys.
50 Solar Street light Hykon, Kwality, Halonix, Reliance, JainIrrigation
51 Solar Water Heaters Hykon, Kwality, Halonix, Neutech, Solarproductsco., Jain Irrigation
52 Recommended approved makes for items notcovered under FME schedule Items'.
i)Johnson Lifts in 2nd Category, ii)'Centrifugal& Screw Chillers' of M/s Kirloskar ChillersPvt.Ltd., iii)'DMSGI' brand''Terec+ Earthing Backfill compound and ESELightning Protection System' of M/s SGIEngineers Pvt. Ltd.iv)‘Meters, PLCs, Temperature Controllers,Timers, Counters, Process Indicators, Protection
relays’ of M/s Selec Controls Pvt.Ltd,v)‘Programmable Logic Controller(PLC), powersaving controllers, digital meters, Controllerpanel, Biometric System(BMS), Microprocessorbased control system for Factory Automation &Process Control.’ of M/s Softhard AutomationPvt.Ltd.
53 Highmast Bajaj, Valmont
54 Lift KONE , MITSUIBISHI, SCHINDLER,JOHNSON , OTIS of A category listed in liftinspector PWD.
55 Solar Grid Panel Solar Grid Panel Tested according to columnfor certification and standards of approval in theattached file " TUV Nord - IEC " OR equivalentcertification and Government of India Ministryof New and Renewable Energy Grid ConnectedRooftop Division Certification.Make :- Sparks solar , Tata , Jain irrigation etc.reputed OEM.
56 LED light Fixtures and fittings Crompton greaves , Phillips , Bajaj , Osram,Wipro , Syska .
57 Air ventilation system Kruger, Ventech, AirKing VentilationProduct ,Mc Quay international , Trane , SystemAir , Gree , AirMan air management service ,Airovient Engineering Green air, Honeywelletc. reputed branded O.E.M.
58 LED Make LEDs of NICHIA/OSRAM /SEOUL /PHILIPSLumileds/CREE
59 DAY & NIGHT AHD PTZ CCTV CAMERA. Sony /Honeywell/ Hikvision /Samsung
60 IR AHD BULLET CAMERA Sony /Honeywell/ Hikvision /Samsung
61 HD DIGITAL VIDEO RECORDER: 16CHANNEL
Sony /Honeywell/ Hikvision /Samsung
62 SITC of 32" Commercial Television with wallMount accessories
NOTE:- CONTRACTOR SHALL SELECT & APPROVE THE MATERIAL IN CONSENT OF SITE ENGINEERFROM ATTACHED MAKE LISTS IN DT AND JM MATERIAL MAKE LIST UPLOADED AS PERRECOMMONDED BY PROJECT CONSULTANT.
B. “fraudulent practice” means a misrepresentation or omission of facts or suppression of factsor disclosure of incomplete facts, in order to influence the Bidding Process ;
C. “coercive practice” means impairing or harming or threatening to impair or harm, directly orindirectly, any person or property to influence any persons participation or action in the BiddingProcess;D. “undesirable practice” means (i) establishing contact with any person connected with oremployed or engaged by the Authority with the objective of canvassing, lobbying or in any mannerinfluencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; andE. “Restrictive practice” means forming a cartel or arriving at any understanding or arrangementamong Applicants with the objective of restricting or manipulating a full and fair competition inthe Bidding Process.F. If the Employer/Financier determines that the Contractor has engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the
Employer may, after giving 14 days’ notice to the Contractor, terminate the Contractor's
employment under the Contract and expel him from the Site, and the provisions of relevant Clause
shall apply as if such expulsion had been made.
G. Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practice during the execution of the Works, then that employee
shall be removed in accordance with relevant Clause.
For the purposes of this Sub-Clause:
i. “corrupt practice” is the offering, giving, receiving to soliciting, directly or indirectly, of
anything of value to influence improperly the actions of another party;
ii. “another party” refers to a public official acting in relation to the procurement process or
contract execution. In this context, “public official” includes Financer staff and employees of
other organizations taking or reviewing procurement decisions.
iii. “fraudulent practice” is any act or omission, including a misrepresentation, that knowingly or
recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to
avoid an obligation;
iv. “collusive practice” is an arrangement between two or more parties designed to achieve an
improper purpose, including to influence improperly the actions of another party;
v. “coercive practice” is impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of a party;
vi. “obstructive practice” is deliberately destroying, falsifying, altering or concealing of evidence
material to the investigation or making false statements to investigators in order to materially
impede the Financier investigation into allegations of a corrupt, fraudulent, coercive or
collusive practice; and/or threatening, harassing or intimidating any party to prevent it from
The following Banks with their branches in Greater Mumbai and in suburbs and
extended suburbs up to Virar and Kalyan have been approved only for the purpose of accepting
Banker’s guarantee from 1997-98 onwards until further instructions.
The Bankers Guarantee issued by branches of approved Banks beyond Kalyan and Virar can
be accepted only if the said Banker’s Guarantee is countersigned by the Manager of a branch
of the same Bank, within the Mumbai Limit categorically endorsing thereon that said bankers
Guarantee is binding on the endorsing Branch of the bank within Mumbai limits and is liable
to be on forced against the said branch of the Bank in case of default by the contractor/supplier
furnishing the bankers Guarantee.
List of approved Banks:-
A S.B.I and its subsidiary Banks1 State Bank Of India.2 State Bank Of Bikaner & Jaipur.3 State Bank Of Hyderabad.4 State Bank Of Mysore.5 State Bank Of Patiyala.6 State Bank Of Saurashtra.7 State Bank Of Travankore.B Nationalized Banks8 Allahabad Bank.9 Andhra Bank.10 Bank Of Baroda.11 Bank Of India.12 Bank Of Maharashtra.13 Central Bank Of India.14 Dena Bank.15 Indian Bank.16 Indian Overseas Bank.17 Oriental Bank Of Commerce.18 Punjab National Bank.19 Punjab & Sindh Bank.20 Syndicate Bank.21 Union Bank Of India.22 United Bank Of India.23 UCO Bank.24 Vijaya Bank.24A Corporation Bank.C Scheduled Commercial Banks25 Bank Of Madura Ltd.
26 Bank Of Rajasthan Ltd.27 Banaras State Bank Ltd.28 Bharat Overseas Bank Ltd29 Catholic Syrian Bank Ltd.30 City Union Bank Ltd.31 Development Credit Bank.32 Dhanalakshmi Bank Ltd.33 Federal Bank Ltd.34 Indsind Bank Ltd.35 I.C.I.C.I Banking Corporation Ltd.36 Global Trust Bank Ltd.37 Jammu & Kashmir Bank Ltd.38 Karnataka Bank Ltd.39 KarurVysya Bank Ltd.40 Laxmi Vilas Bank Ltd.41 Nedugundi Bank Ltd.42 Ratnakar Bank Ltd.43 Sangli Bank Ltd.44 South Indian Bank Ltd.45 S.B.I Corporation &Int Bank Ltd.46 Tamilnadu Mercantile Bank Ltd.47 United Western Bank Ltd.48 Vysya Bank Ltd.D Schedule Urban Co-op Banks49 Abhyudaya Co-op Bank Ltd.50 Bassein Catholic Co-op Bank Ltd.51 Bharat Co-op Bank Ltd.52 Bombay Mercantile Co-op Bank Ltd.53 Cosmos Co-op Bank Ltd.54 Greater Mumbai Co-op Bank Ltd.55 JanataSahakari Bank Ltd.56 Mumbai District Central Co-op Bank Ltd.57 Maharashtra State Co-op Bank Ltd.58 New India Co-op Bank Ltd.59 North Canara G.S.B. Co-op Bank Ltd.60 Rupee Co-op Bank Ltd.61 Sangli Urban Co-op Bank Ltd.62 Saraswat Co-op Bank Ltd.63 ShamraoVithal Co-op Bank Ltd.64 Mahanagar Co-op Bank Ltd.65 Citizen Bank Ltd.66 Yes Bank Ltd.E Foreign Banks67 ABM AMRO (N.Y.) Bank.68 American Express Bank Ltd.69 ANZ Grindlays Bank Ltd.70 Bank Of America N.T. & S.A.71 Bank Of Tokyo Ltd.
72 Bankindosuez.73 BanqueNationale de Paris.74 Barclays bank.75 City Bank N.A.76 Hongkong & Shanghai banking Corporation.77 Mitsui Taiyokbe Bank Ltd.78 Standard Chartered Bank.79 Cho Hung Bank.
The Bidder commits himself to take all measures necessary to prevent corrupt practices, unfair means
and illegal activities during any stage of his bid or during any pre-contract or post-contract stage in
order to secure the contract or in furtherance to secure it and in particular commits himself to the
following:-
1. The Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration, reward,
favour, any material or immaterial benefit or other advantage, commission, fees, brokerage or
inducement to any official of the MCGM, connected directly or indirectly with the bidding process, or
to any person, organization or third party related to the contract in exchange for any advantage in the
bidding, evaluation, contracting and implementation of the Contract.
2. The Bidder further undertakes that he has not given, offered or promised to give, directly or
indirectly any bribe, gift, consideration, reward, favour, any material or immaterial benefit or other
advantage, commission, fees, brokerage or inducement to any official of the MCGM or otherwise in
procuring the Contract or forbearing to do or having done any act in relation to the obtaining or
execution of the Contract or any other Contract with the Government for showing or forbearing to
show favour or disfavour to any person in relation to the Contract or any other Contract with the
Government.
3. The Bidder will not collude with other parties interested in the contract to impair the transparency,fairness and progress of the bidding process, bid evaluation, contracting and implementation of thecontract. 4. The Bidder will not accept any advantage in exchange for any corrupt practice, unfair means andillegal activities. 5. The Bidder, either while presenting the bid or during pre-contract negotiations or before signing
the contract, shall disclose any payments he has made, is committed to or intends to make to officials
of the MCGM or their family members, agents, brokers or any other intermediaries in connection with
the contract and the details of services agreed upon for such payments.
6. The Bidder shall not use improperly, for purposes of competition or personal gain, or pass on to
others, any information provided by the MCGM as part of the business relationship, regarding plans,
technical proposals and business details, including information contained in any electronic data carrier.
The Bidder also undertakes to exercise due and adequate care lest any such information is divulged.
7. The Bidder commits to refrain from giving any complaint directly or through any other manner
without supporting it with full and verifiable facts.
PROFORMA- I The list of similar works as stated in para ‘A’ of Post qualification during last five years–
PROFORMA- I
Sr.No. Name of the ProjectName of theemployer
Stipulated date ofcompletion
Actual date ofcompletion
Actual Cost ofwork done
1 2 3 4 5 6
NOTE: Scanned Attested copies of completion/performance certificates from the Engineer-in-Charge for eachwork should be annexed in the support of information furnished in the above proforma. Works shall be grouped financial year-wise.
PROFORMA- II
Yearly turnover of Civil Engineering Construction Works during the last five years.
List of similar work, as stated in para ‘A’ of Post qualification,
PROFORMA- III
Name oftheProject
Name oftheEmployer
Cost oftheProject
Date of issueof work Order
StipulatedDate ofCompletion
ActualDate ofCompletion
Actual costof workdone
Remarksexplainingreasons fordelay, if any
1 2 3 4 5 6 78
Note: Scanned Attested copies of completion/performance certificates from the Engineer-in-chargefor each work should be annexed in support of information furnished in the above proforma.
PERSONNEL:
PROFORMA- IV
Sr.No.
PostName Qualification Work Experience
(Prime Candidate/Alternate)
No. of YearsName ofProjects
1Project Manager
2Quality ControlEngineer
3Site Engineer
4Site Supervisor
NOTE: Scanned Attested copies of qualification certificates and details of work experience shall besubmitted /uploaded.
Sr.No. Equipment Number Owned/Leased/Assured access
1 2 3 4
PROFORMA- V/B
Sr.No. Equipment Number Owned
1 2 3 4
Note: The Bidder(s) shall furnish/upload the requisite Scanned Attested documents ofownership/leased of machineries. The undertaking from the suppliers will not be accepted.
PROFORMA - VI / A Details of Existing Commitments and ongoing works –
PROFORMA - VI / A
Descriptionof work
Place ContractNo. & Date
Name &Addresses ofemployer
Value ofContract inRs.
Scheduleddate ofcompletion
Value ofworkremaining tobe completed
AnticipatedDate ofcompletion
1 2 3 4 5 6 78
Note: Scanned Attested copies of completion/performance certificates from the Engineer-in-Charge foreach work should be annexed in the support of information furnished in the above proforma.
Special Guidelines to tenderer-1. Successful tenderer/contractor shall appoint safety engineer on site having experience of
working on high rise building works while execution, for which no extra payment will be given
to the contractor.
2. All up to date site records should be maintained by the contractor as per direction of EngineerIn Charge. Contractor should submit up to date records along with relevant RA bill.
3. Tenderers are requested to visit the site and verify the site conditions, nature and quantum ofwork before submitting the tenders.
4. The tender will be accepted only on the percentage basis, otherwise the tender will be straightaway rejected.
5. The successful tenderer will have to execute a written contract on the standard form of contract.
6. Firm with common proprietor / partner or connected with one another either financially or as
principal and agent or as master and servant or with proprietor / partners closely related to each
other such as husband, wife, father, mother and minor son / daughter and brother / sister and
minor brother / sister, shall not tender separately under different names for the same contract.
7. a. If it is found that firms are described in clause have tendered separately under different
names for the same contract, all such tender(s) shall stand rejected and tender deposit of each
such firm / establishment shall be forfeited. In addition such firm / establishment shall be liable
at the discretion of the Municipal Commissioner for further penal action including blacklisting.
b. If it is found that closely related persons as in clause - 22 have submitted separate tenders /
quotations under different names of firm / establishment but with common address for
establishments / firms and/ or if such establishments / firms though they have different
addresses are managed or governed by the same person / persons jointly or severally, such
tenders shall be liable for action as in clause- (23-A) including similar action against the firm /
establishment concerned.
c. If after award of contract it is found that the accepted tender violated any of the clause 22, 23(A)
or 23(B), the contract shall be liable for cancellation at any time during its currency in addition
to penal action against the contractor as well as related firm / establishments.
8. The tender may be considered incomplete, irregular and invalid unless :
i) It is signed by the proprietor, named managing partner or all partners or by the party or
parties stating specifically their position and status at the following three places;
a) The printed undertaking addressed to the Municipal Commissioner is given.
b) The schedule of quantities and rates and specifications.
18.The tenderer shall furnish the names & qualifications of the staff who will be deputed on this
work and the names of other officers with their telephone Nos. with whom MCGM Engineer
may require to get in touch with. The site engineer must have MCGM Supervisor License and
the copy of license have to be submitted in Dy.C.E.(B.C.) City/ES/W.S.'s office before
commencing the work.
19.All charges on account of Royalty, Octroi, terminal or sales tax/GST and other duties onmaterial obtained for the work from any source including the tax applicable as per MaharashtraSales Tax Act on the transfer of property in goods involved in the execution of workscontractors (re-enacted Act 1991, etc. or as amended upto date shall be borne by thecontractors.
20.The Municipal Commissioner does not bind himself to accept the lowest or any tender.
21.The successful tenderer shall have to furnish a free maintenance guarantee on Rs.100/- stamp
paper for 12 calendar months from the date of completion of the work for any manufacturing
defects and / or faulty workmanship. If any defect is noticed within the guarantee period and on
intimation to the contractors, they will rectify the same free of cost.
22.The tenderer shall indemnify and keep indemnified the MCGM against all damages or
compensation payable by law in respect or in consequence, if any, accident or injury to any
workman or any other person, woman in employment of the contractor or any other sub-
contractor against all claims.
23.Income-Tax Clearance Certificate in original shall be submitted as and when demanded.
24.Amended in Clause No.96; of General Conditions of Contract.
(Finality of Decision and non arbitrarily) as per Circular No.AMC/P/M/1511 of 29.05.2002:
If any dispute, difference of claim is raised by either party relating to any matter arising out ofthe contract, the aggrieved party may refer such dispute within a period of 7 days to theconcerned Addl. Municipal Commissioner who shall constitute a Committee comprising ofthree Officers i.e. concerned D.M.C. or Dir.(E.S.& P.).
Chief Engineer other than the Engineer of the Contract and concerned Chief Accountant. TheCommittee shall give its decision in writing within 60 days.
Appeal from the Order of the Committee may be referred to Municipal Commissioner within 7days. Thereafter the Municipal Commissioner shall constitute the Committee of three Addl.Municipal Commissioners including Addl. Municipal Commissioner in charge of FinanceDepartment. The decision given by this Committee shall be final and binding upon the parties.
37. Maximum care should be taken to the satisfaction of the Engineer to provide and maintain
adequate protection to all electrical and mechanical installations. No extra payment will be
made on this account under any circumstances.
38.Contractor will have to make their own arrangement for getting the electric supply on site for
fabrication and allied works at their own cost.
39.The contractor shall intimate the concerned authorities before starting the work and execute the
work priority fixed by the Engineer-in-charge. The inventory of serviceable and unserviceable
material must be taken jointly with Site-in-charge (Sub-Engineer) before starting of work.
40. Wherever necessary as directed by Engineer-in-charge, the unserviceable materials will
have to be removed from the site within the time period as directed. The serviceable material
should be handed over to concerned Assistant Commissioner of the Ward.
41. The Corporation will not be responsible for any delay that may be caused due to
unforeseen circumstances and no compensation on this account will be paid.
42. No separate payment will be made for dewatering the water seeping in the trenches and
foundation pits opened while executing excavation and other foundation works. The
possibility of high water table should be kept in mind while quoting the percentage.
43. While excavating the trenches for foundation utmost care shall be taken that the foundation of
adjoining structures will not be disturbed.
44. Materials brought on the site or debris will not be allowed to be stacked in passages or in the
car park area.
45. The tenderer / contractor will have to make adequate shielding arrangement by putting
necessary hoardings, screen or gunny bags, etc. so as to avoid any accident or nuisance to the
occupants during the work without any extra payment.
46. After completion of the waterproofing work, the leakage test shall be carried out afterimpounding the water and plugging the openings at least for ten days, without any extra cost.
47. Plumbing and sanitary works will have to be carried out through licensed plumber. Allplumbing lines will be provided 2" away from wall with spaces as directed. The horizontaland vertical lines should be in line & level.
48. Notwithstanding the source, the sand shall be washed using electrically operated sand washing
49. Reinforcement bars shall be purchased from such manufacturer's or their authorized dealers
who manufacture the steel with the basic process. The steel bars shall be embossed with
manufacturer's name. Original manufacturer's test certificate shall be insisted for
reinforcement bars in the form of half embossed and half printed. Test certificate in
photocopy or other form will not be accepted. Engineer's decision regarding make of the steel
will be final and binding on the contractors.
50. The centering shall be insisted only in steel scaffolding and M.S. pipe props.
51. City Engineer reserves the right to delete any item, alter / reduce the scope of the work, no
extra claim in this respect will be allowed.
52. In case of any discrepancy between the plans and B.O.Q. items, item as per B.O.Q. shall
prevail and nothing extra shall be paid.
53. No extra payment will be made for the works like scaffolding & centering. Only double
scaffolding will be allowed.
54. The articles should be manufactured within the Greater Mumbai limit to facilitate inspection of
the articles.
55. The propping shall be done to the existing structure wherever necessary before taking up the
demolition without any extra items.
56. The contractor shall take photographs of the work site before commencing, during execution
and after completion of work, as directed.
57. The contractor shall have to arrange to carry out the work during night time also as per
urgency of the work, at no extra cost.
58. After completion of the proposed work, the tenderer/ contractor will have to hand over the site
in neat and clean condition for which no extra payment will be made.
59. On receipt of the work order the tenderer / bidder/ contractor will have to erect ready-made airconditioning site Chowky with Computer, printer in form of porta cabin/container cabin.Before erecting the Chowky and Godown, he shall have to obtain permission from theconcerned Assistant Commissioner and the Assistant Commissioner shall approve the site ofthe Chowky and Godown proposed by the Engineer or may allot another suitable site. Theporta cabin/ container shall preferably ad measure 12.20 m x 2.50 m with two doors andproper ventilation. It should have toilet facility. Failing which a penalty of Rs 2500/- per daywill be imposed on contractor.
viii. The bidders should have sufficient arrangement for the said system with OEM (Original Equipment
Manufacturer) for timely supply of required parts/equipment’s etc.
ix. The bidder shall ensure that the reported fault/support request is attended to promptly and in any
case within 24 hours from the reporting time.
x. In case any of the systems is non- repairable, then equivalent model of same make will be given as
replacement without any additional cost. If contractor fails to repair/replace the accessories within
24 Hours, contractor will be penalized Rs.1000/-per day.
xi. The vendor during the Contract shall be responsible to maintain the complete system in good
working condition by maintaining minimum uptime of 95%, which would be calculated for each
individual system, which form part of the overall system of the building.
xii. Payment to be made to the contractor of paid CSMC for the correspondence quarter after One year
DLP for which an uptime of 95% could not be maintained. The deduction would be as follows:-
Sr. No. Uptime Deductions
1 95 – 100% No deduction2 80 – 95% 10% of the total value of the Quarterly bill3 70 – 80% 20% of the total value of the Quarterly bill
4 Below 70% 30% of the total value of the Quarterly billxiii. Bidder shall also arrange visit of its expert technician/engineer at our site on regular basis
(during the contract period) to have update about the functioning of the entire system and take
corrective measures for immediate rectification.
xiv. MCGM would give the bidder full access to the equipment to enable to provide
maintenance/support services.
xv. In case any of the items is required to be taken away for repair, the same shall be subject to the
prior written permission of MCGM.
xvi. The bidder will maintain an inventory of critical spare for the purpose of corrective and
preventive maintenance.
xvii. In case of any damage to MCGM’s property/premises for which contractor is accountable, the
contractor will be liable to pay the compensation to MCGM as may be advised by MCGM. The
contractor shall also take full responsibility and compensate MCGM for any
loss/damage/break-down caused to the installation due to negligence of his workers.
xviii. The contractor has to maintain sufficient inventory of frequently required consumables at site.
No complaints in regard to faulty accessories etc. should remain pending for more than 1 day.
Make of consumable item shall be reputed make after due approval of MCGM
PROPOSED CONSTRUCTION OF BASEMENT PARKING BELOW JHULA MAIDAN, BYCULLA (WEST) IN E WARD MUMBAI
SR. NO.
ITEM NO.
JM-CIVIL-1
Providing and Casting RCC bored cast in-situ Vertical Micropiles as per IS 2911 (Part 1, Section 2) by boring through all kinds of soils/ Sand /Rock by percussion method using permanent casing up to stable strata / bentonite mud circulation as specified, from tip to cut-off elevation of piles. Reinforced Cement Concrete work of filling the bore (after placement of reinforcement cage as per drawing) with M25 grade Ready Mix oncrete using 43 Grade Ordinary Portland Cement confirming to IS : 8112, of approved make and brand with minimum cement content of 400 kg/m3 and with water -cement ratio, including the water contained in aggregates (10mm to max 20mm size), not xceeding 0.45, with approved plasticizer as specified,
including placing of concrete from tip to minimum of 600mm above the specified cut-off level, breaking pile head to cutoff level and exposing pile reinforcement for embedment in pile cap, Disposing & levelling of bored/excavated material suitably at locations approved by the local authorities including all lead and lifts, all complete for piles having diameter of (Pile will be measured for payment for length between pile tip to cut-off level along the pile axis. Reinforcement shall be paid separately) for 300mm dia Pile. Rate also includes installation of Rock anchors of avrious capacities and at various levels through waler beams fabricated and installed all as per design and drawing supplied herewith.
CS-PLG-5.0
Supply and placing in position high strength deformed steel bars reinforcement of grade Fe-500 conforming to IS:1786 (latest version) for RCC Cast-in-situ piles for full length of pile including transporting the same from source to site of work, straightening, cleaning, decoiling, cutting, bending to required shape and lengths as per details, binding with 16 SWG black soft annealed binding wire, supplying and placing with proper cover blocks, supports, chairs, spacers, welding, if required, to form a grid cage etc., complete as per instruction of the Engineer-in-Charge (steel supplied by contractor at his own cost and duly approved by Engineer in charge).
1 CS-EW EARTH WORK1.1 CS-EW-1 Cum 220.00 19061 41,93,420.00
1.2 Extra over above item CS-EW-1 for lift from 1.5m to 3.0m. Cum 48.00 7093 3,40,464.00
1.3 Extra over above item CS-EW-1 for lift from 3.0m to 4.5m Cum 71.00 4729 3,35,759.00
1.5 CS-EW-3 Cum 362.00 19310 69,90,220.00
1.6 CS-EW-4 Cum 873.00 8950 78,13,350.00
Note:
2) It also includes the royalty and other taxes if any.1.7 Cum 220.00 7065 15,54,300.00
1.8 Cum 287.00 7065 20,27,655.00
1.9 Cum 354.00 12245 43,34,730.00
1.10 Cum 422.00 1885 7,95,470.00
Excavation for foundations, substructures, basements, tanks, sumps, walls, chambers, manholes, trenches, poles, pits & general building works in all types of soils, vegetable earth, soft murum, running sand, shingle, turf clay, loam, peat, ash, shale, slag, chalk, garbage, muddy/ marshy/ slushy soil, marine clay, reclaimed land etc. for depths/lifts upto 1.5M measured from the ground level, including dressing/ trimming the sides, leveling and ramming of bottoms, manual dewatering, removing rank vegetation, backfilling in layers not more than 200mm thickness, watering, consolidating, compacting to achieve not less then 97% Modified Proctor density conforming to relevant IS, stacking the selected material in measurable heaps for future use within owners space or disposing within an initial lead of 150m as directed, loading, unloading, leveling excluding shoring, strutting etc. complete as directed by Engineer- in-Charge.Note: 1) The rate includes the handling/supporting the existing utilities such as cables, drains, pipes, water mains etc. 2) It also includes the royalty and other taxes applicable if any.
CS-EW-2-a
CS-EW-2-B
Excavation for foundation, substructures, basements, tanks, sumps, walls, chambers, manholes, trenches, poles, pits & general building works in soft/ disintegrated rock, sand stone, stiff clay, gravel, cobblestone, hard laterite, water bound macadam, wet mix macadam, asphalt mix carpet of any type, pitching, soling, paths and hardcore, lime concrete, plain cement concrete, stone masonry and all types of brick/ block masonry below ground level, rock boulders, etc. for depths/ lifts upto 1.5M measured from the ground level, including dressing/ trimming the sides, leveling of bottoms, manual dewatering, removing rank vegetation, backfilling in layers not more than 200mm thickness, watering, consolidating, compacting to achieve not less then 97% Modified Proctor density conforming to relevant IS, stacking in measurable heaps for future use within owners space or disposing within an initial lead of 150m as directed, loading, unloading, leveling excluding shoring, strutting etc. complete as directed by Engineer-in-Charge.Note: 1) The rate includes the handling/supporting the existing utilities such as cables, drains, pipes, water mains etc. 2) It also includes the royalty and other taxes if any
Excavation by chiseling by manual operations, pneumatic breaker, hammer, drilling, compressor breaker, jack hammer etc. for foundations, substructures, basements, tanks, sumps, walls, chambers, manholes, poles, pits & general building works in hard rock, reinforced concrete, Bituminous macadam for depths/lifts upto 1.5M, including ressing/trimming the sides, leveling of bottoms, manual dewatering, removing rank vegetation, backfilling in layersnot more than 200mm thickness, watering, consolidating,compacting to achieve not less then 97% Modified Proctor density conforming to relevant IS, stacking in measurable heaps for future use within owners space or disposing within an initial lead of 150m as directed, unloading, leveling excluding shoring, strutting etc. complete as directed by Engineer-in-Charge, loading.
1) The rate includes the handling/supporting the existing utilities such as cables, drains, pipes, water mains etc.
CS-EW-7-c
Extra over the items CS-EW-03 to CS-EW-06 for lift from 4.5m to 6.0m.
CS-EW-7-d
Extra over the items CS-EW-03 to CS-EW-06 for lift from 6m to 7.5m.
CS-EW-7-e
Extra over the items CS-EW-03 to CS-EW-06 for lift from 7.5m to 9.0m.
CS-EW-7-f
Extra over the items CS-EW-03 to CS-EW-06 for lift from 9.0m to 10.5m.
1.11 Cum 110.00 60 6,600.00
Note : The rate includes the royalty and other taxes if any.1.12 Cum 589.00 5280 31,09,920.00
Note : The rate includes the royalty and other taxes if any.1.13 CS-AT-1 Cum 151.00 4610 6,96,110.00
1.14 Nos. 18,000.00 755 1,35,90,000.00
1.15 Excavation for planting Shrubs on Soft surface (Individual) Sqm 121.00 854 1,03,365.46
Excavation for planting Trees on Soft surface (Individual)
1.16 Nos. 202.00 16 3,232.00
1.17 Cum 296.00 195 57,720.00
1.18 Cum 1,551.00 145 2,24,895.00
TOTAL OF EARTH WORK 4,61,77,179.00
CS-EW-11
Filling in plinth, floors, trenches, pits with approved excavated materials, murum / good earth in layers not exceeding 200mm including breaking of clods, watering, consolidating each layer in filled up area by rolling and compacting with roller/ plate compactor as required to achieve not less than 97% modified proctor density conforming to relevant IS etc. complete as directed by Engineer In charge.
CS-EW-12
Filling in plinth, floors, trenches, pits with approved contractor's murum in layers not exceeding 200mm including breaking of clods, watering, consolidating each layer in filled up area by rolling and compacting with roller/ plate compactor as required to achieve not less than 97% modified proctor density conforming to relevant IS etc. complete as directed by Engineer In charge. The rate includes necessary soil testing charges at laboratory & field as per relevant I.S. codes, royalty, octroi and other taxes if any. (Note: Borrow areas selected by CONTRACTOR shall be got approved from Engineer In Charge, before executing the work)
Providing Pre-constructional anti-termite treatment conforming to IS-6313 (part II) using chloropyrifos EC 20 Emulsion or equivalent of 1% concentration by weight for creating barrier under and all around foundation pits, wall trenches, basement excavation, backfill in immediate contact with foundation and treating the top surface of plinth filling, junction of wall & floor, along the external perimeter of building, expansion joints, surrounding of pipes, water conduits and at places suggested and as directed by Engineer-In-Charge covering 10 years guaranty. (plinth area should be considered for measurement and payment.)
PTW-CIVIL-1
Providing and fixing of Rock Anchors of 125mm dia. drill hole and confirmation of anchor capacity and anchoring depth by Geotech consultant and getting it approved from IIT Mumbai. However anchor capacity not to reduce from 60 T and anchorage depth with minimum depth embedment in rock upto 5m by drilling/boring and inserting 3 nos. of 32mm dia. Tor steel bar of 6.25m long in to the bores & as per required at site and doing 10% pullout test of anchor bars. Rate to include providing and injecting Neat Cement Grout with Cebex 100 admixture, cost of confirmation from geotech consultant and approval from approved agency and getting the tests done.
GW-1-2-a
Excavating the ground for planting individual shrub in the earth / murum / sand for a pit size of 0.60 m X 0.60 m X 0.60 m
Gw-1-5-a
Excavating the ground for planting individual Tree (sapling ht. 4'-5' at the time of plantation) in the earth / murum / sand for a pit size of 1.0 m X 1.0 m X 1.0 m
CS-EW-16
Excavation over areas for land/plot developement in soft/ disintegrated rock, sand stone, stiff clay, gravel, cobblestone, hard laterite, water bound macadam, wet mix macadam, pitching, soling, paths and hardcore, lime concrete, plain cement concrete, stone masonry and all types of brick/ block masonry below ground level, rock boulders, etc. for all depths/lifts including manual dewatering, filling the selected excavated earth at the locations as directed, in layers not more than 200mm thickness, watering, consolidating, compacting to achieve not less then 97% Modified Proctor density conforming to relevant IS, stacking the selected material in measurable heaps for future use within owners space or disposing within an initial lead of 150m as directed, loading, unloading, leveling excluding shoring, strutting etc. complete as directed by Engineer-in-Charge.Note:1) The rate includes the handling/supporting the existing utilities such as cables, drains,pipes, water mains etc.2) It also includes the royalty and other taxes if any.
CS-EW-26
Providing & Laying dry stone Rubble Soling with average 230 mm size hard stone set in regular lines, handpacked and interstices thoroughly filled with small chips including filling in with good quality murum brought from outside, compacting with iron rammers, watering, sand spreading 12mm thk. layer of grit on top etc complete as directed by Engineer In Charge.(Note: The rate includes the royalty and other taxes if any)
C CS-CW STRUCTURAL WORK2.1
2.1.1 Cum 5,175.00 10 51,750.00
2.1.2 Cum 4,279.00 720 30,80,880.00
2.2
All works upto plinth level.
2.2.1 Cum 5,861.00 1025 60,07,525.00
2.3 Cum 6,033.00 29 1,74,957.00
2.4
All works (including Centering & Shuttering) 2.4.1 Foundations, footings, bases of columns, rafts, pilecap. Cum 6,505.00 2020 1,31,40,100.00
2.4.5 Columns, Pillars, Piers, Posts and Struts. Cum 9,288.00 645 59,90,760.00
CS-CW-1
Providing and laying in position plain cement concrete of specified grade with p/granite/quartzite/gneiss metal mixing in concrete mixer including bailing out water, compacting, finishing surface, curing and including the cost of centering and shuttering at all level :
CS-CW-1-b
Nominal Mix of 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size)
CS-CW-1-d
Nominal Mix of 1:4:8 (1 Cement : 4 coarse sand : 8 graded stone aggregate 20 mm nominal size).
CS-CW-3
Providing and laying in position ready mixed plain cement concrete, with cement content as per approved design mix by Engineerincharge and manufactured in fully automatic batching plant and transported to site of work in transit mixer for all leads, having continuous agitated mixer, manufactured as per mix design of specified grade for plain cement concrete work, including pumping of R.M.C. from transit mixer to site of laying and curing, including the cost of centering, shuttering and finishing, including cost of curing, admixtures in recommended proportions as per IS : 9103 to accelerate/ retard setting of concrete, improve workability without impairing strength and durability as per direction of the Engineer - in - charge.
CS-CW-3-a
CS-CW-3-a-2
M-15 grade plain cement concrete (cement content considered @ 240 kg/cum as per IS 456 table showing minimum cement content).
CS-CW-2-a-1
Providing and laying in position ready mixed plain cement concrete, using fly ash and cement content as per approved design mix from Engineer-in-charge and fly ash conforming to grade I of IS 3812 (Part- 1) only be used as part replacement of OPC as per IS 456 and uniform blending with cement is to be ensured in accordance with clauses 5.2 and 5.2.1 of IS: 456-2000 in the items of ready mixed concrete and manufactured in fully automatic batching plant and transported to site of work in transit mixer for all leads, having continuous agitated mixer, manufactured as per mix design of specified grade for plain cement concrete work, including pumping of R.M.C. from transit mixer to site of laying and curing, including the cost of centering, shuttering and finishing, including cost of curing, admixtures in recommended proportions as per IS : 9103 to accelerate/ retard setting of concrete, improve workability without impairing strength and durability as per direction of the Engineer - in – charge.
Providing and laying in position ready mixed design mix M-20 grade cement concrete for reinforced cement concrete work, using cement content as per approved design mix, including pumping of concrete to site of laying and the cost of centering, shuttering, finishing and excluding reinforcement, including admixtures in recommended proportions as per IS: 9103 to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer-in-charge.The Mix design as per particular specfications shall be got approved by Engineer-in-Charge before execution of the item.The rate shall include cost of all specified materials and operations at all levels and heights, including the cost of centering, shuttering and and excluding reinforcement which shall be paid under relevant item.(Note :- Cement content considered in this item is @ 300 kg/cum as per IS 456 table showing minimum cement content. No extra will be paid nor any amount will recovered on account of variation of cement in mix design as per specifications for controlled concrete).
CS-CW-7-a
CS-CW-7-b
Walls (any thickness) including attached butteresses, retaining wall, shear wall, diaphragm wall , trench,pit walls,Tank walls etc.
Extra for shuttering in circular work arches, columns (20% of respective centering and shuttering items).
CS-CW-16
Extra and over for providing richer RMC of M-25 grade cement concrete instead of M20 (Note :- Cement content considered in thisitem is @ 330 kg/cum as per IS 456 table showing minimum cementcontent.)
CS-CW-17
Extra and over for providing richer RMC of M-30 grade cement concrete instead of M20 (Note :- Cement content considered in this item is @ 340 kg/cum as per IS 456 table showing minimum cement content.)
CS-CW-18
Extra and over for providing richer RMC of M-35 grade cement concrete instead of M20 (Note :- Cement content considered in this item is @ 350 kg/cum as per IS 456 table showing minimum cement content.)
CS-CW-35
Providing and fixing in position steel bars reinforcement of various diameters for R.C.C. pile, pile caps, footings, raft, retaining wall, shear wall, lift wall, foundations, slabs, beams, columns, canopies, staircases, newels, chajjas, lintels, pardies, coping, fins, arches, etc.as per detailed designs, drawings and bar bending schedules, including straightening, cutting, bending, hooking the bars, bindingwith wires or tack welding, supporting as required etc. all complete at all levels.
CS-CW-35-c
WS3-08-001-123
Providing and laying Polythene sheet of 500 gauge of approved make and quality on binding layer with 100mm overlap etc., complete
CS-RM-105
Drilling with core cutting machine in RCC slabs, walls etc. wherever required in buildings, manholes, ducts, water tanks, pits etc. for laying pipes, sleeves and making good the same to give an even finish. The rate shall include the cost of drilling core, providing EPOXY based water proofing compound for sealing the joints around the pipes, nominal reinforcement wherever required, scaffolding and labour charges for working at all levels, leads and heights. (Maximum thickness of RCC members shall be 300mm) and as directed by Engineer-In-Charge. g) Above 150 mm to 200mm dia
CS-SS-04
Providing, detailing, composite fabricating members like Trusses, Ngirders, girders, bracings, supports, purlins, runners, and similar structural steel members fabricated using M.S. hollow tubular steel sections (circular & rectangular pipes), of TATA Structura Make or equivalent conforming to IS 1239 part 1 and 2 and of grade Fe 250 asper specifications and approved fabrication drawings (which are to be prepared by Contractor and got approved from Engineer), including transportion of the same to site, erection of structural steel members for all heights & at all levels, provision of necessary erection bolts, fixing bolts, nuts, washers, cleats, stiffeners, gussets, base plate, and all necessary operations like preheating as per specifications, straightening, bending, cutting, drilling, grinding, machining if specified, welding, grinding, removing the welding burr and preparing surface for painting with wire brush cleaning and applying two coats of epoxy red oxide zinc phosphate primer of 30 microns each and two coats of Epoxy Corrosion Resistant Enamel paint of 30 microns after fabrication including touching up with spray painting after erection etc complete as directed by Engineer In Charge.
CS-PS-90
Providing and fixing G.I. pipes complete with G.I. fittings including trenching and refilling etc.
Brick work with clay flyash F.P.S. (non modular) brick of class designation 7.5 in superstructure above plinth level up to floor five level in :
CS-CS-MW-16-
a
CS-CS-MW-16-
b
CS-MW-11
Half brick masonry with common burnt clay F.P.S. (non modular) bricks of class designation 7.5 in superstructure above plinth level up to floor V level.(Fire proof specification)
CS-CS-MW-11-
a
CS-CS-MW-11-
b
CS-MW-33
Providing and laying autoclaved aerated (cellular) cement blocks masonry with more than 100 mm thick AAC blocks in cement mortar 1:4 (1 cement : 4 coarse sand ) including RCC stiffeners.The rate includes providing and placing in position 2 Nos 6 mm dia M.S. bars at every third course of masonry work, racking of joints, scaffolding and curing,etc. completed as directed by Engineer-in- Charge.
E CS-PL PLASTERING WORK4.1 Sqm 243.00 13802 33,53,886.00
4.2 Sqm 295.00 9424 27,80,080.00
4.3
4.3.1 In cement mortar 1:3 Sqm 239.00 467 1,11,613.00
4.4
4.4.1 In cement mortar 1:3 Sqm 393.00 2104 8,26,872.00
4.5 Kg 190.00 312 59,280.00
4.6 Sqm 79.00 200 15,800.00
4.7 Sqm 222.00 319 70,818.00
4.8 Sqm 39.00 230 8,970.00
TOTAL OF PLASTERING WORK 72,27,319.00
CS-PL-03
Providing and applying 6 mm thick internal ceiling plaster in single coat in cement mortar 1:3 with white cemetecious wall putty (Birla white or equivalent) finish at all heights and locations for concrete surfaces including hacking of concrete surface, watering, finishing, curing, scaffolding etc. complete.
CS-PL-06
Providing and applying 12 mm thick internal plaster in one coat in cement mortar 1:3 with white cemetecious wall putty (Birla or equivalent) at all heights and locations for masonry (except stone masonry) and concrete surfaces including racking out joints, hacking of concrete surface, watering, finishing, curing, scaffolding etc. complete.
CS-PL-14
Providing and applying 12 mm thick sand faced external cement plaster for soffit of slabs & stair, beams, columns, chajja etc. upto 10m from ground level and at all locations in cement mortar as specified below including providing water proofing compound to the first coat of plaster as per manufacturers specification, hacking of concrete surface, finishing, curing, scaffolding etc complete as directed By Engineer In Charge. (Duct Plaster)
CS-PL-14-c
CS-PL-15
Providing and applying 20 mm thick external sand faced cement plaster upto 10m from ground level and at all locations in cement mortar proportion specified below in two coats for masonry (except stone masonry) and concrete surfaces including providing water proofing compound to the first coat of plaster as per manufacturers specification, racking out joints, hacking of concrete surface, finishing, curing, scaffolding, etc complete as directed By Engineer In Charge.
CS-PL-15-a
CS-PL-35
Extra for providing and mixing polypropylene fibers in mortar of internal and external plaster. The dose of 6mm long fibers shall be 125gms per 50 kg of cement bag or as per the manufactures specifications etc complete as directed by Engineer In Charge
CS-PL-34
Providing & Fixing bird wired mesh/wired fabric (12.5mm x 24 SWG) in strips of 200 mm width or as required over junctions of concrete & brick / block masonry or any other specified location at all heights including minimum 200mm overlap at all joints / junction prior to plastering, drilling, nailing etc. complete as directed By Engineer In Charge.
CS-PL-24
Providing and applying 15 mm thick external sand faced cement plaster upto 10m from ground level and at all locations in cement mortar 1:4 in two coats for masonry (except stone masonry) and concrete surfaces including, racking out joints, hacking of concrete surface, providing bands, drip moulds, grooves etc. finishing, curing, scaffolding etc complete as Directed By Engineer In Charge.
CS-PL-25
Extra for every additional height of 3 m or part thereof above10m from ground level for all types of external plastering.
F FLOORING WORK
5.1
5.1.1 Prepolished Kota Flooring (Location:- Staircase) Sqm 1,069.00 199 2,12,731.00
Notes:1) All the rates are include all necessary conveyance and delivery, handling, unloading, storing, fabrication, hoisting, scaffolding, lead, lift, all labour for finishing to required shape and size, setting, fitting and fixing in position, straight cutting and waste, return of package and other incidental operations.
CS-FL-01
Providing and laying polished natural stone as specified below (Machine cut) of an approved quality and size for paving /flooring in plain and/or diamond /approved pattern including cement mortar bedding of 25 mm thick in 1:4 proportion, cement float, machine cutting, dressing, leveling, jointing, filling the joints with neat cement slurry or with required pigment, machine polishing at site, curing, finishing, etc complete as directed by Engineer In Charge.
CS-FL-01-c
CS-FL-01-l
CS-FL-21
Providing and fixing polished natural stone tiles /slab as specified below of approved quality, pattern and colour for flush/projected skirting and risers including preparing the surface and levelling in the desired line, backing of 20 thk. cement mortar in porportion 1:3, square cut top edge or chamfered top edge in cement mortar 1:3, cement float, machine cutting, leveling, jointing, filling the joints with neat cement or pigment mixed with cement, polishing, finishing, curing etc complete as directed by Engineer In Charge.
CS-FL-21-d
15 to 20mm thk. Kota stone for height upto 150 mm (Location :- Staircase)
CS-FL-21-k
CS-FL-28
Providing and fixing polished natural stone tiles as specified below of approved quality, pattern and colour for dado including preparing the surface and levelling in the desired line, backing of 20 thk. cement mortar in porportion 1:3, square cut top edge or chamfered top edge in cement mortar 1:3, cement float, machine cutting, leveling, jointing, filling the joints with neat cement or pigment mixed with cement, polishing, finishing, curing etc complete as directed by Engineer In Charge.
CS-FL-28-m
CS-FL-38
Providing and fixing polished natural stone slab as specified below of approved quality, pattern and colour for treads including preparing the surface and levelling in the desired line, in cement mortar 1:4, cement float, machine cutting, leveling, jointing, smooth cement plastering along the sides to match the existing surface in cement mortar 1:3, filling the joints with neat cement or pigment mixed with cement, polishing, finishing, curing etc complete as directed by Engineer In Charge.
CS-FL-38-d
CS-FL-40
Providing and fixing polished natural stone tiles as specified below of approved quality, pattern and colour for sill and jambs including preparing the surface and levelling in the desired line, cement mortar 1:3 bedding or backing, cement float, machine cutting, leveling, jointing, smooth cement plastering along the sides to match the existing surface in cement mortar 1:3, filling the joints with neat cement or pigment mixed with cement, finishing, curing etc complete as directed by Engineer In Charge.
CS-FL-40-j
CS-FL-08
Providing and laying 600 x 600 x 8 mm thk. vitrified tiles as specified below conforming to I.S.15622- 2006 with water absorbtion less than 0.08% for flooring of an approved, quality, make and pattern /design for flooring including cement mortar bedding of 25 mm thick in 1:4 proportion, cutting, leveling, jointing, filling the joints by neat cement slurry or approved colour grout, curing, finishing etc complete as directed by Engineer In Charge.
CS-FL-8-C
5.7
5.7.1 Rmt 231.00 152 35,112.00
5.8
5.8.1 Ruby red / jet black / Hasan green Granite slab at top and facia
i) 600 mm Wide Jet Black Granite Counter Rmt 4,135.00 18 74,430.00 5.10 Cum 6,674.00 1253 83,62,522.00
5.11 Sqm 920.00 12523 1,15,21,160.00
5.12 Sqm 1,372.00 769 10,55,068.00
5.13
5.13.1 Kota stone Rmt 148.00 423 62,604.00
5.14
5.14.1 Kota stone Rmt 34.00 423 14,382.00
CS-FL-25
Providing and fixing 8mm thk. vitrified tiles as specified below conforming to I.S. 15622-2006 of approved quality, pattern and colour for flush/projected skirting / riser including preparing the surface and levelling in the desired line, backing of 20 thk. cement mortar in porportion 1:3, square cut top edge or chamfered top edge in cement mortar 1:3, cement float, machine cutting, leveling, jointing,filling the joints with neat cement slurry or pigments mixed with cement, finishing, curing etc complete as directed by Engineer In Charge.
CS-FL-25-a
Light coloured glazed vitrified tiles for height upto150mm
CS-FL-46
Providing and constructing raised platform of 750 mm wide and 600 to 750mm high using minimum 40mm thick polished kadappa stone slab base with minimum 15mm thk. polished stone top as specified below of approved quality, colour and texture, supported by both side polished, 40mm thk. and minimum 700mm wide kadappa spaced at not more than 1200mm clear, including polished facia of min. 100mm height as specified below with champhered/ rounded at the top edges, jointing in approved adhesives, machine cutting, making opening for sink and fixing the same in position, leveling, smooth cement plastering along the sides to match the existing surface in cement mortar, filling the joints with pigment mixed with cement, cleaning, finishing, curing etc complete as directed by Engineer In Charge.(The cost of providing the sink shall be paid extra as per plumbing items)
CS-FL-46-c
CS-CW-24
Providing and laying C.C. floor of mix M-20 with ready mixed concrete from RMC. The ready mixed concrete shall be laid and vibrated with a poker vibrator and finished with screed board vibrator, vacuum dewatering process and finally finished by floating, brooming with wire brush etc. complete as per specifications and directions of Engineer-in-charge. The channel shuttering spaced 4m apart shall be included in this item.)
CS-PN-25
Providing and applying antifungal self leveling 3mm EPU system including coving at floor wall junction, necessary surface preparation by cleaning and de-dusting. The System shall be executed in three stages, firstly by applying a solvent free epoxy primer which has a volumetric ratio of mixing @ 200 microns dft,then laying 1.8mm self leveling epoxy based screed and finally applying a solvent free EPU ( epoxy-polyurethane), self leveling coating to yield a dft of 1000 microns. The EPU coating shall be a two component with volumetric ratio of mixing. No fillers shall be added at the site while laying the self leveling EPU including Aisle or zone marking in different colours etc. complete as per manufacturers specifications and as directed & approved by Engineer In-Charge.
CS-FL-30
Providing and fixing 25 to 35mm thk. red sand stone tiles of approved quality, pattern, size and colour for dado including preparing the surface and levelling in the desired line, backing of 20 thk. cement mortar in porportion 1:3, square cut top edge or chamfered top edge in cement mortar 1:3, fixed with metal clamp and brass pins, cement float, machine cutting, leveling, jointing, filling the joints with neat cement or pigment mixed with cement, finishing, cleaning and washing with diluted solution of muriatic acid, curingetc complete as directed by Engineer In Charge.
CS-FL-57
Rounding the edge in half round shape of the stonework specified below including high gloss machine polishing as directed by Engineer In Charge.
CS-FL-57-d
CS-FL-59
2 to 3mm wide and 3mm deep grooving on the stonework specified below as directed by Engineer InCharge.
CS-FL-59-d
5.15 RW-3-42 Rmt 1,530.00 836 12,79,080.00
5.16 RW-3-27 Sqm 1,692.00 442 7,47,864.00
5.17 RW-3-30 Sqm 1,647.00 206 3,39,282.00
5.18 RW-3-28 Sqm 1,597.00 194 3,09,818.00
5.19
25 to 30 mm thk. rough steel gray granite stone.
a) Size:-100x200mm D Grey granite riverwashed. As per architect. Sqm 1,711.00 766 13,10,626.0 b) Size:-300X300 steel grey leather finish.As per architect. Sqm 1,711.00 174 2,97,714.00
Providing and fixing of cement concrete Kerb Stone of M-25 grade IN WHITE CEMENT with COLOUR of size : 500mm width x 325height x 165mm thick (Half Batter, Bull Nose / Full Batter) manufactured in wet press vacuum de watering technology plant / EQUIVALANT with face pimple finish for high visibility with excellent quality and finish and edges perfect and sharp. Including excavation in any soil except rock, laying a leveling course of M15 grade RMC 100mm .thick ,to required slope (inclusive of formwork) jointing in C.M.1:2 proportion flush to concrete surface, any shade as directed. (Kerbstones shall be procurred from MCGM registered agencies).NOTE: THIS ITEM SHOULD BE OPRATED ONLY AFTER SPECIFIC SANCTION OF DIR(E.S.& P.)
Note :-Half Batter - 600x450x150mm Flushed kerb - 600x300x125mm Bull Nose- 600x375x150mm As per Architect.
Providing & fixing in the foothpath Concrete Paving Slabs (Flagstone) 400X400X60mm thick or any approved size in Gray or any specified colour with shot blasted texture or any approved texture on top surface of approved patern/shape and colour having average crusting strength 40N/mm² manufactured in double layer pre cast concrete Paving Slabs (Flagstone) 12 to 15mm thick and consist cubical shape Quartz stone aggregate 8mm sieve 100% passing and retain on 4.75mm size sieve, silica sand. The bottom layer should be 45 to 48mm thick in gray cement having 12mm sieve 100% passing aggregate asper technical specification, rested on average 25mm compacted thick ness of uniformly grade driver sand cushioning, compacted by proper capacity mechanical compactor with proper level grade and camber etc. complete as specified and as directed by the Engineer.
Providing & fixing in the foothpath Concrete cobbles 100X100X60mm thick in Grey colour or any approved size in Gray or any specified colour with shot blasted textue or any approved texture on top surface of approved pattern/shape and colour having average crusting strength 40N/mm² manufactured in double layer pre cast concrete Concrete cobbles, 12 to 15mm thick top layer and consist of cubical shape Quartz stone aggregate 8mm sieve 100% passing and retain on 4.75mm size sieve, silica sand.The bottom layer should be 45 to 48mm thick in gray cement having 12 mm sieve 100% passing aggregate asper technical specification, rested on average 25mm compacted thickness of uniformly grade drivers and cushioning, compacted by proper capacity mechanical compactor with proper level grade and camber etc. complete as specified and as directed by the Engineer.
Providing & fixing in the foothpath Concrete Paver blocks 200X200X60mm thick or any approved size in Gray or any specified colour with shot blasted texture or any aproved texture on top surface of approved pattern/shape and colour having average crusting strength 40N/mm² manufactured in double layer pre cast concrete Paver blocks 12 to15mm thick in to player and consist of cubical shape Quartz stone aggregate 8mm sieve 10% passing and retain on 4.75mm size sieve, silica sand. The bottom layer should be 45 to 48mm thick in gray cement having 12mm sieve 100% passing aggregate as per technical specification, rested on average 25mm compacted thickness of uniformly grade drivers and cushioning, compacted by proper capacity mechanical compactor with proper level grade and camber etc. complete as specified and as directed by the Engineer.
Providing and laying rough natural stone tiles 25mm to 30mm thick of an approved quality and size for paving/flooring including cement mortar bedding of 25mm thick in 1:4 proportion, cement float, pointing in cement mortar 1:3, cutting, dressing ,leveling, jointing, pointing, curing, finishing etc complete as directed by Engineer In Charge.
D grey granite riverwashed finished5.21 Sft 67.26 17287 11,62,723.62
TOTAL OF FLOORING WORK 3,21,85,070.62
Providing and laying rough natural stone tiles 25mm to 30mm thick of an approved quality and size for paving/flooring including cement mortar bedding of 25mm thick in 1:4 proportion, cement float, pointing in cement mortar 1:3, cutting, dressing ,leveling, jointing, pointing, curing, finishing etc complete as directed by Engineer In Charge.
CS-FL-01-l
JM-CIVIL-5
Providing and laying of polymer grass pavers of size 50x43x4.5 ht having the load bearing capacity of 50N/sq.mm on the multipurpose ground
6.5.1 Chromium plated Brass mortice latch and lock with round knob Nos 1,157.00 22 25,454.00
6.6
6.6.1 E] Standard Stainless Steel hinges with ball bearing
6.6.2 100 mm Long Nos 74.00 215 15,910.00
6.7
6.7.1 Standard Stainless Steel make Aldrop
6.7.2 300 mm long. Nos 340.00 99 33,660.00
6.8
CS-WW-01
Providing and fixing best quality C.P. Teak wood frame for doors, windows and ventilators size greater than 50mm x 50mm including intermittent supports if required, all moulding, rebating, jointing, hold fasts of MS flats of minimum size 25 x 3 mm, having length of 225 mm for doors & 150 mm for windows and finishing with 3 coats of French polish or one coat of primer and synthetic enamel paint in two coats as directed etc. complete as directed.
CS-WW-06
Providing and fixing superior quality single leaf B.W.P. grade solid core flush door shutters of standard make conforming to IS:2202- 1991 (Part I & II) including one coat of primer, putty and 2 coats of synthetic enamel paint on both faces etc. with 12 mm thk teak wood lipping all around all around etc. complete (Hinges, aldrop & standard door hardware to be paid separately)
CS-WW-06-d
CE3-06-002 -
FAIR 18
Proviidng & fixing 1 mm thick laminate to flush doors instead of synthetic enamel painting including all material and labour.
CS-WW-13
Providing and fixing vision panel of size 300mm x 300mm in any type of door with 6mm thick glass including T.W. beading etc. complete as directed bt Engineer in charge.
JM-CIVIL-9
Providing and fixing 30mm thick factory made solid both side Prelaminated panel PVC door shutter consisting of frame made out of M.S. tubes of 19 gauge thickness and size of 19mm x 19mm for styles and 15x15mm for top & bottom rails. M.S. frame shall have a coat of steel primers of approved make and manufacture. M.S. frame covered with 5mm thick heat moulded Pre-laminated PVC 'C' channel of size 30mm thickness, 70mm width out of which 50mm shall be flat and 20mm shall be tapered i. e. on either side forming styles; and 5mm thick, 95mm wide PVC sheet out of which 75mm shall be flat and 20mm shall be tapered in 45 degree on the inner side to form top and bottom rail and 115mm wide PVC sheet out of which 75mm shall be flat and 20mm shall be tapered on both sides to form lock rail. Top, bottom and lock rails shall be provided either side of the panel. 10mm (5mm x 2 ) thick, 20mm wide cross PVC sheet be provided as gap insert for top rail & bottom rail. paneling of 5mm thick both side Pre-laminated PVC sheet to be fitted in the M.S. frame welded/ sealed to the styles & rails with 7mm (5mm+2mm) thick x 15mm wide PVC sheet beading on inner side, and joined together with solvent cement adhesive. An additional 5mm thick PVC strip of 20mm width is to be stuck on the interior side of the 'C' Channel using PVC solvent adhesive etc. complete as directed.
CS-HW-01
Providing and fixing mortise lock of approved make manufactured as per IS:2209 and 6607 and as described below for doors with necessary fixtures and materials and labour etc. complete.
CS-HW-01-c
CS-HW-04
Providing and fixing butt hinges as described below, manufactured as per relevant IS for door & windows with necessary materials and labour costs etc. complete.
CS-HW-04-e
CS-HW-04-e-2
CS-HW-06
Providing and fixing aldrops of 16 mm diameter bars manufactured as per IS:2681-1991, wherever they apply for doors and windows with necessary materials and labour etc. complete.
CS-HW-06-d
CS-HW-06-d-2
CS-HW-08
Providing and fixing tadi of 12 mm diameter bars manufactured as per IS:2681-1991, wherever they apply for doors with necessary materials and abour etc. complete.
6.8.1 C] Standard stainless steel
6.8.2 200 mm long. Nos 247.00 10 2,470.00
6.9
6.9.1 D] Standard Stainless Steel
6.9.2 300 mm long. Nos 246.00 99 24,354.00
6.10
6.10.1 Medium ( for shutter weighting from 36 – 60kg) Nos 521.00 73 38,033.00
6.11 Nos 68.00 10 680.00
6.12
6.12.1 200mm long Nos. 259.00 10 2,590.00
6.13 Rmt 876.00 350 3,06,600.00
6.14 Sqm 3,532.00 17 60,044.00
6.15 Sqm 8,008.00 80 6,40,640.00
6.16 Sqm 3,661.00 6 21,966.00
6.17 Sqm 4,523.00 2 9,046.00
CS-HW-08-d
CS-HW-08-d-3
CS-HW-09
Providing and fixing handles as described below, manufactured as per IS:208-1992 for doors and windows and with necessary materials and fixtures like screws etc. and all labour etc. complete
CS-HW-09-d
CS-HW-09-d-5
CS-HW-11
Providing and fixing hydraulic door closer of approved make manufactured as per IS:3564 for doors with necessary materials and labour cost etc. complete.
CS-HW-11-b
CS-HW-13
Providing and fixing magnetic type floor door stopper of approved make including necessary screws, fixtures, materials and labour etc. complete.
CS-HW-8
Providing and fixing tower bolts as described below conforming to IS:204-1992 (Part I,II) for doors & windows with necessary materials and labour etc. complete.
CS-HW-08-c-3
CS-SS-18
Providing, fabricating, welding and fixing 1.0m high MS pipe hand railing, weight 10 to 12 kg per Rmt including all necessary fixtures, holdfasts, supports and painting with one coat of red oxide zinc chromate primer and two coats of approved synthetic enamel paint etc complete as directed by Engineer In Charge.
FA-2014-MA-09
Providing and fixing toilet mirror of required size,with 6mm thk mirror of float glass of approved make and fixed over 12mm thk marine ply for backing, including brass plate [KAN] 4nos. To hold the mirror on wall fixed with S.S. Screws, complete as per the instructions of Engineer in charge. (Location : Toilet)
CE6-11-022.001.
F13
Providing and fixing fire doors with 2 hour fire rating conforming to IS: 3614 (Part 2), BS 476 (Parts 20 & 22), ISO 834 ; 45 mm thick fully flush, double skin door shell with lock seam joints at stile edges made from 1.25 mm thick galvanized steel sheet with 150 mm dia. breakable glass opening above latch lock and top half portion of door in louvers, including door frames made from 1.6 mm thick galvanized steel sheet formed to double rebate profile of size 143 mm x 57mm as per manufacturer's instructions, door frames and shutter primed with Zinc Phosphate stoving Primer and finished with Polyurethane Aliphatic grade or epoxy paint including ironmongery consisting of stainless steel ball bearing butt hinges 3 mm thick fixed flush to the frame and shutter, full width horizontal handles (panic bar), concealed flush bolts, door closers, other standards fixtures and fasteners, etc. complete for the following clear opening sizes:Item to include all necessary fixtures and fastenings [ fire rated ] including heavy duty SS hinges min 4 per shutter, tower bolts, door stoppers, handles, mortise lock, push plates, kick plates, door closers, etc. complete.
CS-AW-04
Providing and fixing in position aluminum louvered window with anodised aluminum frame of approved make and of size 40mm x 20mm x 2.0mm (wt. 0.605 kg/Rm) including adjustable aluminum frame, 4 to 6mm thk. frosted glass, fixtures and fastenings etc. complete as directed by by Engineer In Charge.
CS-AW-05
Providing and fixing in position Top/side hung window of extruded modular and anodised aluminum sections of approved make and of size 38.10 mm x 25.40 mm x 1.44 mm thk (wt. 0.471 kg/Rm) for outer rectangular tube, 40mm x 31.5 mm x 1.5 mm (wt. 0.549 kg/Rm) for outer frame, 40 mm x 31.50 mm x 1.50 mm thk (wt. 0.502 kg/Rm) for central mullion, 40 mm x 31.50 mm x 1.50 mm thk (wt. 0.549 kg/Rm) for shutter and 16.50 mm x 14.50 mm x 1.20 mm thk (wt. 0.157 kg/Rm) for glazing clip with 5 mm thick plain / frosted / tinted glass fixed in shutter including neoprene gasket, fixtures, fastenings and accessories like hinges, locking arrangement etc. complete as directed by Engineer In Charge.(Note: anodic film must not be less than 15 microns i.e. AC-15 as per IS, the anodizing must be scaleted by keeping the anodized section in boiling deanodizedwater for a period of one hour)
6.18 Sqm 4,266.00 104 4,43,664.00
6.19 Sqm 7,405.00 76 5,62,780.00
6.20 Sqm 8,950.00 56 5,01,200.00
6.21
6.21.1 Grill weighing 10 to 15 kg / sqm Sqm 1,632.00 107 1,74,624.00
CS-AW-02
Providing and fixing in position three track aluminum window of extruded modular and anodized aluminum sections of approved make and of size 92 mm x 45.5 mm x 1.5 mm thk (wt 1.659 kg/Rm) for bottom and 92 mm x 31.75 mm x 1.3 mm thk. (wt 0.933 kg/Rm) for top and sides mounted on anodized aluminum rectangular frame of size 100mm x 40mm x 1.3mm.(Wt 0.976 kg/m) The shutter comprising of bearing bottom and top of size 40mm x 18 mm x 1.25 mm thk (wt. 0.417 Kg/Rm) Interlocking section of size 40mm x 26.7 mm x 1.10 mm thk. (Wt. 0.469 kg./Rm) and hand sides of 40mm x 18mm x 1.25 mm thk (wt. 0.417kg/Rm) with 5 mm thick plain / frosted / tinted glass fixed in shutter including approved quality neoprene gasket, fixtures, fastenings and accessories like PVC rollers, PVC weep holes, locks, handles etc. complete as directed by Engineer In Charge.(Note: anodic film must not be less than 15 microns i.e. AC-15 as per IS, the anodizing must be scaleted by keeping the anodized section in boiling deanodizedwater for a period of one hour)
JM-CIVIL-2
Supply and installation of 6mm thick Exterior grade HPL panels of standard size with both side décor. Exterior panels are duromer high-pressure laminates (HPL) as per EN 438-6 type EDF with norm conformity as per EN 438-7 manufactured using patented NT Technology (Non-fading high performance acrylic polyurethane surface technology) conforming to European norms with CE Mark. Panels are double hardened including acrylic polyurethane resin which is thermally cured under high pressure. Installation of HPL panels will be done by MBE Rivets(with Fixed and Sliding Points) with minimum recommended Aluminum T section of 100 x50 x 2 mm thick and L section 50 x 50 x 2mm thick held by Wall Bracket with Wind load and Dead load slot as per design, anchored by standard Hilti/Fischer or equivalent make anchor fasteners along with Thermal Separator.Installation of HPL Panels will be done using Rear Ventilated Principles only which is ensured by providing gaps of 20 mm at top and bottom(for free flow of air behind the façade) for the façade and using the framework with no horizontal section.The product should have minimum 10 years of warranty and more than 10 years old projects in India where the HPL panels are used in exterior.
JM-CIVIL-3
Supply and installation of 6mm thick Exterior grade HPL panels with perforations of standard size with both side décor. Exterior panels are duromer high-pressure laminates (HPL) as per EN 438-6 type EDF with norm conformity as per EN 438-7 manufactured using patented NT Technology (Non-fading high performance acrylic polyurethane surface technology) conforming to European norms with CE Mark. Panels are double hardened including acrylic polyurethane resin which is thermally cured under high pressure.Installation of HPL panels will be done by MBE Rivets(with Fixed and Sliding Points) with minimum recommended Aluminum T section of 100 x50 x 2 mm thick and L section 50 x 50 x 2mm thick held by Wall Bracket with Wind load and Dead load slot as per design, anchored by standard Hilti/Fischer or equivalent make anchor fasteners along with Thermal Separator.Installation of HPL Panels will be done using Rear Ventilated Principles only which is ensured by providing gaps of 20 mm at top and bottom(for free flow of air behind the façade) for the façade and using the framework with no horizontal section.The product should have minimum 10 years of warranty and more than 10 years old projects in India where the HPL panels are used in exterior.
CS-SL-12
Providing and Fixing MS Safety grill of weight specified below for windows as per design including fabricating the grill using M.S. square / round bar, flats and angles including painting with one coat of red oxide zinc chromate primer and two coats of synthetic enamel paint of approved colour and brand etc complete as directed.
CS-SL-12-a
6.22 Kg 103.00 250 25,750.00
6.23 Kg 586.00 813 4,76,418.00
6.24 Sqm 1,870.00 542 10,14,101.00
6.25 Nos 1,50,000.00 2 3,00,000.00
6.26 Sqm 3,207.00 30 96,210.00
6.27 Nos 10,000.00 2 20,000.00
6.28 Sqm 23,820.00 33 7,86,060.00
6.29 Sqm 11,382.00 171 19,46,322.00
6.30 Sqm 2,367.00 11 26,037.00
6.31 Nos 417.00 2 834.00
CS-SS-22
Providing, detailing, and fabricating as per specifications, transporting to site and erecting M.S. ladder using hot rolled sections, hollow pipes (Hollow pipes conforming to IS 1239 part 1 and 2) including, fixtures and fastenings, cleats, stiffeners, gussets, etc. and all necessary operations like straightening, bending, cutting, drilling, grinding, machining if specified, welding, removing the welding burr, cleaning etc., fixing in cement concrete block of grade M15, and preparing surface, applying one coat of red oxide zinc chromate primer and one coat of SyntheticEnamel paint after fabrication and second coat of synthetic enamel paint after erection, with approved colour, shade and brand etc. complete as directed by Engineer In Charge.
CS-SS-23
Providing, detailing, and fabricating as per specifications, transporting to site and erecting ladder / railing using 60mm dia & 10mm thick stainless steel hollow pipes of grade 202 including, S.S. fixtures and fastenings, cleats, stiffeners, gussets etc. and all necessary operations straightening, bending, like cutting, drilling, welding, grinding and removing the welding burr, machining if specified, finishing, cleaning etc. complete as directed by Engineer In Charge.
CS-SL-14-b
Providing, fabricating and fixing M.S. grill work as per approved design and as per weight of steel grill of weight 15 to 20 Kg/sq. m. specified below fencing mades out of square / round bars, M.S. flats, angles, with necessary holdfast including painting with one coat of red oxide zinc chromate primer and two coats of approved synthetic enamel paint etc. complete as directed by Engineer In Charge.
JM-CIVIL-10
Providing and installing trelis in MS frame work over the parking ramp area of size 12x3.2m and 3m in height .Complete as per directed
CS-SS-15
Providing, detailing, and fabricating as per specifications, transporting to site and erecting MS Openable / Sliding / Ornamental Entrance Gates of 5x3m in size including track and wheel, locking arrangement, fixing bolts, nuts, washers, cleats, stiffeners, gussets decorative balusters, arrow heads etc. and all necessary operations like straightening, bending, cutting, drilling, grinding, machining if specified, welding etc. complete weighing 25 to 30 kg/Sqm, including cleaning, Grinding and removing the welding burr and preparing surface and applying one coat of red oxide zinc chromate primer and one coat of Synthetic Enamel paint after fabrication and second coat of Synthetic Enamel paint after erection, with approved colour, shade and brand etc. including touching up with primer etc. complete as directed by Engineer In Charge.
JM-CIVIL-11
Providing and installing kiosk at the seating area 3x3m and height of 3m .
CE4-09-044-FR01
Providing and fixing of Wooden fire door without panic bar of approved make and of required size 120 minutes fire rating, integrity and insulation in accordance with the criteria of BS 476 : Part 22 : 1987 and report 212 (1)/FR/2003; insulation on door leaf only. Tested at Fire Research Laboratory, Central Building Research Institute, Roorkee with standrad heating conditions as specified in IS : 3809-1979 and BS : 476 part 20 & 22, 1987 to achieve the required integrity and insulation.
CE4-09-002-
FA129
Supplying and fixing extruded Aluminium Louver system of approved design having PVDF coating to match the finish of façade. All fixings shall have concealed SS 304 screws and fixing detail designed to integrate with the curtain nwall system. (Consumption of Aluminium shall be 20 Kg/Sqm)
CS-SL-05
Providing and fixing rolling shutters made out of 18 gauge steel sheets for curtains, including bottom rail, 100 mm wide guide channels for opening width up to 4.0m and 150mm wide guide channel for opening width more than 4.0m, lock plates, locking arrangement on both sides, fixing bolts, pulling handles, MS hood of appropriate size, rolling arrangement, standard make springs in brackets etc. including fixing of frames with rag bolts, grouting of parts in position etc. and also including two coats of red oxide zinc chromate primer and two coats of synthetic enamel paint of approved colour, shade and brand etc. complete as per IS:6248 / specifications and as directed by Engineer In Charge. The shutter should withstand wind pressure of 47meters per second.
CS-PL-06
Extra over item 6.30, for providing ball bearing wherever required and directed etc complete.
6.32 Nos 1,10,920.00 2 2,21,840.00
TOTAL OF JOINERY & METAL WORK 81,88,709.00
JM-CIVIL-8
Fabrication, Supply and Installation of M.S. support grill for plantation of creepers using 3” x 3”x 2mm square pipes as verticals & 40mmx40mm x1.5mm square pipes as horizontals 2 lines 10mm also using 10mm x10mm square rods making square of 125mmx125mm gaps. Civil works for grouting verticals
H CS-WP WATERPROOFING WORK7.1 Sqm 978.00 497 4,86,066.00
VERTICAL SURFACES :
HORIZONTAL SURFACES :
7.2 CS-WP-3 Sqm 506.00 559 2,82,854.00
7.3 Cum 3,416.00 69 2,35,704.00
7.5 Sqm 1,300.00 8155 1,06,01,500.00
CS-WP-25
Providing and installing crystalline waterproofing treatment to inside surfaces of the water retaining structures
a) Treatment shall consist of preparation of surfaces including ‘V’ grooves at junctions and joints, pressure grouting the same and curing for specified period.
b) Applying two coats of approved crystalline waterproofing compound at specified intervals as recommended by manufacturer and as directed by Engineer-in charge and allowed to cure.
c) Plastering of walls and finishing smooth with 15 mm thick cement mortar 1:4 (1 cement : 4 fine sand) admixed with approved waterproofing compound in recommended proportions.
d) Laying of 30 mm average thick cement concrete of mix 1:2:4 (1 cement : 2 coarse sand : 4 coarse aggregate of 12.5mm nominal size) admixed with approved waterproofing compound in recommended proportions, on floors to required gradient, including rounding of corners / junctions with walls and floors etc., and finished smooth and cured.
Tank shall be tested by filling with water for required depth and maintaining it for 72 hrs. for checking the leakages. The rate includes giving 10 year guarantee for waterproofing on a Rs.100/- stamp paper in approved proforma.
Providing and laying water proofing treatment to vertical andhorizontal surfaces of depressed portions of W.C., kitchen and the like consisting of :(i) Ist course of applying cement slurry @ 4.4 kg/sqm mixed with water proofing compound conforming to IS 2645 in recommended proportions including rounding off junction of vertical and horizontal surface.(ii) IInd course of 20 mm cement plaster 1:3 (1 cement : 3 coarse sand) mixed with water proofing compound in recommended proportion including rounding off junction of vertical and horizontal surface.(iii) IIIrd course of applying blown or residual bitumen applied hot at 1.7 kg. per sqm of area.(iv) IVth course of 400 micron thick PVC sheet. (Overlaps at joints of PVC sheet should be 100 mm wide and pasted to each other with bitumen @ 1.7 kg/sqm).
CS-WP-22
Providing and filling AAC bats (of size 40-60 mm) with cement mortar mixed in the ratio 1:3:6 (1 cement : 3 coarse sand : 6 block bats) including mixing of approved water proofing compound in recommended proportion for W.C., bath and kitchen. The laid brick bat mix shall be well rammed and compacted as required. Further surfaces shall be screeded with cement concrete mix 1:1.5:3 (1 cement : 1.5 coarse sand : 3 stone grit of size 6 mm and below byvolume) admixed with approved integral water proofing compound in recommended proportion, laid to an average thickness of 25mm and finished smooth or ready to receive finish material as specified. Care shall be taken prior to filling all pipes passing through sunk portion such that the pipes are pressure tested by maintaining pressure for 24 hours and junctions of pipes passing through walls, slabs are well grouted and sealed. This shall be tested by ponding water for required depth and maintaining for 7 days.(Rate includes cost of brick bats, cement mortar, top screed, labour charges for working at all levels, leads and heights). For payment the area of sunken slab and the depth of filling including the thickness of screed shall be measured.
PTW-CIVIL-2
Designing, providing, installing Membrane waterproofing system below RCC foundation / raft / Retaining wall. System should create 100% water tight and chemical barrier around the structure. All complete to approval of Engineer in-charge and system shall be guaranteed for 10 years on approved stamp paper. System recommended and specified are as under.
Also rate shall inclusive of followings
7.6 Sqm 2,565.00 5958 1,52,82,270.00
Providing and laying a positive side waterproofing treatment to basement rafts & confined retaining walls after proper surface preparation over PCC, removing loose concrete, foreign material, standing water and providing lean RCC wall against shore pile surface to make the surface uniform before applying a 1.2mm thick, pre-applied, fully bonded HDPE sheet membrane having UV exposure limit of 56 days of approved make to convenient length by cutting wherever necessary, carefully align the membrane over blind concrete and fix on vertical shuttering using appropriate flat heading fixing sealed later with double sided adhesive tape and roll it out with removable plastic release liner side facing uppermost (against which fresh liquid concrete shall be poured) and white HDPE face towards leveled substrate (PCC fro Raft & Uniform Lean wall/Plum concrete surface for confined retaining wall), lay adjacent sheets by keeping overlap of standard 75 mm, end overlaps to be treated using double sided coated adhesive tape etc. complete. ''Mechanically bonded membranes/Membrane with mesh or geotextile on top not permitted ''.
Membrane shall form integral and permmanent bond to poured concrete and capable of preventing water migration between membrane and structural concrete, be chemically resistant in all types of soil or water, has zero permenance to moisture, is solar reflective to reduce heat gain while exposed, shall not activate prematurely due to wet conditions and remain unaffected by ground settlement beneath slabs.The membrane along with ancillaries shall be BBA Certified for basement Grades 1,2&3 to BS 8102:2009. All systems to be installed as per manufacturer's recommendations, etc. complete with all lead and lift for all materials and labour and as directed by Engineer in-charge.
The fully bonded HDPE sheet waterproofing membrane shall have following minimum properties :1) Resist hydrostatic pressure of > 70 m head of water (as per ASTM D5385 modified)2) Peel adhesion to concrete- 880 N/mm (as per ASTM D903 modified)3) Puncture Resistance – 950 N minimum (as per ASTM E154)4) Tensile Strength, Film – 27 MPa minimum (as per ASTM D412)5) Elongation - 300% minimum (as per ASTM D412 modified)
Sealing of Pressure- Release Pipes:The Pressure-Release Pipes penetrations will be sealed all around on the HDPE sheet membrane at PCC level with a 2 component asphalt modified urethane liquid membrane, hydrophilic water stop & a double sided adhesive tape (applied by original manufacturer's approved installer), as per drawing. All systems to be installed as per manufacturer's recommendations, etc. complete with all lead and lift for all materials and labour and as directed by Engineer in-charge.
Sealing of pre-stressing ground anchor penetration, 32 mm diameter all around on the HDPE membrane with a 2 component asphalt modified urethane liquid membrane, (applied by original manufacturer's approved installer). All systems to be installed as per manufacturer's recommendations, etc. complete with all lead and lift for all materials and labour and as directed by Engineer in-charge.
Supply and installing Elastomer & hydrophilic resin based water stop of (20 x 10) mm fixed with nailing or MS Polymer adhesive, having good all-round chemical resistance, capable of delayed initial swelling and reversible swelling in case of wet-dry cycles, (installed by original manufacturer's approved installer) at required locations such as(i) Junction of raft/retaining wall &(ii) at all other locations as mentioned in drawingsAll systems to be installed as per manufacturer's recommendations, etc. complete with all lead and lift for all Materials and labour and as directed by Engineer in-charge.
CS-WP-26
Providing & applying membrane waterproofing treatment to podium / landscape area consisting of following operations:
a) Cementious based chemical waterproofing coating (two or more coats) of approved make, including preparation of surfaces to receive chemicals, treatment and curing.
b) Light weight concrete of density 450 kg/cum (for non traffic area) and of minimum 75 mm thickness at draining point and rest area sloped to drain water as detailed in drawing.
c) Slope shall be developed with required density mix to suite the type of traffic expected.
7.7 CS-WP-5 Sqm 1,217.00 361 4,39,337.00
TOTAL OF WATERPROOFING WORK 2,73,27,731.00
d) 3.0 mm thick APP Polymer modified polyester black finished reinforced with glass fibre matt sheet, laid over a coat of bitumen primer having density 0.87-0.89 kg/litre and Viscosity 70- 160cps at 25 degrees C, @ 0.4 litre / sqm. Over the primer coat the layer of membrane shall be laid using Butane Torch and sealing all joints etc., and preparing the surface to receive top protective coat, complete.
e) Top protective layer comprising of 30 mm thick water proof screed in 1:4 cement mortar mix (1 Cement :4 Coarse sand) admixed with approved water proofing compound as specified by the manufacturer or as directed by E-I-C, spread over entire terrace area and finished to receive Architectural finish.
f) The vertical vertical surfaces shall be plastered with 12 mm thick cement mortar 1:4 (1 Cement :4 Fine sand).
g) Work shall include adding Polypropylene mesh fibers with Microban to mortar in proportion recommended by the manufacturer with use of approved products and work carried out as per manufacturer's specifications and directions of Engineer-in charge. The rate shall include cost of all materials specified above, preparation of the surface, its application, testing by ponding of water for 72 hours etc. and labour charges for working at all leads and heights. The rate includes giving guarantee for 10 years on Rs.100/-Stamp paper in approved proforma .
Providing and laying integral cement based water proofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc consisting of following operations: a) Applying a slurry coat of neat cement using 2.75 kg/sqm of cement admixed with water proofing compound conforming to IS. 2645 and approvedby Engineer-in-charge over the RCC slab including adjoining walls upto 300 mm height including cleaning the surface before treatment.b) Laying brick bats with mortar using broken bricks/brick bats 25 mm to 115 mm size with 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge over 20 mm thick layer of cement mortar of mix 1:5 (1 cement :5 coarse sand ) admixed withwater proofing compound conforming to IS : 2645 and approved by Engineer-in-charge to required slope and treating similarly the adjoining walls upto 300 mm height including rounding of junctions of walls and slabs c) After two days of proper curing applying a second coat of cement slurry using 2.75 kg/ sqm of cement admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge. d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1 cement :4 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge including laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry and making pattern of 300x300 mm square 3 mm deep. e) The whole terrace so finished shall be flooded with water for a minimum period of two weeks for curing and for final test. All above operations to be done in order and as directed and specified by the Engineer-in-Charge :With average thickness of 120 mm and minimum,thickness at khurraas 65 mm
I CS-PN PAINTING WORK8.1 CS-PN-3 Sqm 94.00 23720 22,29,680.00
8.2 Sqm 149.00 467 69,583.00
8.3 CS-PN-7 Sqm 47.00 50 2,350.00
8.4
8.4.1 By using acrylic based exterior paint Sqm 142.00 100 14,200.00
8.5 Sqm 119.00 2104 2,50,376.00
TOTAL OF PAINTING WORK 25,66,189.00
Providing and applying first single coat of approved primer and two coats of acrylic distemper (oil bound distemper) of an approved make and colour as per manufacturers specifications to any surface, at all height and locations as directed including scaffolding, cleaning and preparing surfaces for painting with broom by any approved means, etc. complete as directed by Engineer-in-charge. (Location: Internal walls & Ceiling)
CS-PN-4-a
Providing and applying first single coat of approved primer and two coats of synthetic enamel paint/flat oil paint of an approved make and colour as per manufacturers specifications to surfaces specifird below, at all height and locations as directed including scaffolding,cleaningand preparing surfaces for painting by any approved means etc. complete as directed by Engineer-incharge. (Location: Ducts)
Providing and applying single coat of an approved make primer for waterproof cement paint as per manufacturers specifications to the smooth surface, upto 10m height from ground level and at all locations as directed including preparing surfaces for painting by any approved means, watering, scaffolding, cleaning and curing etc. complete as directed by Engineer-in-charge. (Location: Ducts)
CS-PN-12
Providing and applying first single coat of approved primer and two coats of anti-algal, anti-fungal, exterior paint as specified below of an approved make and colour as per manufacturers specifications to any surface, upto 10m height from ground level and at all locations as directed including preparing surfaces for painting by any approved means, watering, scaffolding, cleaning and curing etc. complete as directed by Engineer-in-charge.
CS-PN-12-a
CS-PN-11
Providing and applying first coat of approved cement paint and one coat of textured exterior paint of an approved make and colour as per manufacturers specifications to textured sand faced or other surfaces, upto 10m height from ground level and at all locations as directed including preparing surfaces for painting by any approved means, watering, scaffolding, cleaning and curing etc. complete as directed by Engineer-in-charge.
Providing and fixing brush SS vertical corner protection guard along the convex corner edges of the columns, walls, partitions as directed, of the section of size 50mmx50mm, heavy gauge thickness, upto 1320 mm length with SS countersunk screws including making the wall surface good etc. complete.
CE4-16-007-FA-
130
Providing and fixing Speed Breakers of Size 350 W x 500 L x 50 H mm yellow black color as shown in the drawing with necessary fittings & fixtures as directed by EIC.
RT-16-39
Supplying / fixing of Retro reflective road studs conforming to ASTM D-4280 designated 'H'; two way reflective marker in any colour inclusive of fixing on road surface with the use of adhesive as per specifications etc. complete, anywhrere in Greater Mumbai as directed by the Engineer
PTW-CIVIL-4
Specification of Fair Item:- Suppy and Installation of CONVEX Mirror (Unbreakable) 32 Inch or 800mm with company fitting accessories Body ABS Mirror Polycarbonate with wall fitting Pole as directed by Engineer in-charge
CS-RM-70
Providing and maintaining Barricading on the site 2.5 m high by using MS Pipes or angle iron frame work of verticals at 3 m c/c and horizontals at 0.90 m c/c, GI corrugated sheets, Struts, MS Clamps, etc. The verticals shall be embedded/ fixed to concrete pedestals below ground. The rate to include fabricating, cutting and fixing inposition MS frame work, painting the same with two coats of approved anti rust paint, etc complete. Contractor to get structural design approved by the Engineer. Contractor shall remove and take away the barricading at his own cost on completion of the works.
RT-16-37
Providing and applying hot applied thermoplastic road marking material with glass beads extremely high skid resistance 2.5mm thick with primer coat (tack coat) for binding on cement concrete road/paver blocks surface.All labour materials with special aggregates etc, as specified in B.S. part-I & II 1989 and carrying out the marking on any road on center line and other lane marking continuous for intermittent 10cm or 15cm width and alsopedestrian crossings stripes as well as spraying further quality of glass beads of type II uniformly into a mono layer on to the hot paint line in quick succession of the paint spraying operation @ 250gms per sq.mt. area as directed and as per B.S./M.O.S.T. specification in white /yellow colour
PTW-CIVIL-14
Providing and fixing Emergency exit servokat recess cover suitable for A 15 load class of size 1500 x 4500 mm. made up of Galvanised steel as shown in the drawing
CS-PS-175
Providing M.S. foot rests including fixing in manholes with 20x20x10 cm cement concrete blocks 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) as per standard design :
CS-PS-175-b
CS-PS-178
CS-PS-178-III
560 mm diameter C.I. cover (heavy duty) the weight of the cover to be not less than 108 kg
Washing, cleaning, placing, laying of 20mm metal / aggregate etc. completed in all respect considering 25% loss of material and as directed by Engineer.
Washing, cleaning, placing, laying of coarse sand 1.75 to 12mm thick etc. completed in all respect considering 25% loss of material and as directed by Engineer.
JM-CIVIL-7
Providing and fixing basketball post pannel. - Post will made 17cm (6") round pipe - Available in 2.2mt extn. - Acrylic Board Thickness - 20 mm( Imported quality) , Size of board - 180cm x 105cm. - Dunking ring - Quality Net - Epoxy Painted with base plate
JM-CIVIL-6
Providing and installing drinking water fountain on site.As per Approved.
JM-CIVIL-12
JM-CIVIL-4
JM-CIVIL-13
K DISMANTLING & DEMOLISHING WORKS10.1 CS-DD-1 Cum 858.00 65 55,770.00
10.2 CS-DD-2 Cum 1,216.00 275 3,34,400.00
10.3 CS-DD-3 Cum 309.00 265 81,885.00
10.4 Sqm 99.00 618 61,182.00
10.5 Kg 2.00 679 1,358.00
TOTAL OF DISMANTLING & DEMOLISHING WORKS 5,34,595.00
Demolishing cement concrete manually/ by mechanical means including disposal of material within 50 metres lead as per direction of Engineer - in - charge.
Demolishing R.C.C. work manually/ by mechanical means including stacking of steel bars and disposal of unserviceable material within 50 metres lead as per direction of Engineer - in- charge.
Demolishing brick work in lime or cement mortar including plaster, paint, etc. manually/ by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 metres lead as per direction of Engineer-in-charge.
CS-DD-21
Dismantling stone slab flooring laid in cement mortar including stacking of serviceable material and disposal of unserviceable material within 50 metres lead.
CS-DD-14
Dismantling steel work in built up sections in angles, tees, flats and channels of rolling shutters, gates, fencing, hoardings, including all gusset plates, bolts, nuts, cutting rivets, welding etc. including dismembering andstacking within 50metres lead.
M SIGNAGESSITC of GENERAL SIGNAGE
11.1 Sq Inch 47.00 42432 19,94,304.00
11.2 Sq Inch 24.00 23100 5,54,400.00
11.3 Sq Inch 34.00 4109 1,39,697.50
11.4 Sq Inch 19.00 1440 27,360.00
11.5 Sq Inch 42.00 3456 1,45,152.00
11.6 Sq Inch 30.00 21312 6,39,360.00
FIRE & STATUTORY SIGNAGE11.7 Sq Inch 9,243.00 24 2,21,832.00
PTW-CIVIL-05
Providing & fixing of heavy guage thick 2.5" x 2.5" MS Square Sections welded as Main frame as per design shape and pu coated with Pantone Black. Additional Framing 0.5" x 0.5" MS Square Sections claded over main frame from sides.Entire MS structure (Frame) shall be hot dipped galvanized after complete fabrication.1.2mm thick 316 Grade Horizontal brushed finished Stainless Steel claded over MS Frame from all the sides (as per design.Content Text as etched and reverse etched filled with PU 90% Black as per artwork on Stainless Steel plate.Fixing of signage with 8mm thick MS base plate with appropriate nos. of anchor fasteners & nut bolts to required size of concrete footing.Aluminum edges also to be Pu coated. Sided - Double Sided
PTW-CIVIL-07
Providing & fixing of 2.5" x 2.5" Aluminium Square Sections joined as Main frame along with Additional Aluminium sections as required.4mm thick Yellow ACP with 3M brand external grade Yellow Reflective claded over Aluminium Section framing from all the sidesHanging Strip as 2.5" x 2.5" x 96" Aluminum Section White pu coated with content and trips in Red reflective vinyl.Content Text and Symbols as 3M brand external grade Plotercut Reflective vinyl pantone as per design.Black non reflective 3M Brand external Grade Vinyl. Fixing of signage with L clamp and Key hole fixing details. Sided – Single sided Sign
PTW-CIVIL-08
Providing & fixing of base plate is 5mm thick Aluminum with Visible edges PU coated ( Pantone match to 90% Black ). 1.2mm thick 316 Grade Horizontal Brushed finished Stainless Steel plate with finished edges fixed over the Aluminum base with content etched .Content Text as etched and reverse etched filled with PU 90% Black as per artwork on Stainless Steel plate.Fixing of signage with Reverse Screw Fixing details. Aluminum edges also to be Pu coated. Sided - Single sided
PTW-CIVIL-09
Providing & fixing of base is 5mm thick White Acrylic with plotter cut photominiscent sheet ( with 8 hour + backup )pasted over the same.)content text & Symbol in 3M brand High grade Plottercut Green Vinyi Match to Pantone (Brilliant Green : is Shade 221).Protective coat of lacquer coating to be done after vinyl pasting.crylic edges also to be Pu coated.If the surface is rough then 2mm thick sunboard to be screw at the base and then signage to be fixed on the same.Content of the signage shall change as per floor and usage. Fixing of signage with 3M Double sided Tape
PTW-CIVIL-10
Providing & fixing of heavy guage thick 2.5" x 2.5" MS Square Sections welded as Main frame as per design shape and pu coated with Pantone Black. Additional Framing 0.5" x 0.5" MS Square Sections claded over main frame from sides.Entire MS structure (Frame) shall be hot dipped galvanized after complete fabrication.1.2mm thick 316 Grade Horizontal brushed finished Stainless Steel claded over MS Frame from all the sides as per design.Content Text as etched and reverse etched filled with PU 90% Black as per artwork on Stainless Steel plate.Fixing of signage with 8mm thick MS base plate with appropriate nos. of anchor fasteners & nut bolts to required size of concrete footing. Aluminum edges also to be Pu coated. Sided – Single sided
PTW-CIVIL-11
Providing & fixing of 4" x 4" Aluminium Square Sections joined as Main frame along with Additional Aluminum sections if required. 4mm Thick external grade ACP ( Pantone Black ) shall be cladded over Entire frame with external High Grade 3M Brand Reflective Vinyl (Pantone Yellow ) pasted over front face of signage.Content Text in external High Grade 3M Brand Reflective Vinyl (Pantone Black ).Appropriate Quantity And Quality Of Rope Wire To Be Used For Fixing To Withhold The Signage With Ceiling Considering Weather And Site Background Conditions.Fixing to be rechecked as per site conditions.
CE-16-ABSA-
VJU-142
Providing & fixing of LED based fire exit signages with battery pack & associated accessories, Phooumiscent Autoglow Green colour with Marking Fire Exit Or Directional arrow, 24V DC driven, shall operate on 230 V AC, Battery back up 1.5 hours, Signage to be approved from client / architect / PMC
11.8 Sq Inch 46.00 2208 1,01,568.00
11.9 Sq Inch 18.00 1440 25,920.00
TOTAL OF SIGNAGES WORKS 38,49,602.00
PTW-CIVIL-12
Providing & fixing of Base plate is 4mm thick Aluminum with Primer and PU Coat (Pantone match to 90% Black ) coated on visible front surface and side edges.2mm thick Aluminum with Primer and PU coated ( Pantone Signal Red : IS Shade 537 ) on Visble side edges of the plate.Plottercut Photoluminiscent sheet ( 8 hours backup) Pasted over top plate and content in reverse screen print ( Pantone Signal Red : IS Shade 537 ) as per design printed over same. content / artwork shall be reverse screen printed with precised matching of color Red (Signal Red : IS Shade 537) the same shall be coated with protective glossy lacquer coating. The signage shall be fixed with reverse screw fixing details.Edges to be colored as per given details and material brands to used as per shared details.
PTW-CIVIL-13
Providing & fixing of 4mm thick External Grade ACP ( Pantone Match to 90% Black) is claded over MS Square Section Frame. The Edges are well finished. 2” x 2" MS Square Section Section joined as frame along with additional MS Square Section frame as required.3mm thick Aluminum with Primer and PU coated ( Pantone Green - Brilliant Green : IS Shade 221 ) on Visble side edges of the plate.Plottercut Photoluminiscent sheet ( 8 hours backup) Pasted over top plate and content in reverse screen print ( Pantone Green - Brilliant Green : IS Shade 221 ) as per design printed over same. Content / artwork shall be reverse screen printed with precised matching of color Green - Brilliant Green : IS Shade 221 as per design) the same shall be coated with protective glossy lacquer coating Signage shall be fixed with Key hole fixing details.Sided – Double Sided
M PLUMBING WORKSANITARY FITTINGS & FIXTURES
12.1 Each 6,250.00 13 81,250.00
12.2 Each 2,700.00 27 72,900.00
12.3 Each 6,600.00 13 85,800.00
12.4 Providing & fixing 15 mm C.P. Brass stop cock(conceled) Each 463.00 32 14,816.00
12.5 Each 2,175.00 27 58,725.00
12.6 Each 2,100.00 3 6,300.00
12.7 Each 1,725.00 13 22,425.00
12.8 Each 3,000.00 20 60,000.00
12.9 Each 250.00 30 7,500.00
12.10 Each 2,400.00 24 57,600.00
12.11 Each 436.00 27 11,772.00
WATER SUPPLY SYSTEM12.12 Piping
15mm Rm 165.00 320 52,800.00
20mm Rm 192.00 66 12,672.00
CE-03-07-
008/F13
P/F White wall hung WC hindware with necessary cantilever/chair bracket with nut bolt etc. completed directed by EIC..(White colour wall hung EWC Model No. 20024 OR consider equivalent make.)
CE2-2.2.3.B.
B1
White Vitereous China of 'Hindustan & Parryware 'make or equivalent under counter type Oval Wash basin of size 550x480mm with CI brackets suitable for mounting below granite counter including waste fitting with CP brass bottle trap , angle valve with CP connection etc as specified. Oval Wash basin model no. 10051 OR consider equivalent make.
BH-FA-17
Supplying & Fixing flat back urinal rear inlet with urinal flush valve of jaquar make including CP SS dome shaped grating C.P west coupling , CP spreader , CP 'P' trap.(Urinal white colour model no. 60002, jaquar make flush valve Cat.No.PRS-077 OR consider equivalent make) (For Market)
CS-PS-130-a
CE4-09-044.FA2
45
Providing and fixing JAQUAR MAKE, PRESSMATIC taps Model No. 031 Pillarcock Auto closing system etc complete.
CE4-09044.F
A240
Providing and fixing 2-way Bib cock JAQUAR MAKE, ORGANIC model No. 10041 etc. complete
CE3-07-008-052
Providing and fixing hand shower (Health faucet Jaguar make cat no 577) with 1 m 1 long flexible tube with wall hook with NRV back flow preventer) with angular stop cock of jaguar make continental seriesof complete in all respect with necessary fittingsand asdirected by engineer.
CE1-07-020-6-A-11
Providing and fixing in position Indian style WC pan including making inlet/outlet connections and consists of the following. i) White colour Orissa pan 580c440 mm size open rim of approved make. ii) Porcelain P or S trap with vent pipe , iii) 100 dia C.I connector pipe from P or S trap to the junction of soil stack on external face of building etc.complete.(White colour Orissa WC Model No. 20004). OR consider equivalent make.
CE4-09-044.FA2
51
Providing and fixing GLITTERS MAKE,SLOPE series Robe hook etc complete.
CE4-12-13-A-F-
353
Supplying & finxing C.P Jali FOR Nahnbi trap dia of standard size.(Chilly make c.p jali of size 127 x 127mm Model No.SKS05 OR consider equivalent make.
CS-PS-68 & CS-PS-68-a
Providing and fixing PTMT Bottle Trap for Wash basin and sink bottle trap 31mm sinlge piece moulded with height of 270mm , effective length of tail pipe 260mm from the centre of the waste coupling 77mm breadth with 25mm minimum water seal,weighing not less than 260gms
12.12.1
CS-PS-85
Providing and fixing Chlorinated Polyvinyl Chloride (CPVC)including all CPVC plain & brass threaded fittings, including fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fittings with one step CPVC solvent cement and testing of joints complete as per direction of Engineer in Charge
12.12.1.1
CS-PS-85-a
12.12.1.2
CS-PS-85-b
25mm Rm 236.00 51 12,036.00
32mm Rm 299.00 106 31,694.00
40mm Rm 410.00 68 27,880.00
12.13 Supply & installation of Ball valve 15mm Each 277.00 8 2,216.00
20mm Each 388.00 2 776.00
25mm Each 454.00 7 3,178.00
32mm Each 1,000.00 4 4,000.00
40mm Each 1,400.00 3 4,200.00
50mm Each 2,000.00 4 8,000.00
12.14 Supply & installation of Butterfly valve ME-9-40 65mm Each 4,962.00 5 24,810.00
12.15 Each 31,838.00 4 1,27,352.00
12.16 HE-9-54 Each 453.00 1 453.00
12.17 Each 3,968.00 1 3,968.00
12.18 Each 16,000.00 1 16,000.00
12.19 supply of 80 mm size dia water meter Each 68,684.00 1 68,684.00
12.20 Installation of 80 mm size dia water meter Each 8,887.00 1 8,887.00
12.21 MiscellaneousEach 800.00 2 1,600.00
12.12.1.3
CS-PS-85-c
12.12.1.4
CS-PS-85-d
12.12.1.5
CS-PS-85-e
12.13.1
CS-PS-96-a
12.13.2
CS-PS-96-b
12.13.3
CS-PS-96-c
12.13.4
CE4-07-010-C577
12.13.5
CE4-07-010-C576
12.13.6
CE4-07-010-C575
FAIR-PN-94
SITC of water level regulator for water pumps with high level and low level water float switches sensor electrical and mechanical acessories as per specification
Cost of making hole of any size to suit 15 mm dia. to 50 mm dia. ferrule for making service connections on CI water main,including making the hole with Raichid machine & making threads for providing ferrule etc. complete.
HE-7-23-f
Supplying Brass / Gun Metal Ferrule Conforming to IS 2692 except for jumper valve, which will be of either brass / gun metal or Poly propylene coated light weight brass jumper valve etc. complete in all respect and as directed by Engineer In-Charge. 50 MM DIA
CE4-07-010-C596
Providing and fixing approved ISI marked make CI flanged for Water meter direct reding type calibreted in liters and kiloliters tested and approved by MCGM with dirt box (strainer) including making neccesary flanged joints ,testing etc. complete for 50 mm size
HE6-08-028-006
HE6-08-028-015
12.21.1
CE4-07-060-
FA2-773
Providing and fixing best Indian make CP brass air valves with gunmetal isolation valve fixed on pipe lines.20mm n.b air vent with 20mm isolation valve.
12.22 INTERNAL DRAINAGE SYSTEMSoil & waste systems
i) making joints with all materialsii) pipe supports etc.
Supply, installation, testing and commissioning UPVC piping (Class B) meeting the intents of the specifications & drawings and complete with:
CE4-09-044.FA2
57
CE4-09-044.FA2
58
CE4-09-044.FA2
59
CE4-09-044.FA8
2
12.22.1.2
Supplying, lowering, laying and jointing in trenches C.I. Class 'LA', S/S pipes conforming to IS:1536 with CI / MS specials of following diameter including chamfering cut edges of pipes for specials and fixing with Styrene Butadiene Rubber (SBR) gaskets conforming to IS:5382 & IS:12820 in proper position, grade and alignment etc complete in all respect and as directed by Engineer in Charge including conveyance of material from any municipal stores in Greater Mumbai to site of work, including cost of jointing materials and rubber rings labour, giving hydraulic testing upto 6 kg/sqm pressure etc complete as directed by Engineer in Charge
HE-1-3-a
HE-1-3-b
12.22.1.3
SO4-07-016-02-
357
providing & fixing C.P. Brass Heavy quality floor drains of ACO germany make including making necessary recessment grouting with cement all complete to the satisfaction and direction of the engineers in charge 150mm x 150mm square
12.22.1.4
Supply & installation of cast brass clean out plugs with suitable inset keys for C.I pipes with heavy duty G.I adaptor with a threaded socket as necessary.
CE-4-09-036-FAE453
CE-4-09-036-FAE454
12.23.1
SWD-119
Constructing brick masonary inspection chamber rectangular 0.9M x 0.6M and 0.6M deep -do- including M 20, 30 cm thick cap c.c. Bedding & including C.I. extra heavy duty air tight frame and cover weighing minimum 270kg complete as per description in item No. SE-8-1 with necessary centering etc. all complete as per plan and directed.
i) all fittings and specials
ii) making jointsSWD-72 150 mm N.B. Rm 486.00 50 24,300.00
SWD-74 300 mm N.B. Rm 908.00 450 4,08,600.00
SWD-76 450 mm N.B. RM 1,625.00 10 16,250.00
Rm 4,403.00 420 18,49,260.00
RM 20,346.00 185 37,64,010.00
Each 7,399.00 48 3,55,152.00
SE-6-1 Each 39,022.00 1 39,022.00
Each 1,660.00 2 3,320.00
Supply & installation of rain water harvesting Rm 265.00 60 15,900.00
i) 150mmØ slotted pipes
32mm Rm 243.00 50 12,150.00
12.23.1.1
Supply and laying class NP2 cement concrete pipes to line and level, test- ing and commissioning, meeting the intents of the specifications & drgs. complete with :
12.23.2
BH-FA-6.1
Supplying & fixing 40 mm thick DI Rain water gratingincluding hinged & frame over storm water channel.(300 MM WIDE)
12.23.3
SWD-133
Constructing row of gratings connected to the water entrance including M-15 C.C. foundation channel, brick masonry 230 mm thick in Cement mortar 1:4, coping in M-20 , fixing Ms gratings with frame, R.C.C. runner beams, including finishing the inside with 12 mm thick plaster1:2. etc. complete as directed by Engineer-in-Charge excluding excavation and as per the drawing available in Dy.Ch.E.(S.W.D.) City's office ( size of gratings 0.60m x 0.50m)
12.23.4
SWD-142
Constructing single water entrance of internal size 0.50m x 0.60m withcast-in-situ coping in M-20 grade, fixing of grating in M -20 as per standard drawings (Dwg No. MCGM/SWD/2013-14), etc complete as specified and as directed by Engineer-in-Charge. (excluding excavation, providing and fixing of gratings and frame)
12.23.5
Constructing on sewer brick masonry conical manholes1.2M dia. at bottom 0.56 M. dia. at top, built in brick masonry in cement mortar 1:3, plastered both inside and outside with 20 mm thick cement mortar 1:2 and neat cement rendering so as to give a smooth surface, including 300 mm thick M.15 cement concrete in foundation and in haunches and channels finished smooth with 20mm thick cement plaster in cement mortar 1:1 and providing C.I. steps (weighing 5.4 kg each) staggered at 300 mm. c/c including 75mm wide vata all round the external portion of the manhole and the foundation concrete in cement mortar 1:1 and supporting the incoming pipes with brick masonry wherever necessary including C.I. extra heavy duty (EHD) air-tight circular frame & cover (minimum 230 Kg.) with hinge/chain resting on 30cm high cement concrete M.20 cap with necessary centering etc. all complete as per standard specifications and directions including finishing the cap with cement plaster on both sides 1:2 and neat cement rendering so as to give a smooth surface in line and level with the brick masonry surface and as per drawing in DyCh.E.(Sewerage) P&D's office without excavation depth upto 1.5 M.(Depth of Manhole measured from top ofmanhole cover to Invert level of manhole
12.23.6
CS-PS-166-a-2
Providing and fixing square-mouth S.W. gully trap class SP-1 complete with C.I. grating brick masonry chamber with water tight C.I. cover with frame of 300 x300 mm size (inside) the weight of cover to be not less than 4.50 kgand frame to be not less than 2.70 kg as per standard design : 100 x 100 CI trap with CI grating and 100 outlet.
12.23.7
JM-CIVIL-14
12.24.7
Supplying G.I C Class Pipes having embossed ISI mark on itand Conforming to IS: 1293 part (Latest Edition) of the following diameter including all local and central taxes,octroi,inspection charges, transportation to stores etc complete in all respect as directed by Engineer in Charge. Note : Only MCGM approved GI class (heavy grade) having ISI marking
12.24.7.1
HE-7-1-d
40mm Rm 281.00 50 14,050.00
80 mm Rm 651.00 30 19,530.00
Miscellaneous12.25 Each 76,500.00 1 76,500.00
12.26 Nos 1,700.00 12 20,400.00
12.27 Each 1,23,733.00 2 2,47,466.00
Total 93,61,562.00
12.24.7.2
HE-7-1-e
12.24.7.3
HE-7-1-h
HE8-14-030.001.
F6
Supply & Installation of HDPE water storage tank of capacity 5,000 litres
CE4-12-13-EA-F065
Supplying and fixing 600 mm dia CI circular manhole cover& frame weighing 56 kgs, fixed to RCC cover slab with handles and locking arrangement as per municipal rulesUG/OH tank.
CS-RM-118
Providing and constructing recharge ring well of 1.2m diaand depth upto 6m made of RCC pipe collar including excavation and stacking the soil and disposing as per theinstructions of engineer-in-charge, pumping of water, lowering the collars by means of lifting tackles and filling with gravels and boulders from outside of the circumference of the collar so as to allow infiltration of ground water inside the well through the gap between the collars.
SOFTSCAPE1 Plantation: Shrubs 700350.00
Filling good garden soil mix with manure (Fine Dressing) sq.m 410Leveling sq.m 16Weeding sq.m 16Maintenance sq.m 150
sq.m 75
toatal sq.m 667 1050
2 Plantation: Trees 2459.64
Filling good garden soil mix with manure (Fine Dressing)LevelingWeedingMaintenance
toatal sq.m 409.94 6
3 Plantation: Lawn 347249.32
Filling good garden soil mix with manure (Fine Dressing) LevelingWeedingMaintenance
Planting carpet of Zoycia grass toatal sq.m 216.22 1606
4 Zoysia Species polybag 50kg Kg. 265 20 5300.00
8 Supplying shrubs as followsIxora Duffi Polybag 9”to12” nos 40 900 36000.00
Sunshine duranta Polybag 9”to12” nos 25 222 5550.00
Alpinia speciosa Pot 2’ to 3’ nos 158 39 6162.00
Schefflera Polybag 4” to 6” nos 40 100 4000.00
Areca Palm Polybag 3’ to 4’ nos 200 1367 273400.00
Tagar double Polybag 9”to12” nos 22 333 7326.00
Clerodendrum inerme Polybag 9”to12” nos 23 400 9200.00
Dellinia indica Polybag 4” to 5” nos 168 1122 188496.00
GW 2-2 a Planting Shrubs on Soft/Hard surface (Individual): Filling Red Hill Earth upto 350mm
depth on ground and on slab depth as per drawing & Cow Dung Manure and soil excaveted from pit in the excavated pits mixing in2:1:1 proportion, watering, weeding after every watering before planting the shrub, leveling, providing and planting well grown, healthy, bushy shrubs including transport and unloading as per specified variety and sizes, planting at desired location and specified distances with appropriate staking, maintaining for 1 month after completion of plantation and replacement of casualties till 1 month.
Planting Shrubs (Labour, transport and unloading) (Excluding cost of plant)
GW 2-5 a Planting Trees on Soft/Hard surface (Individual): Filling of Red Hill Earth upto 350mm
depth on ground and on slab depth as per drawing, Cow Dung Manure & good earth from excaveted pit in the excavated pits mixing in 2:1:1 proportion, watering & providing well grown trees with minimum average girth of 2" and minimum height of 10' above finished level after plantation of specified variety , at desired location & at specified distances. Achieving finished grade level. Planting the tree with appropriate anchoring, leveling the top soil surface as specified after plantation, staking to balance the tree. Including transport to the site & planting , preparation of tree basin, watering & maintaining for 1 month after completion of plantation and replacement of casualties till 1 month
Planting Tree (Labour, transport and unloading) (Excluding cost of plant)
GW 2-1 a Planting Lawn on Soft/Hard surface: Providing and filling Red Hill Earth & Cow Dung
Manure mixing in 2:1 proportion, watering to the depth of 1" three times, weeding after every watering before plantation of the grass, leveling, rolling after proper compaction, planting of good quality lawn suckers by dibbling method in staggered fashion at specified intervals including transport & unloading. Watering and proper mowing etc. maintaining for 1 month after completion of plantation and replacement of casualties till 1 month.
Planting Shrubs (Labour, transport and unloading) (Excluding cost of plant)
GW-5-347
GW-5-84
GW-5-52
GW-5-168
GW-5-148
GW-5-174
GW-5-130
GW-5-342
GW-5-259
Hymenocallis ht 0.6m (ht excluding bag) nos 371 181 67151.00
Red Palm Polybag 2’ to 3’ nos 383 231 88473.00
Pisonia alba Polybag 9”to12” nos 43 778 33454.00
Variegated Duranta Polybag 9”to12” nos 25 22 550.00
Song of india Polybag 9”to12” nos 92 370 34040.00
Nephrolepis Polybag 9”to12” nos 75 700 52500.00
Bougainvillea glabra Polybag 9”to12” nos 30 100 3000.00
Vernena Polybag 9”to12” nos 33 15 495.00
9 Supplying trees as followsBauhinia blackeana Polybag 9”to12” nos 68 6 408.00
A HT SWITCHGEAR [ SF6 Insulated VCB Switchgear]1 CE6-11-
023.2ELF57Package Substation 500 KVA , 11KV / 433V ,DYn11, VPI drytype Transformer 11 kV, 630A, 20 kA, 8DJ20 Scheme 10, 3-way(2 Iso + 1 VCB),Non Extensible with metering panel ACB1000A/4P/MF, 50kA, with Microprocessor based release (LSING– Protection) Enclosure (CRC steel sheet and powder coated)with all accessories Like Lamp, Limit switches, wiring. MCB,Interconnection of Al. Busbar from Transformer to LT PanelACB etc. 3x 1C x 95 sq.mm 11kV HT XLPE cable forinterconnection between RMU & transformer
1 Nos. 2,80,00,000.00 2,80,00,000
Notes1 Packge Sub-Station is outdoor plinth mounted type. Erection ,
and Civil work for package substation will part of client scopehowever foundation details will be furnished by vendor.
2 Package Sub-staion will be complete with the internalinterconnections & earthing. Accessories required for theexternal connections of HT & LT cables like termination kits,lugs, glands etc.
MR DIESEL GENERATING SET2 CE4-12-13-
D-F-222Supply, installation, testing, commissioning of 320KW/400 KVADiesel generating Set with CPCB II approved acoustic enclosurecomprising of :Cummins Model QSN 14-G2, Radiator cooled,Diesel engine developing 487 BHP at 1500 RPM, complete withstandard accessories.coupled to Stamford alternator rated at 320KW/400 KVA at 415 volts,mounted on channel iron base framecomplete with fuel tank of 450ltrs capacity with standardmanual control panel and batteries alongwith AutomaticMains Failure control panel with double ACB's, one foralternator and one for mains changeover system in lieu of man
1 Each 55,29,727.00 55,29,727
Note Note: Complete DG Set as a whole, is to be mounted on a heavyduty steel common skid with designated lifting points
3 ME2-12-082.001-7
"Fabrication, supply and installation of self supported M.S.Chimney with 18 meter height,1400mm base & 700mm top withRCC foundation &bolts with 2 no.s of Earthing station as perSpecifications &Drawings (TS-6)."
1 Job 760000 7,60,000
B MV PANELSSupply, installation, testing and commissioning of cubicle type panels as per specifications and shown on drawing. i) Main busbars with bar type feeder connections & all internal wiring and connections. ii) Earthing all components, frame etc. to a common internal earth bar.iii) Painting all sheet metal works.iv) All accessories & supporting structure. v) Brass glands for sending and receiving ends suitable for cable sizes mentioned in SLD. (Crimping lugs forming part of the termination) vi) All ammeters with C.T's and voltmeter and energy meters with necessary fuses. (All meters shall be digital)vii) Panel components as specified.viii) MS base frame. ix) All switch gear to have short circuit levels as specified. x) Space heaters with thermostat. xi) Bus bars shall be designed for easy extension in future on either side. xii) All Panel's bus bar shall be Copper busbar.
4 JM-ELE-1 Main LT Panel complete as specified & shown in the drawingL571-A-E-501
1 Each 1984600 19,84,600
5 JM-ELE-2 Capacitor Power Panel for Main LT Panel complete as specified& shown in the drawing L571-A-E-501
1 Each 938174 9,38,174
6 JM-ELE-3 Normal Lighting and Small Power Panel complete as specified &shown in the drawing L571-A-E-501
1 Each 293319.68 2,93,320
Schedule of quantities and rates.
MUNICIPAL CORPORATION OF GREATER MUMBAIBUILDING CONSTRUCTION (CITY)DEPARTMENT
Subject:- Proposed construction of basement parking on Jhula Maidan, plot bearing C.S.No. 1854 of Byculla division at MaulanaAzhad Road ,E Ward ,Mumbai .
ELECTRIFICATION WORK
Page 1
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
7 JM-ELE-4 Emergency lighting Power Panel-Lower ground complete asspecified & shown in the drawing L571-A-E-501
1 Each 89007 89,007
8 JM-ELE-5 Landscape Lighting Panel- Ground complete as specified &shown in the Drawing L571-A-E-501
1 Each 141929.22 1,41,929
9 JM-ELE-6 Emergency Landscape Lighting Panel-Ground complete asspecified & shown in the drawing L571-A-E-501
1 Each 75694.64 75,695
10 JM-ELE-7 Landscape Lighting Feeder Pillar- Ground complete asspecified & shown in the Drawing L571-A-E-501
3 Each 70964.02 2,12,892
11 JM-ELE-8 DG Panel complete as specified & shown in the drawing L571-A-E-501
1 Each 981675.04 9,81,675
12 JM-ELE-9 PHE Panel complete as specified & shown in the Drawing L571-A-E-501
1 Each 674161.14 6,74,161
13 JM-ELE-10 FIRE Pump Panel complete as specified & shown in the DrawingL571-A-E-503
1 Each 1312842.04 13,12,842
14 JM-ELE-11 Sump Pump Panel complete as specified & shown in theDrawing L571-A-E-502
8 Each 111177.24 8,89,418
15 JM-ELE-12 Main Basement Ventilation Panel complete as specified &shown in the Drawing L571-A-E-502
1 Each 721470.88 7,21,471
16 JM-ELE-13 Ventilation Panel Lower Ground-Z1 complete as specified &shown in the Drawing L571-A-E-502
1 Each 331167.00 3,31,167
17 JM-ELE-14 Ventilation Panel Basement-1 complete as specified & shownin the Drawing L571-A-E-502
1 Each 224720.38 2,24,720
18 JM-ELE-15 Ventilation Panel B1-Z1 complete as specified & shown in theDrawing L571-A-E-502
1 Each 416324.06 4,16,324
19 JM-ELE-16 Ventilation Panel B1-Z2 complete as specified & shown in theDrawing L571-A-E-502
1 Each 437613.62 4,37,614
20 JM-ELE-17 Ventilation Panel Basement-2 complete as specified & shownin the Drawing L571-A-E-502
1 Each 229452.18 2,29,452
21 JM-ELE-18 Ventilation Panel B2-Z2 complete as specified & shown in theDrawing L571-A-E-502
1 Each 589004.08 5,89,004
22 JM-ELE-19 Ventilation Panel B2-Z2 complete as specified & shown in theDrawing L571-A-E-502
1 Each 589004.08 5,89,004
C ISOLATORS / SWITCHES:ME-1-25 ELCBs In 16 SWG CRCA sheet steel enclosure, powder coated,
wall / column mounted with provision for support arrangement,2 earthing terminal, Incoming & outgoing cable terminal etc.Colour shade shall be RAL 7032 Smoke gray as per IS 5.
25 ME-1-6-k 400 Amp. 415V TP Switchfuse unit with CRCA sheet steelpowder coated enclosure with HRC fuses & switch links andpadlockable arrangement.
2 No. 17,923.00 35,846
26 ME-1-9-f 400A TPN with tinned copper bars of size 50 x 10 mm. 3 Mtr 9,908.00 29,724
D CABLE END BOXME-2-7 The box shall be fabricated from 14/16 SWG CRCA sheet steel,
powder coated, wall / column mounted with provision for supportarrangement, 2 earthing terminal, Incoming & outgoing cableterminal etc. Colour shade for box shall be RAL 7032 smoke grayas per IS 5
E DISTRIBUTION BOARDSSupply, installation, testing & commissioning of 500VDistribution Boards as specified & shown on drawing with i)Copper busbars together with tapped neutral bar for individualphases.ii) Copper earth strip.iii) Interconnections and earthing.iv) Sheet steel enclosure suitable for recessed or surfacemounting with hinged lockable doors interlocked with theincomer switch. v) Phase to phase isolation (PPI) in case of 3Phboards.vi) Necessary support frame & painting, labeling, phaseindicating lamps with fuses etc. complete. vi) Brass glands forsending and receiving ends suitable for cable sizes mentioned inSLD.(Crimping lugs forming part of the termination)
Page 2
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
28 PTW-ELE-17
Lighting Distribution Board (LDB) as specified & shown on drgs. consisting of Incomer: i) 1# 32A TPN MCB ii) 1 set phase indicating lamps with fuses.Outgoing:iii) 3# 25A DP ELMCB (30 mA) iv) 4 x 3 # (10A SP MCB)
6 Each 12,803.00 76,818
29 PTW-ELE- 18
Power Distribution Board (PDB) as specified & shown on drgs. consisting ofIncomer:i) 1# 32A TPN MCB ii) 1 set phase indicating lamps with fuses.Outgoing:iii) 3# 25A DP ELMCB (30 mA) iv) 4 x 3 # (16A SP MCB)
6 Each 12,803.00 76,818
30 JM-ELE-20 Emergency Lighting Board (EDB) as specified & shown on drgs.consisting of Incomer:i) 1# 25A DP ELMCB ii) 1 set phase indicating lamps with fuses.Outgoing:iii) 12 # (10A SP MCB)
6 Each 12695.62 76,174
F 16SWG GI Junction Box Complete with Earthingterminal, Interconnection & wiring
ME-1-20 16 SWG G I Junction Box of various sizes For loop in loop outcables. Junction box shall have suitable no. of knock out forincoming & outgoing cables. Cables shall be terminated in 10Aheavy duty connector. Cost of the connector shall be included inthe cost of Junction box. Colour shade shall be RAL 7032Siemens gray as per IS 5. (IP55)
31 ME-1-20-a 50mm x 50mm x 50mm size GI Junction box with knock out &10Amp. Connector block /strip
3 No. 224.00 672
32 ME-1-20-b 100mm x 100mm x 50mm size GI Junction box with knock out &10Amp. Connector block /strip
5 No. 306.00 1,530
33 ME-1-20-c 75mm x 75mm x 75mm size GI Junction box with knock out &1No. 5Amp. SP switch for local ON, OFF operation
2 No. 297.00 594
34 ME-1-20-d 100mm x 100mm x 50mm size GI Junction box with knock out &1 No. 5Amp. SP switch for local ON, OFF operation
2 No. 306.00 612
G Sheet Moulding compound (SMC) Junction Box, forOutdoor Use
35 ME-1-21-a SMCJB - 1414, Hinged cover, Size 170 x 170 x 105mm 5 No. 585.00 2,925
36 ME-1-21-b SMCJB - 1510, Removable cover, Size 195 x 140 x 65mm 6 No. 552.00 3,312
37 ME-1-21-c SMCJB - 1816, Removable cover, Size 225 x 205 x 65mm 20 No. 552.00 11,040
38 ME-1-21-d SMCJB - 2818, Removable cover, Size 320 x 220 x 65mm 15 No. 1,039.00 15,585
H CABLES, EXCAVATION, G.I. CABLE TRAYS &ACCESSORIES, CABLE JOINTS, CABLE PROTECTIONPIPE.Cables : Supply & laying " XLPE cables" on walls or throughexisting trenches etc.LV Cables of following sizes to be laidburied in ground/ laid in cable trays in ready made trenches,cables shall be fitted on wall / ceiling by the means of saddle &spacers. Miscellaneous items such as cable dressing accessorieslike nylon tie, Aluminium clamps, GI cleats, cable tags etc. areincluded in the scope. Removal of empty drums, cartoons andmaking the site normal as instructed by Purchaser client isincluded in scopeME-2-1 1.1 kV grade stranded Al conductor, XLPE insulated,extruded PVC inner and outer sheathed, galvanised steelround or strip armoured cables1st Category
39 ME-2-1-t 4C x 25 Sq.mm 30 Mtr. 171.00 5,13040 ME-2-1-v 3.5C x 50 Sq.mm 50 Mtr. 245.00 12,25041 ME-2-1-w 3.5C x 70 Sq.mm 150 Mtr. 343.00 51,450
42 ME-2-1-y 3.5C x 120 Sq.mm 30 Mtr. 519.00 15,57043 ME-2-1-z 3.5C x 150 Sq.mm 300 Mtr. 615.00 1,84,500
44 ME-2-1-aa 3.5C x 185 Sq.mm 360 Mtr. 749.00 2,69,640
45 ME-2-1-ab 3.5C x 240 Sq.mm 280 Mtr. 949.00 2,65,720
49 ME-2-3-f 3C x 2.5 Sq.mm 1000 Mtr. 125.00 1,25,000
50 ME-2-3-k 4C x 4 Sq.mm 1400 Mtr. 224.00 3,13,600
51 ME-2-3-n 3C x 6 Sq.mm 100 Mtr. 242.00 24,20052 ME-2-3-o 4C x 6 Sq.mm 500 Mtr. 309.00 1,54,500
53 ME-2-3-u 4C x 16 Sq.mm 1200 Mtr. 671.00 8,05,200
54 ME-2-3-s 4C x 10 Sq.mm 535 Mtr. 482.00 2,57,870
J Excavation55 ME-2-8 Excavating the trenches and refilling,reinstatement of the same
after the cable is laid in approved manner (750 mm deep, 600mm wide),in all types of soils 1 Cu. Mtr. = 2.2 RMT.
30 Cu. Mtr.
300.00 9,000
56 ME-2-9 Excavating the trenches and refilling the same after the cable islaid in approved manner (Size of trench: 750 mm deep, 600 mmwide) in concrete/ masonary / asphalt. 1 Cu. Mtr. = 2.2 RMT.And reinstatement.
30 Cu. Mtr.
463.00 13,890
K M. S. Grating57 ME-2-10 M S Grating 50 Sqm 656.00 32,800
L Cable End Termination For Aluminium Cables : (SP-ME-TS-6)ME-2-11 Cable end terminations for LV, XLPE/PVC insulated, PVC sheathed, armoured/ unarmoured cables including supply and fixing of Double compression cable glands, stripping of cable insulation, supply and fixing of aluminium lugs for aluminium cables for all phases and crimping the same to the conductor for the following cables. Miscellaneous items like cable lugs, G.I nut - bolts and G.I washers , consumables and other hardware materials as required to make the installation complete, are in the scope. All G.I Nut, bolt and washers shall be HDGI with 80 micron. One set of termination includes gland, lugs for cable core & accessories
58 ME-2-11-s 4C x 25 Sq.mm 20 Set 432.00 8,640
59 ME-2-11-u 3.5C x 50 Sq.mm 14 Set 687.00 9,618
60 ME-2-11-v 3.5C x 70 Sq.mm 10 Set 806.00 8,060
61 ME-2-11-x 3.5C x 120 Sq.mm 4 Set 1,180.00 4,720
62 ME-2-11-y 3.5C x 150 Sq.mm 8 Set 1,008.00 8,064
63 ME-2-11-z 3.5C x 185 Sq.mm 4 Set 1,363.00 5,452
64 ME-2-11-aa 3.5C x 240 Sq.mm 16 Set 2,152.00 34,432
65 ME-2-11-ab 3.5C x 300 Sq.mm 4 Set 2,408.00 9,632
M Cable End Termination For Copper Cables :ME-2-12 Cable end terminations for LV, XLPE/PVC insulated, PVC
sheathed, armoured/ unarmoured cables including supply andfixing of Double compression cable glands, stripping of cableinsulation, supply and fixing of tinned plated copper lugs forcopper cables for all phases and crimping the same to theconductor for the following cables. Miscellaneous items like cablelugs, G.I nut - bolts and G.I washers , consumables and otherhardware materials as required to make the installationcomplete, are in the scope. All G.I Nut, bolt and washers shall beHDGI with 80 micron. One set of termination includes gland,lugs for cable core & accessories
66 ME-2-12-a 2C x 1.5 Sq.mm 12 Set 188.00 2,25667 ME-2-12-f 3C x 1.5 Sq.mm 12 Set 198.00 2,37668 ME-2-12-g 3C x 2.5 Sq.mm 50 Set 214.00 10,700
69 ME-2-12-j 3C x 6 Sq.mm 6 Set 273.00 1,638
70 ME-2-12-q 4C x 4 Sq.mm 12 Set 280.00 3,360
71 ME-2-12-r 4C x 6 Sq.mm 12 Set 285.00 3,42072 ME-2-12-t 4C x 16 Sq.mm 24 Set 375.00 9,000
73 ME-2-12-s 4C x 10 Sq.mm 20 Set 282.00 5,640N G.I. Cable tray with all other accessories : Perforated
Type
Page 4
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
ME-2-13 Readymade 2500mm standard length, prefabricated, perforatedcable tray from MS sheet and then hot dip galvanised, offollowing sizes and associated accessories such as coupler plates,tees, elbow etc. Galvanisation thickness shall be minimum 86Micron.74 ME-2-13-f 75 x 25mm (W x H) - (16 SWG - 1.6mm) with cover 1050 Rmtr. 462.00 4,85,100
75 ME-2-13-g 100 x 25mm (W x H) - (16 SWG - 1.6mm) with cover 800 Rmtr. 545.00 4,36,000
76 ME-2-13-h 150 x 25mm (W x H) - (16 SWG - 1.6mm) with cover 210 Rmtr. 712.00 1,49,520
77 ME-2-13-i 200 x 50mm (W x H) - (16 SWG - 1.6mm) with cover 20 Rmtr. 963.00 19,260
78 ME-2-13-j 300 x 50mm (W x H) - (16 SWG - 1.6mm) with cover 250 Rmtr. 1,286.00 3,21,500
79 ME-2-13-k 450 x 75mm (W x H) - (14SWG - 2mm) with cover 180 Rmtr. 1,389.00 2,50,020
O G.I. Cable tray with all other accessories : Ladder Type
ME-2-14 Readymade 2500mm standard length, prefabricated, Laddertype cable tray from MS sheet and then hot dip galvanised, offollowing sizes and associated accessories such as coupler plates,tees, elbow etc. 50 mm side flanges shall be provided.Galvanisation thickness shall be minimum 86 Micron.
80 ME-2-14-a 150 x 50mm (W x H) - (16SWG - 1.6mm) 20 Rmtr. 376.00 7,520
81 ME-2-14-c 300 x 75mm (W x H) - (16SWG - 1.6mm) 50 Rmtr. 655.00 32,750
82 ME-2-14-e 600 x 75mm (W x H) - (12SWG - 2.5mm) 92 Rmtr. 1,078.00 99,17683 ME-2-14-g 1000 x 75mm (W x H) - (12SWG - 2.5mm) 24 Rmtr. 1,392.00 33,408
P Providing & laying Hume pipe across road or below theplinth beams and buried cable protection
ME-2-19 Supply and laying of Heavy duty RCC Hume pipe for roadcrossing, below plinth beam of following size as diameter.
84 ME-2-19-b 150 mm Dia. 80 Mtr. 413.00 33,040
Q Supply & Laying of double wall corrugated ( DWC) pipesof HDPE for underground cable protection
ME-2-22 Supply & Laying of double wall corrugated ( DWC) pipes ofHDPE for underground cable protection as per IS 14930 Part II.With necessary connecting socket/couplings, tees of somematerial at required depth up to 900 mm below road groundsurface. backfilling of with light ramming is included in the
85 ME-2-22-a 50 mm OD / 38 mm I.D. 300 RMtr. 100.00 30,000
86 ME-2-22-b 63 mm OD / 51 mm I.D. 200 RMtr. 114.00 22,80087 ME-2-22-c 77 mm OD / 63 mm I.D. 150 RMtr. 138.00 20,700
88 ME-2-22-f 125 mm OD / 109 mm I.D. 50 RMtr. 246.00 12,300R WIRING FOR SUBMAINS/ CIRCUIT WIRING
ME-3-1 Wiring for circuit/ submain wiring along with earth wire withthe following sizes of FR PVC insulated copper conductor wire insurface/ recessed medium class PVC conduit as required
89 ME-3-1-a 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire in 20mm Conduit 150 Mtr. 99.00 14,85090 ME-3-1-b 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire in 20mm Conduit 125 Mtr. 126.00 15,750
91 ME-3-1-c 2 X 4 sq. mm + 1 X 4 sq. mm earth wire in 25mm Conduit 150 Mtr. 179.00 26,850
S ME-3-2 Wiring for circuit/ submain wiring along with earth wirewith the following sizes of FR PVC insulated copperconductor wire surface/ recessed flexible conduit asrequired
92 ME-3-2-a 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire in 20mm Conduit 75 Mtr. 99.00 7,425
93 ME-3-2-b 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire in 20mm Conduit 100 Mtr. 126.00 12,600
94 ME-3-2-c 2 X 4 sq. mm + 1 X 4 sq. mm earth wire in 25mm Conduit 100 Mtr. 179.00 17,900
T ME-3-3 Wiring for circuit/ submain wiring along with earth wirewith the following sizes of FR PVC insulated copperconductor wire in surface in casing and capping asrequired
95 ME-3-3-a 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire in 20 x 12 mm (1/2") 20 Mtr. 107.00 2,140
96 ME-3-3-b 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire in 20 x 12 mm (1/2") 1000 Mtr. 134.00 1,34,000
97 ME-3-3-c 2 X 4 sq. mm + 1 X 4 sq. mm earth wire in 25 x 12 mm ( 3/4") 2500 Mtr. 184.00 4,60,000
U ME-3-5 Wiring for circuit/ submain wiring along with earth wirewith the following sizes of FR PVC insulated copperconductor wire in surface/ recessed hot dipped GIconduit as required
Page 5
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
98 ME-3-5-a 2 X 1.5 sq. mm + 1 X 1.5 sq. mm earth wire in 20mm Conduit 500 Mtr. 314.00 1,57,000
99 ME-3-5-b 2 X 2.5 sq. mm + 1 X 2.5 sq. mm earth wire in 20mm Conduit 1500 Mtr. 341.00 5,11,500
100 ME-3-5-c 2 X 4 sq. mm + 1 X 4 sq. mm earth wire in 25mm Conduit 2000 Mtr. 450.00 9,00,000
V POINT WIRINGME-3-9 Point wiring by using PVC insulated copper conductors
(alongwith same size of pvc insulated copper conductor forearthing & 3 plate ceiling rose) using G.I. CONDUITFirst Category Material
101 ME-3-9-a Light /Fan / Ex. fan Points 800 Each Pt.
2,149.00 17,19,200
102 ME-3-9-b 2/3 Pin Independent Plug (IP) 125 Each Pt.
1,803.00 2,25,375
103 ME-3-9-i 15 / 5 A / 6 A Combined Power Plug Socket Point with Fuse andIndicating Lamp, One 15 Amp SP Switch
95 Each Pt.
2,263.00 2,14,985
104 ME-3-9-j 5A/6A - 3/5 Pin Plug On Board 20 Each Pt.
203.00 4,060
105 ME-3-9-k Group Control Point Wiring 4-8 Points Controlled by One 15 ASP Switch
15 Each Pt.
331.00 4,965
106 XMW-06-002.005-06
Supply & Installation of 6A Switch Socket Outlet & boxincluding connections with lugs & hardware,
50 Each Pt.
450.00 22,500
W FITTINGS & FIXTURES:Landscape lightings
107 JM-ELE-21 Supply & Installation of Post top light fixture made of die castaluminum base with cast aluminum rods, spun aluminumreflector, translucent diffuser mounted on circular pole havingbuilt-in junction box, base plate and foundation bolts. *36W LED 4.2 mt. ht , Warm White 3000K, Graphite Grey
30 Nos 42560 12,76,800
108 JM-ELE-22 Supply & Installation of Post top light fixture made of die castaluminum base with cast aluminum rods, spun aluminumreflector, translucent diffuser mounted on street pole havingbuilt-in junction box, base plate and foundation bolts. *60W LED 6 mt. ht., Warm White 3000K, Graphite Grey
30 Nos 70560 21,16,800
109 JM-ELE-23 Supply & Installation of Recessed mounted path finder fixture made of die cast aluminum with asymmetric frame, integral, PVC console for mounting the fixture. *6W LED, Warm White 3000K, Graphite Grey
70 Nos 3360 2,35,200
110 JM-ELE-24 Supply & Installation of Landscape luminaire made of die cast aluminum with toughened glass, silicon gasket, pc spike, integral with connector.*7W LED, Warm White 3000K, Graphite Grey
46 Nos 5264 2,42,144
111 JM-ELE-25 Supply & Installation of Decorative pole light suitable for mounting 6 nos. of cast aluminum circular fixture with toughened glass, directional hood cover, adjustable, pole having built-in junction box, base plate and foundation bolts. *6 fixtures of 3 x 60W LED 7 mt. ht., Warm White 3000K, Graphite Grey
4 Nos 297360 11,89,440
112 JM-ELE-26 Supply & Installation of Decorative pole light suitable formounting 6 nos. of cast aluminum fixture with toughened glass,directional hood cover, adjustable, pole having built-in junctionbox, base plate and foundation bolts.*3 fixture of 4 x 60W LED10 mt. ht., Warm White 3000K, Graphite Grey
4 Nos 264320 10,57,280
113 JM-ELE-27 Supply & Installation of Linear wall washer fitting made of aluminum extruded housing, toughened glass, silicon gasket, adjustable clamps, 1W LED with lens, separate driver. *12 Watts Half meter length, Warm White 3000K, Aluminum
33 Nos 7885 2,60,205
114 JM-ELE-28 Supply & Installation of Linear wall washer fitting made of aluminum extruded housing, toughened glass, silicon gasket, adjustable clamps, 1W LED with lens, separate driver. *12 Watts Half meter length, Warm White
29 Nos 13328 3,86,512
115 JM-ELE-29 Supply & Installation of In-ground luminaire made of die cast aluminum with SS trim, toughened glass, integral with driver, PVC console for mounting the fixture. *3 Watts, Warm White 3000K, SS
5 Nos 5897 29,485
116 JM-ELE-30 Supply & Installation of LED Neon Flex for outdoor application, IP 65, mounted on aluminum channel, with separate driver. *9 Watts per meter, Warm White 3000K, Warm White
40 Mtr. 3326 1,33,040
Page 6
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
117 JM-ELE-31 Supply & Installation of Decorative directional flood light fixture made of die cast aluminum, integral with driver. *3 x 60W, Warm White 3000K, Graphite Grey
4 Nos 38528 1,54,112
X Supply, installation, testing & commissioning of lightfixtures complete with high efficiency drivers :a) All fixing accessories mounting bracketb) Earthing of fittings
118 PTW-ELE- 31
1 X 24W LED Surface Mounted Light fixture 413 Each 3,136.00 12,95,168
119 PTW-ELE- 32
1 X 18W LED Surface Mounted Light fixture 140 Each 1,888.00 2,64,320
120 PTW-ELE- 33
1 X 11W LED Surface Mounted Light fixture 80 Each 1,416.00 1,13,280
121 JM-ELE-32 1 X 18W LED Downlighter 130 Each 2005 2,60,650
122 ME-4-14-a Storage type Horizontal / vertical water heater 3 Liters capacityon wall / loft as per specification.
7 Each 3,428.00 23,996
ME-5-1-f 2 x 26 W PLC Polycarbonate Bulkhead IP65 - Integral typePolycarbonate Bulkhead fitting for multipurpose utility lightingand coluld be ceiling & wall mounted. Designed to be EnergySaver, Dust proof, Weatherproof and high impact Polycarbonateagainst vandalism. The housing comprises of Aluminum die castLM6 aluminum alloy body. A clear prismatic heat and UVresistant polycarbonate bowl with silicon gasket seals the fixtureto IP65 protection by preventing ingress of dust & insectsrendering ist Dust Proof & weather proof.
20 Nos 10,674.00 2,13,480
Y INVERTER123 PTW-ELE-
34Inverter of 10KVA , Three phase input and output with TubularBattery(12X2) Duration 4 Hrs. as per specification with requiredaccessories.
1 No. 2,75,530.00 2,75,530
Z FANS (SP-ME-TS-28)124 ME-4-12-b Ceiling fan of 900 mm sweep with all accessories including
Electronic Regulator for completing installation as perspecification.
10 No. 2,649.00 26,490
125 ME-4-12-d Ceiling fan of 1200 mm sweep with all accessories includingElectronic Regulator for completing installation as perspecification.
10 No. 2,649.00 26,490
AA S' TYPE HOOK FOR CEILING FANS:
126 ME-4-15-a S' type M.S. fan hook fabricated from suitable dia. M.S. rod dulypainted for fixing of ceiling fan. The 'S' type hook shall be fixedto steel bar in RCC ceiling. The ceiling shall be replastered withsand, cement & neeru etc. The cost of labours for chipping outceiling upto steel bar & fixing of 'S' hook & resurfacing theceiling is included in the cost of item.
10 No. 137.00 1,370
127 ME-4-15-b S' type M.S. fan hook fabricated from suitable dia. M.S. rod forfixing ceiling fan by using pair of Anchor fastener.
5 Set 162.00 810
128 ME-4-15-c S' type M.S. fan hook fabricated from suitable dia. M.S. rod &suitable size M.S. brackets, nut bolts, washers for fixing ceilingfan on trusses. The 'S' type hook & bracket shall be painted inapproved manner.
5 No. 162.00 810
AB EARTHING (SP-ME-TS-37)129 ME-7-1-b Earthing station with 100mm Dia., 13mm thick, 3000 mm long
GI pipe (Class B or better) earth pit as per IS 3043. The earth pit shall be provided with watering pipe (Class B) with wire messed funnel, 25x3 GI strip / 8 SWG GI wire up to chamber (wire or strip size as per fault level), disconnecting links with 600 x 600 mm (clear) RCC chamber & heavy duty 3mm thick CI chequered plate cover with hinge & stainless steel bolts. Bentonite/ Charcol & Salt shall be provided for earth pits. Excavation, backfilling, removal of excess soil is included in the
10 Nos. 12,000.00 1,20,000
130 ME-7-1-d 600 X 600 X 3.15 mm Copper Plate, 3000mm dip with suitable size cu strip earth pit as per IS 3043. The earth pit shall be provided with watering pipe (Class B) with wire messed funnel, 12 SWG cu wire upto chamber, disconnecting links with 600 x 600 mm (clear) RCC chamber & 3mm thick heavy duty CI chequered plate cover with hinge. Bentonite shall be provided for earth pits. Excavation, backfilling, removal of excess soil is included in the scope
10 Nos. 14,000.00 1,40,000
AC Lightning Protection (SP-ME-TS-37)
Page 7
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
131 ME-7-2 Lightning Protection of 5 promged air terminal as per of technical specification. Earth continuity conductor as per requirement & rate. Earth station as per above specification & rate.
4 Nos 1,876.00 7,504
132 CE4-11-007-FA10
PROVIDING AND FIXING CAST IRON LIGHTNING ARRESTERS WITH PROTECTIVE COATING AT ROOF LEVEL
2 Nos. 6,800.00 13,600
AD Test linksME-7-3 Supply and installation of following size Test Links with
required wiring and other accessories to complete the work.
133 ME-7-3-a 25 x 3 mm GI (length : 300 mm) 2 Nos. 29.00 58
134 ME-7-3-e 50 x 6 mm GI (length : 300 mm) 6 Nos. 117.00 702
ME-7-4 Supply & installation of Earth conductor of the following sizes tobe cleated on wall / columns with nuts & bolts or laid in cabletray / buried in ground including cutting, drilling, tapping,jointing by welding, connecting to equipments, painting towelded portion by black bitumen paint and with all necesary GIhardware & accessories to complete the work
144 ME-1-10-c 1.1 kV grade 2 nos. (P+N) copper conductor flexible cable of area 4.0 sq mm and 1no. (E) 2.5 sq. mm copper cable for 30 /32 Amp. single phase switch.
50 Mtrs 251.00 12,550
145 ME-1-10-j 3 nos. single core Cu PVC insulated flexible cable of 240 Sq.mm. for phases & 1 single core Cu PVC insulated flexible cable for neutral of 150 Sq.mm for 400 Amp. TPNSS switch. (BEST Service to L.T. panel/400Amp switch)
30 Mtr. 8370 2,51,100
146 ME-59 BOARD WIRING: Providing single phase electric energy meter's board wiring by using 2 wires of 3/20 SWG PVC insulated copper conductor wires complete with fixing on board by using H.G. brass clips,terminations, etc.(If supply company did not provide meter board wiring,then this item is to be operated.)
50 Mtr. 38 1,900
147 ME-1-10-e 3(PH) nos. single core Cu PVC insulated flexible cable of 25 Sq.mm. for phases & 1 single core Cu PVC insulated flexible cable for neutral of 10 Sq.mm. for 63 Amp TPNSS switch.(passage and staircase common lights)
15 Mtr. 805 12,075
148 ME-1-10-f 3 nos. single core Cu PVC insulated flexible cable of 50 Sq.mm. for phases & 1 single core Cu PVC insulated flexible cable for Neutral of 25 Sq.mm for 100/125 Amp. TPNSS switch.
Supply and fixing T.W.batten 25 mm x 40 mm. 60 Mtrs. 40.00 2,400
AG MS ANGLE :-
151 ME-FW137 25 x 25 x 3 mm of M.S.angle. 30 Mtrs. 125.00 3,750
152 ME-FW138 40 x 40 x 5 mm of M.S.angle. 50 Mtrs. 335.00 16,750
153 ME-FW139 50 x 50 x 6 mm of M.S.angle. (Solar panel structure and allied M&E works)
375 Mtrs. 500.00 1,87,500
AH FLAT BARS:
154 ME-FB140 Flat bars 25 mm x 3 mm thick. 30 Mtrs 70.00 2,100
155 ME-FB141 Flat bars 40 mm x 5 mm thick. 65 Mtrs 180.00 11,700
156 ME-FB142 Flat bars 50 mm x 6 mm thick. 50 Mtrs 270.00 13,500
AI B CLASS G.I. PIPE :- Supplying & laying I.S.I. mark 'B' class GI Pipe for surface / 157 ME-2-21-i 100 mm dia. 25 RMtr. 1,405.00 35,125
158 ME-2-21-h 80 mm dia. 25 RMtr. 971.00 24,275
Page 8
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
159 ME-2-21-f 50 mm dia. 60 RMtr. 593.00 35,580
AJ PUMPS
160 ME-6-4-z Monoblock pumpsets:7.5 H. P. three phase motor, with head of (20-35 mtr.) giving discharge of (16.8 – 6.6 lps) (75 x 65mm ).Pump body: Cast Iron, Impeller: Bronze, Shaft SS410( One standby & one in working)
2 Nos. 50,931.00 1,01,862
161 ME-6-7-g 65 mm dia.G.I Pipe C class 65 Rmt 680.00 44,200
162 ME-6-7-h 80 mm dia. G.I Pipe C class 12 Rmt 866.00 10,392
163 ME-6-7-a 15 mm dia. G.I Pipe C class 6 Rmt 141.00 846
164 ME-6-8-h 80 mm dia foot valve 2 Nos 3,324.00 6,648
165 ME-6-9-g 65 mm dia. NRV 2 Nos 14,243.00 28,486
166 ME-6-12-a 15 mm dia.Gate Valve 2 Nos 706.00 1,412
167 ME-6-12-g 65 mm dia. Gate valve 5 Nos 7,402.00 37,010
AK PUBLIC ADDRESS, PUBLIC COMMUNICATION ANDCOMPUTER ACCESSORIES (SP-ME-TS-56)
172 ME-12-10-j Supply & installation of Microphone 1 Nos. 5,401.00 5,401173 ME-12-10-k Supply & installation of Microphone floor stand 1 Nos. 2,832.00 2,832
174 PTW-ELE- 35
Supply & Laying of 2CX1.5 sqmm copper,YRY armoured cable(Black colour) having fire retarded low smoke insulation
2100 Mtr 130.00 2,73,000
175 ME-12-10-m Supply & installation of PVC conduit for speaker wiring 3000 Mtr 131.00 3,93,000
176 ME-12-10-n Supply and installation of SSA- 250 make amplifier orequivalent
1 Nos. 42,665.00 42,665
AL ME-12-13 CCTV177 ME-12-13-a Dome type Camera, fixed lens with SMPS 33 Nos. 8,810.00 2,90,730
178 ME-12-13-c Day & Night PTZ Camera, Outdoor 10 Nos. 66,945.00 6,69,450
179 ME-12-13-d Digital Video Recorder Real time P.C.based software 4 Nos. 49,940.00 1,99,760180 ME-12-13-e 2 KVA UPS true online 1 Nos. 45,270.00 45,270
181 ME-12-13-f Personnel Computer and 16 Channel digital Video recorder 2 Nos. 46,021.00 92,042182 ME-12-4-e RG-11 1800 Mtr 102.00 1,83,600
183 PTW-ELE- 36
SITC of Client PC Hardware with a minimum Specification ofwith a minimum of i7 Processor at 3 GHz 12MB Cache,3 x 4 GBor more of RAM , suitable for viewing 250 cameras ,500 GB10KRPM 3Gbps HD for OS. latest Windows 64bit, 4 nos USBports , Dual NIC Cards ,Joystick controller,Two NVS 395 orhigher version, 1024 MB or better; DVI Graphics Card tosupport 4 multiplexed Monitors on One CCTV Client.with 22"Flat LED Colour graphics dual monitors (HDMI) With differentcontent possiblity on each of the monitor i.e Multiplexed, Alarm,Maps, sequence or any combination. Also Support Drag-n-drop ofimages by using connected mouse device.
1 Each 1,60,723.00 1,60,723
184 JM-ELE-33 Commport UVSS System with 4 cameras ,2 nos. will supplied &both the 4 wheeler vehicle entries
30119U RACK WITH 800MM DEPTH . 1 No. 18,900.00 18900
196 ME-12-5-e PVC box & cover plate for combined access of RJ-11 for Telephone & RJ-45 for LAN
15 No. 418.00 6270
197 ME-12-9-n 7 Feet Patch Chord 15 No. 146.00 2190198 ME-12-5-b Switch BOX point for computers through PVC Conduit 15 No. 1,653.00 24795199 ME-12-9-h Light Interface Unit (LIU) 2 No. 22,624.00 45248
Page 9
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
AN HAND HELD METAL DETECTOR & DOOR FRAMEMETAL DETECTOR.Hand Held Metal Detector
200 ME-SECU-02
Supply of High sensitivity Hand held metal detector .Capable ofauto set, self calibration.Must detect all metals of Ferrous, Non-ferrous & Ferrite including stainless steel. Larger search coilpreferred. Variable audio on metal detection to indicate size ofmetal. Visual indications for ON, Metal, Charge & Low battery.Dual power 9V Rechargeable battery & 9V dry Cell. Low powerconsumption Continuous use 350 hrs or more, In built charger.Casing made up of high resistant ABS.
4 Each 5,703.00 22,812
Metal Detector-Walkthrough201 ME-SECU-
01Supply, installation, testing & commissioning of Walk ThroughDoor Frame Multizone Detector with highly visible display.Capable of local or remote programming (Through LAN network -optional card) .Generally as specified & as per technicalspecs.Standalone Door Frame Metal Detector with minimum 8Overlapped zones, Visual Alarms on both side of panels,Detects all types of metals, IP 55 rated
4 Each 2,90,559.00 11,62,236
Intelligent parking guidance system with requiredaccessories.
202 JM-ELE-34 Ski Data comprehensive ticketing & parking system for 2 Entry& 2 Exit with 4 nos barrier gate,2 nos column entry in-built withticket dispenser,two exit stations with cash management logic.
4 Each 482798 19,31,192
203 JM-ELE-35 Parking availability display at main entrance & at alllevels,showing clearly available & total parking slots with all thelogic,hardware & cabling. (Two Main Display at Entry & 3 SmallDisplay on Every Floor)
5 Each 2,24,200.00 11,21,000
204 JM-ELE-36 Red & Green indicator led light per way with & inbuilt sensorsensing the occupancy of the way supply & installation with allthe necessary accessories. (without cabling cost)
503 Each 1749 8,79,747
205 JM-ELE-37 UHS RFID reader interogator gen to. With required software &accessories including 100 nos RFID tags.
4 Each 454300 18,17,200
AO WATER CIRCULATION SYSTEM 206 JM-ELE-38 As per Datasheet TRANSFER PUMP DWS (Domestic) 2 Each 53224 1,06,448
207 JM-ELE-39 As per Datasheet TRANSFER PUMP FWS (Flushing) 2 Each 71366 1,42,732
208 JM-ELE-40 Supply, Installation, Testing and Commissioning of sump pumpsto Data Sheet SW-SP.(Sewage sump)
2 Each 108338 2,16,676
209 JM-ELE-41 Supply, Installation, Testing and Commissioning of Irrigationwater pumpsas per data sheet Irrigation Pump
2 Each 79386 1,58,772
210 JM-ELE-42 Supply, Installation, Testing and Commissioning of sump pumpsto Data Sheet SP.(Sump sump)
8 Each 108338 8,66,704
AP SOLAR SYSTEM 211 CE-16-
MJPM-II-75SITC of Grid Solar Panel for 25KWp Power. 1 Job 26,49,514.00 26,49,514
AQ MISLENEOUS212 CE4-09-036-
FAE008SUPPLY COMPANY LIASONING WORK:- A) Approval for supply company for load , load sanction , necessary followu up for making available elecctrical supply in meter room of client from BEST or any other statutory body. Liason with Best or any other statutory body, oragnisation for sub-station, transformer, HT/LT panels, feeder pillars, cables, meter sanction, getting meter and cut outs in meter room , main switches in meter room termination, connections etc. filling various forms, submission , approved substation plan required for BMC approval , follow up , getting in time etc. B) Liason with Electrical inspector for load sanction, submission parroval , meter sanction, getting wiring passed etc.C) Approval from electrical inspector , supply company and appicable stauatory
1 Nos 3,75,000.00 3,75,000
213 CE4-08-037-FR21
SUPPLY CO. CHARGES FOR RELEASING ELECTRICSUPPLY ,CONECTNG METERS ETC.(The payment to thesupply company shall be made as per estimate on reciept ofpayment reciept)
1 Job 4,00,000.00 4,00,000
AR HVAC SYSTEM
Page 10
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
VENTILATION & EXHAUST SYSTEMSVentilation Fan SystemsSupply, installation, commissioning & testing of VENTILATION SYSTEMS in accordance with and meeting the intents 'of fire norms,the specifications and data sheets which shall further refined by CFD analysis for all basements complete with: i) Inline centrifugal fan or SISW fan or Axial flow fan or Propeller fan as specified Axial flow fan or Propeller fan as specified in the data sheets. ii) M S Mounting frame iii) Vibration mounts iv) Canvas connection v) Filter with necessary frame wherever necessary vi) Drive assembly and motor Note:CFD analysis is under vendor's scope.
214 JM-HVAC -1
Jet Fans for Basement Exhaust as per data sheets JF - 1, JF - 2, JF - 3
24 Nos 5,66,897.00 1,36,05,528
215 JM-HVAC -2
Basement Ventilation Exhaust fan as per data sheets EX-(LG+UB+LB)-Z1-N & EX-(LG+UB+LB)-Z2-N
6 Nos 11,87,343.00 71,24,058
216 JM-HVAC -3
Basement Ventilation Exhaust fan as per data sheets EX-(LG+UB+LB)-Z1-F & EX-(LG+UB+LB)-Z2-F
6 Nos 12,24,006.00 73,44,036
217 JM-HVAC -4
Basement Ventilation Exhaust fan as per data sheets FA-(LG)-Z1-N & FA-(LG)-Z2-N
2 Nos 7,92,388.00 15,84,776
218 JM-HVAC -5
Basement Ventilation Exhaust fan as per data sheets FA-(LG)-Z1-F & FA-(LG)-Z2-F
2 Nos 8,03,579.00 16,07,158
219 JM-HVAC -6
Basement Ventilation Exhaust fan as per data sheets FA-(UB+LB)-Z1-N & FA-(UB+LB)-Z2-N
4 Nos 11,24,023.00 44,96,092
220 JM-HVAC -7
Basement Ventilation Exhaust fan as per data sheets FA-(UB+LB)-Z1-F & FA-(UB+LB)-Z2-F
4 Nos 14,35,062.00 57,40,248
221 JM-HVAC -8
Stairwell pressurization fan as per data sheets LWP-G & LWP-YCA
4 Nos 2,75,863.00 11,03,452
222 JM-HVAC -9
Basement ventilation Staircase pressurization fan as per data sheets SP-1
4 Nos 860851 34,43,404
223 JM-HVAC -10
Propeller fan for exhaust as per data sheets PF-1/PF-2/ PF-3 3 Nos 20,572.00 61,716
224 JM-HVAC -11
Toilet Exhaust fan as per data sheets TE-1 2 Nos 120333 2,40,666
225 JM-HVAC -12
Toilet Exhaust fan as per data sheets TE-2 1 Nos 138944 1,38,944
AS Dampers226 PTW-HVAC-
12Back draft dampers 24 Nos 5,971.00 1,43,304
227 PTW-HVAC-13
Supply & Installation of Return air grilles extruded aluminium powder coated as specified and complete with i) Face bars horizontal / vertical, adjustable / non - adjustable ii) 20mm Margins iii) Sidewall or linear as shown as drgs.
5 sq.mt 5,310.00 26,550
AT Sheet Metal Ducting(Ventilation & Exhaust Systems)
228 CE4-07-010-M/E101
Supply, fabrication and erection of galanised sheet metal ducting generally as specified complete with i) Galvanised companion flanges girth angles ii) Turning vanes iii) Galvanised structural support systems iv) Closed cell neoprene gasket v) Sealing of all joints as specified 0.63mm (24 G) galvanised sheet steel
52 Sq.m 578.00 30,056
229 PTW-HVAC-14
Supply, installation, testing and commissioning of CO sensor complete with mounting arrangement and cabling from sensors to fan control panel.
48 Nos 17,093.00 8,20,464
230 ME-9-2-c Split type Air Conditioning fitted with Hermetically sealed Compressors operating on Refrigerant R-407C/ R-410ANon CFC / R-22 environment friendly refrigerant, suitable for wall /ceiling mounting Conforming to IS (Except power Consumption Norms) suitable for operation on 230 V +/- 10% n 50 Hz, single phase AC supply capable of performing 1) Cooling 2) Dehumidifying 3) Air circulating 4) Filtering. Nominal Capacity 2.0 TR (6050 Kcal / Hr. ( 1 indoor unit of 2.0 TR & 1 outdoor unit of 2.0 TR)
9 Nos 47,570.00 4,28,130
AU FIRE HYDRANT AND SPRINKLER PUMPINGSYSTEMS
Page 11
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
Supply, installation, testing & commissioning of centrifugal fire pumps, electrically driven generally as specified and shown indata sheets complete with: i) all accessories ii) Suction ,discharge flexibles,suitable vibration isolating mounts andfoundation bolts. iii) test connection excluding starter panel &foundation.
231 JH-FF-01 Fire Pumps (HP & SP) '(HP - Hydrant Pump) (SP - SprinklerPump) (Data sheet HP & SP)
233 JH-FF-03 Water curtain pump (Data sheet WCP) 1 Each 2,47,800 2,47,800
Supply, installation, testing & commissioning of commonstandby centrifugal fire pump generally as specified and shownin data sheet complete with :i) all accessories ii) Suction &discharge flexibles iii) test connection excluding starter panel &foundation
234 JH-FF-04 Fire Standby Pump (SBP) (Data sheet - SBP) 1 Each 6,78,500 6,78,500
236 PWT-FF-05 Supply, installation, testing & commissioning of pressure gaugepanels for hydrant system ,sprinkler system generally as shownand comprising: i) Pressure gauges ii) Pressure switches iii)Water piping (25 dia) from various systems (Hydrant &sprinklers) upto the gauge panel. iv) Painted Sheet metalenclosure with glass paneling.
5 Set 24,249 1,21,245
AV HYDRANT SYSTEMSupply, installation, testing & commissioning of internal andexternal hydrants as shown on drawings and meeting theintents of specifications Internal hydrants/landing valves
237 ME-17-1-q Providing and fixing in position 2 lengths of 15 M longflexiblecanvas rubber lined hose reels 63 dia with adapter,branch pipe and nozzle and stroking them in metal cabinets withlockable glass shutters and fixing the metal cabinet at groundlevel in a location where it can be easily spotted includingpainting tec. complete. With hose box
27 Each 21,102 5,69,754
238 SG-FA-FF-20
Supply, Installation, Testing & commissioning fire authorityapproved of following: Single headed yard hydrant comprising of80mm dia. standpipe, 80 mm dia. bend and 63 mm. dia.SS.landing valve conforming to IS: 5290 with instantaneous femalecoupling on the outlet with S.S.orifice flange 6mm thick asrequired to maintain 3.5kg/sq.cm. gun metal blank cap & chain,necessary companion flanges (as per table ‘E’ nuts, bolts,washers and gasket complete).
6 Each 18,000 1,08,000
239 SG-FA-FF-25
G.M. fire Brigade inlet connection head as per IS:904specification three way tested for 20kg/sq.cm. with 63mm withbuilt in non-return valve for fire brigade connection tounderground tanks and fire risers including companion flangesof Table E with nuts, bolts & washers etc.
1 Each 13,700 13,700
240 SG-FA-FF-26
Providing & Fixing gunmetal Fire breaching head as per IS:904specification tested for 20 kg/cm. with 63 mm Dia 4nos.instantaneous type inlet and 150 mm dia flanges outlet withbuilt in non-return valve for fire brigade connection to fire risersincluding companion flanges of Table E with nuts, bolts &washers etc.
1 Each 32,300 32,300
AW SPRINKLER SYSTEM241 ME-17-6 Providing and fixing in position 150 mm size sprinkler
installation control with all trims, Alarm motor and going,pressure gaugee (2 Nos) Water flow switch (1 No.) pressureswitch (1 No.) drain and test valve with associated piping 1No.150 NB sluice valve on the underside of control valve approvedand listed by TAC. 150mm size
2 Each 99,999 1,99,998
242 SG-FA-FF-32
Providing and fixing 15 mm gunmetal sprinkler head withquartzoid bulband set to operate at specified temperaturependent/ upright/ side wallas per the location indicated on thedrawings. sprinklers 68 degree C FOC/UL/FM approvedcomplete with socket nipple, adaptoretc. Sprinkler shall bependant type. Temperature of operation 68 deg.C A. Pendantexposed type 15/10mm 68°C
1246 Each 510 6,35,460
Page 12
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
243 SG-FA-FF-41
Supply, installation, testing & commissioning of water curtainnozzles (HD model WC 15,K23 or equivalent)
39 Each 350 13,650
244 PWT-FF-06 Supply and Installation of deluge valve assembly as specifiedand shown on drawings and complete with : i) Inline Y Strainerii) 2# Isolation Valves (before and after deluge valve) iii) DelugeValve iv) Actuator / Pilot Assembly iv) Actuator / Pilot Assemblyv) Drain Valve vi) Pressure Gauges (above and below delugevalve) vii) Alarm Assembly (consisting of gong or sounder) viii)All inter connected galvanised heavy class steel pipingconnection etc complete for 100mm size,PN 10
3 Each 74,635 2,23,905
AX PIPING FOR FIRE FIGHTINGExternal PipingLaying external piping :- (UNDERGROUND) generally asspecified using G.I. Pipe confirming to IS 1239 heavy'class complete with: i) All pipes and fittings togetherwith flanges, neoprene gaskets, bolts & nuts ' ii)"Pypcoat" wrapping as specified.
245 SG-FA-FF-13
150 nb 330 mtr 2,800 9,24,000
246 SG-FA-FF-12
100 nb 30 mtr 2,200 66,000
Supply, installation, testing & commissioning of butterfly valveswith holding flanges generally complete as specified.
247 PWT-FF-07 200 nb 4 Each 16,013 64,052
248 PWT-FF-08 150 nb 3 Each 9,898 29,694
249 PWT-FF-09 100 nb 3 Each 6,924 20,772
AY Internal PipingME-17-3 Providing and fixing in position G.I. Heavy grade 'C' class pipes
(I.S. 1239 part I) with screwed on couplings/ fittings (I.S. 1239Part II) including disconnecting arrangement (unions /Flanges)as necessary clamping to wall bems and ceilings with hangersand clamps anchor fasteners wherever required to firmlysupport piping, testing to 1.5 times to working pressure forminimum 2 hours after instalation and painting as required byFire Authority after primer cost.
250 SG-FA-FF-8 150 mm 429 mtr 2,250 9,65,250251 SG-FA-FF-7 100 mm 400 mtr 1,750 7,00,000
252 SG-FA-FF-6 80 mm 278 mtr 1,450 4,03,100
253 SG-FA-FF-5 65 mm 130 mtr 1,050 1,36,500
254 SG-FA-FF-4 50 mm 435 mtr 900 3,91,500
255 SG-FA-FF-3 40 mm 258 mtr 750 1,93,500
256 SG-FA-FF-2 32 mm 225 mtr 650 1,46,250257 SG-FA-FF-1 25 mm 2648 mtr 550 14,56,400
Supplying, Installing, testing and commissioning CI butterflyvalves (PN 16) slim seal standared lever operated typeconfirming to IS 13039 with required flanges, nuts etc.
258 SG-FA-FF-18
200 nb 4 mtr 15,450 61,800
259 SG-FA-FF-15
100 nb 3 mtr 5,750 17,250
Gate valves with holding flanges generally complete as specified.
260 PWT-FF-10 200 nb 2 Each 61,589 1,23,178
261 PWT-FF-11 150 nb 6 Each 37,170 2,23,020
262 PWT-FF-12 65 nb 4 Each 14,160 56,640
Supply, installation, testing & commissioning of ball valveswith supports etc.
263 ME-9-41-d 25 MM 9 Each 2,481 22,329264 ME-9-41-c 40 MM 1 Each 3,100 3,100
Providing and fixing in position C.I. Double flanged non returnvalves of dia Kirloskar or other approved make including fixingwith all nuts bolts, gaskets etc complete
265 ME-17-1-b 150 mm (flanged) 3 Each 12,661 37,983
266 SG-FA-FF-19
100 mm (flanged) 2 Each 12,661 25,322267 ME-9-42-f 65 mm (screwed) 2 Each 8,062 16,124
Page 13
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
Supply, Installation, testing & commissioning double flanged C.I'Y' Strainers with C.I body and brass strainer.
268 ME-9-44-b Size 150 mm 3 Each 17,364 52,092
269 ME-9-44-f Size 65 mm 2 Each 8,062 16,124
270 PWT-FF-13 Supply, fabrication, installtion, testing & commissioning of airvessels 250mm diameter and 1000mm high in the plant roomfabricated from 6mm M S plate with valve inlet and outlet withautomatic air vent and valved drain including painting as shownin drawing no.
2 Each 40,509 81,018
271 SG-FA-FF-28
Providing and fixing single acting air release valve with Screwedinlet 25 mm dia. make flow switch assembly Supply,installation, testing, & commissioning best Indian completewith: i) Flow switch ii) Isolating ball / Butterfly valve with 2Atamper switch.iii) flanges or union connections (Butterfly valvewith tamper switch must be a single item)
4 Each 2,875 11,500
272 PWT-FF-14 100 mm with butterfly valve 9 Each 17,700 1,59,300Providing, laying, testing and commissioning of brass orificeplate to restrict operating pressure to 5.0 kg/sq.cm as desired byMumbai Fire Brigade this include rubber gaskets, G.I. Nut, bolt,washers etc. for reducing the down stream
273 ME-17-1-r Orifice plate to fit in 100mm nb pipes 24 Each 1,296 31,104274 SG-FA-FF-
29Supply and installation of pressure gauge for hydrant /Sprinklersystem generally as shown and comprising with dial type (100mm) pressure gauge with isolation ball valve suitable forworking pressure of 250 PSI. Cost shall be inclusive of providingany short pieces, nipples, elbows etc as required.
12 Each 3,341 40,092
AZ PORTABLE FIRE EXTINGUISHERSSupply, installation, testing & commissioning of Portable FireExtinguishers as described below:
275 CE4-16-100-FA-E62
Supplying and erecting ABC powder type fire extinguisher asper IS : 13849 of 6 kg capacity with necessary clamp for erectionon wall
66 Each 4,396 2,90,136
AAA FIRE ALARM SYSTEM 276 TMG-LV-01 SITC of EN 54 Listed & Approved Intelligent Addressable Fire
Alarm Panel, as per below, The panel shall be equipped with 20% spare capacity with each loop having minimum loading of total 225 detectors & devices in one loop in any combination. Shall support minimum Four access levels, 1000 event historical logging, flash EPROM, 2 Nos. of programmable relay controls. Complete with 240 volts AC PSU, automatic battery charger, 24 volts SMF batteries sufficient for 24 hours normal working and for 30 minutes on full alarm conditions. (EN54 Part 4 Approved). Shall be housed in Ms Powder coated Cabinet, complete with exclusive Notification Circuits, and with Fire, Fault & Auxiliary Relays.Panel shall support to programmed as a node on a peer to peer network with other Panels. All Products shall have 5 Year Manufacturer Warranty.2 Loop with Minimum 640 Character Display Fire Alarm Panel.
1 Each 1,88,750 1,88,750
277 TMG-LV-02 Active Repeater Panel 1 Each 56,000 56,000
278 TMG-LV-05 Addressable Manual call point 9 Each 2,450 22,050
279 TMG-LV-07 Addressable Control modules for Elevator with 230 V,2A relaywhere required
6 Each 2,450 14,700
280 ME-17-2-f Providing, laying, testing and commissioning of IntelligentPhotoelectric Smoke Detector
250 Each 3,537 8,84,250
281 CE4-12-13-D-F-163
Addressable Heat detector 351 Each 2,100 7,37,100
282 ME-17-2-g Providing ,laying,testing and commissioning of responseindicator.
50 Each 189 9,450
283 TMG-LV-08 Supply, installation & testing of strobe (110 cd output) & 6Whooters 85 dBA @ 3 m @ lowest setting complete with matchingtransformer control module etc.
9 Each 3,050 27,450
284 ME-17-2-e Providing, laying, testing and commissioning of 2Cx1.5 sq.mmarmoured RED colour copper FRLS cable with necessarysaddles, screws, junction boxes, sleeves, elbows couplings etc. forFire alarm System.(Unit shall be consider as mtr.)
2500 Rmt 95 2,37,500
AAB LIFTS
Page 14
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
Design, manufacture, supply, loading at site includingtransportation upto site, unloading & storing at site,handling, installing, testing & commissioning includingobtaining statutory approvals / operating license for thefollowing elevators at site as per specifications
285 JM-LFT-01 1360 Kg, 20 Pax, 1.0 mps as per Schedule of Requirment (4stops)
2 EACH 2755000 55,10,000
286 JM-LFT-02 1360 Kg, 20 Pax, 1.0 mps as per Schedule of Requirment (6 2 EACH 2920000 58,40,000
287 JM-STP-01 MBBR process SEWAGE TREATMENT PLANT of capacity 20 CUM/DAY with all NecessaryEquipments listed below. 2 nos SS 304 Bar screne. Punched hole screen of 2mm size. 2 nos. Sewage lift pump SS construction. 2 nos. Twin lobe Air blower. 2 nos. sludge pumps. 2 nos. Filter feed pumps. 2 nos. Treated water transfer pump. Control panel. Membrane removing & reinstallation. Ozone / UV Dosing arrangement. Necessary multiport valve filters. Filter Press / Centrifuge/. NECESSARY PIPING OF UPVC SCH 80 or HDPE except Air Blower WHICH WILL BE IN gi/ms. PSF, ACF, AERATION GRIDS, INTERCONNECTING PIPING. Level switchs, MCC, control cables, earthing wire within battery limits. Membrane porosities of 0.035 microns: GE / Siemens. INLET WATER QUALITY QUARTERS1. BOD - 250-300 mg/lit2. COD - 300-400 mg/lit3. TSS - 250-300 mg/lit4. PH - 6 to 8 2 of 3 TREATED WATER QUALITY1. BOD < 200 2. COD < 300 3. TSS < 50 4. OIL & GREASE <
1 Set 4130000 41,30,000
AAD IRRIGATION(GARDEN DEVELOPMENT)288 ME-16-2-b In line DRIP Line 16mm. 2 lph.to 4 lph. 30 cms.class II
Regulated : IS: 134886000 Mtr 25 1,50,000
289 ME-16-7-g Media filter 3" horizontal is 14606, bsp flanged 100 mic;maximum operating pressure 10 kgf. silica sand media no. 16 &98% purity - 0.7 mm. to 1.2 mm., ms. body 50 cumh. SEMIAUTOMATIC IS:14606
1 Nos 1,07,629 1,07,629
290 ME-16-7-j Media filter as above with full automation 3" horizontal IS:14606 1 Nos 1,22,925 1,22,925
291 ME-16-8-b Control valve made of rigid pvc. compound compact double uniontype with nitrile rubber o ring, ptfe seat ring, solvent weld - 75mm.
25 Nos 7,229 1,80,725
292 ME-16-8-h 4" pop up Plastic Rotor : heavy duty commercial grade for parks& garden , 1" female inlet, exposed dia- 2", discharge rate - 1.59to 6.4 cumh. radius of coverage 16 to 21 mtrs. recommendedpressure 3 kg./sq.cm to 6.9 kg./sq.cm., nozzle trajectory - 25 deg.small exposed heavy duty rubber cover, four elbow swing joints& check valve
70 Nos 3,468 2,42,760
293 ME-16-9-h UPVC. Pipe:ISI marked - IS 4985 63 mm.10 kgf. 800 Mtr 193 1,54,400294 ME-16-9-k UPVC. Pipe:ISI marked - IS 4985 75 mm.10 kgf. 500 Mtr 275 1,37,500295 ME-16-10-b Elbow 63 mm 100 Nos 66 6,600296 ME-16-10-c Elbow 75 mm 75 Nos 94 7,050
297 ME-16-10-g Tee 63 mm 100 Nos 90 9,000
298 ME-16-10-h Tee75 mm 50 Nos 138 6,900
299 ME-16-10-l End cap 63 mm 100 Nos 32 3,200
300 ME-16-10-m End cap 75 mm 50 Nos 47 2,350
301 ME-16-10-p Coupler 63 mm. 100 Nos 92 9,200
302 ME-16-10-q Coupler 75 mm. 100 Nos 119 11,900
303 ME-16-10-v Reducer 75x 63 mm. 100 Nos 91 9,100
304 ME-16-10-z Service saddle 75 mm. 200 Nos 99 19,800
Page 15
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
305 ME-16-10-ac Tail piece with flange 90mm. 10kgf. 10 Nos 427 4,270
306 ME-16-13-t Flush valve plastic 63 mm. 100 Nos 97 9,700
307 ME-16-13-u Solvent cement 1 lit. 60 Nos 410 24,600
308 ME-6-2-ag Submersible Pump set of : 7.5 H.P. three phase electric motor Discharge: 510lpm at 20 m head to 240 lpm at 60m head Pump body: Cast Iron, Impeller: Noryl, Shaft SS410 Pump delivery diameter 100 mm.
2 Nos 59,146 1,18,292
309 ME-6-13-d WAFER TYPE BUTTERFLY VALVES: (SP-ME-TS-72) 80 mm dia.
4 Nos 2,896 11,584
310 ME-6-10-h GUN METAL NON - RETURN VALVE: (SCREWED) (SP-ME-TS-72) 80 mm dia.
4 Nos 7,331 29,324
311 ME-6-16-a Supply & fixing Pressure Guage Range 0-10 Kg/Sq.cm 4 Nos 854 3,416
AAE PLAY APPARATUS
MULTI ACTVITY PLAY SYSTEM
312 ME-15-1-dz Bubble Pannel ( Maps) 1 Nos 31,673 31,673
325 ME-15-1-ix 5'Sprial Tube Slide With Slide Entry 1 Nos 2,17,388 2,17,388
Note:- Roto straight tube slide 7' ht. As per architect.
326 ME-15-1-ja 7'Stright Tube Slide With Slide Entry 1 Nos 2,59,362 2,59,362
Note:- Roto straight tube slide 7' ht. As per architect.
327 ME-15-1-cc Hopping Pad 1 Nos 54,290 54,290
328 ME-15-1-bm Spring Rider - Jumbo / Elephant 1 Nos 67,345 67,345
329 ME-15-1-i Spring Rider Duck 1 Nos 25,923 25,923
330 ME-15-1-cs Tiny See Saw 1 Nos 33,415 33,415
331 JM-GD-1 Providing & Fixing rubber flooring over basketball court*15 MM Thick SBR with EPDM Insitu Rubber Flooring forOutdoors.*Base layer of 9mm SBR (Granules) with 6mm EPDM TopLayer Insitu Rubber Flooring The size of EPDM Granules is1mm to 4mm The base will be SBR Granules size 1mm to 4mm,well compacted with BASF PU binder at ratio of 18% by weightof the SBR,the layer above SBR, i.e EPDM size 1 to 4mm will bewell compacted with PU Binder at ratio 18% by weight of EPDM*One Year Warranty against manufacturing defects.
715 Sqm 2,921 20,88,515
332 JM-GD-2 Providing & Fixing rubber flooring over Kids play area*36 MM Thick SBR with EPDM Insitu Rubber Flooring forOutdoors.*Base layer of 30mm SBR (Buffing) with 6mm EPDM Top LayerInsitu Rubber FlooringThe size of EPDM Granules is 1mm to 4mmThe base will be SBR Buffing size 0.8mm to 2.36mm, wellcompacted with BASF PU binder at ratio of 18% by weight of theSBR,the layer above SBR, i.e EPDM size 1 to 4mm will be wellcompacted with PU Binder at ratio 18% by weight of EPDM*One Year Warranty against manufacturing defects.
163 Sqm 3,239 5,27,957
Elect work cost in Rs.
16,46,21,761
AAF CSMC CONTRACT FOR LIFT Annual maintenance charges for a period of 5 years. (comprehensive all risk contract) after expiry of defect liability period of one years
Page 16
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
1.Basic cost of 4 Stop Lift 2755000x2= Rs.5510000 (Sr.No.271) 2.Basic cost of 6 Stop Lift 2920000x2= Rs.5840000 (Sr.No.272)
333 JM-LFT-AMC-01
CSMC for 2nd year after expriry of 1 year DLP@4% for 2 Nos. 4 stop Lifts of capacity 1360 Kg
1 Year 1,82,900 1,82,900
334 JM-LFT-AMC-02
CSMC for 3rd year after expriry of 1 year DLP@5% for 2 Nos. 4 stop Lifts of capacity 1360 Kg
1 Year 2,01,190 2,01,190
335 JM-LFT-AMC-03
CSMC for 4th year after expriry of 1 year DLP@6% for 2 Nos. 4 stop Lifts of capacity 1360 Kg
1 Year 2,21,309 2,21,309
336 JM-LFT-AMC-04
CSMC for 5th year after expriry of 1 year DLP@6% for 2 Nos. 4 stop Lifts of capacity 1360 Kg
1 Year 2,38,933 2,38,933
337 JM-LFT-AMC-05
CSMC for 6th year after expriry of 1 year DLP@6% for 2 Nos. 4 stop Lifts of capacity 1360 Kg
1 Year 2,56,854 2,56,854
338 JM-LFT-AMC-06
CSMC for 2nd year after expriry of 1 year DLP@4% for 2 Nos. 6 stop Lifts of capacity 1360 Kg
1 Year 2,00,600 2,00,600
339 JM-LFT-AMC-07
CSMC for 3rd year after expriry of 1 year DLP@5% for 2 Nos. 6 stop Lifts of capacity 1360 Kg
1 Year 2,19,265 2,19,265
340 JM-LFT-AMC-08
CSMC for 4th year after expriry of 1 year DLP@6% for 2 Nos. 6 stop Lifts of capacity 1360 Kg
1 Year 2,35,710 2,35,710
341 JM-LFT-AMC-09
CSMC for 5th year after expriry of 1 year DLP@6% for 2 Nos. 6 stop Lifts of capacity 1360 Kg
1 Year 2,53,388 2,53,388
342 JM-LFT-AMC-10
CSMC for 6th year after expriry of 1 year DLP@6% for 2 Nos. 6 stop Lifts of capacity 1360 Kg
1 Year 2,72,392 2,72,392
AAG CSMC CONTRACT FOR HVAC, VENTILATION & EXHAUST SYSTEMSAnnual maintenance charges for a period of 3 years. (comprehensive all risk contract) after expiry of defect liability period of one year Basic cost of HVAC system =Rs.4,79,38,582/-(Sr.No.200-216)
343 JM-HVAC-AMC-1
CSMC for 2nd year after expriry of one year DLP@4% 1 Year 1917543 19,17,543
344 JM-HVAC-AMC-2
CSMC for 3rd year after expriry of one year DLP@5% 1 Year 2396929 23,96,929
345 JM-HVAC-AMC-3
CSMC for 4th year after expriry of one year DLP@6% 1 Year 2876315 28,76,315
AAH CSMC FOR HT SWICHGEAR & ELECTRICAL PANELS
Annual maintenance charges for a period of 3 years. (comprehensive all risk contract) after expiry of defect liability period of one year
3,91,32,469.00
Basic cost of all panels =Rs.39,132,469/- (Sr.No.1 ,4-22)346 JM-PANEL-
AMC-1CSMC for 2nd year after expriry of one year DLP@4% 1 Year 15,65,298.76 15,65,299
347 JM-PANEL-AMC-2
CSMC for 3rd year after expriry of one year DLP@5% 1 Year 19,56,623.45 19,56,623
348 JM-PANEL-AMC-3
CSMC for 4th year after expriry of one year DLP@6% 1 Year 23,47,948.14 23,47,948
AAI CSMC FOR DG SETAnnual maintenance charges for a period of 3 years. (comprehensive all risk contract) after expiry of defect liability period of one year Basic cost of DG system =Rs.55,29,727/- (Sr.No.2)
349 JM-DG-AMC-1
CSMC for 2nd year after expriry of one year DLP@4% 1 Year 2,21,189.00 2,21,189
350 JM-DG-AMC-2
CSMC for 3rd year after expriry of one year DLP@5% 1 Year 2,76,486.00 2,76,486
351 JM-DG-AMC-3
CSMC for 4th year after expriry of one year DLP@6% 1 Year 3,31,784.00 3,31,784
AAJ CSMC OF CCTVAnnual maintenance charges for a period of 3 years. (comprehensive all risk contract) after expiry of defect liability period of one year Basic cost of system =Rs.18,40,035/-(Sr.No. 177-181,183-184)
352 JM-CCTV-AMC-1
CSMC for 2nd year after expriry of one year DLP@4% 1 Year 73,601.00 73,601
353 JM-CCTV-AMC-2
CSMC for 3rd year after expriry of one year DLP@5% 1 Year 92,002.00 92,002
354 JM-CCTV-AMC-3
CSMC for 4th year after expriry of one year DLP@6% 1 Year 1,10,402.00 1,10,402
AAK CSMC OF SOLAR PANEL
Page 17
ZHULLA MAIDAN
Sr. No.
FME 2013 item No.
Description Qty. Unit Rate Rs.Ps. Amount Rs.Ps
Annual maintenance charges for a period of 3 years. (comprehensive all risk contract) after expiry of defect liability period of five years Basic cost of all solar system =Rs.26,49,514/- (Sr.No.196)
355 JM-SOLAR-AMC-1
CSMC for 6th year after expriry of 5 years DLP@4% 1 Year 1,05,981.00 1,05,981
356 JM-SOLAR-AMC-2
CSMC for 7th year after expriry of 5 years DLP@5% 1 Year 1,32,476.00 1,32,476
357 JM-SOLAR-AMC-3
CSMC for 8th year after expriry of 5 years DLP@6% 1 Year 1,58,971.00 1,58,971
AAL CSMC OF FIRE FIGHTING SYSTEMAnnual maintenance charges for a period of 3 years. (comprehensive all risk contract) after expiry of defect liability period of one year Basic cost of all system =Rs.40,44,280/-(Sr.No.217-221 & 263-269)
358 JM-FFS-AMC-1
CSMC for 2nd year after expriry of one year DLP@4% 1 Year 1,61,771.00 1,61,771
359 JM-FFS-AMC-2
CSMC for 3rd year after expriry of one year DLP@5% 1 Year 2,02,214.00 2,02,214
360 JM-FFS-AMC-3
CSMC for 4th year after expriry of one year DLP@6% 1 Year 2,42,657.00 2,42,657
AAM CSMC OF STP SYSTEMAnnual maintenance charges for a period of 3 years. (comprehensive all risk contract) after expiry of defect liability period of one yearBasic cost of all system =Rs.41,30,000/-(Sr.No.283)
361 JM-STP-AMC-1
CSMC for 2nd year after expriry of one year DLP@4% 1 Year 1,65,200.00 1,65,200
362 JM-STP-AMC-2
CSMC for 3rd year after expriry of one year DLP@5% 1 Year 2,06,500.00 2,06,500
363 JM-STP-AMC-3
CSMC for 4th year after expriry of one year DLP@6% 1 Year 2,47,800.00 2,47,800
AAN CSMC OF WATER PUMP & WATER CIRCULATION SYSTEMAnnual maintenance charges for a period of 3 years. (comprehensive all risk contract) after expiry of defect liability period of one year
Basic cost of all system =Rs.15,93,194/-(Sr.160,191-195)
364 JM-WCS-AMC-1
CSMC for 2nd year after expriry of one year DLP@4% 1 Year 63,728.00 63,728
365 JM-WCS-AMC-2
CSMC for 3rd year after expriry of one year DLP@5% 1 Year 79,660.00 79,660
366 JM-WCS-AMC-3
CSMC for 4th year after expriry of one year DLP@6% 1 Year 95,592.00 95,592
AAO CSMC OF EPABX SYSTEM
Annual maintenance charges for a period of 3 years. (comprehensive all risk contract) after expiry of defect liability period of one year Basic cost of all system =Rs.6,77,613-(Sr.185-199)
367 JM-WCS-AMC-1
CSMC for 2nd year after expriry of one year DLP@4% 1 Year 27,104.52 27,105
368 JM-WCS-AMC-2
CSMC for 3rd year after expriry of one year DLP@5% 1 Year 33,880.65 33,881
369 JM-WCS-AMC-3
CSMC for 4th year after expriry of one year DLP@6% 1 Year 40,656.78 40,657
101 Nos Fair Items(Services 64 Nos. +CSMC 37 Nos.)
Cost of Electrical Works =16,46,21,761/- (Sr.No.1 to 332) Cost of Electrical CSMC = 01,84,12,854/- (Sr.No.333 to 369)
Note to contractor :- 1.The present tender is to be floated on urgent basis .In case if any variation in the number of floor /number of person/Size etc. then appropriate rebate will be taken from contractor in lift item. 2. Contractor is responsible for compliance of fire norms to obtain the final NOC from CFO. 3. As the fire NOC yet to receive fire item taken as per NBC norms ,but some item can be change as per CFO NOC.
In case of dissimilar materials the Protective Earth Conductor shall be
suitably sized for equal conductance.
10.3 Protective earthing of each switch shall be connected to the earth bar.
10.4 All non current carrying metal work of the switchboard shall be
effectively bonded to the earth bus.
11.0 Installation
11.1 All panels shall be supported on MS channels incorporated in the panel
during the fabrication. All such supports shall have two finish coats
over a prime coat after completion of the work. All panels shall be
touched up for damaged painting.
11.2 All panels shall be meggared phase to phase, phase to neutral, phase to
earth & neutral to earth using a 1000V meggar with all outgoing feeders
in closed position. The meggar value should not be less than 2.5
megohms between phases and 1.5 megohms between phases and
neutral.
M V Switchgear 6 of 7
11.3 Fabrication drawings of all panels shall be approved by the Consulting
Engineers before fabrication.
12.0 Testing & Inspection
12.1 All switchboards shall be factory inspected before finishing and
dispatch unless waived. Type test reports for all switchgear shall be
furnished.
12.2 Certificate for all routine and type tests for circuit breakers in
accordance with the IS:2516-1963 shall be furnished. In addition, all
panels shall be meggared phase to phase and phase to phase neutral,
using a 1000V meggar with all switchgear in closed position. The
meggar value should not be less than 2.5 megohms between phases and
1.5 megohms between phase and neutral.
12.3 All meters & relays shall be calibrated and tested through secondary
injection tests.
12.4 All field tests shall be witnessed by Consultants and recorded unless
waived.
13.0 Mode of measurement
13.1 Each panel will be considered as one unit for the purpose of
measurement and shall include the following:
i) Incoming and Outgoing feeders.
ii) Interconnections and controls and instrument wiring with
necessary protective fuses.
iii) Meters, Relays, Indicating lamps, CT’s control fuses etc.
iv) Supporting structure, sheet steel enclosure
v) Installation, commissioning and testing
13.2 Isolators shall each be measured as one unit complete with:
i) mounting frame
ii) switch/fuse
13.3 Protective earthing of the panel/Isolator from the equipment earthing
system will be measured separately and paid at unit rates.
13.4 Outgoing and incoming feeder terminations will be paid at the unit
rates separately as specified under cabling.
M V Switchgear 7 of 7
Note: In case of discrepancy in the MCGM specification and the once mentioned
in this specification, the final decision will be taken by the MCGM engineer in
charge.
SECTION: 2.10
PIPING & INSULATION
1.0 Scope
1.1 The scope of work covers supply, installation, testing & commissioning
of all piping.
2.0 Standards
2.1 Following codes and standards shall be applicable.
IS . 1239 – 2004 (Parts1 & 2) - Mild steel tubes and tubulars & wrought
steel fittings.
IS . 3589 – 2001 - Steel pipes for water & sewage.
IS . 6392 – 71 - Steel pipe flanges
2.2 All standards mean the latest
3.0 Application
3.1 This specification shall be applicable to pipes covering the following
fluids:
i) cooling water not exceeding 50° C
ii) chilled water not less than 6° C
iii) hot water not exceeding 60° C
4.0 Pipes & Fittings
4.1 Pipes shall conform to the following schedule:
Pipe (mm)
NB Min.OD Thickness Material
25 33.3 4.05 ERW Heavy class mild steel
tube to IS-1239-90 Part I
40 47.9 4.05
50 59.7 4.50
65 75.3 4.50
80 88.0 4.85
100 113.1 5.40
150 163.9 5.40
Piping 1 of 8
200 219.1 6.00
250 273.0 6.00 ERW pipes to IS 3589-1991
300 323.9 6.00
350 355.6 7.00
450 406.4 7.00
All pipes shall be factory fabricated.
4.2 All pipes shall be new and from standard manufacturers.
4.3 All bends upto 65 mm NB shall be hydraulically formed with a
minimum R/D of three unless space restrictions inhibit, in which case
long radius elbows may be used with the approval of the Engineer-in-
charge. For sizes upto 40 mm NB, socket weld fittings shall be used.
For larger sizes upto 150-mm dia butt welding wrought steel fittings to
BS 1965 and matching with the straight pipe wall thickness shall be
used. In the case of larger sizes, the bends shall be fabricated from the
same stock of pipe and in at least 4 sections with a radius equal to + / -
1.5 times the diameter.
4.4 Flanges shall be slip-on carbon steel with plain faces conforming to
IS 6392-1971. Flange shall be rated for 1000 kPa or twice the system
working pressure whichever is higher and drilled to suit the equipment
or valve flange if already drilled. All bolts & nuts shall be carbon steel
and gasket 3-mm fiber reinforced PTFE.
5.0 Valves
5.1 All valves and the flanges shall be suitable for 1000 kPa cold non-shock
working pressures or twice system pressure whichever is high.
5.2 Valves upto 50 mm NB shall be full bore ball valves with forged body
and polished hard chrome plated ball with PTFE seal.
5.3 Higher size valves shall be butterfly type. Butterfly valves shall have a
fine grain cast iron body with mirror smooth finished cast steel disc and
spindle of stainless steel AISI 410. The valve shall be of wafer-type
and should be fitted with two slip on type pipe flanges. The valve shall
have an easily replaceable molded EPDM sleeve which shall bring
about 100 % tight shut off at the design working pressure. Shaft bottom
shall have an axial bearing Where valves are to be insulated they should
have on extended neck.
Piping 2 of 8
5.4 Non-return valves upto 50 mm NB shall be swing-type of gun metal
construction with flanged ends. Larger sizes shall be of cast iron
construction with gun mental internals and flanged ends.
5.5 Water strainers shall be either ‘Y’ or pot type with cast iron bodies for
specified test pressure. Strainers shall be complete with brass basket
with 3 mm perforations, a dirt blowout plug and a permanent magnet.
Strainers shall be designed for easy removal of strainer basket without
dismantling the pipe and shall have flanged end connections.
5.6 Manual air vents shall be provided at all high points in the piping
systems for air purging. Vent sizes shall be as follows and suitable for
specified test pressure.
Up to 152 mm : 12 mm size ball type gun metal valves
with hose connections.
Over 152 mm : 20 mm size globe type gun metal valves
with hose connections.
Air vents associated with equipment or cooling coils shall be 12mm
automatic venting type with a shut off ball cock and a plastic pipe
discharging into the condensate drain. Such air vents should form part
of the coil or equipment.
5.7 Drains shall be provided at all low points and all drain valves shall be
gunmetal globe type with hose connectivity. Drain sizes shall be 25 dia
or as shown on drawings.
5.8 Pressure gauges shall be “Bourdon’ type with minimum 100 mm dial
and required range. All gauges shall be provided with gun metal plug
type gauge cocks and copper or S.S capillary connection to prevent
system fluctuations affecting the gauge. Gauges shall be provided
wherever shown.
5.9 Thermometers shall be industrial direct reading stem type of the
required range. Thermometers shall be provided in separable wells.
6.0 Pipe Installation
6.1 Pipe installation shall be carried out in a workman-like manner in
accordance with approved drawings. Pipes shall be aligned parallel to
walls and ceiling and not across a room. Change of direction shall be
through hydraulically formed or wrought iron welding fittings as
specified. Alignment shall follow the approved drawings and wherever
necessary pipe shall be rerouted under the instructions of the Engineer-
in-charge in order to meet the site conditions and or interference from
services.
Piping 3 of 8
6.2 Pipes passing through walls & floors shall be provided with sleeves as
follows:
Space Sleeve
dia (mm)
Sleeve
Projection
(mm)
Sleeve
Material
Sleeve packing and
Closure
Floors D + 50 50 AFF 1.25 mm 32 Kg/cum Resin
GSS OR bonded fibre glass
Light duty
galvanised
tube
with 8 mm thick
polysulphide or
Silicon sealant
Walls
i) Internal
D + 50
Flush with
Finish
- do -
32 Kg/cum Resin
bonded fibre glass
closed on both
sides with 1.0 mm
GSS split flange
ii) External D + 50 - do - - do - Caulked with lead
wool and oakum
& closed on both
sides with 1.25mm
GSS split flanges
with brass screws
D = Outside diameter of pipe with insulation
GSS = Galvanised sheet steel
AFF = Above finished floor
6.3 Pipe supports shall be standard factory made galvanised systems or
fabricated from steel structurals galvanised after fabrication. Supports
shall be spaced as follows:
Size Horizontal Vertical
Upto 15 mm 1.25 m 1.8 m
20 to 25 mm 2.00 m 2.5 m
32 to 125 mm 2.50 m 3.0 m
150 & over 3.00 m 3.0 m
Piping 4 of 8
6.4 Additional supports shall be provided at the bends, at heavy fittings like
valves, near equipment and as directed by the Engineer-in-charge. Pipe
hangers shall be from galvanised structural steel, steel inserts in
concrete or anchor fasteners, wall brackets or floor supports as decided
by the Engineer-in-charge depending upon the location of the support.
Hangers shall not be secured to light weight roof, wall, false ceiling or
any other member which is not structurally meant for such loading.
Hangers from structural steel shall be from suitably designed clamps or
attachments and in no case should drilling or punching of such steel
members be allowed. All pipe supports shall be capable of being
adjusted in height to the tune of 50mm. All supports suspenders and
hangers shall be galvanised after fabrication.
5.5 Pipe clamps shall be specially fabricated fittings for pipes. All clamps
shall be of galvanised mild steel. Clamps shall take into account pipe
movement owing to temperature variations & anchors, and in no case
shall the clamp- ing arrangement induce stresses beyond the safe load
limits of the pipe under fully filled conditions. Where pipes are
insulated, the clamping shall interpose a hard insulation material or
shall be designed so that the insulation is not compressed for more than
60% of its compression strength.
6.6 Vertical pipe risers shall be supported at each floor and in addition, the
riser shall have a duck-foot support at the lowest point.
6.7 All pipe joints shall be welded except where flange joints are specified.
Pipes upto 40 mm NB shall use socket-weld fittings with fillet welding
and larger sizes use butt-welding type single V 35 deg weld
preparation. Flange joints shall be provided at the following positions:
i) Pair of flanges for isolation of equipment
ii) Mating flanges for equipment flange connections
iii) Mating flanges for valves, strainers as the case may be
iv) Pair of flanges at every 30 m continuous run of piping
Galvanised pipes when welded, the joints shall be painted with zinc –
rich paint as approved by the Engineer.
6.8 Where valves, strainers, NR valves adjoin, there is no need for
additional mating flanges and valve flanges may be used to mate with
the other valves, strainers etc.
Piping 5 of 8
6.9 Entire piping shall be self-draining, using only eccentric reducers at all
change of sections. 25mm NB drain points with a dirt leg and a shut off
valve shall be provided at all low points of the piping and the piping
system shall be pitched 1% towards such low points. All air handling
unit drains shall be pitched 2% with a 75-mm water seal trap. Fan coil
unit drains also shall be pitched likewise but the water seal could be 40
mm. All traps shall be built-up or prefabricated. In the case of the
multiple risers of supply and return water lines, isolating valves with a
strainer and drain valve shall be provided wherever required. All
isolating valves shall be gate/ball/ butterfly valves suitable for tight
shut-off. Valves shall not have their spindles downwards.
6.10 A vent shall be provided at high points. All vents shall have a shut off
ball valve with hose connectivity.
6.11 Where pipes are directly buried in ground, the pipes shall be coated
2.0mm “Sealfas’ or equivalent coating.
6.12 Pipes shall be buried at a depth of 750 mm to top of pipe. The
excavated trench be filled with soft earth/sand for atleast 150 mm over
the top of pipe before being refilled with the excavated soil.
6.13 Where pipes are buried at less than 750 mm, the pipes shall be duly
protected as directed by the Engineer-in-charge.
6.14 All piping shall be laid and tack welded in position with flanges, valves
etc. After inspection and approval by the Engineer as to the alignment
and height, the piping shall be full welded. Slip-on flanges shall be
demounted for welding. Piping may be presented to the Engineer for
such approval in sections. Random samples of valves shall be tested for
leaks and seating. Necessary hand pump and blank flange facilities
with pressure gauge, valves etc. should be provided at site.
7.0 Testing
7.1 Hydraulic testing of piping shall be carried out before equipment
connections are made. No insulation shall be carried out unless and
until the piping, in section, is tested and tests approved. Piping may be
tested in sections, with the approval of the Engineer and in such cases
all open ends shall be blanked off with necessary flanges.
7.2 All piping shall be tested for pressure equivalent to the following:
2 x dynamic head of the pump plus the gravity head due to expansion
tank or cooling tower.
Piping 6 of 8
In such a pressure test, the system shall hold for a minimum period of 3
hours. All pipe testing shall be witnessed and certified by the Engineer-
in- charge and leaks or defects found in the joints shall be rectified.
7.3 The contractor shall make all arrangements for testing & removal after
testing of all water connections, if any, without causing any damage to
the property of the employer or any other contractor.
7.4 After the entire piping has been tested and equipment connected, the
system of water piping shall be filled and drained till all the dirt,
milscale and any other foreign matter is flushed out to the satisfaction
of the Engineer-in- charge. At any rate, the system shall be flushed
atleast 3 times before commissioning. All strainers shall be cleaned of
all accumulated dirt before the system is charged.
8.0 Mode of measurement
8.1 All pipes shall be in unit length rounded off to the nearest centimeter
and measured along the center line of the pipe and all fittings, flanges
etc. excluding the flange to flange distance of valves, strainers or any
other equipment. The rate shall include all clamps, bolts etc. cutting
holes in ceiling, floor or wall and making good the same including
scaffolding, staging supports, flexible etc. and painting of piping as per
the painting specifications or as directed by the Engineer – in – charge.
8.2 All valves, strainers etc. shall be measured per unit in each size and
paid for.
8.3 All pressure gauges complete with socket, gauge cock and pressure
gauge and CP brass capillary shall be measured per unit.
8.4 Thermometers together with thermowell, conducting fluid etc. shall be
measured as one unit.
8.5 Air vents and drains shall each be measured per unit and paid for. Auto
air vents with cooling coils / equipment shall form part of the coil or
equipment.
Piping 7 of 8
9.0 Insulation
9.1 Boiler Flues, Engine Exhaust pipes shall be insulated with 48 kg/cum
unbonded fibre glass with galvanised wire netting on one side. The
flue/ pipe shall be thoroughly cleaned with wire brush to remove all
milscale and painted with one coat of bitumastic paint. The wool
blankets 100mm thick shall be applied with the wire netting on the out
side. The insulation shall be held in position by lacing with 1.0mm dia
galvanised steel wire and covered with fibre glass tissue with 75mm
overlapping. The finished surface shall be clad with 0.50mm thick
aluminium sheets with 50mm overlap and fixed with self-tapping M8
sheet metal screws.
Piping 8 of 8
Note: In case of discrepancy in the MCGM specification and the once mentioned this
specification, the final decision will be taken by the MCGM engineer in charge.
03
SECTION: 2.5
BATTERY CHARGER
1.0 Scope
1.1 The scope of work shall cover the supply, installation, testing &
commissioning of battery and battery charger.
2.0 Battery Chargers
2.1 One (1) set of thyristor controlled battery charging set shall
be provided for each battery bank complete with two identical
charging units, each capable of functioning as a float charger
or boost charger as well as supplying the DC loads. Each
charger shall have provision for auto/manual changeover from
float to boost mode and vice versa. Suitable DC contactors
shall be provided for this purpose. One common manual selector
switch shall be provided to pre-select any charger to operate
in boost mode.2.2.
2.2 Separate charge bus and load bus shall be formed. Normally,
both chargers, the battery and the load shall be connected to
the load bus, the chargers being on float charging mode. During
boost charging of battery, the charger selected for boost mode
shall be connected to the charge bus with battery also
connected to the same bus through contactor changeover
arrangement. During this period, it shall be ensured that the
other charger is healthy and connected to the load bus to
supply the specified DC loads. In case, one charger fails,
audio-visual alarm as called for subsequently shall be
available and the healthy charger shall feed the total load.
2.3 In case of main AC power failure with the battery on float
charge mode, the battery shall be automatically connected to
the load bus for feeding of all loads. When power supply is
resumed, then the charger, pre-selected as boost charger, shall
start boost charging the battery until the desired battery
voltage is reached. During this period, the load bus shall be
isolated from the charge bus and the other charger shall feed
the load.
2.4 In case of main AC power failure during boost charging of
the battery, the battery shall be automatically connected to
the load bus by a DC contactor. During the time of closure of
the auto changeover contactor, the continuity of power supply
shall be maintained from the tap cell of the battery through
suitable diodes.
Battery Charger 1 of 4
2.5 During the period of boost charging, if the float charger
fails, then the boost charger shall get connected to the load
bus automatically though the dropper diodes to feed the load.
Normally, the dropper diodes shall remain by passed by suitable
normally closed DC dropper diode by pass contactor. During the
time of opening /closing of the auto changeover contactors, the
continuity of power supply shall be maintained from the tap
cell of the battery through suitable diode. Boost charger shall
be designed to cater DC continuous load as well as desired
constant current for charging the battery simultaneously. The
voltage at the load terminals shall be kept within specified
limit through proper selection of dropper diodes.
2.6 During the period of boost charging, if the boost charger
fails, then the mode of operation of the float charger shall
automatically change from float to boost and charger shall
start boost charging the battery as well as go on feeding the
load through dropper diodes.
2.7 Facility shall be provided to manually connect the battery to
the charge bus and switch on the selected boost charger when
the battery voltage falls below a preset level and charge the
battery at a constant recommended starting current upto
recommended cell voltage level. After this the charging current
shall be automatically reduced to a constant recommended finishing rate
and the charging shall be continued and an alarm
shall be operative after a preset time as set by a synchronous
timer for manual changeover from boost charge mode of operation
to trickle charge mode
2.8 In trickle/float charging mode, the selected charger shall be
connected to the load bus and shall be cable of floating each
cell at the specified voltage and supplying rated Dc load continuously under
normal system operation.
2.9 The battery charging set shall be housed in floor mounted
cubicle made of CRCA sheet steel having minimum thickness of
2mm. The enclosure shall generally conform to IP54 degree of
protection. All lamps, meters, switches and push-buttons shall
be located within 400 to 1900 mm from the floor level.
2.10 415 V, 3-phase, 4-wire, 50 Hz power supply over duplicate
feeders shall be taken from the AC distribution board. Suitable
changeover arrangement over contactors shall be provided inside
the charger panel for automatic changeover to the healthy incoming feeder
in case of sudden outage of the running feeder. For momentary voltage dip,
the chargers shall not trip.
Battery Charger 2 of 4
2.11 Each charger shall be self contained with dry type air-cooled
transformer suitable for operating from 415 V, 3-phase,
4-wire, 50 Hz supply, full wave, half controlled, thyristor
diode units with necessary automatic regulation circuits to
deliver stabilized DC output voltage of +2.5% as well as all
necessary protection, metering, interlocking, indicating and
other devices as required for smooth and reliable operation.
2.12 The transformers shall be of self-cooled dry type (AN)
generally conforming to IS:11171 as applicable and suitably
mounted on vibration dampers to prevent transmission of
vibration to adjoining cubicles. It shall be suitable for
operation at rated load, with minimum class B insulation. The
ratings of the transformers shall be finalized during engineering stage
based on calculations to be furnished by the successful tenderer.
2.13 Rectifier units
2.13.1 The rectifier unit for boost and trickle operation shall
conform to IS:4540 and IEC publication 146, 1973 wherever
applicable
2.13.2 The assembly shall consist of required number of
adequately rated diodes/ thyristors mounted on heat sinks, and connected in
three-phase full wave bridge circuits. The rectifier shall have adequate peak
inverse voltage (PIV) rating and the safety factor for the diodes / thyristors
shall be more than 2.5
2.13.3 The power circuit devices shall comprise incoming MCCB on the
415 V AC side, contactors, thermal overload relay, DC side
filter chokes, blocking diodes, DC shunt and DC side MCCBMCB of
adequate rating to meet the full load requirements of the
charger unit
2.13.4 The diode/thyristor units shall be adequately protected
against all abnormal over-voltage, short-circuits, overloads,
etc for which necessary devices and relays shall be provided
including the following :
1) Surge absorbers on the AC side of the rectifier bridges. The surge
absorber shall be provided with monitoring system so that in the event
of failure, alarm can be initiated.
2) Snubber circuit comprising resistor and capacitor across each thyristor
cell.
Battery Charger 3 of 4
3) HRC semi – conductor fuses in series with each rectifier cell complete
with trip indicating devices.
2.13.5 The salient features to be provided for the battery charging set and its
interconnection with the battery bank shall include but not be limited to the
following:
i) The ripple content in the output DC voltage shall be less than 2%.
ii) Stabilized DC output voltage for variation of AC supply voltage and
DC load by means of suitable control equipment.
iii) Automatic changeover from boost charging state to trickle charging
state and vice versa.
iv) Automatic and manual control of voltage regulations.
v) Measurement of AC input and DC output voltage and current.
vi) Visual indication for “AC supply ON” “Float ON” and “Boost ON”.
vii) Visual indication for the following abnormal conditions.
a) AC supply fail
b) Float charger trip
c) Boost charger trip
d) Float device fuse fail
e) Float filter fuse fail
f) Boost device fuse fail
g) Boost filter fuse fail
h) Load over-voltage
i) Load under-voltage
j) Boost over-voltage
k) Battery under-voltage
l) Battery earth fault
viii) The DC system shall be unearthed with battery earth –fault alarm by
battery earth- fault monitoring relay of reputed make.
2.13.6 Provision shall be made for transmitting the signals specified in item
2.13.5(vii) above, grouped together to the audio –visual annunciation system
in control panel provided for high voltage switchgear and also to BMS system.
Battery Charger 4 of 4
Note: In case of discrepancy in the MCGM specification and the once mentioned in this specification, the final decision will be taken by the MCGM engineer in charge.
SECTION: 2.9
DISTRIBUTION BOARDS
1.0 Scope
1.1 The scope of work shall cover the supply, installation, testing and
commissioning of lighting and power distribution boards including
cable sleeves, anchor fastners etc. Associated minor civil works
required for the erection of the DB’s such as opening in wall etc. are
also included in the scope of this contract.
2.0 Standards
2.1 The following standards and rules shall be applicable:
1) IS:2675-1983 Enclosed distribution fuse boards and
cutouts for Voltages not exceeding
1000V.
2) IS:375-1963 Marking and arrangement of
Switchgear busbars main connections
and auxiliary wiring.
3) IS:8828-1996 Miniature circuit Breakers
4)
IS:2607-1976
Air break Isolators for voltages not
exceeding 1000V.
5)
IS:9926-1981
Fuse wire used in Rewirable type
Electric fuses up to 650 volts.
6) Indian Electricity Act 1910 and rules issued there under.
2.2 All codes and standards mean the latest. Where not specified otherwise
the installation shall generally follow the Indian Standard Codes of
Practice.
3.0 Distribution Boards
3.1 Distributions boards along with the controlling MCB’s or Isolator
as shown shall be fixed in a mild steel Box with hinged lockable door
suitable for recessed mounting in wall. Distribution boards shall be
made of 18 SWG sheet steel with hinged lockable spring loaded cover
duly rust inhibited through a process of degreasing, acid pickling,
phosphating and powder coated to an approved colour over a red oxide
primer. The enclosure shall meet IP 43 rating.
DB’s 1 of 4
3.2 All components shall be mounted on DIN rails and covered totally with
a sheet steel cover rendering it finger-safe. Access to the internal
connections shall be only through removing the cover sheet.
3.3 Three phase boards shall have phase to phase barriers and a wire
channel for internal wiring. All DB’s shall be internally prewired using
copper insulated high temperature PVC wires brought to a terminal
strip of appropriate rating for outgoing feeders.
3.4 Conduit knockouts shall be provided as required/shown on drawings
and the entire board shall be rendered dust and vermin proof with
necessary sealing gaskets.
The distribution board shall have one main neutral and 3 separate sub -
neutral links, one for each phase of adequate capacity as per number of
outgoings per phase. The DB shall have earth bar(s) of adequate
capacity as per total numbers of outgoings of DBs. Two numbers
separate earth terminals, (one on each side) shall be provided on the
outer body of DB for its body earthing. The DB shall be supplied
complete with cable ties, circuit identification labels and few spare
blanking plates.
Indicating lamps shall be provided for each phase with fuse back up.
3.5 Miniature Circuit Breaker (MCBs)
Miniature Circuit Breaker shall comply with relevant IS / IEC standard
i.e. IS-8828-1996 & IEC – 60898 and ISI marked on each MCB. MCBs
shall be quick make and quick break type, suitable for 230 / 415V AC
50 Hz, breaking capacity should be 10kA and marked on MCB. MCB
shall be classified as B, C, D curve type suitable marked on MCB.
MCB’s for Lighting & power sockets shall be C-curve, all MCBs used
on UPS circuit shall be D-Curve only. MCB’s shall have quick make
can break non welding self wiping silver alloy contacts.
The housing shall be made from heat resistant thermoplastic material
and shall have high impact strength. All 2P, 3P and 4P miniature
circuit breakers shall have a common trip bar independent to the
external operating handle to ensure opening of all the poles
simultaneously on faults.
1) The MCB shall be current limiting type (Energy Limitation
Class – 3) and it shall be clearly marked on the product and
terminals shall comply to IP2X degree of protection.
2. MCBs terminals shall have provision for DUAL TERMINATION
facility for mounting bus bar and cables separately on same side of
the MCB & suitable accommodate accessories like Aux contact,
Trip, under voltage & shunt trip.
3. MCBs shall have Positive Contact Indication and shall be suitable
for Isolation.
4. MCBs shall have pad locking facility to lock it in ON or OFF
DB’s 2 of 4
RCCBs
1. RCCBs shall comply to IS 12640 / IEC 61008 standards. RCCB
shall be current operated type and shall be independent of the line
voltage; current sensitivity shall be of 30 mA / 100mA / 300 mA at
240/415 volts AC as specified in BOQ.
2. A test trip push button shall be provided on front face to check the
integrity of the earth leakage detection system and the tripping
mechanism healthiness.
3. RCCBs shall have positive contact indication and earth leakage trip
indication.
4. All RCCBs used on UPS circuits shall be HIGH IMMUNITY type
to protect against nuisance tripping.
3.6 Fuses shall be HRC link type or rewirable with necessary fuse carriers
and with S.C rating of not less than 50 KA. Bottle type fuses are not
acceptable. Fuse carrier terminals shall be suitably shrouded.
Rewirable fuse carriers shall be porcelain.
3.7 Boards shall meet with the requirements of IS 2675 and marking
arrangement of busbars shall be in accordance with IS 375. Bus Bars
shall be of copper and rated for the incomer switch rating and sized for
a temperature rise of 30 deg. C over the ambient. Neutral and earth bars
shall be of copper and rated as follows:
Neutral Earth Bar
LDB’s Same as phase Same as phase
PDB’s 1.5 x phase bar Same as neutral bar
There shall be one earth terminal for single phase boards and 2 for 3
phase boards. Circuit diagram indicating the load distribution shall be
pasted on the inside of the DB as instructed.
3.8 In the case of MCB distribution boards, the backup fuses wherever
shown shall be not less than 63A with a delayed characteristic and a
minimum prearcing time of 0.5 sec. at 10 KA fault current.
3.9 All outgoing feeders shall terminate on a terminal strip which in turn is
prewired to the MCB/Fuse base by means of insulated single conductor
high temperature PVC copper wires as follows:
LDB’s 2.5 sqmm
PDB’s Upto 15A 4.0 sqmm
25A 6.0 sqmm
DB’s 3 of 4
3.10 Each DB shall have indicating lamps preferably neon type denoting
power availability in the board after the switch. Indicating lamps shall
be complete with fuses.
3.11 In the case of Dimmer DB’s, the DB’s shall incorporate the Dimmer
panels as a part of the DB generally as shown on drawing and as
approved.
4.0 Installation & Testing
4.1 All distribution boards shall be mounted on wall or recessed, with
necessary angle iron frame work. All mounting frames shall have one
prime coat and two finish coats after the completion of the work. All
distribution boards shall be touched up for damaged painting.
4.2 All boards shall be meggared phase to phase and to neutral using
1000V megger with all switches in closed position. the megger value
should not be less than 2.5 megohms between phases and 1.5 megohms
between phase and neutral.
4.3 Fabrication drawings of all boards shall be approved by the Consultants
before fabrication and the boards inspected before dispatch, unless
waived in writing.
4.4 Aluminium anodized Engraved labels having white letters on black
background shall be provided indicating the DB details.
5.0 Mode of measurement
5.1 The distribution board complete with the various components specified,
indicating lamps, supporting frame, internal wiring, erection etc., will
be treated as one unit for the purpose of measurement and payment.
5.2 DB’s with dimmers shall be separately counted.
DB’s 4 of 4
Note: In case of discrepancy in the MCGM specification and the once mentioned in this
specification, the final decision will be taken by the MCGM engineer in charge.
SECTION: 2.14
EXTERNAL LIGHTING
1.0 Scope
1.1 The scope of work covers the supply, installation and testing of lighting poles, weather
proof light fixtures, wiring to the fixtures, Junction boxes, cable laying & termination,
earthing as specified and shown on drawings including necessary minor civil work
like excavation & backfilling, foundation for poles etc. for completeness of
installation.
1.2 Wherever fixtures and poles are supplied by the client, the installation shall include
erection of poles, excavation, coping & necessary foundations etc for completeness of
installation.
2.0 Standards
2.1 The following standards and rules shall be applicable:
1) IS: 1913 - 1969 General and safety requirements for light fittings.
2) IS: 2944 - 1981 Code of Practice for lighting public thoroughfares
3) IS: 3528 - 1966 Water proof electric lighting fitting
4) IS: 1239 - 1966 Water tight electric lighting fitting
5) IS: 1239 - 1958 Mild steel tubulars and other wrought steel pipe fittings
6) IS: 2149 - 1978
7) IS: 2149 - 1970 Luminaries for street lighting
8) Indian Electricity Act and Rules
2.2 All codes and standards mean the latest. Where not specified otherwise the
installation shall generally follow the Indian Standard Codes of Practice or the British
Standard Codes of Practice in the absence of Indian Standards.
3.0 Light Fixtures ( Weather proof & Water proof)
3.1 The light fixture construction shall be of die cast aluminium with a separate
compartment for integral ballast equipment. The reflector shall be anodized polished
aluminium. The glass refractor shall be heat-resistant.
3.2 Lamp holder shall be of porcelain and shall comprise a terminal block of non-
hygroscopic material. The luminaries shall have integral ballasts as specified housed
in water tight and dust tight metal cases. Ballasts shall be prewired to the lamp socket
and terminal block, requiring only power supply leads to the ballast primary terminals.
External lighting 1 of 3
3.3 The lamp & Luminaire shall be as specified in BOQ.
4.0 Lighting Poles
4.1 The lighting poles shall be fabricated from heavy duty cold-rolled steel tubes to IS:
1239-1958 and hot dip galvanized or painted as specified. The pole shall have a base
plate, a large access panel, and necessary fixture mounting bracket at top. The access
panel shall provide easy access to a multiway porcelain connector and fuse board, to
be mounted inside the pole. The access shall be specially fabricated with adequate
reinforcement and weather gasket to prevent ingress of moisture and vandal proofed.
Poles shall have large diameter entries for incoming and outgoing cable and two earth
studs. The pole fabrication shall conform to the drawings and, the contractor shall
make drawing and have it approved before fabrication.
4.2 The pole shall house a multiway porcelain junction box with MCB and rewirable fuse
as shown on the drawings. Pole shall have a concrete coping.
5.0 Feeder Pillar
5.1 Feeder Pillars shall be factory fabricated distribution centres housing necessary
FirepumpstartingshallbeannunciatedthroughtheMFACP. A remote start stop facility shall be
provided in the Fire Control Room.
5.3 The starter along with isolator shall be housed in a 14 SWG M.S box duly rust inhibited
through a process of degreasing and phosphating.
5.4 All cabling to and from the pumps to starter and control switch shall be carried out through
armoured XLPE (FRLS) cables of approved makes. Cables shall be laid in accordance with
section “M V CABLING”. The pump motors and panels shall be double earthed in
accordance with IS 3043-1966 or as shown on drawings.
6.0 Fire Hydrants, & Hose Reels
6.1 Hydrants shall be provided internally and externally as shown on the drawings.
Internal hydrants shall be provided at each landing of an escape staircase and additionally
depending on the floor area as shown on drawings. Landing valve shall be double headed gun metal
valve with 1-63 mm dia outlets and 100 mm inlet conforming to IS 5290-1969. Landing valve shall
have flanged inlet and instantaneous type outlets and mounted at 0.9 m above the
floor level. Instantaneous outlets for fire hydrants shall be of standard pattern approved and
suitable for 63 mm dia fire brigade hoses. Wherever necessary, pressure reducing
orifices shall be provided so as to limit the pressure to 500kPa or any other rating as required by the local
fire brigade.
Fire Hydrant System 5 of 7
6.2 Each landing valve shall have a hose reel cabinet of 1800 x 900 x 450 mm housing or as
shown on drawings or as aproved.
i) Landing valve with double 63 mm dia capped outlets and one 100 mm inlet.
ii) First-aid hose reel with 30 m long 20 mm dia high pressure rubber hose &
20 mm dia ball valve.
iii) 2-15 m long 63 mm dia canvas hoses reinforced rubber lined and wire wound with
instantaneous couplings.
iv) One copper branch pipe with bronze rings to take the nozzles at one end and fit into
the instantaneous coupling at the other.
v) One leaded-tin-bronze nozzle of 25 mm dia.
The first aid hose shall conform to IS 884-1969 and be wound on a heavy duty circular hose
reel with a cast iron bracket. The hose shall be permanently connected on one end to the
standpipe through a 20 mm ball valve with necessary hose adapter and a gun metal nozzle at
the other end. The reel shall swing out by 2700
.
Canvas hoses shall be in two lengths of 15.0 m each, of reinforced rubber lined wire wound canvas type
with instantaneous couplings, neatly rolled into bundles and held in position with steel brackets.
Canvas hoses shall be tested and certified by the manufacturers, to withstand an internal water
pressure of not less than
3.5MP without bursting. The hose shall also withstand a working pressure of
700kPa without leakage or undue sweating.
The hose cabinet shall be fabricated from 2 mm mild steel sheet duly rust inhibited through
a process of degreasing and phosphating The cabinet shall have double flap hinged doors
with 4 mm clear glass and shall have necessary openings for riser main and brackets for all
internals. The cabinet shall receive two coats of red oxide primer both inside and outside
before two after coats of final paint of approved colour shade.
Thedesignandsizeofthecabinetshallbe got approved before fabrication. Wherever shown, all
hydrant elements may be neatly mounted in the masonry nitche.
6.3 External Hydrants shall be stand post type over-ground unless shown otherwise.
All external hydrants shall be single or twin headed oblique valves with 80mm or
100mm inlet connection. Hydrants shall be located at least 2 m away from and within 15 m from the
building wall.
Fire Hydrant System 6 of 7
Each hydrant shall be provided with a hose cabinet containing 2 x 15 m 63 dia flax canvas or
controlled percolation hoses with couplings. Wherever shown, the cabinet may contain a
branch pipe and nozzle. The cabinet shall be 900 x 600 x
400fabricatedoutof2mmmildsteelsheet duly rust inhibited through a process of degreasing,
phosphating etc. The cabinet shall receive two coats of red oxide primer, inside and outside,
before 2 coats of final painting of approved shade. The cabinet shall be wall-mounted or
free standing with its own steel legs depending on the site conditions and as shown on drawings.
6.4 A fire service connection to the fire tank and a fire service inlet to the hydrant main shall
be provided. These connections shall consists of one or two twin- headed 63mm dia
gunmetal oblique outlets enclosed in a 2mm thick sheet steel painted box on a suitable stand
and 150dia outlet. Service inlet to the hydrant main shall have a 150dia non-return valve.
7.0 Piping
7.1 All piping shall be as specified under “Piping for Fire Fighting” and the schedule of work for
piping.
8.0 Testing & Commissioning
8.1 All hydrant piping shall be tested for a hydrostatic test pressure of 2.0 MPa or
1.5 times the working pressure (whichever is high) for a period of 24 hours at the end of which there shall
be no loss in pressure.
8.2 The booster & fire pump starting and stopping shall be tested by opening the test valve and
record the following:
1) Booster pump start / stop
System pressure at start up :
stop :
Time elapsed from start to stop =
kPa
kPa
seconds
2) Hydrant Pump start
System pressure at start up : kPa
Maintained system pressure while
discharging the landing valve at the
highest point.
i) pump end : kPa ii)
highest outlet : kPa iii)
intermediate points : kPa
Fire Hydrant System 7 of 7
8.3 All the operating tests shall be carried out in the presence of any local authority, Fire Brigade or
Insurance Co. Where such requirements are not mandatory the system shall be tested with full
30m length of hose and nozzle.
i) At one hydrant at the top most point
and ii) 2 or more hydrants at the ground level depending on the pump
capacity.
9.0 Mode of Measurement
9.1 Hydrant pump with mounting frame, excluding concrete foundation shall be measured per
unit.
9.2 Engine driven pump complete with:
i) mounting frame ii)
flexible coupling
iii) engine starter panel with starting battery charger, leads etc.
iv) day tank
v) exhaust pipe and insulation, silencer etc. vi)
remote radiator etc. as specified.
9.3 Booster and jockey pump same as Hydrant pump.
9.4 Instrument panel with pressure gauges, pressure switches, control-piping enclosure etc.
shall be measured as one unit.
9.5 Landing valves with or without fire hose cabinet with hose reel, rubber lined, canvas hose,
branch pipe, axe, nozzle etc. shall be measured per unit.
9.6 External hydrant standpost type with butterfly valve or sluice valve with tail pieces, etc.
shall be measured per unit.
9.7 Fire brigade inlet connection complete with 1 or 2 nos. 63 dia twin head inlets with or
without non-return valve with 150 dia respectively of inlet pipe atleast
1.5 m long shall be measured per unit.
9.8 External Hose reel boxes complete with hoses and enclosure etc. shall be measured per
unit.
9.9 Control cabling from pressure gauge panel to the respective starters shall be measured in
running metre and paid at unit rates.
9.10 Starter and isolator for each pump housed inside the M.S box shall be measured as one unit
and paid. In case the starters are part of the Fire Pump Panel, it shall be part of the panel. Note:In case of discrepancy in the MCGM specification and the once mentioned above , the final decision will be taken by the MCGM engineer in charge.
Painting 1 of 4
SECTION: 2.6
PAINTING
1.0 Scope
1.1 The scope of work covers painting of:
i) All equipment
ii) Piping & pipe supports
iii) Duct & duct supports
iv) Electric Panels & cable trays
1.0 All equipment and piping shall be painted in accordance with the following
colour code (or other colours if specifically requested for by the Project
Manager.)
Equipment/ Service Colour BAND
Width Spacing Colour
(mm) (mm)
COLD WATER Municipal
Sea green
-
-
-
Domestic - do - 25 1500 White Flush - do - 25 1500 Brown Hot water supply - do - 25 1500 Red Hot water Ret - do - 25 1500 Red
(chain dotted)
DRAINAGE Black
Soil
Waste
Vent.
Rain water
- do -
- do -
- do -
- do -
- -
25 1500
25 1500
- -
-
White
White
(Chain dotted)
FIRE
Hydrant line
Sprinklers
Fire Red -
- do - 25
-
1500
-
White
Painting 2 of 4
Equipment/ Service Colour BAND
Width Spacing Colour
(mm) (mm)
STEAM Silver grey
Over 3 kg
Upto 3 kg
Condensate
- do -
- do -
- do -
- -
25 1500
25 1500
-
Red
Red
(Chain dotted)
AIR
Compressed Air Sky blue - - -
OILS
HSD
LDO
Light Brown -
- do - 25
-
1500
-
White
NATURAL GAS Light Brown 25 1500 White & Blue
WATER CHILLING UNIT
a) Compressor
b) Motor
c) Condenser
Dark Adm. - - -
Grey
- - -
"
- - -
Steel Blue
REFRIGERANT
PIPING
a) Hot gas
Signal Red
25
1500
-
b) Liquid lines
Signal Red
25
600
White
c) Suction Riveira Blue - - -
Equipment/ Service Colour BAND
Width Spacing Colour
(mm) (mm)
PUMPS & MOTORS Canary Yellow - - -
CHILLED WATER
a) Supply
b) Return
Fiesta Blue
Fiesta Blue
- -
25 600
-
White
CONDENSER WATER
a) Supply
b) Return
Steel Blue
Steel Blue
- -
25 600
-
White
COOLING TOWERS Steel Blue - - -
DUCTS & DUCT
SUPPORTS
Black or
as directed
- - -
a) Exposed ducts
b) Support
Approved colour
UNIT COLOUR & AH
UNIT & EXPOSED
DUCTING
Fiesta Blue
(28-9104
- - -
ELECTRIC PANELS Steel grey
Notes: 1) All colours and codes refer to ICI
DULUX Synthetic Enamel colours.
Nearest equivalent acceptable.
2) The painting shall be with synthetic
enamel paint unless otherwise
specified.
Painting 3 of 4
2.0 All surface to be painted shall be throughly cleaned with wire brush to remove
completely rust and other extraneous substances. Over the cleaned surfaces one
coat or red oxide primer shall be applied completely covering the exposed
surfaces. Out finish coat of painting shall be applied one day after the prime
coat, after ensuring that the paint is dry. The second coat shall be done before
the installation is handed over and after approval to do so from the Project
Manager. Black steel ducts shall be painted with a prime coat and above and
galvanised steel duct need to be painted without the need of a prime coat.
3.0 Mode of measurement
3.1 All painting shall form part of the cost (item rate) of equipment, piping etc. No
separate payment shall be admissible.
Note:In case of discrepancy in the MCGM specification and the once mentioned above , the final decision will be taken by the MCGM engineer in charge.
Painting 4 of 4
SECTION: 2.5
PIPING FOR FIRE FIGHTING
1.0 Scope
1.1 The scope of work covers, supply, laying, testing and commissioning of the entire
piping system for the Fire Fighting Installation i.e. Fire Hydrant and sprinkler
systems.
2.0 Standards
2.1 The following standards shall be applicable:
i) IS 1239 - 1979 ERW Mild Steel Tubes & Tubulars
and fittings upto 150 NB
ii) IS 3589 - 1981 ERW steel pipes for gas, water and sewerage
enclosed inside the unit casing as specified above and together with the
drive/s, unless stated otherwise.
2.3 Drive motor shall be mounted on adjustable motor base capable of a minimum
adjustment of 100mm. Motor ratings shall exceed the maximum power
absorbed by the fan at all operating conditions.
3.0 Axial Flow Fans
3.1 Axial flow fans may be tube or vane axial type for in-line installation. Fans
shall be selected for low noise levels and meet the flow and pressure
requirements specified in the data sheets. These fans should be provided with
1-D sized sound attenuator.
3.2 Drives for all axial flow fans shall be with multiple V belts unless specified
otherwise there shall be minimum 2 belts. All motors shall be sized at more
than the maximum brake power of the fan in its operating range.
4.0 Propeller fans
4.1 Propeller fans shall be direct driven as specified with square frame and heavy
deep drawn steel panel construction. Fans shall be capable of being mounted
in horizontal or vertical or any angular position. Drive motor shall be single
phase/3 phase with necessary starter specified. All fans shall have discharge
gravity louvers and bird screen with 1.0mm dia 20 mesh galvanised steel
mesh with diaphragm plate & frame, grouted into the wall.
5.0 Mixed Flow Tubular Inline fans
5.1 Mixed flow fans shall have a mixed flow designed wheel in a tubular housing
for in-line installation. Fan Housing should be aerodynamically designed to
reduce incoming air turbulence. The Housing shall include welded steel vanes
to straighten air flow prior to exiting the fan discharge. Units shall incorporate
a universal mounting system which shall allow the fan to be mounted in either
vertical or horizontal configurations and field rotation of motor position in 90
degree increments. Units shall accommodate base mount or ceiling hung
mounting without structural modifications to the fan.
5.2 An Access Door shall be provided for impeller inspection and service. For belt
driven fans belt guard and motor cover shall be included to completely cover
the motor pulley and belt(s). For kitchen grease exhaust application motor
pulley and belt assembly shall be securely isolated from the air stream to
prevent grease accumulation. Drive belts and sheaves shall be sized for 150%
of the fan operating brake horsepower, and shall be readily and easily
accessible for service, if required.
6.0-Air Moving Apparatus 2 of 3
5.0 Sheet Metal Ducting
5.1 All sheet metal ducting associated with ventilation and exhaust systems shall
follow the specifications "SHEET METAL DUCTING".
6.0 Installation
6.1 Installation of all fans shall be done with necessary vibration isolation fittings
and the minimum static deflection as specified in the data sheets.
7.0 Testing
7.1 All fans shall be tested to establish the following ratings:
Air quantity /s
Static pressure
Pa
Fan speed
rpm
Outlet velocity
(m/s)
Noise (On Octave
wave band)
(SPL) dB
Full load current
(amps)
8.0
Mode of measurement
8.1 Each fan with motor, drive & guard, mounting frame, vibration mounts starter
panels, cabling, earthing as per data sheet shall form one unit. In case of
propeller exhaust fans, the mounting frame with bird screen and gravity
louvres (back draft dampers) should also be included in the unit cost or as
defined in the schedule of work. Note:In case of discrepancy in the MCGM specification and the once mentioned above , the final decision will be taken by the MCGM engineer in charge.
6.0-Air Moving Apparatus 3 of 3
9.0-Sheet Metal Ducting 1 of 11
SHEET METAL DUCTING
1.0 Scope
1.1 The scope of work covers supply, installation, testing, balancing and
commissioning of:
i) Sheet metal ducting
ii) Volume, Smoke and Fire dampers
iii) Outside intakes & exhausts louvers
iv) Grilles and diffusers
v) All other accessories
associated with air-conditioning ventilation and exhaust systems
meeting the intents of specifications & drawings
2.0 Standards
2.1 All duct work shall conform generally to the following standards &
codes.
IS:277 Galvanised sheet steel
IS:655 Metal Air Ducts
IS:1079 Hot rolled carbon steel sheets
IS:513 Cold rolled low carbon steel sheet
3.0
SMACNA
Submittals
duct construction standards as modified herein
3.1 The contractors should submit shop drawings of all duct systems after
a thorough survey of the space, obstructions and other services
elements. The shop drawings should indicate the following
information:
i) Source of manufacture and place
ii) Pressure class of ducting
iii) Bills of materials showing the duct areas in sq. meters for each
system under each category of sheet thickness.
iv) Schedule of grilles and diffusers, dampers, Intakes and exhausts.
3.2 Catalogue cuts of all grilles and diffusers, dampers proposed to be used
shall be submitted and got approved
9.0-Sheet Metal Ducting 2 of 11
4.0 Material
4.1 The material for various applications of air ducting shall be as follows:
Gauges shall have coiled or capillary type pressure snubber.
4.5.3 Separable well is only for a future temperature sensor or gauge. Sensor
will be provided by others. Thermometer wherever required should be
dial type or industrial type with a suitable range (40 - 80C) complete with
a separable well.
5.0 Acceptance, Testing & Commissioning
5.1 Before testing and commissioning, water shall be filled and circulated
through the piping system and flushed out to ensure clean piping. Entire
piping installation with all valves fully open, except the terminal fixture
valves shall be subjected to a hydraulical test pressure whichever is higher
of the following:
i) 2 times the dynamic head of the pump plus the gravity head of an over-
head storage or pressure tank.
ii) 2.5 times the no-delivery head (head developed when the discharge
valve is closed) of the pump.
5.2 The test shall be for the entire water supply system and shall hold for a
minimum of 3 hours without loss of pressure. During the testing period,
the contractor should walk along the entire piping system along with the
Project Manager / Engineer in charge and validate that there are no leaks
anywhere in the system. Such validation shall be carried out segment by
segment and recorded. Should there be any leaks in any segment, the
system shall be drained, leaks attended and tested once again as above till
the entire piping system is rendered leak-tight and acceptable.
Water Supply System 6 of 8
5.3 Flow tests at each and every outlet shall be conducted as specified in
Section “SANITARY SYSTEM” and all test readings and statements of
verification shall form the acceptance test documentation. If the piping
was tested in sections during construction phase, all such test records
shall form an appendix to the above documentation.
6.0 Mode of measurement
6.1 a) All pipes above ground shall be paid for the length measured along the
centre line of the pipe line laid and shall be inclusive of all fittings such as
couplings, tees, bends, elbows, union. Deduction for valves shall be
made. Rate quoted shall be inclusive of all fittings, supports, suspenders,
clamps, painting cutting holes chases and making good the same with fire
resistant sealant and all items mentioned in the specifications and
schedule of work.
b) Core drilling of concrete floors complete with sealing shall be paid per
unit.
6.2 All pipes underground or buried or embedded shall be paid for length
measured along the centre line of the pipe line laid and shall be inclusive
of all fittings e.g. coupling, tees, bends, elbows, unions and protective
coating and wrapping, and supporting systems.
6.3 CPVC pipe laid above ground shall be paid for the length measured along
the centre line of the pipe line laid including all fittings joints etc.
Deductions for valves shall be made. Pipe going into the socket shall not
be measured. Rate shall be inclusive of supports, suspenders and clamps,
laying, fixing, cutting holes and chases and making good and shall
include all items mentioned in the specifications and schedule of work.
6.4 Items such as gate valves, globe valves, ball valves, butterfly valves, non
return valves, air valves, scour valves pressure reducing valves etc. shall
be measured and paid by number.
6.5 Making connections to pumps, equipment heat exchanger and appliances
shall be paid on the basis of unit length under the relevant items.
6.6 Steel structural supports for storage tanks etc. shall be paid by weight of
actual length of member installed at site multiplied by its theoretical
weight given in the manufacturer’s catalogue. Rate shall be inclusive of
hoisting, welding, bolting, painting, cutting and making good the walls
and all items described in the schedule of work and specifications.
6.7 Special supporting systems for supporting multiple pipes of multiple
agencies shall be paid on the following basis:
Water Supply System 7 of 8
i) Theoretical weight of structural members used multiplied
by the quoted cost per quintal.
and ii) Deduct for cost of normal supports as specified at the rate
of 5% on quoted rate of all the pipes supported (excluding
cost of valves & insulation but including cost of fittings &
flanges)
Water Supply System 8 of 8
MM
MM
±0.00
±0.00
+300
±0.00
MM
MM
90' 00"
6
0
'0
0
"
RL LINE
RL LINE
17
17
18
Legend
01- Stairs to Maidan
02- Ramp
03- Seating pocket
04- Cricket pitch
05- Pathway
06- Skating rink
07- Plantation
08- Multipurpose ground
09- Senior citizens area
10- Steps
11- Hardscape
12- Basketball court
13. Kids play area
16. Kiosk with seating
17. M.S. gate
18. Watchman's cabin
07
07
07
07
07
01
02
07
01
02
06
12
05
05
09
07
07
04
08
07
11
10
13
14
09
05
05
07
11
14
07
07
07
07
07
07
07
07
03
1616
07
LIFT2700x2500LIFT2700x25002500MM WIDELIFT LOBBY
LIFT2450x2500
LIFT2450x2500
DISABLETOILET
RAMPENTRY
GENTSTOILET
WCLADIESTOILET
WC
WC
WC
SHAFT
SERVIC
E SLAB
DISABLETOILET
LIFT2700x2500LIFT2700x25002500MM WIDELIFT LOBBY
LIFT2450x2500
LIFT2450x2500
DISABLETOILET
RAMPENTRY
GENTSTOILET
WCLADIESTOILET
WC
WC
WC
SHAFT
SERVIC
E SLAB
DISABLETOILET
19. Drinking water fountain
19
03
03
03
03
03
03
03
03
03
03
04
07
07
07
07
07
07
07
07
07
07
10
11
15.Seating step
14.Feature wall
15
15
20. Trellis for ramp
2020
S CPL
V
STRUCTURAL CONSULTANT :
PROJECT TITLE
DRAWING TITLE
SCALE :- DATE
REV.
CAD FILE REF.
DRAWING NO.
SERVICE CONSULTANT :
Notes
B026003
ESKAYEM 301, 3rd FLOOR, SWASTIK CHAMBER,
CST ROAD, CHEMBUR,MUMBAI-400 071.
TELE.- 022-25282645,46,47
CONSULTANTS (PVT) LTD
KEY PLAN
01. ALL DIMENSIONS ARE IN MM.02. DRAWINGS MUST BE READ IN CONJUNCTION WITH CORRESPONDING STRUCTURAL, SERVICES DWGS, BOQ AND OTHER RELEVANT DWGS.03. DRAWING NOT TO BE SCALED ONLY WRITTEN DIMENSIONS TO BE FOLLOWED.04. ANY DISCREPANCIES IN THIS DRAWING SHALL BE BROUGHT TO THE NOTICE OF THE ARCHITECT BEFORE EXECUTION.05. CONTRACTOR TO STUDY DRAWING AND REVERT BACK IN CASE OF ANY DISCREPANCIES.06. SITE BOUNDARY DIMENSIONS TO BE REFERRED FROM SURVEY DRAWING.07. ALL LEVELS INDICATED ARE UNFINISHED LEVEL UNLESS SPECIFIED. OTHERWISE REFER THE TABLE IN MASTER SHEET FOR FINAL LEVELS.08. ARCHITECTURAL PLANS ARE CUTTING AT 1.5 M LEVEL FROM UNFINISHED SLAB LEVEL.09. ALL LARGE SCALE DRAWINGS SHALL SUPERCEDE THE SMALL SCALE DRAWINGS.10. FOR ANY LEGEND OR SCHEDULE REFER MASTER SHEET.11. SPECIE INSTRUCTION ARE MENTIONED ON RELEVANT DWGS.
1200 MM WIDE RAMP ENTRY/EXIT FOR HANDICAPSLOPE 1:10
26
86
34
50
34
50
SECTION E-EUPPER BASEMENT-5100MM
RG. LVL.+1950 MM
LOWER GROUND-1650 MM
EXTERNAL ROAD LVL. ±0.00 MM
LOWER BASEMENT-8550MM
+300MM
LVL.+3100 MM
1st FLR LVL.+6600 MM
2nd FLR LVL.LVL.+9600 MM
TERRACE LVL.LVL.+12600 MM
LVL.+3600 MM (YMCA BLDG)
BASKET BALL
6000 MM WIDEDRIVEWAY
6000 MM WIDEDRIVEWAY
6000MM WIDE RAMP UPTO 1ST BASEMENT LVL.
3000MM WIDERAMP UP TOGROUND LVL.SPACE FOR SERVICES
6000 MM WIDEDRIVEWAY
6000 MM WIDEDRIVEWAY
3000 MM WIDEDRIVEWAY
12
60
0
30
00
30
00
30
00
16
50
11
50
34
50
16
50
34
50
30
0
50
0
SEATING POCKET SKATING RINKKIDS PLAY AREA
PATHWAY
RAISED PLANTER
PLANTER
6000MM WIDE RAMP UPTO GROUND LVL.
200MM FILLING 500MM FILLING
Rev. Modification DrawnDate Chkd.
CLIENT :
M.C.G.M.MUNICIPAL CORPORATION OF GREATER MUMBAI
PROJECT ARCHITECT :
ArchitectHafeezContractor29 Bank Street, Mumbai 400 023 Tel :(+91 22)2266 1920 , Fax :(+91 22)2266 4737
STRUCTURAL CONSULTANT :
PROJECT TITLE
DRAWING TITLE
SCALE :- DATE
REV.
CAD FILE REF.
DRAWING NO.
SERVICE CONSULTANT :
Notes
B026003
ESKAYEM 301, 3rd FLOOR, SWASTIK CHAMBER,
CST ROAD, CHEMBUR,MUMBAI-400 071.
TELE.- 022-25282645,46,47
CONSULTANTS (PVT) LTD
KEY PLAN
01. ALL DIMENSIONS ARE IN MM.02. DRAWINGS MUST BE READ IN CONJUNCTION WITH CORRESPONDING STRUCTURAL, SERVICES DWGS, BOQ AND OTHER RELEVANT DWGS.03. DRAWING NOT TO BE SCALED ONLY WRITTEN DIMENSIONS TO BE FOLLOWED.04. ANY DISCREPANCIES IN THIS DRAWING SHALL BE BROUGHT TO THE NOTICE OF THE ARCHITECT BEFORE EXECUTION.05. CONTRACTOR TO STUDY DRAWING AND REVERT BACK IN CASE OF ANY DISCREPANCIES.06. SITE BOUNDARY DIMENSIONS TO BE REFERRED FROM SURVEY DRAWING.07. ALL LEVELS INDICATED ARE UNFINISHED LEVEL UNLESS SPECIFIED. OTHERWISE REFER THE TABLE IN MASTER SHEET FOR FINAL LEVELS.08. ARCHITECTURAL PLANS ARE CUTTING AT 1.5 M LEVEL FROM UNFINISHED SLAB LEVEL.09. ALL LARGE SCALE DRAWINGS SHALL SUPERCEDE THE SMALL SCALE DRAWINGS.10. FOR ANY LEGEND OR SCHEDULE REFER MASTER SHEET.11. SPECIE INSTRUCTION ARE MENTIONED ON RELEVANT DWGS.