plumbing tender

148
1 THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA PROPOSED OFFICE BUILDING AT BANDRA-KURLA COMPLEX TENDER FOR PLUMBING, WATER SUPP LY, DRAINAGE INCLUDI NG STP & FIRE FIGHTING WORKS PART - I (Technical & Commercial Conditions) Name of Tenderer : ________________________________________________________ Address : ___________________________________________________________________ ___________________________________________________________________ _____________________________________ ______________________________ Date of Submission : ______________ ARCHITECTS : PHEROZE KUDIANAVALA CONSULTANTS ENGINEERS PVT. LTD . Mackinnon Mackenzie Building, 2 nd Floor, Ballard Estate, Mumbai 400 001 Tel.No. 22617791 / 22617793 - E-mail: [email protected] - Fax No. 22612130

Upload: tukarammali

Post on 10-Dec-2015

3 views

Category:

Documents


1 download

DESCRIPTION

tender

TRANSCRIPT

Page 1: Plumbing Tender

1

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA

PROPOSED OFFICE BUILDING AT BANDRA-KURLA COMPLEX

TENDER

FOR

PLUMBING, WATER SUPPLY, DRAINAGE INCLUDINGSTP & FIRE FIGHTING WORKS

PART - I (Technical & Commercial Conditions)

Name of Tenderer : ________________________________________________________

Address : ___________________________________________________________________

___________________________________________________________________

_____________________________________ ______________________________

Date of Submission : ______________

ARCHITECTS :

PHEROZE KUDIANAVALA CONSULTANTS ENGINEERS PVT. LTD .Mackinnon Mackenzie Building, 2nd Floor, Ballard Estate, Mumbai 400 001

Tel.No. 22617791 / 22617793 - E-mail: [email protected] - Fax No. 22612130

Page 2: Plumbing Tender

2

I N D E X

Part –I

Technical & Commercial Conditions

DESCRIPTION PAGE NOS.

Notice Inviting Bid (Press) 3

Notice Inviting Bid (Website) 4 - 5

Section – 1 : Instructions to Bidders 6 - 12Section – 2 : Eligibility Criteria 13 – 23Section – 3 : General Conditions of Contract (GCC) 24 – 64

APPENDIX – I : Appendix to General Conditions ofContract

65

APPENDIX – II : A. Proforma ‘B1’ (Measurement Sheet)

B. Proforma ‘B2’ (Interim Bill)66

APPENDIX– III : Proforma ‘C’(Contractor’s Liability andInsurance Summary) 67

APPENDIX–IV : Proforma ‘D’ ( Report of VirtualCompletion) 68

APPENDIX-V : Bank Guarantee in lieu of EMD69 - 70

Section – 4 : Special Conditions of Contract (SCC) 71 - 76

Annexure 4.1 : Draft Agreement 77 – 83

Section - 5 : Technical Specifications Sanitation & Plumbing including Water Supply & Drainage

Fire Protection System

S.T.P.

84 – 116

117 – 127

128 - 137

Section – 6 : Checklist 138 - 147

Covering Letter 148

Page 3: Plumbing Tender

3

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIAOffice: ICAI Bhawan, 27, Cuffe Parade, Colaba, Mumbai 400 005.

H.O.: ‘ICAI Bhawan’ , Indraprastha Marg, New Delhi - 110 002

NOTICE INVITING TENDERS (PRESS)

1) PROVIDING AND FIXING CURTAIN WALL GLAZING, ACP CLADDING,ALUMINIUM WORKS.,

2) SANITATION, PLUMBING INCLUDING STP & FIRE-FIGHTING WORKS.

&

3) 20 PASSENGER CAPACITY ELEVATORS – 3 NOS.

The Institute of Chartered Accountants Of India invite sealed tenders from reputedcontractors in two-bid system for the aforesaid THREE sets of works for their proposedoffice Building (LB, UB, G & 6 UPPER FLOORS) at Plot No. C -40 in G Block, BandraKurla Complex Mumbai. Tenders may be obtained from the office of THE INSTITUTEOF CHARTERED ACCOUNTANTS OF INDIA, ICAI BHAWAN, 27 CUFFEPARADE, COLABA, MUMBAI-400 005. from 26th October 2010 to 7th November 2010..For details please refer to our website www.icai.org

Additional Director

Page 4: Plumbing Tender

4

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIAOffice: ICAI Bhawan, 27, Cuffe Parade, Colaba, Mumbai 400 005.H.O.: “ICAI Bhawan’7, Indraprastha Marg, New Delhi - 110 002

NOTICE INVITING TENDER (Website)PLUMBING, WATER SUPPLY, DRAINAGE INCLUDING STP & FIRE FIGHTING

WORKS.

ICAI invites sealed tenders in 2- bid system (Techno commercial and financial bid s intwo separate covers) for supply, installation, testing& commissioning of Plumbing,Water Supply, Drainage including STP & Fire Fight ing works from reputed and long-standing Manufacturers for their Proposed Office Building Institute of CharteredAccountants of India at Bandra Kurla Complex, Mumbai"

1. Name of Project Supply, installation, testing& commissioning of Plumbing,Water Supply, Drainage including STP & Fire Fightingworks from reputed and long-standing Manufacturers fortheir Proposed Office Building at BKC, Mumbai – 400 051

2. Estimated cost ofwork

Rs.1.5 Crores

3 Period ofcompletion

6 months from the date of Work orde r.

4 Eligible criteriafor contractors

Reputed firms (1) having 10 years of experience andhaving satisfactorily executed in time at least four jobscosting total 6.0 crores in last two years ending31.03.2010, (2) having Average Annual Financial turnoverof at least Rs. 7.5 crores during the last 3 years ending 31 st

March 2010. (3) local service set –up, (4) should not haveincurred any loss during the last two years ending 31st

March, 2010 and (5) should have a solvency of Rs. 1.5crores issued by a scheduled Bank. All these shall besubmitted alongwith tender request letter.

5. Sale of TenderDocuments(in duplicate)

By THE INSTITUTE OF CHA RTEREDACCOUNTANTS OF INDIA, ICAI BHAWAN, 27CUFFE PARADE, COLABA, MUMBAI -400 005 from26/10/2010 to 07/11/2010 (except Saturday & Sunday)from 11 am to 5 pm on production of satisfactory evidencemeeting the eligibility criteria.

6. Cost of TenderDocuments(in duplicate)

Rs.5,000/- (non- refundable) in the form of Demand Draftin the name of The Secretary, The Institute of CharteredAccountants of India payable at Mumbai.

7. Last date ofsubmission oftenders

08/11/2010 upto 17.00Hrs. at The Institute of CharteredAccountants of India, ICAI Bhawan, 27, Cuffe Parade,Colaba, Mumbai- 400 005.

8. Bid EarnestMoney Deposit

DD or B.G. for Rs. 3.0 lakhs issued by any scheduled Bankfavouring ICAI.

9. Date of opening 09/11/2010 at 11.00 a.m. onwards at ICAI, Colaba ,

Page 5: Plumbing Tender

5the Technical Bid(Cover-1)

Mumbai for evaluation of technical bid andprequalification of bidders

10 Date of openingof Financial bid(Cover –2)

Will be informed to the prequalified bidders separately

Note:

1. Applications for issuance of tender without complete information and certifiedphotocopies of documents in support of fulfilling the Pre -qualification criteria will notbe entertained.

2. If any information furnished by the applicant is found incorrect at a later stage, he shallbe liable to be debarred from tendering/taking up the work in ICAI.

3. The Employer reserves the right to verify the particu lars furnished by the applicantindependently.

4. Short-listing of contractors will be finalised after inspection of works and obtainingconfidential reports from previous employers for only those firms who fulfill theaforesaid Pre-qualification criteria and that specified in Technical bid.

5. The Employer reserves the right to reject any tender/bid without assigning any reasonand to restrict by it, from out of the bids received.

The list of qualified contractors for opening of the financial bid to any number deemedsuitable

Mr .M. Abdul Razak

Additional Director

The Institute of Chartered Accountants of India,

ICAI Bhawan, 27, Cuffe Parade,

Colaba, Mumbai 400 005

Page 6: Plumbing Tender

6

SECTION - 1

INSTRUCTIONS TO BIDDERS

Page 7: Plumbing Tender

7

INSTRUCTIONS TO BIDDERS

1.0 LOCATION

1.1 The site is located on Plot C-40, ‘G’ Block, Bandra Kurla Complex, Mumbai.

2.0 SCOPE OF WORK

The work involves Plumbing, Water Supply, Drainage including STP & Fire Fightingworks as per Drawings, Specifications and Conditions o f Contract.

3.0 SUFFICIENCY OF TENDER

3.1 Tenderers must get acquainted with the proposed work and study drawings,designs, specifications, conditions of contract, schedule of quantities and othertender documents carefully before tendering. No request of any change in ratesor conditions for want of information on any particular point shall beentertained after receipt of the ten ders. In case of any discrepancies oruncertainty concerning anything contained in the tender documents, thetenderer shall obtain the Architect's clarification and quote his ratesaccordingly. No claim for additional payment will be entertained, if thetenderer fails to comply with this requirement.

No extra charges consequent on any misunderstanding or otherwise shall beallowed.

3.2 The Tenderer must, prior to submitting his tender , inspect the site to ascertainthe nature of site, access thereto, location, facilities for procure ment ofmaterials and working labour rates and execution of the work. TheTenderer shall be deemed to have full knowledge of the site and drawingswhether or not he actually inspects them.

The Tenderer shall inspect and examine the site and its surrounding and shallsatisfy himself before submitting his tender as to the nature of the g round, andsub-soil ,the form and nature of the site, the quantities and nature of the workand materials necessary for the completion of the works and means of access tothe site, the accommodation he may require , and in general, shall himselfobtain all necessary information as to risk, contingencies and othercircumstances which may influence or affect his tender.

3.3 The Tenderer shall be deemed to have satisfied himself before tendering as tothe correctness and sufficiency of his tender for the works and of the rates andprices quoted in the Schedule of Quantities, which rates and prices shall,except as otherwise provided, cover all his obligations under the Contract andall matters and things necessary for proper completion and maintenance of theworks.

Page 8: Plumbing Tender

8

4.0 SITE ENGINEER :

The Successful tenderer shall, before receiving Work Order, get the Project Engineeracquainted with site,follow up submission & approval of G.A. drawings & supervisethe work during execution.

5.0 TENDERER TO VISIT SITE :

Each Tenderer must, before submitting his tender , visit the site of works so as toascertain the physical site conditions and prices, availability and quality of materialsaccording to Specifications before submitting the quotations.

6.0 SUBMISSION OF TENDER:

6.1 The Tender must be submitted in original and as per details given hereunder.The rates shall be filled in the Sched ule given in Part II of the tenderdocument.

6.2 Both copies of Tender shall be submitted in two parts in sepa rately sealedenvelopes as described below:

Parts I : Technical and Commercial aspects of the offer and Tender Drawings, EMD and details list in Para 7

Parts II : Priced Schedule of Quantities in Original and Duplicate . Xerox copy

The envelopes/covers containing Parts I and Parts II of offersshall be duly superscribed with the above titles.

6.3 Part II of offer shall contain only the “Schedule of Quantities” and noconditions, whatsoever. Any conditions/stipulated by the tenderer in Part IIwill not be taken into consideration for evaluation of the tenders.

6.4 Tenderers are requested to quote strictly as per the terms and condi tions,specifications, drawings and tender documents and not to stipulate anydeviations or submit their own printed standard details in this regard.

6.5 Addenda to this tender document, if issued, must be signed and submittedalongwith the tender document.

6.6 All pages to be initialed:

All pages of tender documents including any corrections, additions or deletionsshall be initialed, wherever required ,in the tender papers by the Tenderer or bya person holding power of attorney authorising him to sign on behalf of theTenderer ,before submission of tender.

6.7 Rates to be in figures and words :

The Tenderer should quote in English - both in figures as well as in words - therates and amounts tendered by him in the Schedule of Rates for each item and

Page 9: Plumbing Tender

9in such a way that interpolation is not po ssible. The amount for each itemshould be worked out and entered and requisite totals given of all items, bothin figures and in words. The tendered amount for the work shall be entered inthe tender and duly signed by the Tenderer.

In case of discrepancy between the rates given by the contractor in words andfigures or in the amount worked out , the following procedure shall befollowed.

a) When there is a difference between the rates in figures and in words,the rates which correspond to the amounts worked out by thecontractor, shall be taken as correct.

b) When the amount of an item is not worked out by the contractor or itdoes not correspond with the rates quoted by the contractor in figuresas well as in words, the rate quoted in words shall be taken as correct.

c) When the rate quoted by the contractor in figures and in words talliesbut the amount is not worked out correctly, the rate quoted by thecontractor shall be taken as correct and not the amount

6.8 Corrections and Erasures

Corrections and alterations in the entries of tender papers shall be signed in fullby the Tenderer. Corrections with white fluid and overwriting are notpermitted.

6.9 The tender shall contain the names, residence and place o f business of personor persons making the tender and shall be signed by the Tenderer with hisusual signature. Partnership firms shall furnish the full names of all Partners inthe tender. It should be signed in the partnership name by all the partners or byduly authorised representative followed by the name and desig nation of theperson signing. Tender by Corporation shall be signed by an authorisedrepresentative, and a Power of Attorney on their behalf shall accompany thetender. A copy of the partnership deed of the firm with names of all partnersshall be furnished.

6.10 When a Tenderer signs a tender in a language other than English, the totalamount tendered should, in addition, be written in the same language. Thesignatures should be attested by atleast one witness.

6.11 Witness:

Witnesses and sureties shall be persons of status and propriety and their names,occupation and address shall be stated below their signatures.

The witness shall ,under no circumstances, be a Contractor who has himselftendered for the same work.

7.0 INFORMATION REQUIRED ALONGWITH TENDER:

The following details are required to be submitted alongwith tender:

Page 10: Plumbing Tender

10

a) List of equipment proposed to be deployed for work.

b) Site Organisation chart with bio -data of Resident Engineer and key personnelproposed to be deployed at site.

c) Programme of work substantiated by proposed resources of manpower andequipment.

d) Power of Attorney in the name of persons who ha ve signed the tenderdocument.

8.0 ERRORS / OMISSIONS

Any printing or typographical errors/omissions in tender documents shall be referredto the Architects appointed by the Employer and their interpretation regardingcorrection shall be final and binding on Contractor.

9.0 TRANSFER OF TENDER DOCUMENTS:

Transfer of tender documents purchased by one intending Tenderer to another is notpermitted.

10.0 EARNEST MONEY:

10.1 The Tenderer must pay the amount of Earnest Money as mentioned in theNotice of Tender Invitation by Bank Guarantee / Bank Demand Draf t payableto The Institute of Chartered Accountants of India. No interest on EarnestMoney deposited by the Tenderer s hall be paid. The Tenderer should attach thebank guarantee / bank draft alongwith the tender Part I, failing which thetender will not be considered. No other mode of payment shall be accepted.

10.2 The Bank Guarantee for Earnest Money shall remain valid for 4 months fromthe date of submission of tender. The Earnest Money Deposit of unsuccessfultenderers shall be refunded within three weeks of award of contract to thesuccessful tenderer or within one week of actual commencement of work,whichever is earlier, and in any case not later than four months.

The Earnest Money Deposit of the successful tenderer shall be refunded on theacceptance by the Employer of the Contractor’s Bank Guarantee towardsSecurity Deposit.

10.3 The Bank Guarantee for Earnest Money shall be issued in favour of TheInstitute of Chartered Accountants of India, Mumbai.

The name of the work shall be as mentioned in tender documents.

The Bank Guarantee shall conform to the Proforma E in Appendix V

Page 11: Plumbing Tender

11

11.0 VALIDITY:

Tenders submitted by Tenderers shall remain valid for acceptance for a period uptoend of 90 days from the last date for submission of the tender. The Tenderers shall notbe entitled during the period of validity, without the consent in writing ofEmployer/Architect, to revoke or cancel his tender or to vary the tender given or anyterms thereof. If the tenderer revokes his tender or modifies it in anyway without theEmployer’s concurrence, the Employer shall without prejudice to other rights, be atliberty to forfeit the entire Earnest Money deposited by the tenderer.

12.0 ADDENDA:

11.1 Addenda to the tender document may be issued alongwith t he tender to clarifydocuments or to reflect modifications to the design or contract terms.

11.2 Each addendum issued by the Architect will be distributed to each person ororganisation to whom a set of tender documents has been issued. Eachrecipient will submit the same alongwith his tender. All addenda issued by theArchitect shall become part of Tender Documents.

13.0 RIGHT TO ACCEPT OR REJECT TENDER:

13.1 The right to accept a tender sha ll rest with the Employer who shall not bebound to accept the lowest bid or any tender and who reserves the right toreject any or all the tenders receiv ed, without assigning any reason . TheEmployer also reserves the right to accept the whole or any part of the tenderand the tenderer shall be bound to perform the same at the rates quoted therein.All tenders in which any of the prescribed conditions are not fulfilled or areincomplete in any respect or there is any correction not duly signed by thetenderer are liable to be rejected. For this purpose , the tenderer shall quoterates for various items which will be self sufficient to meet their whole costsfor executing any / every item. No demand for variations in rates for any itemexecuted on the plea of the Client deciding to delete, alter or reduce thequantities prescribed in respect of other items.

13.2 The work may be awarded to one or more tenderers by splitting the work at theentire discretion of the Employer. The quoted rates shall hold good for such aneventuality.

14.0 TIME SCHEDULE:

The time allowed for completing the works is 6 (six) months to be reckoned from thedate of Work Order / date of handing over site, whichever is later. This period of 6months includes the mobilization period of 15 days.

TIME IS THE ESSENCE OF THE CONTRACT

Tenderers shall submit a programme (time schedule) for executing the entire projectand shall furnish the details of their scheme indicating the proposed deployment oftheir machinery and resources.

Page 12: Plumbing Tender

1215.0 RATES:

The rates quoted shall include all costs, allowances, excise and octroi duties, leviesand taxes including income tax, sales tax, works contract tax, service tax or any othercharges including any enhanced labour rates etc., which may become effective for anyreason including those due to acts of Government / Statutory Bodies enacted fromtime to time by the State and or the Central Government. Under no circumstances,shall the Employer be held responsible for compensation or loss to the Contractor dueto any increase in the cost of labour or mate rials, variation in exchange rates etc.

The rates quoted by the tenderers shall include all eventualities such as heavy rain,sudden floods etc., which may cause damage to the executed work or which maytotally wash out the work, until the Completion C ertificate is issued to the contractor.The Employer will not be responsible for such damage or wash -out of the constructionwork. The contractor shall have to claim any losses on such accidents from insurancepolicies which he shall take for this work.

The prices shall be adjusted up in case of any new taxes, levies or duties by StatutoryAuthorities and shall be adjusted up or down in case of any revisions in existing taxes,levies or duties by Statutory Authorities on presentation of documentary proof by theContractor.

No escalation of prices shall be permitted on any other account.

16.0 MATERIALS SUPPLIED BY EMPLOYER – BASIC RATES

Materials shall be supplied by the Employer at basic rates as per Clause s of Contract.

17.0 SIGNING OF THE CONTRACT:

The successful tenderer shall be required to execute an Agreement in the proforma ,attached with this tender document , within 15 days from the date of receipt of thenotice of acceptance of tender. In the event of failure on the part of the succes sfultenderer to sign the agreement within the above stipulated period, the earnest moneywill be forfeited and the acceptance of the tender shall be considered as cancelled.

18.0 MOBILISATION ADVANCE:

An interest-free mobilization advance of 10% of Con tract Sum shall be given to theContractor against a Bank Guarantee from a nationalized bank for a like sum.

The advance shall be recovered at 10% of the value of each gross interim paymentcertified. The full mobilization advance shall be recovered at the end of 9 monthsfrom issue of work order or on completion of works ,whichever is earlier.

Page 13: Plumbing Tender

13

SECTION – 2

ELIGIBILITY CRITERIA

Page 14: Plumbing Tender

14

ELIGIBILITY CRITERIA

Reputed firms (1) having 10 years of experience and having satisfacto rilyexecuted in time at least four jobs costing total 6.0 crores in last two yearsending 31.03.2010, (2) having Average Annual Financial turnover of at leastRs. 7.5 crores during the last 3 years ending 31 st March 2010. (3) localservice set –up, (4) should not have incurred any loss during the last twoyears ending 31st March, 2010 and (5) should have a solvency of Rs.1.5crores issued by a scheduled Bank. All these shall be submitted alongwithtender request letter.

1.0 Criteria for Eligibility and documents to be submitted alongwithVolume I (Part I).

1) List of Clients for similar nature of work alongwith documentaryevidences about award / completion of works with value,completion period, type of Buildings, name and address / contactNo.

2) List of works of similar nature in hand with value, schedule dateof completion.

3) List of Banker alongwith address, contact number of Branch.

4) Turn over of the company for the last 5 financial years,supported by documents.

5) Solvency certificate from the Bank f or the prescribed value.

6) Organisational chart of the company.

7) Organisational chart for the personnel proposed to be deployedat ICAI project (Engineer, Supervisor, skilled & non -skilledworkers and administrative staff)

8) List of plant and machinery avail able with the firm & to bedeployed on the project.

________________

Page 15: Plumbing Tender

152.0 Documents – details to be enclosed with the Technical Bid:

Copy of Solvency Certificate issued by the Bank in support ofeligibility criteria.

Form A – Financial Information

Form B- Details of all works of similar class/ nature completedduring the last seven years ending 31.03.20 10.

Form B-1- Additional Information for completed works

Form C- Project under execution or awarded as on 31.03.2010

Performance report for works referred to in Form B & C

Form E – Structure and Organisation

Form E-1- Details of Key Technical and Administrative Personnelemployed by the firm/company

Form F - Proforma on ISO certification

________________________

Page 16: Plumbing Tender

16

FORM ‘A’

FINANCIAL INFORMATION

I Financial Analysis – Details to be furnished duly supported by figures inBalance Sheet/Profit and Loss Account for the last Five years dulycertified by the Chartered Accountant, as submitted by the applicant tothe Income-Tax Department (Copies to be attached).

YEARS-------------------------------------------------------2005-06 2006-07 2007-08 2008-09 2009-10-------------------------------------------------------

(i) Gross Annual turn-over inConstruction Works:

(ii) Profit/Loss

(iii) Financial position:

(a)Cash

(b)Current Assets

(c) Current Liabilities

(d)Working capital (b-c)

(e)Current Ratio:Current Assets/Current Liabilities (b/c)

(f) Acid Test Ratio:Quick Assets/Current Liabilities (a/c)

II. Income Tax clearance Certificate

III. Solvency certificate from Bankers (Schedule Bank ) of Applicant.

IV. Financial arrangements for carrying out the proposed work

SIGNATURE OF APPLICANT(S)

Signature of Charted Accountant with seal

Page 17: Plumbing Tender

17

Rem

ark

s

12

FORM

’B’

Nam

e a

ndad

dres

s/ T

elN

o of

Offi

cer t

ow

hom

refe

renc

em

ay b

em

ade

11

Litig

atio

n/A

rbitr

atio

npe

ndin

g /

Inpr

ogre

ss w

ithde

tails

** 10

Act

ual

date

of

com

plet

ion

9

Stip

ulat

edD

ate

ofco

mpl

etio

n

8

Dat

e of

com

men

cem

ent a

s per

cont

ract

7

Cos

t of

wor

k in

Cro

res

6

Sign

atur

eof

App

lica

nt(s

)

Scop

e of

wor

k*

5

Agr

eem

ent N

o 4

Ow

ner o

rsp

onso

ring

orga

niza

tions

3

DETA

ILS

OF

ALL

WO

RKS

OF

SIM

ILA

R C

LASS

CO

MPL

ETED

DUR

ING

THE

LAST

SEV

EN Y

EARS

ENDI

NG

31S

T M

arch

201

0.

Nam

e of

wor

k/p

roje

ct &

loca

tion

2

SL NO 1

* in

dica

te N

umbe

r of B

asem

ent a

nd N

o of

sto

reys

in s

uper

stru

ctur

e.

** In

dica

te g

ross

am

ount

cla

imed

and

am

ount

aw

arde

d by

the

Arb

itrat

or

Page 18: Plumbing Tender

18FORM- B1

ADDITIONAL INFORMATION FOR COMPLETED WORKS

1. Name of work

2. Location

3. Client’s name and address

4. Consultants name and address.

5. Scope of work (No. of Lifts)

a. Number of floors in Basement.

b. Number of floors in Superstructure.

c. Height of the building.

6. Specialized equipment deployed forthe project.

7. Project Management organizationstructure.

8. Number of shifts and its durationadopted in execution.

9. Systems adopted for timelycompletion of the project.

SIGNATURE OF APPLICANT(S)

Page 19: Plumbing Tender

19

FORM

C

Rem

ark

s( In

dica

tew

heth

er a

ny sh

owca

use

notic

eiss

ued

orA

rbitr

atio

n in

itiat

eddu

ring

the

pro

gres

sof

wor

k)

11

Nam

e a

ndad

dres

s/ T

elN

o of

Offi

cer

to w

hom

refe

renc

em

ay b

e m

ade

10

Slow

prog

ress

, if

any,

and

reas

ons

ther

eof

9

Upto

dat

epe

rcen

tage

prog

ress

of

wor

k

8

Stip

ulat

edD

ate

ofco

mpl

etio

n

7

Dat

e of

com

men

cem

ent a

spe

rco

ntra

ct

6

Sign

atu

re o

f App

lica

nt(s

)

Cos

t of w

ork

5

Agr

eem

ent

No 4

Ow

ner o

rsp

onso

ring

orga

niza

tions

3

PRO

JEC

TS U

NDE

R EX

ECUT

ION

OR

AW

ARD

ED

Nam

e of

wor

k/p

roje

ct&

loca

tion

2

SL NO 1

Page 20: Plumbing Tender

20FORM ‘D’

PERFORMANCE REPORT FOR WORKS REFERRED TO IN FORM ‘B’&‘C’

1. Name of the work/Project & Location.

1. Scope of work.a. Number of floors in Basement.

b. Number of floors in Superstructure.

2. Agreement No.

3. Estimated Cost

4. Tendered Cost

5. Value of work done

6. Date of Start

7. Date of completion

a. Stipulated date of completion.

b. Actual date of completion.

8. Amount of compensation levied for delayedCompletion, if any.

9. Performance report based onQuality of Work, Time Management,

and Resourcefulness : Very Good / Good / Fair

DATE

SUPERINTENDINGENGINEER/ CHIEF PROJECT MANAGER

OR EQUIVALENT.

Page 21: Plumbing Tender

21FORM ‘E’

STRUCTURE AND ORGANISATION

1. Name and address of the applicant

2. Telephone No./Fax No/E-Mail address.

3. Legal Status (attach copies of originaldocument defining the legal status)

(a)An Individual

(b)A proprietary Firm

(c) A Firm in partnership

(d)A Limited Company or Corporation.

4. Particulars of registration with variousGovernment bodies (Attach attested photo -copy)

a) Registration Number.

b) Organization / Place of registration

5. Names and Titles of Directors and officers with designation to beconcerned with this work with Designation of individuals authorized toact for the organization.

6. Was the applicant ever required to suspend work for a period of morethan six months continuously after you commenced the construction? If so, give the name of the project and give reasons thereof.

7. Has the applicant or any constituent partner in case of partnershipfirm/company, ever abandoned the awarded work before itscompletion?

If so, give the name of the project and give reasons thereof.

8. Has the applicant or any constituent partner in case ofpartnership firm/Company, ever been debarred/black listed fortendering in any organization at any time? If so, give details:

9. Has the applicant or any constituent partner in case ofpartnership firm, or any directors in case of a Company ever beenconvicted by a court of law? Or any criminal proceedings presentlypending? If so, give details.

10.Any other information considered necessary but no t included above.

SIGNATURE OF APPLICANT(S)

Page 22: Plumbing Tender

22

FORM

E-1

Leng

th o

fco

ntin

ious

serv

ice

with

em

ploy

er

7

Prof

essio

nal E

xper

ienc

e

6

Qua

lific

atio

n

5

Nam

es

4

Sign

atur

e of

App

lica

nt(s

)

Tota

l Num

ber

3

DETA

ILS

OF

KEY

TEC

HNIC

AL

AN

D A

DMIN

ISTR

ATIV

E PE

RSO

NN

EL E

MPL

OYE

D BY

THE

FIRM

/ C

OM

PAN

Y

Des

igna

tion

2

SL. N

O

1

Not

e : a

dditi

onal

info

rmat

ion

abou

t Tec

hnic

al p

erso

nnel

, if

any

, may

be

subm

itted

on

sepa

rate

she

et

Page 23: Plumbing Tender

23FORM F

PROFORMA ON ISO CERTIFICATION

1. Year of Certification

2. Name and Address of Certifying Agency

3. Name of Management Representative

4. Validity of Certificate

Note : Attested copy of certificate (attested by Government Officer or NotaryPublic) to be enclosed.

SIGNATURE OF APPLICANT(S)

Page 24: Plumbing Tender

24

SECTION - 3

GENERAL CONDITIONS OF CONTRACT

Page 25: Plumbing Tender

25INDEX TO GENERAL CONDITIONS OF CONTRACT

Sr.No. Item Page Nos.

1. Interpretations

2. Scope of Contract

3. Drawings and Specifications

4. Schedule of Quantities

5. Sufficiency of Schedule of Quantities

6. Errors in Schedule of Quantities

7. Notices

8. Commencement of work at site

9. Contractor to provide everything necessary

10. Authorities, Notices, Patent Rights & Royalties

11. Materials and workmanship to conform to description

12. Setting out

13. Removal of all offensive matters

14. Opening up works

15. Contractor’s Superintendence & Representative on the Works

16. Dismissal of Contractors Employees

17. Access to Works

18. Site supervision

19. Assignment or sub-letting

20. Approval of suppliers

21. Variations not to vitiate Contract

22. Variations to be approved by Employer

23. Measurement of Works

24. Measurement to be recorded before work is covered up

Page 26: Plumbing Tender

26Sr. No. Item Page Nos.

25. Prices for Extras etc. - Ascertainment thereof

26. Unfixed Materials

27. Removal of Improper Work and Materials

28. Defects after Completion & Performance Guarantee

29. Certificate of Virtual Completion of works

30. Other persons engaged by the Employer

31. Insurance Contract Conditions – Contractor’sLiability and insurance

32. To define Terms and Explain Plans

33. Time of Completion

34. Delay and Extension of Time

35. Liquidated damages for delayed completion

36. Failure by Contractor to Comply withConsultant’s Instructions

37. Suspension of Works

38. Determination of Contract

39. Certificate and Payment

40. Notices

41. Termination of Contract by the Employers

42. Photographs of works carried out

43. Foreclosure of Contractor in Full or in part.

44. Inspection of site and sufficiency of Tender

45. Notice to local bodies

46. Total Security Deposit

47. Water and Electricity

48. Schedule of Quantities – No Claim becauseactual quantities differ from preliminary statement

Page 27: Plumbing Tender

27

Sr.No. Item Page Nos.

49. Access for inspection

50. Dimensions

51. Program of Work

52. Stores at Site

53. Facilities for Workmen on site

54. Facilities to sub-contractors and other Contractors

55. Testing of Works and Materials and preparationof Samples

56. Covering up of works

57. Treasure Trove

58. Clearing the Site of Works on completion

59. Completion drawings / Technical literature

60. Keeping areas and access roads clean

61. Site Survey

62. Idle labour

63. Sign Boards

64. Obtaining information

65. Safety Rules

66. E – Model rules for the protection of health &Sanitary arrangements for workers

Appendix to General Conditions of Contract

APPENDIX – IAPPENDIX – IIAPPENDIX – IIIAPPENDIX – IVAPPENDIX – V

Page 28: Plumbing Tender

28

GENERAL CONDITIONS OF CONTRACT_1. INTERPRETATIONS :

For the purpose of this tender / contract, unless there is anything repugnant in the subjector context, the following terms shall have the meanings as defined against each.

(a) “Architect’ or ‘Consulting Engineer” shall mean M/s Pheroze KudianavalaConsultants Engineers Pvt. Ltd. having their Registered Office at MackinnonMackenzie Building, Ballard Estate, Bombay - 400 001, appointed byEmployer for the said works.

(b) “Bid” means the offer submitted by the Bidder in response to this TenderDocument.

(c) “Bidder”: means the company/ firm or group of companies/ firms(consortium with one company/ firm acting as lead company/ firm) offeringthe solution(s), services and / or materials required in the TenderDocument.

(d) “Contract” means the Contract to be entered into be tween The Institute ofChartered Accountants of India (ICAI) and successful Bidder and allattached exhibits and documents referred to therein and all terms andconditions thereof together with any subsequent modifications thereto.

(e) “Contractor” means the successful Bidder entering into contract with theEmployer.

(f) Contract Documents shall include the Notice Inviting Tenders, the Eligibilityconditions, the Articles of Agreement, the General Conditions of Contract, theSpecial Conditions of Contract, the Appendices, the Priced Schedule ofQuantities, Specifications, and drawings pertaining to the work. All sectionsof this Contract Document are to be read together. Further suchcorrespondence between the Employer and Contractor as admitted by theEmployer before award of work and thereafter shall also form part of contractdocuments.

(g) “Contract Value” means the overall cost of the work.

(h) “Drawings” shall mean the drawings referred to in the Specifications,description of items etc. and any modifications of such drawings approvedin writing by the Architect / Structural Consultant and such other drawingsas may from time to time be furnished or approved in writing by theArchitect and the Structural Consultant.

(i) “GCC” means the General Conditions of Contract for Bidding .

(j) “ICAI” means The Institute of Chartered Accountants of India.

Page 29: Plumbing Tender

29(k) “I.S. Code / I.S. Specification”,where there is reference in the tender /

contract, it shall mean a reference to the latest version of such Code /Specifications of the Indian Standard Institution having its head office atManak Bhawan, Bahadur Shah Zaffar Marg, New Delhi.

(l) “ITB”: shall mean Instructions to Bidders.

(m) “Law" or "Legislation": - shall mean any Act, notification, bye -laws, rulesand regulations, directive, ordinance, order or instruction having the forceof law enacted or issued by the Government of India or State Governmentor Regulatory Authority or instrumentalities thereof.

(n) “Notice in writing” or written notice shall mean a notice in writing, typed orprinted characters, sent by the Employer or Architect (unless deliveredpersonally or otherwise) proved to have been received by registered post to thelast known private or business address or registered office of the Contr actorsand shall be deemed to have been received by them when in the ordinarycourse of post it would have been delivered.

(o) “NIB” means Notice Inviting Bids, the detailed notification seeking a set ofsolution(s), services, materials, or any combinatio n of them as laid down inthis document.

(p) “Owner” or “Employer” shall mean THE INSTITUTE OF CHARTEREDACCOUNTANTS OF INDIA (ICAI) having its Head Office at ‘ICAIBhawan’, Indraprastha Marg, New Delhi -110002.

(q) “Party” means ICAI or Bidder individual ly and “Parties” shall mean ICAIand Bidder collectively.

(r) “SCC” means the special conditions of contract for bidding.

(s) “Specifications” mean and include schedules, details, description, statementof technical data, performance characteristics, st andards (Indian as well asInternational) as applicable and specified in the Tender documents.

(t) “Structural Consultant” shall mean M/s. Sterling Engineering ConsultancyServices Pvt. Ltd. having their registered office at Queens Mansion, PrescotRoad, Fort, Mumbai - 400 001 retained by the Architect to design the totalstructural works on their own behalf for the Employer for the project.

(u) “Virtual Completion” shall mean that the works as stipulated in drawings andschedule of quantities are complete, in the opinion of the Architect, in allrespects along with all finishing items for the purpose of handing over thepossession to the Employer.

(v) “Works” shall mean the works to be executed and recorded in accordancewith the Contract and shall in clude all extra or additional altered orsubstituted works as required and recorded for the performance of theContract, and Site shall mean the land and other places as shown boundedred on the site plan, on or under which the works are to be executed or

Page 30: Plumbing Tender

30carried out and other lands or places provided by the Employer for thepurposes of the Contract.

(w) “Work order” shall mean the intimation by the letter to the bidder that thetender has been accepted in accordance with the provision contai ned and /or referred to in the said letter.

(x) Words importing persons include firms and Corporations, words importing thesingular only also include the plural and vice versa where the context requires.

2. SCOPE OF CONTRACT:

The Contractor shall carry out and complete the works in every respect in accordancewith this Contract and with the directions of and to the satisfaction of the Architect /Employer. The Architect / Structural Consultant may in absolute discretion and fromtime to time issue further drawings and/or written instructions, details, directions andexplanations which are hereafter collectively referred to as Instructions reflected eitherin the Minutes of Meetings or in any other form in regard to : -

a. The variation or modification of the design, quality or quantity of works or theaddition or omission or substitution of any work.

b. Any discrepancy in or divergence between the Drawings or between theSchedule of quantities and / or Drawings and /or Specifications.

c. The removal from the site of any material brought thereon by the Contractorand the substitution of any other materials thereof.

d. The removal and/or re-execution of any works executed by the Contractor.

e. The postponement of any work to be executed under th e provisions of thisContract.

f. The dismissal from the works of any person employed thereupon.

g. The opening up for inspection of any work covered up.

h. The amending and making good of any defects.

i. Co-ordination of work with other agencies appointed by the Employer for duefulfillment of the total work.

j. Deletion of any item of work from the scope of contract.

The Contractor shall forthwith comply with and duly execute any work comprised insuch Architect / Structural Consultant’s Instructions provided always that verbalinstructions, directions and explanations given to the Contractor or his representativeupon the works by the Architect / Structural Consultant shall, if involving a variation,be confirmed in writing by the Contrac tor within 7 days, and if not dissented from inwriting within a further 7 days by the Architect / Structural Consultant such shall bedeemed to be the Architect / Structural Consultant's Instructions within the scope ofthe Contract.

Page 31: Plumbing Tender

31

If Compliance with the Architect / Structural Consultant’s Instructions involves anyvariation, such variation shall be dealt with under Clause No. 22.

If the Contractor fails to comply with the Architect / Structural Consultant'sInstructions within a fortnight after the receipt of written notice from the Architect /Structural Consultant requiring compliance with such instructions, the Employerthrough the Architect may employ some other agency to execute any work ,whatsoever, which may be necessary to give effect to such instructions.

For the purpose of entering day -to-day instructions by the Architect / StructuralConsultant, the Contractor shall maintain at his own cost, a “Site Instruction Book” intriplicate in which the instructions shall be entered by Architect / S tructuralConsultant.

3. DRAWINGS AND SPECIFICATIONS :

The Work shall be carried out to the entire satisfaction of the Employer or theArchitect and in accordance with the signed drawings, specifications and otherContract documents and such further dra wings and details as may be provided by theArchitect / Structural Consultant and in accordance with such written instructions,directions and explanations as may from time to time be given by the Employer /Architect / Structural Consultant.

No drawing shall be taken as in itself an order for execution unless, in addition to theArchitect/Structural Consultant’s signature, it is marked “VALID FORCONSTRUCTION”. No claim for payment for extra work shall be allowed unless thesaid work shall have been execu ted under the provisions of Clause 10 (Authorities,Notices, Patent Rights and Royalties), or by the authority, directions in writing of theArchitect as herein mentioned.

One complete set of the signed Drawings and Speci fications and Schedule ofQuantities shall be furnished by the Architect/Structural Consultant to the Contractor.The Architect/Structural Consultant shall furnish, within such time as he may considerreasonable, one copy of additional drawings which in hi s opinion may be necessaryfor the execution of any work. Such copies shall be kept on the works, and theArchitect/Structural Consultant or his representatives shall at all reasonable times haveaccess to the same. All drawings and specifications shall be returned to the Architectby the Contractor before the issue of the Final Certificate. A copy of the Contract shallremain in the custody of the Architect and shall be produced by him at his office asand when required by the Employer or by the Contractor .

Additional prints of drawings, if any, required by the Contractor may be supplied bythe Architect / Structural Consultant but on the payment of charges.

4. SCHEDULE OF QUANTITIES :

The Schedule of the Quantities ,unless otherwise stated, shall be deemed to have beenprepared by the Architect in accordance with the standard procedure of quantitymeasurement, and shall be considered to be approximate and no liability shall attach tothe Architect / Employer for any error that may be discovered therein .

Page 32: Plumbing Tender

325. SUFFICIENCY OF SCHEDULE OF QUANTITIES :

The Contractor shall be deemed to have satisfied himself before tendering as to thecorrectness and sufficiency of his tender for the works and of the prices stated in theSchedule of Quantities. The contr actor's Rates and Prices shall cover all hisobligations under the Contract, and all matters and things necessary for the propercompletion of the works.

6. ERRORS IN SCHEDULE OF QUANTITIES :

Should any error appear in the Schedule of Quantities, other than in the Contractor’sprices and calculations, it shall be rectified, and such rectification shall not vitiate theContract but shall constitute a variation of the Contract and shall be dealt with as anauthorised extra or deduction.

7. NOTICES

The Contractor shall give all notices and pay all fees and royalties in connection withhis constructional activities and shall comply with all Acts and Regulations for thesuccessful completion of the Contract Works.

8. COMMENCEMENT OF WORK AT SITE

The Contractor shall commence his work at site within a maximum period of 15 daysfrom the date of receipt of Letter of Intent / Work Order issued by the Employer orhanding over the site, whichever is later. The contractor shall commence the work andshall regularly proceed with and complete the same on or before the date ofcompletion, stated in the Appendix, subject nevertheless to provision of extension oftime.

9. CONTRACTOR TO PROVIDE EVERYTHING NECESSARY:

The Contractor shall provide everything necessary for the proper execution of theworks according to the true intent and meaning of the Drawings, Specifications andSchedule of Quantities taken together whether the same may or may not beparticularly shown or described therein, provided that the same can be inferredtherefrom and if the Contractor finds any discrepancy in the Drawings or between theDrawings, Specifications and Schedule of Quantities he shall immediately refer thesame in writing to the Architect, who after consultation with Architect/Stru cturalConsultant shall decide which shall be followed, and his decision shall be final andbinding. The Contractor shall provide ground for himself and fresh water and powerfor carrying out of the works at his own cost. The Employer shall on no account beresponsible for the expenses incurred by the Contractor for hired ground or fresh waterobtained from elsewhere. If water from any source other than Municipal main is to beused for construction, the same shall be tested at the Contractor’s cost and a reportsubmitted to the Architect for his approval, before such water is used for the works.

The rates quoted against individual items will be inclusive of everything necessary tocomplete the said items of work within the contemplation of the contract an d beyondthe unit price, no extra payment will be allowed for incidental or contingent work,labour and/or materials inclusive of all taxes and duties ,whatsoever, except forspecific items, if any, stipulated in the tender documents.

Page 33: Plumbing Tender

33

The Contractor shall provide and maintain all measuring and surveying instruments,including steel tapes, theodolites and dumpy levels at all times for properly carryingout the work and for the use of the Architect / Employer, including providing skilledattendants, as required.

The Contractor shall supply, fix and maintain at his cost during the execution of anyworks, all the necessary centering, scaffolding, staging, timbering, strutting, shoring,pumping, fencing, hoarding, watching and lighting by night as well as by da y requiredfor the proper execution and protection of the public and safety of any adjacent roads,streets, cellars, vaults, pavements, walls, houses, buildings and all other erections,matters or things. The Contractor shall take down and remove any or al l suchcentering, scaffolding, staging, planking, strutting, shoring etc. as occasion shallrequire or when ordered to do so, and shall fully reinstate and make good all mattersand things described during the execution of the work, to the satisfaction of theArchitect.

The Contractor shall at all times give access to workers employed by the Employer orany men employed on the buildings and to provide such parties with proper sufficientand if required special scaffolding, hoists and ladders and provide th em with water andlighting and leave or make holes, grooves etc. in any work, where directed by theEmployer as may be required to enable such workmen to lay or fix pipes, electricalwiring, special fittings etc. The quoted rates of the tendere rs shall include all theseabovementioned contingent works.

10. AUTHORITIES,NOTICES,PATENTS,RIGHTS & ROYALTIES :

The Contractor shall conform to the provisions of all the statutes relating to the works,and to the Regulations and Byelaws of any local Authority, and of any Public UtilityCompanies or Authorities with whose systems the structure is proposed to beconnected, and shall before making any variation from the drawings or specificationsthat may be necessitated by so conforming, give to the Architect written not ice,specifying the variations proposed to be made and the reason for making them, andapply for instruction thereon. In case the Contractor shall not within 10 days receivesuch instructions, he shall proceed with the work conforming with the provision o rRegulations or Bye-laws in question.

The Contractor shall bring to the attention of the Architect all notices required by thesaid Acts, Regulations or Bye-laws to be given to any Authority by the Employer orthe Architect / Structural Consultant and pa y to such Authority, or to any publicOfficer, all fees that may be properly chargeable in respect of the works, and lodge thereceipts with the Architect. All statutory fees, deposits etc. paid by the contractor forpermanent works to be handed over to Em ployer shall be reimbursed to him by theEmployer against documentary proof.

The Contractor shall indemnify the Employer against all claims in respect of patentrights, royalties, design, trade marks of name or other protected rights in respect of anyconstructional plant, machinery or material used for or in connection with the works ortemporary works and against all claims, demands, proceedings, damages, costs,charges and expenses, whatsoever, in respect thereof or in relation thereto. TheContractor shall defend all actions arising from such claims, and shall himself pay allroyalties, license fees, damages, costs and charges of all and every sort that may be

Page 34: Plumbing Tender

34legally incurred in respect thereof and shall keep the Employer saved harmless andindemnified in all respects from such actions, costs and expenses.

11. MATERIALS AND WORKMANSHIP TO CONFORM TO DESCRIPTION:

All materials and workmanship shall be of the respective kinds specified in theSchedule of Quantities and /or specifications and in accorda nce with the Architect’sinstructions and the Contractor shall upon the request of the Architect furnish him allinvoices, accounts, receipts and other vouchers to prove that the materials complytherewith. The Contractor shall at his own cost arrange for and/or carry out any test ofall materials which the contract provides for and Architect may require. Thelaboratories, either established by the Contractor on site or independent, shall beapproved by the Architect. The Contractor shall submit the samples of variousmaterials to Architect for approval well - in- advance of placing orders.

If the Contractor contends that any of the materials, goods or workmanship specifiedas aforesaid is unobtainable, he shall submit to the Employer his grounds for hiscontention, and thereupon the Architect shall decide whether the same is unobtainablein fact. If the Architect shall decide that any of the materials, goods or workmanship isin fact unobtainable, they shall issue an order in writing as to be substituted the reofand such order shall be deemed to be an order of variation.

12. SETTING OUT :

The Contractor shall at his own expense set out the works accurately in accordancewith the plans. The Contractor shall be solely responsible for the true and perfectsetting out of the works, and for the correctness of the position, levels, dimensions andalignment of all parts thereof. If at any time any errors shall appear during the progressor on completion of any part of the work or within a period of one year from t hevirtual completion of work, the Contractor shall at his own cost rectify such error ifcalled upon to the satisfaction of the Architect / Employer. The Contractor ,ifrequired, shall further set out the works to the alternative positions at the site un til oneis finally approved and no extra costs to this effect shall be entertained.

13. REMOVAL OF ALL OFFENSIVE MATTERS :

All soil, filth or other matter of an offensive nature taken out of any trench, sewer,drain, cess-pool or other place shall not be deposited on the surface, but shall be atonce carried away by the Contractor and disposed off as per the rules and regulationsof the Local Authorities concerned.

The Contractor shall keep the foundations and works free from water and shall provideand maintain at his own expense electrically or other power - driven pumps and otherplant to the satisfaction of the Employer / Architect for the purpose until the buildingis handed over to the Employer. The Contractor shall arrange for the disposal of wate rso accumulated to the satisfaction of the Employer and local authorities and no claimswill be entertained afterwards if he does not include in his rates for the purpose.

14. OPENING UP WORKS

The Contractor shall give due notice to the Employer / Archi tects whenever any workis to be buried in the earth, concrete or in the bodies of walls or otherwise becoming

Page 35: Plumbing Tender

35inaccessible later on, in order that the work may be inspected and correct dimensionstaken before such burial, in default whereof the same shall at the opinion of theEmployer / Architect be either opened up for measurement at the Contractor's expenseor no payment may be made for such materials. Should any dispute or differencesarise after the execution of any work as to measurements etc., or o ther matters whichcannot be conveniently tested or checked, the notes of the Employer / Architects shallbe accepted as correct and binding on the Contractor.

15. CONTRACTOR’S SUPERINTENDENCE & REPRESENTATIVE ON WORKS:

The Contractor shall give all nece ssary personal superintendence during the executionof the works and as long thereafter as the Architect may consider it necessary until theexpiration of the “Defects Liability Period” stated in Clause 28. The Contractor shallmeet the Employer / Architec t or his representative, whenever required, if so informedby the Employer / Architect.

The Contractor shall maintain and be represented on site, at all times while the work isin progress, by a responsible and efficient Engineer Incharge approved by theArchitect and who must thoroughly understand all the trades entailed and beconstantly in attendance, while the men are at work. Any directions, explanations,instructions or notices given by the Architect to such Engineer Incharge shall bedeemed to be given to the Contractor and shall be binding as such on the Contractor.The Engineer-in-charge shall be thoroughly conversant with the English Language andshould be able to read, write and speak English.

16. DISMISSAL OF CONTRACTOR'S EMPLOYEES:

The Contractor shall on the request of the Architect / Employer immediately dismissfrom the works any person employed thereon who may, in the opinion of the Architect/ Employer, be unsuitable or incompetent or unco-operative or who may misconducthimself and such person shall not again be employed or allowed on the works withoutthe permission of the Architect / Employer. Such discharges/dismissal shall not be thebasis of any claim or compensation or damages against the Employer / Architect orany of their officers or employees. The decision of Architect / Employer shall be finaland binding on the Contractor. The dismissed person shall be replaced by a personacceptable to Architect / Employer.

17. ACCESS TO WORKS:

The Architect / Structural Consultant / E mployer and any person authorised by themshall at all reasonable times have free access to the works, and to the workshops,factories or other places where materials are being prepared or constructed for theContract and also to any place where the materi als are lying or from which they arebeing obtained. The Contractor shall give every facility to the Architect / Employerand their representative for inspection and examination and test of the materials andworkmanship. No person unless authorised by the Architect or the Employer, exceptthe Representatives of Statutory Public Authorities, shall be allowed on the works atany time. If any work is to be done at a place other than the site of the works, theContractor shall obtain the written permission of the Architect for doing so.

Page 36: Plumbing Tender

36

18. SITE SUPERVISION

The Contractor shall afford the Architect / Employer every facility and assistance forexamining the works and materials and checking and measuring time and materials.

The Architect shall jointly record the measurements with Contractor’s representativefor all items of works.

The Architect / Employer without prejudice shall have the right to give notice to theContractor or his Engineer Incharge about the non -approval of any work or materialsand such works shall be suspended or the use of such materials sh all be discontinueduntil the decision of the Architect in consultation with Structural Consultant /Employer, if required, is obtained. The work will from time to time be visited by theArchitect / Structural Consultant / Employer but such examination shall not in anyway exonerate the Contractor from the obligation to remedy any defects which may befound to exist at any stage of the work or after the same is completed. Subject to thelimitations of this clause, the Contractor shall take instructions from the Architect /Employer or the Structural Consultant , as the case may be. The contractors shall taketotal responsibility for the execution of work / items of work by using qualitymaterials and providing best of workmanship to fulfill the true intent of the Contract.

19. ASSIGNMENT OR SUB-LETTING:

The work included in the Contract shall be executed by the Contractor and theContractor shall not directly or indirectly transfer, assign or under let the Contract orany part share thereof or interest therein, nor shall he take a new partner, without thewritten consent of the Architect / Employer and no undertaking shall relieve theContractor from the full and entire responsibility of the Contract or from activesuperintendence of the works during their progress.

20. APPROVAL OF SUPPLIERS:

For all supplies, the names of manufacturers/brands have to be got approved by theArchitect from the Employer after getting the respective samples first appro ved by theArchitect as the case may be. All materials sha ll be of tested quality and as perrelevant Indian Standards. In addition to the Test Certificates, mandatory tests sha llalso be done on them by the Contractor at an approved laboratory at his co stimmediately as well as at regular frequency laid down in the relevant IndianStandards.

21. VARIATIONS NOT TO VITIATE CONTRACT:

The Contractor shall, when directed in writing by the Architect to omit from or varyany works shown upon the drawings or described in the Specifications or included inthe Priced Schedule of Quantities, carry out such directions but the Contractor shallnot make any alterations in the provisions of the Contract without such authorizationor direction in writing from the Arc hitect.

Page 37: Plumbing Tender

37

No claim for an extra work shall be allowed unless it shall have been executed by theauthority of the Architect , as herein mentioned. Any such extra work is hereinafterreferred to as an authorised extra work. No variation, i.e. additions, omiss ions orsubstitutions from such extra work shall vitiate the Contract.

The rates of items- not included in the Priced Schedule of Quantities - shall bepromptly submitted by the Contractor for the Architect’s approval and shall be settledby the Architect in accordance with the provisions of Clause 22 hereof.

22. VARIATIONS TO BE APPROVED BY EMPLOYER

The Contractor shall submit through the Architect a statement of variations givingquantities and rates duly supported by Contract rates of comparable items , analysis ofrates, vouchers etc. The rates on final acceptance by the Employer shall form a part ofthe contract.

In the event such extra / variation items totally differ in specification / character, ratesfor such items will be worked out based on pr evailing market rates for the ingredientsthat go into making of such items and finali zed by the Architect in consultation withthe Employer. Such rates shall ,however, be not eligible for consideration of PriceAdjustment Clause, if any.

23. MEASUREMENT OF WORKS:

The Architect shall from time to time intimate the Contractor that he requires theworks to be measured and the Contractor shall forthwith attend or send a qualifiedagent to assist the Architect’s representative in taking such measurements andcalculations and to furnish all particulars or give all assistance required by him.

Should the Contractor omit to attend or neglect or omit to send such agent, then themeasurements taken by the Architect or approved by him shall be taken to be thecorrect measurements and final. The works shall be measured according to the Modeof Measurements stated in the Preamble to Schedule of Quantities / specifications.Measurements in part or full may be checked by the Employer / Architects , as the casemay be for each trade, and for this the Contractor has to render all necessary assistanceand cooperation.

The Contractor or his Agent may at the time of measurement take such notes andmeasurements as he may require.

All authorised extra works, omissions and all variations made without the Architect’sknowledge, but if subsequently sanctioned by the Employer in writing, shall beincluded in such measurements.

24. MEASUREMENT TO BE RECORDED BEFORE WORK IS COVERED UP:

The Contractor shall take joint measureme nts with the Architect before covering up orotherwise placing beyond the reach of measurement any items of work. Should theContractor neglect to do so, the same shall be uncovered at the Contractor’s expenseor in default thereof, no payment or allowance shall be made for such work or thematerials with which the same was executed.

Page 38: Plumbing Tender

38

25. PRICES FOR EXTRAS ETC. - ASCERTAINMENT THEREOF:

The Contractor may, when authori zed, and shall, when directed in writing by theArchitect with the approval of the Employe r, add to, omit from, or vary the worksshown upon the Drawings, or included in the Schedule of Quantities, but Contractorshall make no addition, omission or variation without such authori zation or direction.A verbal authority or direction by the Archi tects shall, if confirmed by them in writingwithin seven days, be deemed to have been given in writing.

No claim for an extra work shall be allowed unless it shall have been executed underprovisions of Clause hereof or by the authority of the Architect with the concurrenceof the Employer as herein mentioned. Any such extra is herein referred to asauthorized extra and shall be made in accordance with the following provisions:

(a) i. The net rates or prices in the original tender shall determine the valuation of theextra work where extra work is of similar character and executed under similarconditions as the work priced therein.

ii. Rates for all items, wherever possible, should be derived out of the rates givenin the Priced Schedule of Quant ities.

(b) The net rates or prices of the original tender as accepted by the Employer shalldetermine the value of the items omitted, provided if omissions vary the conditionsunder which only remaining items of works are carried out, the prices for the sameshall be valued under sub-clause (c) hereof.

(c) For extra items/substitute items where the description of items is different fromthat of any tendered item, the following method shall hold good.

Where the extra item works are not of similar charact er and/or executed underconditions as aforesaid or where the omissions vary the conditions under whichany remaining items of works are carried out or if the amount of any omission oraddition relative to the amount or the whole of the Contract works or to any partthereof shall be such that in the opinion of the Architect the net rate or pricecontained in the Priced Schedule of Quantities or for any item of the worksinvolves loss or expenses beyond that reasonably contemplated by the Contractoror is by reason of such omission or addition rendered unreasonable or inapplicable,the Architect with the approval of the Employer shall fix such other rate or priceas in the circumstances he shall think reasonable and proper on the basis of actualrate- analysis of cost of work involved which shall be final and binding on theContractor. No escalation shall be entertained on such extra items.

(d) The Contractor shall submit claims for Deviated items and Extra items in approvedformats

26. UNFIXED MATERIALS:

When any materials intended for the works shall have been placed at site by theContractor, such materials shall not be removed therefrom (except for the purpose ofbeing used in the works) without the written authority of the Architect and when theContractor shall have received payment in respect of any Certificate in which the

Page 39: Plumbing Tender

39Architect shall have stated that he has taken into account the value of such unfixedmaterials on the works, such materials shall become the property of the Employer, andthe Contractor shall be liable for any loss or damage to any such materials.

27. REMOVAL OF IMPROPER WORK AND MATERIALS:

The Architect / Employer shall, during the progress of the works, have right to order inwriting from time to time the removal from the work w ithin such reasonable time ortimes as may be specified in respect of any materials which in the opinion of theArchitect / Employer are not in accordance with the specifications or instructions,substitution of proper materials, removal and proper re -execution of any workexecuted with materials or workmanship not in accordance with the drawings andspecifications or instructions and the Contractor shall forthwith carry out such order athis own cost. In case of default on the part of the Contractor to carry out such order,the Employer shall have the power to employ and pay other agencies to carry out thesame; and all expenses consequent thereon, or incidental thereto, shall be deducted bythe Employer from any money due or that may become due to the C ontractor. Nocertificate which may be given by the Architect shall relieve the Contractor from hisliability in respect of unsound work or bad materials.

28. DEFECTS AFTER COMPLETION & PERFORMANCE GUARANTEE:

Any defect, shrinkage, settlement unsound co nstruction or other faults which mayappear either in the work executed or in materials used within the “Defects LiabilityPeriod” stated in the Appendix hereto arising in the opinion of the Architect frommaterials or workmanship not in accordance with t he Contract shall upon thedirections in writing of the Architect, and within such reasonable time as shall bespecified therein, be amended and made good by the Contractor, at his cost unless, theArchitect in consultation with the Employer shall decide t hat he ought to be paid forsuch amending and making good and in case of default the Employer may employ andpay another agency to amend and make good such defects, shrinkage, settlements orother faults and all damages, loss and expenses consequent ther eon or incidentalthereto shall be made good and borne by the Contractor and such damage, loss andexpenses shall be recoverable from him by the Employer or may be deducted by theEmployer upon the Architect’s certificate in writing from the amount retaine d with theEmployer vide Clause 39(Certificate and Payment) or any money due or that maybecome due to the Contractor or the Employer may in lieu of such amending andmaking good by the Contractor, deduct from such money a sum, to be determined bythe Architect, equivalent to the cost of amending such works, and in the event the saidamount retained under Clause 39 (Certificate and Payment) and/or the other sumspayable to the Contractor being insufficient, recover the balance from the Contractor.

Whenever the works pertain to or include the construction of any building, theContractor shall be held responsible for the safety of the equipment for a period of tenyears counted from the expiry of the Defects Liability Period, provided herein, andshall be wholly and exclusively liable for any latent or patent defect or deficiencymanifesting itself in the building during such period of ten years and affecting orlikely to affect the safety of the building. An undertaking / performance guarantee tothis effect on non- judicial stamp paper of appropriate value (draft of which shall befurnished by the Employer / Architect.) shall be given by the Contractor.

Page 40: Plumbing Tender

40

29. CERTIFICATE OF VIRTUAL COMPLETION OF WORKS :

The Contractor shall report in writing to the Archi tect, in the form of a Certificate asper Proforma ‘D’ annexed hereto , as and when the works are completed in all respects.The Architect shall after the verification of the works and in consultation withArchitect issue to the Contractor a certificate to be called “Virtual CompletionCertificate”, a copy whereof shall be submitted to the Employer to enable to takepossession of the completed works. The Defects Liability period shall commence onlyfrom the date of issue of such certificate.

30. OTHER PERSONS ENGAGED BY THE EMPLOYER:

The Employer reserves the right to execute any part of the work included in thisContract by any other agency or persons and the Contractor shall allow all reasonablefacilities for the execution of such work. The Contracto r shall extend all co-operationin this regard.

31. INSURANCE CONTRACT CONDITIONS - CONTRACTOR’S LIABILITY ANDINSURANCE

(a) From commencement to completion of works, the Contractor shall take fullresponsibility for the care of the work and for taking precautions to preventloss or damage to the work to the maximum extent possible and shall be liablefor any damage or loss that may arise to the works or any part thereof from anycause whatsoever including causes of fire, lightning, explosion, earthquak e,storm, hurricane, floods, inundation, subsidence, landslides, rock slides, riots(excluding civil war, rebellion, revolution and insurrection) or any latent defector damage and shall at his own cost repair and make good the same so that atall times the work shall be in good order and condition and in conformity inevery respect with the requirements of the Contract.

For the purpose of this condition this expression "from commencement tocompletion of works" shall mean the period starting with th e date of issue ofWork Order or date of handing over of site , whichever is later, and ending withissue of Virtual Completion Certificate.

(b) Without limiting the obligations and responsibilities under this condition, theContractor shall insure and kee p insured the works from commencement tocompletion, as aforesaid, for the full contract value including Price VariationAdjustment, if any, against the risk of loss or damage from any causewhatsoever including the causes enumerated in the foregoing Claus e (a). In theevent of there being a variation in the nature and extent of the works, theContractor shall from time to time increase or decrease the value of theinsurance correspondingly. All the premia for the insurance shall be borne andpaid by the Contractor.

The said insurance shall also provide cover for the removal of debris of the lostor damaged works. The said insurance shall be in the joint names of theEmployer and the Contractor, Employer's name being mentioned first in thepolicies and the Contractor shall deposit with the Employer the said policy orPolicies within 15 days from issue of Work Order. All money payable by the

Page 41: Plumbing Tender

41insurer under such Policy/Policies shall be recovered by the Employer and maybe paid to the Contractor or any other a gency of Employer's choice ininstallments for the purpose of rebuilding or replacing or repairing the worksand/or goods destroyed or damaged ,as the case may be.

(c) The Contractor shall at all times indemnify and keep indemnified the Employeragainst all losses, claims, damages or compensation including under theprovisions of the payment of the Wages Act 1936, Minimum Wages Act 1948,Employer's Liability Act 1938,Workman’s Compensation Act 1923,theMaternity Benefit Act 1961,the Bombay Shops and Establ ishments Act 1947,Industrial Disputes Act 1947, and Contract Labour (Regulation andAbolition)Act 1970 and Employees State Insurance Act 1948, Motor VehiclesAct 1988 or any modifications thereof or under any other law relating theretoand rules made thereunder from time to time or as a consequence of anyaccident or injury to any workman or other person in or about the workwhether in the employment of the Employer or Contractor or not, and alsoagainst all costs, charges and expenses of any suit, action or proceedings,whatsoever, out of such accident or injury or combination of any such claims.

(d) Before commencing the work, the Contractor shall without limiting hisobligations and responsibilities under this condition, insure against any loss oflife or injury to any personnel in the employment of Contractor / Sub -Contractor/nominated Sub-Contractor. For this purpose, an insurance shall betaken by the Contractor /Sub-Contractor. Such an insurance shall be taken toinclude both employees/workmen covere d by the Workman’s CompensationAct 1923, as well as those employees/workmen not covered by the said Act.Separate insurance policies may be taken for employees/ workmen covered byWorkman’s Compensation Act 1923, and employees / workmen not coveredby the said Act. All the premia shall be paid by the Contractor. Policy/Policiestaken under this para for the personnel in employment with the Contractor /Sub-Contractor may be in their Employer's names of the Contractor / Sub -Contractor / nominated Sub-Contractors. In the event of any loss or injury topersonnel in employment with the Contractor / Sub -Contractor / nominatedSub-Contractors, the Employer and Contractor shall recover directly from theInsurance Company and ensure that payment of the same is ma de to theaffected parties including the Employer. The policy in original shall bedeposited with the Employer.

(e) The Contractor shall at all times indemnify and keep indemnified the Employeragainst all losses and claims for injuries or damage to any p erson or anyproperty whatsoever which may arise out of or in consequence of theconstruction and maintenance of the work and against all claims, demands,proceedings, damages, costs, charges and expenses whatsoever in respect of orin relation thereto. Before commencing the execution of the works, theContractor shall without in any way limiting his obligations and liabilitiesunder this condition, insure at his cost and expense against any damage or lossor injury which may be caused to any person or pro perty including theemployees/officers/ and directors of the Employer / Architect and Consultantsand their property by or in the course of the execution of the works. Suchinsurance to be known as the Third Party Insurance shall be in a sum of Rs. 10lakh. The Insurance policy to be so obtained by the Contractor shall be

Page 42: Plumbing Tender

42deposited by the Contractor with the Employer within fifteen days of its issueby the Insurer.

(f) The Contractor shall provide the Employer with documen tary evidence fromtime to time that he has taken all the insurance policies mentioned in theforegoing paragraphs and renewed them , if required, and that he has paid thenecessary premia for keeping the policies valid till the works are completedand handed over to Employer.

(g) The Contractor shall ensure that similar insurance policies are taken out by hissub Contractors or nominated Contractors, if any. The Contractor shall beresponsible to the Employer or to any other person for any claim or lossresulting from the failure of the Sub-contractors or nominated Sub-Contractorsto obtain such insurance policy. While taking the insurance policies,Contractor should indicate clearly to the insurance companies that policiesissued shall cover their Sub-Contractors and nominated Sub-Contractors also.

(h) If the Contractor and/or his sub -Contractor or nominated Sub Contractor, ifany, shall fail to effect and keep in force the insurance referred to above or anyother insurance which he / they may be required to effect under the terms ofthe Contract, then in any such case, the Employer may, without being bound toeffect and keep in force any such insurance policy pay such premium orpremia, as may be necessary for that purpose from time to time and deduct theamount so paid by the Employer from any money due or becoming due to theContractor or recover the same as a debt due from the Contractor.

(i) All insurance to be effected by the Contractor, and/or his sub -Contractors, ornominated sub-Contractors, if any, shall be taken only with an I nsuranceCompany to be approved by the Employer.

(j) Without prejudice to any of its obligations and responsibilities under thiscondition, the Contractor shall, within 30 days from the date of the Work Orderand thereafter at the end of each quarter subm it a report to the Employer inProforma ‘C’ annexed hereto the detailed information on the InsurancePolicies as prescribed in the said proforma together with relevantdocumentary evidence.

(k) No work shall be commenced by the Contractor unless and un til he hasobtained the insurance or insurances required to be obtained by him under orby the foregoing clauses and no work shall be carried out or continued by theContractor unless and until such insurance is current and valid at that time. Allthe receipts in original alongwith two photo copies thereof, for the payment ofthe premia shall be furnished by the Contractor to the Employer. The originalreceipts will be returned to the Contractor after verification. The Employerreserves the right for payment for works done subject to fulfillment of thiscondition and shall instruct the Architect accordingly.

(l) In the event of any claim for insurance becoming due on account of anyeventuality covered by the respective insurance policy/policies, the Contr actorshall reinstate the installation, replace the materials or equipments or paycompensations to the affected personnel/Employees without waiting forsettlement of the claim from insurance company.

Page 43: Plumbing Tender

43

(m) If the Contractor shall not perform and observe an y of the duties andobligations devolving upon him hereunder, and such omission or breach by theContractor shall involve the Employer in any liability tortuous or otherwiseand/or loss or damage, the Employer shall be entitled to the restitution of suchloss or damage and shall be entitled to recover the amount of restitution fromany moneys due to the Contractor from the Employer under this Contract orany other Contract.

32. TO DEFINE TERMS AND EXPLAIN PLANS:

The various parts of the Contract are inten ded to be complementary to one another;but should any discrepancy appear, or any misunderstanding arise as to the import ofanything contained therein, the explanations of the Architect shall be final andbinding. The correction of any errors or omissions of the Drawings and Specificationsmay be made by the Architect, when such correction is necessary , to bring out clearlythe intention which is indicated by a reasonable interpretation of the drawings &Specifications as a whole.

33. TIME OF COMPLETION:

TIME IS THE ESSENCE OF THIS CONTRACT

The Contractor shall make all efforts to complete the work in time. Any delays, actualor expected, shall be made up by increasing manpower inputs and working in morethen one shift, without any extra cost.

The entire work is to be completed in all respects within the stipulated period given inAPPENDIX TO GENERAL CONDITIONS OF CONTRACT. The work shall bedeemed to be commenced fifteen days from the date of WORK ORDER or date ofhanding over of site, whichever is l ater.

The work shall not be considered as complete until the Architect has certified inwriting that this has been completed and the Defects Liability Period shall commencefrom the date of such certificate.

PROGRESS OF WORK

During the period of construction, the Contractor shall maintain proportionate progresson the basis of a Programme Chart submitted by the Contractor immediately beforecommencement of work and agreed to by the Employer / Architect. The Contractorshall also include planning for procurement of scarce material well - in -advance andreflect the same in the Programme Chart so that there is no delay in completion of theperiod project.

34. DELAY AND EXTENSION OF TIME:

If in the opinion of the Architect the works be delayed (a) by Force Majeure or (b)byreason of any exceptionally inclement weather or (c) by reason of proceedings takenor threatened by or dispute with adjoining or neighbo uring Employers or PublicAuthorities arising otherwise than through the Contractor’s own defau lt or (d) by theworks or delays of other Contractors or tradesmen engaged or nominated by the

Page 44: Plumbing Tender

44Employer or the Architect and not referred to in the Schedule of Quantities and/orSpecifications or (e) by reason of the Architect’s instructions or (f) by rea son of civilcommotion, local combinations of workmen or strike or lock -out affecting any of thebuilding trades or (g) in consequence of the Contractor not having received in duetime necessary instructions from the Architect for which he shall have speci ficallyapplied in writing or (h) from causes which the Employer may consider as beyond thecontrol of the Contractor or (i) in the event the overall scope of work is increased dueto changes in drawings and specifications leading to an increase in cost o f more than5% of the original Contact Amount, the decision of the Employer, in this regard, shallbe final and binding.

35. LIQUIDATED DAMAGES FOR DELAYED COMPLETION:

(a) If the Contractor fails to complete any or all the works by the date/s named inClause 33 (Date of Completion) or within any extended time under Clause34(Extension of Time) then the Contractor shall pay or allow the Employer thesum to be worked out at 0.5% of contract value per week to be recovere d asLiquidated Damages (and not by way of penalty) for the delay, beyond the saiddate or extended time, as the case may be, during which the works shall remainunfinished and such damages may be deducted from any moneys due or whichmay become due to the Contractor. The maximum amount of Liquidateddamages shall be 5% of contract value. The contractor shall be bound toextend validity of Insurance Cover till such period of completion as may beconsidered necessary at their cost.

(b) Liquidated damages shall also be similarly levied for failure to attainintermediate milestones, if applicable, as follows:-

The absolute maximum amount of liquidated damages shall be 5% of ContractValue.

Any delay due to the procedure o f obtaining Plinth Certificate from theauthorities by the Employer after satisfactory completion of the basement , ifapplicable, will be granted as extension of Contract Period.

36. FAILURE OF CONTRACTOR TO COMPLY WITH CONSULTANT’SINSTRUCTIONS:

If the Contractor after receipt of written notice from the Architect / StructuralConsultant with prior Consultation of Employer requiring compliance with suchfurther drawings and/or instructions to remove, fails within seven days to comply withthe same, the Architect with prior consent of the Employer may employ other personsto execute any such work whatsoever as may be necessary to give effect thereto andall costs incurred in connection therewith shall be recoverable from the Contractor bythe Employer on a certificate by the Architect as a debt to be deducted by him fromany moneys due or to become due to the Contractor.

37. SUSPENSION OF WORKS:

The Architect may in an extreme case and in prior consultation with the Employersuspend works if the quality or safety of the works are likely to be compromised dueto heavy rains, natural calamitie s etc. The Architect may grant such extension of time

Page 45: Plumbing Tender

45with the approval of the Employer as may be justified by such a delay in works. TheContractor shall not be enti tled to any compensation on account of such delay.

38. DETERMINATION OF CONTRACT:

If the Contractor except on account of any legal restraint upon the Employerpreventing the continuance of the works, or on account of any of the causes mentionedin Clause 34(Extension of time) or in the case of a certificate being withheld or notpaid when due, shall suspend the works, or, in the opinion of the Architect, shallneglect or fail to proceed with due diligence in the performance of his part of theContract or if he shall more than once make default in the respects mentioned inClause 27 (Removal of improper work and materials), the Employer through theArchitect shall have power to give notice in writing to the Contractor requiring that theworks be proceeded with in a reasonable manner and with reasonable dispatch. Suchnotice shall not be unreasonably given and must signify that it purports to be a noticeunder the provisions of this clause and must signify the act or defaults on the part ofthe Contractor upon which it is based. After such notice shall have been given, theContractor shall not be at liberty to remove from the site of work, or from any groundcontiguous thereto, any plant or materials belonging to him which shall have beenplaced thereon for the purpose of the works, and the Employer shall have lien uponsuch plant and materials to subsist from the date of such notice being given until thenotice shall have been complied with. If the Contractor shall fail, for 7(seven) daysafter such notice has been given to proceed with the works as therein prescribed, theEmployer may enter upon & take possession of the works and of all such plant andmaterials thereon intended to be used for the work, and the Employer shall retain andhold a lien upon all such plant and materials until the works shall have been completedunder powers hereinafter conferred upon him. If the Employer shall exercise the abovepower, he may engage any other person to complete the works and exclude theContractor, his agents and servants, from entry upon or access to the same, except thatthe Contractor or any person appointed in writing may have access at all reasonabletimes during the progress of the works to inspect, survey and measure the works. Suchwritten appointment or a copy thereof shall be delivered to the Architect before theperson so appointed comes on to the works, and the Employer shall take such stepsas in the opinion of the Architect may be reasonably necessary for completion of theworks, without undue delay or expenses, using for that purpose the plant and materialsabove mentioned in so far as they are suitable and adaptable to such use. Upon thecompletion of the work, the Architect shall certify the amount of the expensesproperly incurred consequent on and incidental to the default of the Contractor asaforesaid and in completing the works by other persons. Should the amount socertified as the expenses properly incurred be less than the amount which would havebeen due to the Contractor upon the compl etion of the works by him, the differenceshall be paid to the Contractor by the Employer . Should the amount of the formerexceed the latter, the difference shall be paid by the Contractor to the Employer. TheEmployer shall not be liable to make any furt her payment or compensation to theContractor for or on account of the proper use of the plant for the completion of theworks under the provision hereinbefore mentioned other than such payment asincluded in the Contract. After the works shall have been s o completed by personsother than Contractor, under provision hereinbefore contained, the Architect shall givenotice to the Contractor to remove his plant and all surplus materials as may not havebeen used in the completion of the works from the site. If such plant and materials arenot removed within a period of 14 days, after the notice shall have been given, theEmployer may remove and sell the same, holding the proceeds, less the cost of the

Page 46: Plumbing Tender

46removal and sale, to the credit of the Contractor. The Emplo yer shall not be soresponsible for any loss sustained by the Contractor from the sale of the plant in theevent of the Contractor not removing it after notice.

39. CERTIFICATE & PAYMENT:

All bills shall be prepared by the Contractor in the form prescri bed in APPENDIX - II.Normally one interim bill shall be prepared each month subject to minimum value forinterim certificate as stated in these documents. The bills in proper forms must be dulyaccompanied by detailed measurements in support of the quant ities of work done andmust show deductions for all previous payments, retention money etc.

The Architect after a cursory study of the interim bill shall certify approx. 70% of hisassessed gross value of the bill as an adhoc lump sum within one week of t hepresentation of the bill together with required documentation. The Employer shallmake payment within a week of receipt of the Architect’s Certificate.

The Architect after detailed scrutiny of the interim bill shall certify full paymentwithin 10 days of the date of receipt of interim bill from the Contractor subject tosubmission of documentation, as required. The Employer shall make payment within10 days of receipt of the Architect’s certificate.

The amount stated in an interim certificate shall be the total value of work properlyexecuted and 75% of invoiced value of Contractor’s materials brought to site forpermanent incorporation into the work up to the date of the bill less installmentspreviously paid under these conditions, provided that s uch certificate shall onlyinclude the value of said material and goods as and fr om such time as they arereasonably, properly and not prematurely brought to or placed adjacent to the workand then only if adequately protected against weather or other caus alities.

The cost of materials supplied by the Employer shall be recovered from Contractor’sbills as per Clauses of Contract.

Should any decorative works or painting be deferred on the Instruction of theArchitect under Clause 34 (Consultant’s Delay in Progress), payments for suchdecorative work or painting shall be made upto 90 % on completion and the balance atthe expiration of 6 months from that date. The issue by the Architect of any certificateduring the progress of the works or after their compl etion shall not have effect as aCertificate of satisfaction or relieve the Contractor from his liability under Clause 27and within the extent and period provided by the Statute of Limitations.

The Architect shall have the powers to withhold any Certifi cate if the works or anypart thereof are not carried out to his satisfaction.

The Architect may by any Certificate make any correction in any previous certificateswhich shall have been issued by him.

The Contractor shall submit interim bills only after working out the appropriatemeasurements jointly recorded with Architect at site in a register and showing theregister to Architect. This is not only to regulate the correctness of the quantity butalso to facilitate expeditious clearing of the bill s.

Page 47: Plumbing Tender

47If any part/reduced rate is proposed by the Contractor (recommended by Architect) thesame should be brought out in an annexure to the Bill.

The Employer may carry out test checking of measurement as and when required.

The Contractor shall be paid 75% of the value of the materials brought and stacked atsite on a Certificate, issued by the Architect, in regard to quantity and in conformitywith the Contract Specifications. On payment of 75%, the property in goods shallvest in the Employer and the Contractor will keep it in his custody indemnifying theEmployer against any damage, loss, theft or mishap attributable to their storage.

The Final Bill shall be certified for payment by Architect within one month ofsubmission of the bill supported by proper documentation and after full compliance ofthe Contract requirements for all technical submittals.

Payments upon the Architect’s Interim and final certificates shall be made , as far aspracticable, within a period named in the Appendix as “Period o f Honoring of InterimCertificates” after such Certificates have been delivered to the Employer. Theacceptance of payment of the final bill by the Contractor would indicate that he willhave no further claim in respect of the executed work.

The items in the Bill shall be listed separately in 3 categories:

(a) Tender items(b) Deviated items(c) Extra items

Contractor shall, without fail, submit alongwith his Interim Bills /Final Bill the testcertificates to the Structural Consultant / Architect for concrete, ste el and cement asalso chemical analysis for basic materials like fine and coarse aggregates, cement,construction water, reinforcement steel etc. all in conformity with latest relevant I.S.Codes, as also concrete cube test results for the concrete poured at site.

Such test certificates and results shall be presented to and certified for acceptance bythe Structural Consultant in consultation with the Architect before submissionalongwith Interim Bills/Final Bill.

Together with As-Built drawings, the Contractor shall also submit all operating andmaintenance manuals and full details of all materials used in the works with suppliers’/ manufacturer’s names before the final payment is certified.

Interim Bills/Final Bill received without the test certificate s/results duly approved byArchitect / Structural Consultant shall be returned to the Contractor for the reason ofthe same being not submitted duly.

All the interim payments shall be regarded as payments by way of advance against thefinal payment only and not as payments for work actually done and completed, andshall not preclude the requiring of bad, unsound, and imperfect or unskilled work to beremoved and taken away and reconstructed, or re -erected or be considered as anadmission of the due performance of the contract, or any part thereof in any respect orthe accruing of any claim, nor shall it conclude, determine or affect in anyway thepower of the Employer under these Conditions or any of them as to the final

Page 48: Plumbing Tender

48settlement and adjustment of the acc ounts or otherwise or in any other way vary oraffect the contract.

No certificate of the Architect shall of itself be conclusive evidence that any works ormaterials to which it relates are in accordance with the Contract, neither will thecontractors have a claim for any amounts which the Architect might have certified inany interim bill and paid by the Employer and which might subsequently bediscovered as not payable and in this respect the Architect / Employer’s decision shallbe final and binding.

40. NOTICES:

Notices of the Employer to the Architect / Structural Consultant or the Contractor maybe served personally or by being left at or sent by registered post to the last knownplace of abode or business of the party to whom the same is given or in the case of theContractor by being left on the works. In the case of company or Corporation, Noticesmay be served at or sent by registered post to the Registered office of the Company orCorporation. Any notice sent by registered post shall be deeme d to be served at thetime when, in the ordinary course of post, it would be delivered.

41. TERMINATION OF CONTRACT BY THE EMPLOYERS

If the Contractor being an individual or a firm, commits any “Act of insolvency” orshall be adjudged as Insolvent or being an incorporated Company shall have an orderfor compulsory winding up or applies for voluntary winding up or subject to thesupervision of the Court and of the Official Assignee or the Liquidator in such acts ofInsolvency or winding up shall be unable within seven days after notice to himrequiring him to do so, to show to the reasonable satisfaction of theEmployer/Architect that he is able to carry out and fulfill the Contract, and to givesecurity therefore, if so required by the Employer/Arch itect

or if the Contractor (whether an individual; firm or incorporated Company) shallsuffer execution to be issued, or shall suffer any payment under this Contract, to beattached by or on behalf of any of the creditors of the Contractor,

or shall charge or encumber this Contract or any payments due or which mightbecome due to the Contractor thereunder,

or shall assign or sub-let the Contract without obtaining the prior consent in writing ofthe Employer or shall suffer any payment under this contrac t to be attached by or onbehalf of any of the creditors of the contractor or if in the opinion of the Employer thecontractor,

(i) has abandoned the Contract, or

(ii) has failed to commence the works, or has without any lawful excuse underthese conditions suspended the progress of the works for seven days afterreceiving from the Architect written notice to proceed, or

(iii) has failed to proceed with the works with such due diligence and failed tomake such due progress as would enable the works to b e completed within thetime agreed upon, or

Page 49: Plumbing Tender

49

(iv) has failed to remove materials from the site or to pull down and replace workfor seven days after receiving from the Architect written notice that the saidmaterials or work were condemned and rejected by the Architect under theseconditions, or

(v) has neglected or failed persistently to observe and perform all or any of theacts, matters or things by this Contract to be observed and performed by theContractor, or

(vi) has to the detriment of good work manship or in defiance of the Architect’sinstructions to the contrary sublet any part of the Contract.

then in any of the said cases , the Employer may notwithstanding any previous waiver,after giving seven days notice in writing to the Contractor, deter mine the Contract butwithout thereby affecting the other rights of the Employer or the obligations andliabilities of the Contractor, the whole of which shall continue in force as fully as ifContract had not been so determined and as if the works subsequ ently executed hadbeen executed by or on behalf of the Contractor (without thereby creating any trust infavour of contractor). Further, the Employer, may enter upon and take possession ofthe work and all plant, tools, scaffoldings, sheds, machinery, ste am and other power,utensils and materials lying upon the premises or the adjoining lands or roads and sealthe same as his own property or may employ the same by means of his own servantsand workmen carrying on and completing the works or by employing an y othercontractors or other persons to complete the works, and the Contractor shall not in anyway interrupt or do any act, matter or things to prevent or hinder such other contractoror other person or persons employed for completing and finishing or usi ng thematerials and plant for the works. When the works shall be completed or as soonthereafter as convenient, the Employer / Architect shall give a notice in writing to theContractor to remove his surplus materials and plant, and should the Contractor fail todo so within a period of 14 days after receipt thereof by him the Employer shall sellthe same by public auction, and shall give credit to the Contractor for the amountrealized after deducting therefrom the costs of removal and sales by the Emp loyer forthe values of the said plant and material so taken possession of by the Employer andthe expense or loss which the Employer shall have been put to in procuring the worksto be completed and the amount, if any, owing to the Contractor and the amou nt whichshall be so payable shall thereupon be paid by the Employer to the Contractor, or, bythe Contractor to the Employer, as the case may be . On termination of the Contract,the Contractor shall forthwith remove himself and his workmen from the works site.

42. PHOTOGRAPHS OF WORKS CARRIED OUT:

The Contractor shall every month supply at his own cost two copies of minimum 8nos. 8" x 5 1/2" coloured photographs of the works carried out from time to time asper the instructions of the Architect. In the event of any dispute or termination ofContract either by the Employer or the Contractor , as provided for in the aforesaidClause 41, the Contractor shall arrange to obtain photographs of the works completedupto the date of such termination of Contract.

Page 50: Plumbing Tender

50

43. FORECLOSURE OF CONTRACT IN FULL OR IN PART:

If at any time after acceptance of the tender , the Employer shall decide to abandon orreduce the scope of the works for any reason whatsoever and hence not require thewhole or any part of the works to b e carried out, he shall inform the Contractor inwriting to that effect and the Contractor shall have no claim to any payment orcompensation or otherwise whatsoever, on account of any profit or advantage whichhe might have derived from the execution of the works in full but which he did notderive in consequence of the foreclosure of the whole or part of the works.

44. INSPECTION OF SITE AND SUFFICIENCY OF TENDER:

(a) The Contractor shall inspect and examine the site and its surrounding and shallsatisfy himself before submitting his tender as to the nature of the ground, andsub-soil, the form and nature of the site, the quantities and nature of the workand materials necessary for the completion of the works and means of access tothe site, the accommodation he may require and in general, shall himself obtainall necessary information as to risk, contingencies and other circumstanceswhich may influence or affect his tender.

(b) The Contractor shall be deemed to have satisfied himself before tenderi ng as tothe correctness and sufficiency of his tender for the works and of the rates andprices quoted in the Schedule of quantities, which rates and prices shall, exceptas otherwise provided, cover all his obligations under the Contract and allmatters and things necessary for proper completion and maintenance of theworks.

(c) No extra charges consequent on any misunderstanding or otherwise shall beallowed.

(d) The Contractor shall, on the basis of his findings emerging from the study ofthe subsoil conditions, examine the foundation drawing furnished in the tenderand shall be at liberty to submit his objections or suggestions of the proposedfoundation as may be relevant to subsoil conditions found by him directly toStructural Consultant / Architec t. The Contractor shall not be entitled torecover the cost of ascertaining the ground and subsoil conditions at the siteand such cost shall be deemed to be included in the rates tendered by theContractor.

45. NOTICE TO LOCAL BODIES:

The Contractor shall comply with and give all notices required under any law, rules,regulations, or bye-law of Parliament, State Legislature or Local Authority relating toworks. The Contractor shall before commencing the execution of work issue acertificate to the Employer / Architect that he has obtained all the permissions ,Registrations and give all the notices ,as are required to be obtained or given underlaw, particularly blasting permission, Police permission etc.

Page 51: Plumbing Tender

51

46. TOTAL SECURITY DEPOSIT:

The Contractor shall within 7 days of receiving the WORK ORDER submit a securitydeposit of 5% of the contract value in the form of a Bank Guarantee in an approvedformat. On acceptance of the Bank Guarantee by the Employer, the Earnest MoneyDeposit shall be refunded to the Contractor.

The Bank Guarantee for Security Deposit shall be valid for a period of the ContractPeriod / extended Contract Period plus 12 months. The amount of the security depositshall be increased to 5% of actual contract value including escalation a nd variations, ifapplicable, if the original contract amount is exceeded.

That 50% of Total Security Deposit will be released to the contractor upon virtualcompletion of work as certified by the employer’s Architect M/s PherozeKudianavala Consultants Engineers Pvt. Ltd. and balance 50% of the SecurityDeposit will be released upon expiry of Defect Liability Period of 12 monthswhich will be counted from the date of virtual completion of work or two monthsfrom the date of latest rectification of work, w hichever is later.

On virtual completion of the works, the Employer shall return the original 5% BankGuarantee.

47. WATER AND ELECTRICITY:

(a) The contractor should make his own arrangements for required water supply,drainage (including temporary drain age of subsoil dewatering as required byAuthorities) etc. at the work site during the currency of contract. TheEmployer shall pay water & sewerage charges to Municipal Corporation forthe construction period as well as the cost of a municipal connection andsupply line upto the boundary of the plot. The Contractor shall complete allformalities for such payments.

(b) In the event of unavailability of power from Utility Companies, the Contractorshall make arrangements for installing D.G. Set(s) of adequate capacity at hisown cost. Responsibility for getting temporary power for constructionshall remain with the Contractor. Consumption charges will be payable by theContractor. Temporary power connection shall be in the Employer's name.Deposits to the Electric Supply Company shall be paid by the Contractor andshall be reimbursed to him based on actuals on production of supportingvouchers/receipts for the same.

The Contractor will take into account approximate power required f orother services/ contractors who will be given metered power at one point eachand who would pay for their consumption charges. In case of disagreementbetween the Contractor and other agencies, the Architect / Employer's decisionshall be final.

Page 52: Plumbing Tender

52

48. SCHEDULE OF QUANTITIES-NO CLAIM BECAUSE ACTUAL QUANTITIESDIFFER FROM PRELIMINARY STATEMENT .

A Schedule of probable quantities in respect of work and Specifica tions accompanythese Conditions. The schedule of probable quantities is liable to alteration s byomissions, deductions or additions at the discretion of the Architect.

The quantities of the various kinds of work to be done and materials to be furnishedunder this Contract which have been estimated and are set forth in the proposal or theAgreement or the lists of Contract Prices, are the best available, but may not beaccurate in any or all particulars and are only for the purpose of comparing on auniform basis the bids offered for the works under this Contract.

The Contractor agrees that nei ther the Employer nor the Architect nor any of theemployees or agents hereof shall be held responsible if any of the said estimatedquantities shall be found to be not even approximately correct in the construction ofthe works and that he will not at any time dispute or complain of such statement norassert that there was any misunderstanding in regard to the character, size and type ofwork to be done or the kind or amount of the materials to be furnished or work to bedone.

Further, the Contractor shall make no claim for anticipated profits, for loss of profitsor for damages because no work is ordered under certain items or because ofdifferences between the quantities of the various kinds of work to be done or materialsactually delivered and the esti mated quantities set forth by the Employer or theArchitect.

49 ACCESS FOR INSPECTION:

The Contractor shall provide at all times during the progress of the works and themaintenance period proper means of access, ladders, gangways etc. and the necessaryattendants to move and adapt the same as directed for the inspection or measurementof the works by the Architect or his representatives or any statutory Audit/InspectionAuthority.

50. DIMENSIONS:

Figured dimensions are in all cases to be followed and i n no case should they bescaled. Large scale details take precedence over small scale drawings. In case ofdiscrepancy, the Contractor is to ask for an explanation before proceeding with thework.

51. PROGRAM OF WORK:

The Contractor shall, along with h is bid, submit a schedule for completion of work,either in the form of a CPM Net Work or in the form of a Bar Chart, showing how heproposes to complete the works. This program shall be prepared in sufficient detailand shall indicate, among other things , the following details on a month -to-monthbasis (for each month).

Page 53: Plumbing Tender

53

(a) Quantum of work under each major item of work that would be carried out.

(b) Amount of resources that would be deployed (e. g. shuttering materials, skilled/ unskilled labour, equipment etc.)

(c) Schedule of delivery of materials to site.

(d) Cash Flow with approximate value of work contemplated to be completed eachmonth.

(e) Schedule and manner in which details or materials (to be issued by theEmployer, if any) are required from the Consultant/Employer.

(f) Time periods allowed for other agencies’ works.

(g) Various milestones to be achieved.

The program, suitably amended after discussions with the Architect , shall becomebinding on the Contractor. However, during the execution of the project, should itbecome necessary, in the opinion of the Architect to reschedule some of the activities,the Contractor shall do so at no extra cost and/or without any other claim.

Acceptance of a bidder's tender does not necessarily imply acce ptance of the schedulesubmitted and the Architect / Employer reserves to himself the right to modify /amend this schedule to suit the overall project schedule and the Contractor shalladhere to these revisions/modifications at no extra cost to the Employ er.

52. STORES AT SITE:

A godown of adequate capacity for storage of cement and other mate rials shall beconstructed by the Contractor at his own cost as well as a yard with fencing fornecessary storage/stacking at site. Materials which are likely to d eteriorate by theaction of the sun, rain or other elements etc . shall be duly protected from damage byweather or any other cause. All such stores and yards shall be cleared away andground left in good and proper order on completion of this Contract unl ess otherwiseexpressly mentioned herein.

53. FACILITIES FOR WORKMEN ON SITE:

The Contractor shall provide and maintain at his own cost Sanitary and Socialfacilities for workmen as specified as per Model Rules for health and sanitation givenin Clause 66.

54. FACILITIES TO SUB-CONTRACTORS AND OTHER CONTRACTORS

(a) The Contractor is to allow for general attendance upon sub -Contractors;including the free use of plant and scaffolding(and the provision of any specialscaffolding required) and is to allow their operatives use of latrines, W.C’s.Mess Rooms, Shed and covered space for plant or storage of materials etc.

Page 54: Plumbing Tender

54(b) The Contractor shall at his own cost (unless otherwise specified) give full

facilities and co-operation to other Contractors employed by the Employer andfor affording them reasonable opportunity for introduction and storage of theirmaterials and the execution of their works and for properly connecting and co -ordinating their works with the work of other Contractors. The decision of theArchitect on any points of dispute between the various Contractors shall befinal and binding on all parties concerned.

The Contractor shall:

i. Give control lines and level B.M's as instructed by Architect for otherContractors working on site.

ii Provide electricity and water at reasonable rates to be jointly decidedby Architect.

iii Provide hoist and crane facility if available for lifting of materials attimes convenient to Main Contractor and at prices and terms to bemutually agreed.

iv Adjust the work schedule and site activities in consultation withArchitect and other Contractors to suit the overall schedule.

v. Co-ordinate with other contractors for leaving inserts, making chases,alignment of services on site etc.

vi. Co-ordinate site operations and sequence of construction closely withother Contractors in consultation with the Architect.

55. TESTING OF WORKS AND MATERIALS AND PREPARATION OF SAMPLES:

The Contractor shall arrange at his own cost to test materials and/or portions of theworks as instructed by Architect to ISI standards at his own cost, in order to provetheir quality and soundness. If after any such test, any work or portions of the worksare found to be defective or unsound, the Contractor shall pull down and re -erect thesame or take corrective measures as directed by the Architect at his own cost.

Samples of various materials shall be submitted by the Contractor for approval prior toordering out the same. Wherever necessary the Contractor shall, at his own cost,prepare samples to indicate the workmanship. Apart from adhering to any specialprovision made in the specifications regarding submission of samples the Contractorshall within 90 days of his receipt of Order to commence the work, provide to theArchitect samples alongwith detailed literature of all materials he proposes to use inthe building irrespective of the fact that a specific make / material might have beenstipulated. If certain items proposed to be used are of such nature that samples can notbe presented or prepared at the site, detailed literature/ test certificate of the same shallbe provided instead to the satisfaction of the Architect. Before submitting the samplesand literature the Contractor shall satisfy himself that the material/equipment forwhich he is submitting the samples / literature meet with the requirement of thespecification. The Architect shall check the samples and give his comments and / orapproval to the same. Only when the samples are approved in writing by the Architect,the Contractor shall proceed with the procurement and installation of the particular

Page 55: Plumbing Tender

55material / equipment. The approved samples shall be signed by theArchitect/Consultants for identification and shall be kept on record at site until thecompletion and the acceptance of the work and shall be available at the site forinspection / comparison at any time. The Contractor shall keep with him a duplicate ofsuch samples.

For items of work where the samples are to be made at the site the same procedureshall be followed. All such samples shall be prepared at a place where they can be leftundistrubed until the completion of the project.

Any delay that might occur in approving of the samples for reasons of its not meetingwith the specifications or other discrepa ncies, inadequacy in furnishing samples ofbest quality from various manufacturers and such other aspects causing delay on theapproval of the materials / equipment etc. shall be to the Contractor's account. In thisrespect the decision of Architect shall be final. On delivery of the supplies of materials/ equipment for permanent works at the site, the Contractor shall specifically arrangeto get the supply inspected by the Architect and compared with the approved sampleand his approval obtained before us ing the same in the work

Tests on materials shall be carried out as per specifications. Tests on materials notspecifically mentioned in the specifications shall be carried out as per relevant I.S.Codes of Practice and as directed by Architect / Employe r.

56. COVERING UP OF WORKS:

The Contractor shall cover up and protect the works from the weather and shallsuspend all wet operations during weather which, in the opinion of Architect, will bedetrimental to the works.

57. TREASURE TROVE:

Should any treasure, fossils, minerals, or works of art or antiques be found duringexcavation or while carrying out the works, the same shall be the property of theEmployer. The Contractor shall give immediate notice to the Architect of any suchdiscovery and shall hand over any such treasure to the Employer on demand.

58. CLEARING THE SITE OF WORKS ON COMPLETION:

The Contractor shall clear site of works as per the instructions of the Architect. Thesite of works shall be cleared of all men, materials, sheds, etc. belonging to theContractor. The site shall be delivered in a clean and neat condition as required by theArchitect within a period of one week after the job is completed. In case of failure bythe Contractor, the Employer under advice of the Architect wi ll have the right to getthe site cleared at the risk and cost of the Contractor to the satisfaction of theArchitect.

59. COMPLETION DRAWINGS / TECHNICAL LITERATURE:

The Contractor shall submit one set of reproducible and CD’s and four sets of As -Built drawings to Architect at his own cost. The Contractor shall also submit 2 copiesof detailed catalogues and technical literature and maintenance manuals of all

Page 56: Plumbing Tender

56materials / equipment used in the works together with the names and addresses ofsuppliers / manufacturers.

60. KEEPING THE AREAS AND ACCESS ROADS CLEAN:

The Contractor shall be required to maintain the site and the build ing areas in a neatand clean condition at all times to the satis faction of the Architect. The Contractorshall especially take care to keep areas free from getting water logged, fromconcrete/mortar dippings, bricks, steel, shuttering materials or any other material /rubbish.

The Contractor shall also be required to maintain all access roads to the site and withinthe site and keep them free from all obstruc tions, material droppings etc. to thesatisfaction of the Architect and local authorities.

Debris shall be removed from the site on a regular basis. No debris shall be thrownloose from upper floors. The Contractor shall provide chutes for transporting debrisvertically.

61. SITE SURVEY:

On award of the works, the Contractor shall immediately survey the complete site andrecord the existing ground levels with the Architect with reference to benchmarksspecified by Architect and submit the report in duplicate. No extra payment shall bemade for this work.

62. IDLE LABOUR:

Whatever the reasons may be, no claim for idle labour, additional establishment costof hire and labour charges of tools and plant would be entertaine d under anycircumstances.

63. SIGN BOARDS:

The Contractor shall put up a sign board in an approved location and to an approveddesign showing name of the Project, Employer, Architect, Consultants and self andproviding space for names of other Contract ors and Specialised Agencies (5 spaces.).No extra payment shall be made on account of these Sign Board.

64. OBTAINING INFORMATION:

No claim by the Contractor for additional payment will be entertained which isconsequent upon failure on his part to o btain correct information as to any matteraffecting the execution of the works, nor will any misunderstanding or the obtaining ofincorrect information or the failure to obtain correct information relieve him from anyrisks or from the entire responsibili ty for the fulfillment of the contract.

65. SAFETY RULES

65.1 The Contractor shall follow the latest editions of Safety Codes hereunder:

IS: 3696 – Part I - Safety Codes for scaffolds and ladders Scaffolds.

Page 57: Plumbing Tender

57

IS: 3696 – Part II - - Do - Ladders.

IS: 4130 – Part III - Safety Code for demolition work.

IS: 4014 – Part II - Code of Practice for steel tubular scaffolding –safety regulation.

The following safety regulations shall also be followed. In case of discrepancybetween the codes and the following r egulations, the more stringent of the twoshall apply.

65.2. Scaffolds

i) Suitable scaffolds shall be provided for workmen for all works thatcannot safely be done from the ground, or from solid constructionexcept in the case of short duration work whi ch can be done safelyfrom ladders. When a ladder is used, it shall be of rigid constructionmade either of good quality wood or steel. The steps shall have aminimum width of 450mm and a maximum rise of 300mm. Suitablehand holds of good quali ty wood or steel shall be provided and theladder shall be given an inclination not steeper than 1/4 to 1 (1/4horizontal to 1 vertical)

ii) Scaffolding or staging more than 4 m. above the ground floor, swung orsuspended from an overhead support or erected with s tationary supportshall have a guard rail properly bolted, braced or otherwise secured, atleast 1m. above the floor or platform of such scaffolding or staging andextending along the entire length of the outside and ends thereof withonly such openings as may be necessary for the delivery of materi als.Such scaffolding or staging shall be fastened to prevent it from swayingfrom the building or structure.

iii) Working platforms, gangways and stairway shall be so construct ed thatthey do not sag unduly or unequally and if the height of the platform,gangway or stairway is more then 4m. above ground level or floorlevel, they shall be closely boarded and shall have adequate width andbe suitably fenced as described in (ii) above.

iv) Every opening in the floor of a building or in a working platform shallbe provided with suitable means to prevent the fall of persons ormaterials by providing suitable fencing or railing whose minimumheight shall be 1 m.

Wherever there is open excavation in ground, it shal l be fenced off bysuitable railing and danger signals installed at night.

v) Safe means of access shall be provided to all working places. Everyladder shall be securely fixed. No portable single ladder shall be over9m. in length while the width betw een said rails in rung ladder shall inno case be less than 290mm for ladder upto and including 3 m. in

Page 58: Plumbing Tender

58length. For longer ladders this width shall be increased at least 20mm.for each additional meter of length.

vi) A sketch of the ladders and scaffolds proposed to be used shall beprepared and approval of the Engineer obtained prior to construction.

65.3. Excavation & Trenching:

i) All trenches, 1.25m or more in depth shall at all times be supplied withat least one ladder for each 30m. in length or fr action thereof. Theladder shall be extended from the bot tom of the trench to at least 1m.above the surface of the ground. Sides of trenches which are 1.5m ormore in depth shall be stepped back to give suitable slope or securelyheld by timber bracing and open or closed type of shoring so as toavoid the danger of sides collapsing. The excavated material shall notbe placed within 1.5m of the edges of the trenches or half of the depthof the trench whichever is more. Cutting shall be done from top tobottom. Under no circumstances undermining or undercutting shall bedone. All dewatering to keep the foundation dry and the sides safe andstable against collapse should be done in a proper manner.

ii) The Contractor shall take all measures on the site of t he work to protectthe public from accidents and shall be bound to bear the expenses ofdefence of every suit, action or other proceedings at law that may bebrought by any persons for injury sustained owing to neglect of theabove precautions.

65.4. Demolition:

Before any demolition work is commenced and also during the process of thework:

i) All roads and open areas adjacent to the work site shall either be closedor suitably protected.

ii) No electric cable or apparatus which is liable to be a sourc e of dangerover a cable or apparatus used by the operator shall remain electricallycharged.

iii) All practical steps shall be taken to prevent danger to persons employedfrom the risk of fire or explosion or flooding. No floor, roof or otherpart of the building shall be so over-loaded with debris or materials asto render it unsafe.

65.5. Personal Safety Equipments:

i) All necessary personnel safety equipment as considered ade quate bythe Architect should be kept available for the use of the personsemployed on the site and maintained in a condition suitable forimmediate use, and the Contractor should take adequate steps to ensureproper use of equipment by those concerned.

Page 59: Plumbing Tender

59ii) All personnel of the Contractor working within the plant site shall be

provided with safety helmets. All welders shall wear welding goggleswhile doing welding work and all metal workers shall be provided withsafety gloves. Persons employed on metal cutting and grinding shallwear safety glasses.

iii) Adequate precautions shall be taken to prevent danger from electricalequipment.

iv) Workers employed on mixing asphaltic materials, cement and limemortar shall be provided footwear and protective goggles.

v) Those engaged in white washing and mixing or stacking of cementbags or any materials, which is injurious to the eyes shall be providedwith protective goggles.

vi) Those engaged in welding works shall be provided with welder’sprotective eyesight lids.

vii) Stone breakers shall be provided with protective goggles and prote ctiveclothing and seated at sufficiently safe intervals.

viii) When workers are employed in sewers and manholes which are in use,the Contractor shall ensure that the manhole covers are opened and areventilated at least for an hour before the workers ar e allowed to get intomanholes and the manholes so opened shall be cordoned off withsuitable railing and provided with warning signals or boards to preventaccident to the public.

ix) The Contractor shall not employ men below the age of 18 years andwomen on the work of painting with products containing lead in anyform. Whenever men above the age of 18 are employed on the work oflead painting, the following precautions should be taken:

a) No paint containing lead or lead products shall be used exceptin the form of paste or ready-made paint.

b) Suitable face masks should be supplied for use by the workerswhen paint is applied in the form of spray or a surface havinglead paint dry rubbed and scraped.

c) Overalls shall be supplied by the Contractor to the workmenand adequate facilities shall be provided to enable the workingpainters to wash during the cessa tion of the work.

x) No materials on any of the sites of work shall be so stacked or placed asto cause danger or inconvenience to any person or the public.

xi) When the work is done near any public place where there is risk ofdrowning all necessary equipment should be provided and kept readyfor use and all necessary steps taken for prompt rescue of any person indanger.

Page 60: Plumbing Tender

60

xii) Adequate provision should be made for prompt first aid treatment of allinjuries likely to be sustained during the course of the work.

65.6. Hoisting Machines

i) Use of hoisting machines and tackle including their attach mentsanchorage and supports shall confirm to the follo wing standards orconditions:

(a) These shall be of good mechanical construction, sound materialand adequate strength and free from patent defects and shall bekept in good repair and in good working order.

(b) Every rope used in hoisting or lowering ma terials or as meansof suspension shall be of durable quality and adequate strengthand free patent defects.

ii. Every crane driver or hoisting appliance operator shall be properlyqualified and no person under the age of 21 years shall be in charge ofany hoisting machine including any scaffolding winch or give signalsto operator.

iii. In case of every hoisting machine and of every chain ring hook,shackle, shovel and pulley block used in hoisting or as means ofsuspension the safe working load shall be ascertained by adequatemeans. Every hoisting machine and all gear referred to above shall beplainly marked with the safe working load. In case of a hoistingmachine having variable safe working load, each safe working load andthe conditions under which it is applicable shall be clearly indicated.No part of any machine or any gear referred to above in this paragraphshall be loaded beyond the safe working load except for the purpose oftesting.

iv) Motors, gears, transmission, electric wiring and oth er dangerous partsof hoisting appliances should be provided with such means as willreduce to the minimum the risk of any part of a suspended loadbecoming accidentally displaced. When workers are employed onelectrical installations which are already en ergised, insulating mats,wearing apparel, such as gloves, sleeves and boots as may benecessary, should be provided. The workers should not wear any rings,watches and carry keys or other material which are good conductors ofelectricity.

65.7. General

i) Adequate washing facilities should be provided at or near places ofwork.

ii) These safety provisions should be brought to the notice of all concernedby display on a notice board at a prominent place at work spot. The

Page 61: Plumbing Tender

61person responsible for compliance of the safety code shall be namedtherein by the Contractor.

iii) To ensure effective enforcement of the rules and regulations relating tosafety precautions the arrangements made by the Contractor shall beopen to inspection by the Labour Officer, Arc hitect and Employer.

iv) Notwithstanding the above clauses there shall be nothing in these toexempt the Contractor from the operations of any other Act or Rule inForce in the Republic of India.

66. E – MODEL RULES FOR THE PROTECTION OF HEALTH AND SANITARYARRANGEMENTS FOR WORKERS.

66.1 Application

These rules shall apply to all building and construction works.

66.2 Definition

i) ‘Work Place’ means a place at which, at an average 50 workers areemployed in connection with construction work.

ii) ‘Large work place’ means a place at which an average 500 or moreworkers are employed in connection with construction work.

66.3 First Aid

i) At every work place, there shall be maintained in a readily accessibleplace first aid appliance including an adequate suppl y of steriliseddressings and sterilised cotton wool. The appliance shall be kept ingood order and in a large work place they shall be placed under thecharge of a responsible person who shall be readily available duringworking hours.

ii) At large work places, where hospital facilities are not avail able withineasy distance of the works, first aid posts shall be established and berun by a trained compounder.

iii) Where large work places are remote from regular hospitals, an indoorward shall be provided with one bed for every 250 employees

iv) Where large work places are situated in cities or towns and no beds areconsidered necessary owing to the proximity of city or town hospitals,suitable transport shall be provided to facilitate removal o f urgent casesto hospitals. At other work places, some conveyance facilities such as acar, shall be kept readily available to take injured person or personssuddenly taken ill to the nearest hospital.

Page 62: Plumbing Tender

62

66.4 Drinking Water:

i) In every work place, there shall be provided and maintained at suitableplaces easily accessible to labour sufficient supply of cold water fit fordrinking.

ii) Where drinking water is obtained from an intermittent public watersupply, each work place shall be provided with stora ge where suchdrinking water shall be stored.

iii) Every water supply or storage shall be at a distance of not less than15m from any latrine, drain or other source of pollution. Where waterhas to be drawn from an existing well which is within the proxim ity oflatrine, drain or any other source of pollution, the well shall be properlychlorinated before water is drawn from it for drinking. All such wellsshall be entirely closed in and be provided with a trap door which shallbe dust and water proof.

iv) A reliable pump shall be fitted to each covered well, the trap door shallbe kept locked and opened only for cleaning or inspection which shallbe done at least once a month.

66.5 Washing & Bathing Places:

i) Adequate washing and bathing places shall b e provided, separately formen and women.

ii) Such places shall be kept in clean and drained condition.

66.6 Scale of Accommodation in Latrines & Urinals.

There shall be provided within the precincts of every work place latrine andurinals in an accessible place and the accommodation, separately for each ofthem shall not be less than the following scale.

No. of seats

(a) Where the number of persons does not exceed 50 2

(b) Where the number of persons exceeds 50 butdoes not exceed 100 3

(c) For every additional 100 3 per 100

In particular cases, the Engineer shall have the powers to vary the scale wherenecessary.

66.7 Latrines & Urinals for women:

If women are employed, separate Latrines & Urinals screened from those formen and marked in vernacular in conspicuous letters ‘For women only shall be

Page 63: Plumbing Tender

63provided on the scale laid in Rule 6.Those for men shall be similarly marked‘For men only’. A poster showing the figure of a men or a women shall also beexhibited at the entrance of latrines for the respective sex. There shall beadequate supply of water close to the Latrines & Urinals.

66.8 Latrines & Urinals

All Latrines shall be provided with septic tanks or leach pits i n case of smallunits. All the latrines shall be kept in good sani tary condition.

66.9 Construction of Latrines.

The inside walls shall be constructed of masonry or some suitable heatresisting non-absorbent materials and shall be cement washed inside a ndoutside at least once a year. The dates of cement wash ing shall be noted in aregular maintained for this purpose and kept available for inspection. Latrineswill not be of a standard lower than bore -hole system and should have thatchedroofs.

66.10 Disposal for Excreta

Unless otherwise arranged by the local sanitary authority, arrange ments for theproper disposal of excreta shall be made by septic tank or leach pit dulyapproved by the Engineer and in conformity with the requirements of localpublic health authorities.

66.11 Provision of Shelter during Rest

At every work place there shall be provided free of cost two suit able sheds, onefor meals and the other for rest separately for men and women for the use oflabour. The height of the shelter shall be not less than 3.5m from the floorlevel, to the lowest part of the roof. The sheds should be roofed with at leastthatch and mud flooring will be provided with a dwarf wall around not lessthan 750mm. Sheds should be kept clean and the space shou ld be on the basisof at least 0.50 square metre per head.

66.12 Creches

i) At every work place, at which 50 or more women workers areordinarily employed, there shall be provided two huts for the use ofchildren under the age of 6 years belonging to suc h women, one hutshall be used for infants’ games and play and the other as their bedroom. The huts shall not be constructed on a lower standard than thefollowing:

a) thatched roofs

b) mud floors and walls

c) planks spread over the mud floor and cover ed with matting.

Page 64: Plumbing Tender

64The huts shall be provided with suitable and sufficient open ings forlight and ventilation. There shall be adequate provi sion of sweepers tokeep the place clean. There shall be two dais in attendance. Sanitaryutensils shall be provided to the satisfaction of the Health Officer of thearea concerned. The use of the Hut shall be restricted to children, theirattendants and mothers of the children.

ii) Where the number of women workers is more than 25, but less than 50,the contractor shall provide at lease one hut and one dai to look afterthe children of women workers.

iii) The size of creche or creches shall vary according to the number ofwomen workers.

iv) The creche or creches shall be properly maintained and neces saryequipment like toys etc. shall be provided.

66.13 Canteen:

A cooked food canteen on a moderate scale shall be provided for the benefit ofworkers wherever it is considered expedient.

66.14 The above rules shall be incorporated in the contracts and in notices invitingtenders and shall form an integral part of the contract.

Page 65: Plumbing Tender

65APPENDIX - I

APPENDIX TO GENERAL CONDITIONS OF CONTRACT

Proposed Office Building for The Institute of Chartered Accountants of India (ICAI)at ‘G’ Block, Plot No. C-40 at Bandra Kurla Complex, Mumbai

Curtain wall Glazing, ACP Cladding, Louvers & Auminium worksClause no.

46 (a) Earnest Money Deposit - Rs. 3.00 lacs refundable. (b) Security Deposit - 5 % of the total contract price.

28 Defects Liability Period - 12 Months from the date of virtual completion.

8 Date of Commencement - 7 days from the date of issue of Work Orderor date of handing over site, whichever is later.

33 Date of Completion - 6 months from the date of issue of Work Orderor date of handing over site, whichever is later.

35. Liquidated Damages for Delay- 0.5% per week of the Contract Value forintermediate and final deadlines subjectto maximum total of 5% of Contract value.

39. Frequency of Interim Certificate- Monthly

39 Minimum Value of work for the - Rs. 25,00,000/-issue of Interim Certificates (minimum limit shall not apply to prefinal and

final bills)

39.(i) Period of honouring Interim - Adhoc payment within one week from date ofCertificate by Employer receipt of Architects’ Certificate amounting to his

assessment of 75% gross value of bill which shall beissued within one week of presentation of the bill withfull documentation.

Balance payment ten days from the date of receipt ofcertificate from Architect which shall be issued withinten days of presentation of interim bill with fulldocumentation.

37. Period of honouring Final - Three month from the date of receipt of Certificatefrom Architect which shall be issued normally within

one month of presentation of final bill with fulldocumentation.

Signature, Name & Stamp of Contractor :…………………………………..

Witnesses :……………………….

Page 66: Plumbing Tender

66APPENDIX - II

PROFORMA ‘B1’

MEASUREMENT SHEET

Running Bill No. _____________________________________

Name of the Work __________________________________

Name of the Contractor ____________________________

Sr.No.

Item Qty. as percontract

Unit No. L B H Qty. ofPresentBill

NOTE:Quantity of Present Bill shall be carried forward to Interim Bill.

-----------------------------------------------------------------------------------------------------------------

PROFORMA ‘B2’

INTERIM BILL

Interim Bill No. ______________________________________

Name of the Work __________________________________

Name of the Contractor ____________________________

S. No.Item Unit Qty. as perContract

Qty. uptopreviousbill

Qty. ofpresentbill

TotalQty.

UnitRate

GrossAmount

Total cumulative Gross Amount of Bill Rs. ______________________.

Gross Amt. of the present Bill = Gross Amt. of bill – Gross Amt. upto previous bill

Page 67: Plumbing Tender

67APPENDIX - III

PROFORMA ‘C’(See Clause 31(j)of General Conditions.)

49. CONTRACTOR’S LIABILITY AND INSURANCE SUMMARY______________________________________________________________________Name & Number Value of Validity Loss or damage to workof Insurance Insurance Period (covered under Policy)Policy with or any part thereof anddescription all materials at site from

any cause whatsoever______________________________________________________________________ 1. 2. 3. 4.______________________________________________________________________a)

b)

c)______________________________________ ________________________________

Damage, loss or injury Claims under the Workman Remarksto any property of the compensation Act 1923,theEmployers or Consultant Minimum Wages Act 1948 &or his agents and servants Contract Labour (Regulation

and Abolition) Act 1970___________________________________________________ __________________ 5. 6. 7.______________________________________________________________________a)b)c)______________________________________________________________________NB: Details of further policies taken if any and the loss or damage if any under that policymay please be indicated separately at appro priate places.

Signature of Contractor

Address: Witness:

Page 68: Plumbing Tender

68

APPENDIX - IV

PROFORMA 'D'

REPORT OF VIRTUAL COMPLETION(See Clause 29 of General Conditions)

Draft of letter to be written by the Contractor to the Architect in connection with the VirtualCompletion Certificate as per Clause No. 29 of General Conditions of Contract.

Having executed the work in terms of the Contract, we hereby certify and affirm that we havevirtually completed the contracted works.

We hereby certify that the work has been executed wholly to our satisfaction and with thematerials and workmanship in accordance with the co ntract.

We do certify further that we have executed the work in accordance with the applicable lawsand without any transgression of such laws.

Page 69: Plumbing Tender

69APPENDIX - V

PROFORMA ‘E’

BANK GUARANTEE IN LIEU OF EARNEST MONEY DEPOSIT

The Institute of Chartered Accountants of IndiaICAI Bhavan, 27, Cuffe Parade,Colaba,Mumbai – 400 005.

Whereas The Institute of Chartered Accountants of India (hereinafter called “the Employer”)have issued bid documents for Plumbing, Water Supply, Drainage including STP & FireFighting works for their Proposed Office Building at Bandra Kurla Complex, Mumbai to______________________________________ having their registered office at_________________________________________________ (hereinafter called the Bidder).

And whereas under the terms and conditions of the said bid documents, the Bidder is requiredand has undertaken to furnish a Bank Guarantee of Rs. ________/ - (Rupees ___________only) as Earnest Money Deposit as contained in the said tender d ocument.

We _______________________________________________ , having our registered officeat ________ _____________________________________________________ and branchoffice at ____________________________________________________ (hereinafter called “th e Bank”) herebyunconditionally and irrevocably undertake to the Employer immediately upon receipt of thefirst written demand such amount or amounts as may be demanded by the Employer from usunder this Guarantee not exceeding a sum of Rs. _______________ ____/- (Rupees_______________________ only) in aggregate without demur or reference to the Bidder andagree that the Employer’s demand shall be final and binding on the Bank under allcircumstances.

We hereby affirm that we are the Guarantor and respon sible to you on behalf of the Bidderup to an aggregate sum of Rs. ___________________/ - (Rupees_______________________ only) such sum or sums being payable in Indian currency and weundertake to pay on your first written demand and without any demur and / or condition, andsum or sums within the aggregate limit of Rs. ___________________/ - (Rupees_______________________ only)

We agree that no change or addition to or modification of the terms of the tender or of theworks to be performed thereunder or of any of the tender documents which may be madebetween you and the bidder shall in any way release the Bank from any liability under thisGuarantee, and we hereby waive notice of any such change, addition or modification.

We further agree that the Employer shall have the right to invoke a claim up to the last date ofthe validity of this Bank Guarantee and that the Employer shall remain the sole judge of thevalidity and amount of the claim and the Bank agrees not to contest any claim.

Page 70: Plumbing Tender

70We further agree that any change in the Bidder’s constitution or their liquidation ordissolution shall not discharge the Bank’s liability under this Guarantee.

We further agree that the right of the Employer to make a claim shall not be vitiated by anydispute raised or pending with any Statutory Authority, arbitrator, tribunal or any other bodyor person.

It is agreed that the Employer’s claim shall remain valid even if the employer has not issued aprior notice or has not proceeded against a Contractor before making such claim.

This Guarantee is confirmed and irrevocable and shall remain valid upto and including___________________ and shall remain valid upto such extended period which may bemutually agreed to.

Unless a demand or claim under this Guarantee is made on the Bank in writing on or before____________________ the Bank shall be discharged from all liability under this Guarantee.

Page 71: Plumbing Tender

71

SECTION - 4

SPECIAL CONDITIONS OF CONTRACT

Page 72: Plumbing Tender

72SPECIAL CONDITIONS OF CONTRACT

1. Scope of Work:

The proposed work is situated at Bandra Kurla Complex, Mumbai. The buildingwill consist of upper basement, lower basement, Ground and six upper floorshaving total construction area of 107692 sq.ft. with rich finishing and externallystructural glazed and Aluminium cladding.

The scope of work for the purpose of this tender constitutes Plumbing, WaterSupply, Drainage including STP & Fire Fighting works.

2. Price Basis:

a. The unit rates mentioned in schedule of rates shall rem ain firm and shall not besubjected to any escalation throughout the currency of the contract.

b. The quoted rates shall be inclusive of supply of all materials required forcompleting the item work.

c. Payment shall be made on the actual quantum of work execu ted, duly certifiedby Engineer-in-Charge / Consultant.

d. The rates quoted shall be based on laws, levies, taxes and duties applicable onthe date of LOI. Any variations thereto and / or new levies due to an act orenactment by the Government after the date shall be verified for its correctnessand shall be to the Employer’s account.

e. Contractor shall satisfy himself on the applicability of various taxes, duties,levies, Octroi, including sales tax, works contract tax, turnover tax, VAT,Service Tax as applicable for such work and quoted prices shall be inclusive ofall such liabilities. Employer / Consultant shall not be liable for any liability ofthe Contractor on this account. Contractor shall periodically producedocumentary proof for having fulfilled the above obligations in time, includingproof of payment, proof of filing of returns, etc. failing which Employer /Consultant reserve the right to take appropriate action at the cost andconsequence of the Contractor. Service Tax, Education Cess and Se condaryand Higher Education Cess, as applicable at the prevailing rates, shall beshown separately in Contractor’s Bills.

f. Income Tax at applicable rates shall be deducted from Contractor’s Bills, as perIncome Tax Act and TDS Certificate issued thereof.

3. Terms of Payment:

3.1 65% on completion of delivery of all materials (Pro -Rata) at site coveredunder the order and on submission of your invoice, duly certified by ourEngineer in-charge / Consultants subject to t he submission of the following

3.2 25% shall be released pro-rata on erection /installation duly certified byour Engineer in-charge / Consultants.

Page 73: Plumbing Tender

733.3 5% shall be released on submission of acceptance certificate , your “NO

CLAIM” certificate and submission of your invoice duly certified by Engineer -in-charge / Consultants. Balance 5 % of the total order value, shall be deductedfrom each bill and retained by the Employer as retention money, alongwithEMD Bank Guarantee. 50% of retention money shall be released on issue ofVirtual completion certificate and balance shall be retained till the agreedguarantee period. In addition, the contractor shall be required to the deposit anamount equal to 5% of the tender amount as Performance Security beforecommencement of the work in the form of pay order / DD o r Bank Guarantee.

The Employer / Consultants shall entertain only one running bill per month.

Employer may withhold payment on account of any defect/deficiency in the workalready executed and payment released, based on subsequently discoveredevidence, failure to make payments to Sub -Contractors, damage caused by theContractor to Employer’s property, properties of other agencies within thepremises and/ or unfulfilled statutory obligations.

4. Draft Master Agreement:

The contract between Employer and the Contractor shall be governed byAgreement, a draft of which is enclosed at annexure 4 .1 to this Section.

5. Effective date, Time schedule and Liquidated damages for delay:

a. The date of signing of Agreement shall be deemed as the “Effective Date” ofcontract.

b. The entire work covered under the contract shall be completed in all respectswithin 6 (six) months from the Effective Date.

c. Time is the essence of this project and hence completion schedule of 6 (six)months shall be strictly adhered to.

d. However, at the option of the Employer, delayed completion may be acceptedsubject to levy of liquidated damages @ 0.5% of the final contract value perweek of delay or part thereof, subject to a maximum of 5.0% of the finalcontract value.

6. Award of Contract:

ICAI will award the contract to the bidder whose bid has been determined to besubstantially responsive to the tender documents and who has offered the lowestevaluative bid price provided that such bidder has been determined to be eligible inaccordance with the provisions of tender.

7. Measurement:

The Quantities set out in the schedule of items and rates are estimated quantities ofwork. The final quantities of work executed by the Contractor in fulfillment of hisobligations under the contract shall be jointly measured by the Contractor and theEmployer / Consultants. The Employer / Consultants will be final authority for themeasurement relating to bills.

Page 74: Plumbing Tender

74

8. Unless otherwise specified in the contract / Work order / Purchase Order, thecompletion of work shall not be deemed to have been achieved until all the worksrequired to be carried out under the contract have been completed to the entiresatisfaction of the Engineer-in-Charge / Consultant including 4 copies of as -builtdrawings, in all respects and Completion Certificate is issued.

9. Progress Report:

The Contractor shall submit to the Employer / Consultant once in two weeksprogress report for the previous period showing up to date cumulative progress andprogress during the preceding period alone on all progress items of each section orportion of the works in the proforma prescribed by the Employer / Consultant.

10. Contractor’s Engineer:

The Contractor shall keep qualified and experienced Engineers for full time duringexecution of work for entire Contract. In addition to testing of equipment in factoryand site, the Central Vigilance Commission officials may also choose to inspect thework. The contractor will provide full assistance in testing the works andcomplying with the observations.

11. Equipment:

The Contractor shall make his own arrangement to procure all constructional plantand equipment for his work. He shall also submit with the tender, the type andnumber of different equipment with their capacities in good workin g conditions,which he will use on the site to ensure completion of the work in specified time.All materials, construction plant and equipment, once brought by theCONTRACTOR on the site are not to be demobilised without the written approvalfrom the Employer / Consultant.

12. Extra Items:

Extra items, if any, shall be paid on the basis of analysis of rate of cost of materialsand labour submitted by CONTRACTOR, and the item rates agreed upon with theEmployer / Consultant.

The execution of extra item i s compulsory in order to complete the project work. Incase the Contractor fails to execute extra item, Employer / Consultant shall havethe right to execute these items through other agency / agencies at the cost and riskof the Contractor.

While arriving at the agreed rate of extra items, the Plant and Machinery /Overheads / profit shall be considered to the tune of 15% of cost of materials andlabour.

Employer / Consultant reserves the right to verify the price of material throughmarket survey.

Page 75: Plumbing Tender

75

13. Guarantees / Liabilities:

All components and accessories shall be guaranteed for a period of 1 year from thedate of commissioning of the same against faulty design, defective material andfaulty workmanship. The contractor shall immediately make free replacement ofany of the parts or components or the entire system that might go out of orderwithin this period and the decision of Employer’s Consultant in this regard will befinal and binding on the contractor. Free services shall be provided during theDefects liability period.

14. Work Front:

Work front for the contractor may / may not be guaranteed throughout thependency of the contract, especially during monsoon. No compensation will bepaid for idle labour hours and other incidental charges. Co ntractor may suitablyarrange requisite labour / manpower / equipment to meet the requirement of leanperiod, if any.

The Contractor shall be required to execute the work in such place and conditionwhere other agencies will also be engaged for other work s, such as mechanical,electrical, instrumentation work, etc. No claim shall be entertained due to workbeing executed in the above circumstances. The Contractor should ensure thatthere is no interference with the work of other agencies at Site.

15. INCOME TAX CLEARANCE (I.T.C) CERTIFICATE

Attested copy of the latest Income Tax Clearance Certificate in the proformaprescribed by the Government of India should be attached with the bid document.The I.T.C. Certificate should be in the name of the firm/in dividual who has quotedfor the tender. In the absence of the above clearance certificate, Bidder may not beawarded the work tendered for, in the light of government directives/instructions inthis regard.

16. INSURANCE

Contractor shall obtain and main tain any and all necessary insurance cover for theentire work that may be required under any law or regulations applicable, includingbut not limited to the following:

Contractor’s All Risk Policy, for Contractor’s Scope of Work. All materials and Contractor’s own machinery, equipment, tools and tackles,

vehicles, etc. Third Party liability. Workmen Compensation ESIC Employer’s Liability

The quoted price shall be inclusive of all costs for such insurance coverage. In allsuch policies, Employer shall be made ‘Co-insured’. Also other Contractorsworking at the Site be covered under the policy.

Page 76: Plumbing Tender

76

17. GENERAL

These Special Conditions of Contract (SCC) shall be read in conjunction with theterms and conditions stipulated in the General Conditions of Contrac t. However, ifthere is any contradiction between the terms and conditions mentioned in this SCCand those in the General Conditions, stipulations of SCC shall prevail to thatextent.

=======xxxxxx=====xxxxx=====

Stamp, Signature and Name of the Co ntractor

Page 77: Plumbing Tender

77

Annexure – 4.1ARTICLES OF AGREEMENT

This Agreement is made on this the ___ day of _____2010 at Mumbai

BETWEEN

THE INSTITUTE OF CHARTERED ACCOUNTANTS OF INDIA, having its HeadOffice at ‘ICAI Bhawan’, P.O. Box No. 7100, Indraprastha Marg , New Delhi – 110002,represented by its authorized officer ____________________, (HEREINAFTER referredto as ‘Employer’) which expression shall, wherever the context so admits, mean andinclude its successors, assignees, etc. of the ONE PART.

AND

______________________________________________________________________________, represented by its authorized signatory ___________________, (HEREINAFTERreferred to as “Contractor”) which expression shall, wherever the context so admits, meanand include its partners, successors, representatives, assignees, executors, administratorsetc. of the OTHER PARTThe Employer and the Contractor are hereinafter collectively referred to as “Parties” andindividually as “Party”.

WHEREAS

A. The Employer is desirous tha t the Plumbing, Water Supply, Drainage includingSTP & Fire Fighting works at its proposed office building at BKC, Mumbai – 400051 (hereinafter referred to as ‘Contract Work’) be carried out as mentioned,enumerated or referred to in the tender including Press Notice Inviting Tender,General Conditions of the Contract, Special Conditions of the contract,Specifications, Drawings, Plans, Time Schedule of completion of jobs, Schedule ofQuantities and Rates, Agreed Variations, other documents and has called forTender.

B. The Contractor has inspected the site and surroundings of the work specified inthe tender documents and has satisfied himself by careful examination beforesubmitting his tender as to the nature of the surface, strata, soil, sub -soil andgrounds, the form and nature of the site and local conditions, the quantities, natureand magnitude of the work, the availability of labor and materials necessary for theexecution of work, the means of access to site, the supply of power and waterthereto and the accommodation he may require and has made local andindependent enquiries and obtained complete information as to the matters andthings referred to or implied in the tender documents or having any connectiontherewith, and has considered the na ture and extent of all the probable and possiblesituations, delays, hindrances or interferences to or with the execution andcompletion of the work to be carried out under the contract, and has examined andconsidered all other matters, conditions and thi ngs and probable and possiblecontingencies, and generally all matters incidental thereto and ancillary thereof

Page 78: Plumbing Tender

78affecting the execution and completion of the contract work and which might haveinfluenced him in making his tender and has offered to execute the contract work.

C. The tender documents including the ICAI’s Press Notice Inviting Tender,Instruction to bidder, General Conditions of Contract, Special Conditions ofContract, Schedule of Quantities and Rates, General obligations, Specifications,Drawings, Plan, Time Schedule for completion of work, Letter of Acceptance ofTender, Letter of Intent and any Statement of Agreed Variations and all or anyappendices, copies of which hereto annexed along with such amendments as maybe confirmed or instructions as may be issued from time to time by the employershall form part of the contract though separately set out and are included in theexpression ‘Contract’ wherever herein used.

AND WHEREAS:

The employer accepted the tender of the Contractor for exe cuting the contract work(s),conveyed vide letter no __________, dated _________, at the rate(s) stated in theSchedule of quantities for the work and accepted by the employer (hereinafter referred toas the ‘Schedule of Rates’) upon the terms and subject to the conditions of the contract.

NOW THIS AGREEMENT WITNESSTH AND IT IS HEREBY AGREED ANDDECLARED AS FOLLOWS:

1. That in consideration of the payment of Rs. ________________/ - (Rupees_____________________________________ only), hereinafter referred to as the‘Contract Price’, to be made by the employer to the Contractor for the work to beexecuted by him, the Contractor hereby covenants with the employer that theContractor shall and will duly provide, execute and complete and remedy anydefects therein and shall do and perform all other acts and things in conformity inall respects with the provisions of the Contract or described therein or which are tobe implied therefrom or shall be reasonably necessary for the completion of thesaid works and at the said times and in the manner and subject to the terms andconditions or stipulations mentioned in the contract.

The ‘Contract Price’ shall be inclusive of cost of materials, equipment, installationcharges and tools and tackles required for execution of the job. Above price isinclusive of all taxes & duties including excise duty, sales tax, works contract tax,income tax, octroi etc. in respect of this contract. No claim in this respect will beentertained. Sales tax on works contract & Income tax on payments will bededucted and deposited by Employer in accordance with the sales tax law of thestate and the provisions of tax deductions at source under Income Tax Act 1961.However, interim payment will be made as per the site measurements on Item R atebasis and certification of the Architect.

2. That the contract work shall be completed within 6 (six) months from 15 days fromthe date of handing over the site or issuing the work order to the Contractor,whichever is later, according to the rate of progress indicated in the programmechart enclosed to the work order, or within such period specifically agreed to bythe employer’s Architect M/s Pheroze Kudianavala Consultants Engineers Pvt.Ltd. in writing towards extension of time in consultation with th e employer.

Page 79: Plumbing Tender

793. That the Contractor has deposited Earnest Money Deposit (EMD) amounting to Rs.

4.20 lacs ( Rupees Four Lacs Twenty Thousand only). The Contractor shall within 7days of receiving the WORK ORDER submit a security deposit of 10% of the contractvalue in the form of a Bank Guarantee. On acceptance of the Bank Guarantee by theEmployer, the Earnest Money Deposit shall be refunded to the Contractor. Inaddition, the contractor shall be required to the deposit an amount equal to 5% of thetender amount as Performance Security before commencement of the work in the formof pay order / DD or Bank Guarantee.

The Bank Guarantee for Security Deposit shall be valid for the Contract Period /extended Contract Period plus 12 months. The amount of the s ecurity deposit shallbe increased to 5% of actual contract value including escalation and variations ifapplicable, if the original contract amount is exceeded. It is further agreed betweenthe parties that 50% of Total Security Deposit will be released t o the contractorupon virtual completion of work as certified by the employer’s Architect M/sPheroze Kudianavala Consultants Engineers Pvt. Ltd. and balance 50% of theSecurity Deposit will be released upon expiry of Defect Liability Period of 12months which will be counted from the date of virtual completion of work or twomonths from the date of latest rectification of work, whichever is later.

4. That in consideration of the due provisions, execution and completion of thecontract work, the employer do es hereby agree with the contractor that theemployer will pay to contractor the respective amounts for the work actually doneby him and approved by the employer at the Scheduled Rates under provision ofthe contract, such payment to be made at such time in such manner as prescribedfor in the contract.

5. That the Contractor shall arrange all labour, materials, equipments, tools, tacklesand everything necessary for the completion of the work. The Contractor willassume all responsibility for the safety , protection and accounting of all materialand equipment and the work during construction. All materials used by theContractor shall be of the best quality conforming to the required specificationmentioned in the tender document and will be subject to the approval of theArchitect / Consultant. All such materials not approved by Architect / Consultantshall be removed at once by the Contractor at his own expense. The Contractorshall also at his own expense arrange for carrying out any test of materia ls whichthe Architect / Consultant may from time to time require or if so desired by theemployer.

6. That it is specifically and distinctly understood and agreed between the employerand the Contractor that the Contractor shall have no right, title or i nterest in the sitemade available by the employer for execution of the works or in the building,structures or works executed on the said site by the contractor or in the goods,articles, materials, etc. brought on the said site (unless the same specifica llybelongs to the Contractor) and the Contractor shall not have or deemed to have anylien whatsoever or charge for unpaid bills and shall not be entitled to assume orretain possession or control of the site or structures and the employer shall have anabsolute and unfettered right to take full possession of site and to remove theContractor, their servants, agents and materials belonging to the Contractor andlying on the site.

7. That it is further specifically and distinctly understood and agreed bet ween theemployer and the Contractor that in any event, the employer shall owe no

Page 80: Plumbing Tender

80responsibility or liability of any kind towards any person or persons engaged by theContractor for carrying the contract work(s) and the Contractor alone shall beresponsible and liable to any such person or persons so engaged.

8. RESERVATION CLAUSE:

That the employer reserves the right to add or omit any item(s) of the contractwork, exercise control on quality of work, check of measurement, paymentcertificates, variation(s) arising in view of change of scope of work and approval ofextra substituted items. The decision of the employer shall be final and binding inregard thereto and the contractor shall not be entitled to claim any compensationother than the admissible rates provided for in the contract or otherwise mutuallyagreed upon for such additions, alternations, modifications, variation omissionsetc.

9. ASSIGNMENT:

The contractor shall not without the prior written consent of the employer assign thecontract works or any part thereof. PROVIDED ALWAYS that any consent givenby the employer for assigning contract works or any part thereof will not absolvethe contractor from the full and entire responsibility of its obligations under thiscontract and/or instructions issued by the employer.

10. LIABILITY UNDER EMPLOYEES’ STATE INSURANCE ACT, 1948 ANDEMPLOYEES PROVIDENT FUND AND MISCELLANEOUS PROVISIONSACT, 1952 AND GRATUITY/PENSION OR ANY OTHER LABOUR LAWS:

Whenever the employer is required to pay contributions in respect of the workmenor employees engaged or employed by or through the Contractor, his Sub -contractor or permitted assigns, under the Employees State Insurance Act, 1948and P.F. Act, 1952 or the Rules and Regulations, made thereunder either as theprincipal employer or otherwise, the employer shall be entitled to recover from theContractor such amounts from dues payable or becomes payable to the Contractor.The Contractor will discharge its responsibilities under the Employees’ StateInsurance Act, 1948, PF Act, 1952 as an immediate employer in respect ofemployees engaged or employed by the Contractor or by the Sub -contractor for theexecution of work or for any reason whatsoever. The Contractor shall submit to theemployer at periodic intervals the evidence for discharge of statutory contributionunder ESI Act and PF Act and other statutory liabilities for which the Contractor orSub-contractor is liable. The Contractor acknowledges the right of the employer torecover the amount of the contribution paid by the latter in the first instance inrespect of the employees employed by or through the Contractor or by his Sub -contractor or permitted assignees as well as the employees contribution, if any,either by the deduction from any amount payable to hi m by the employer underany contract or as a debt payable by the Contractor to the employer.

11. OTHER STATUTORY OBLIGATIONS:

In the event the employer is called upon to make any payment to meet anystatutory obligation concerning the contract works, su ch amount shall be recoveredfrom the Contractor and without prejudice to any other mode of recovery, theemployer may deduct the same from any amount payable to the contractor by theemployer under any contract. The Contractor shall submit written confirm ation

Page 81: Plumbing Tender

81together with evidence to the employer at periodical intervals to the effects that allstatutory obligations have been duly complied with and the liabilities having arisenthereunder have been duly discharged as required.

12. STATUTORY REQUIREMENTS:

The Contractor shall conform to the provisions of Acts of Parliament or StateLegislatures and by-laws, rules, orders or notifications of the Government,Municipal or Local Authority for the time being in force affecting the worksundertaken by it and will give all necessary notices to and obtain requisite sanctionand permits of and from the Municipal and any other authority in respect of thesaid works, the materials to be used therein and generally will comply withbuilding and other regulations of suc h authorities. The Contractor undertakes to ensure due and complete compliance with all laws,regulations, rules, etc. whether of the Central Government or the State Governmentor of any other competent authority applicable to the workmen employed or whos eservices are otherwise availed of by the Contractor whether in connection with theconstruction work at the site or otherwise. The employer shall have the right toinspect the records maintained by the Contractor concerning such workmen fromtime to time and the Contractor shall, whenever required by the employer, producesuch records as the employer may call upon the Contractor to produce for theemployer’s inspection in order to ascertain whether or not the requirements of allsuch laws, regulations, rules, etc. have been compiled with by the Contractor. Inthe event of any contravention of such laws, regulations, rules, etc. coming to lightwhether as a result of such inspection or otherwise to effect such compliancewithin such time as the employer may prescribe in that behalf and in the event ofthe Contractor failing to effect such compliance within the time prescribed by theemployer then the Institute shall without prejudice to his rights be entitled towithhold from the amount payable to the Contra ctor any amount payable to theworkmen under any such laws, regulations and rules to make payment thereof tothe workmen. The employer shall also have in that event the right to terminate thecontract with immediate effect and to exercise powers reserved t o the employerunder the contract as a result of termination.

13. INDEMNITY:

That the Contractor shall keep the employer indemnified against all actions, suitsand proceedings and all and any costs, charges, expenses, loss or damage incurred,suffered, caused to/sustained by the employer by reason of any default or breach orlapse or negligence or non-observance or non-performance or any non- paymentby/on behalf of the Contractor.

14. LIQUIDATED DAMAGES:

(a) If the Contractor fails to complete any or all the works by the date/s named inClause 33 (Date of Completion) or within any extended time under Clause34(Extension of Time) then the Contractor shall pay or allow the Employer the sum tobe worked out at 0.5% of contract value per week to be recov ered as LiquidatedDamages (and not by way of penalty) for the delay, beyond the said date or extendedtime, as the case may be, during which the works shall remain unfinished and suchdamages may be deducted from any moneys due or which may become due to theContractor. The maximum amount of Liquidated damages shall be 5% of contract

Page 82: Plumbing Tender

82value. The contractor shall be bound to extend validity of Insurance Cover till suchperiod of completion as may be considered necessary at their cost.

(b) Liquidated damages shall also be similarly levied for failure to attainintermediate milestones, if applicable.

15. TERMINATION:

Either party has liberty to terminate the contract without assigning any reasons bygiving two month prior notice of termination to the other .

Without prejudice to any thing herein above contained, in the event of more thanfour week’s delay in progress of work, beyond the scheduled programme at anystage, the empoyer reserves to itself the right to terminate the contract and takenecessary action to complete the balance work under the contract. Any additionalexpenditure incurred thereto by the employer, shall be paid by the Contractor.

16. FORCE MAJEURE

Time shall be the essence of the contract in this regard subject however to ‘ForceMajure’. For purpose of this clause, `Force Majeure’ means an event beyond thecontrol of the contractor and not involving the contractor’s fault or negligence andnot foreseeable. Such events may include, but are not restricted to major changes inthe present building rules, act of God, earthquakes, tempest and flood.If a Force Majeure situation arises, the Contractor shall promptly notify theemployer in writing of such conditions and the cause thereof. Unless otherwisedirected by the employer in writing , the Contractor shall continue to perform itsobligations under the contract as far as reasonably practical, and shall seek allreasonable alternative means for performance not prevented by the Force Majeureevent.

17. ARIBTRATION:

In case of any dispute or difference arising out in relation to meaning orinterpretation of the document/agreement, authorized officials of both the partiesshall try to resolve the same through discussions and conciliation, failing to whichthe matter shall be referred to a sole arbitrator to be appointed by the President ofthe ICAI. The Arbitration and Conciliation Act, 1996 will be applicable to thearbitration proceedings and the venue of the arbitration shall be at Mumbai. Theaward of the arbitrator shall be final an d binding on the parties.

18. ARCHITECT/CONSULTANAT:

The term Architect / Consultant in the said conditions shall mean the said M/s.Pheroze Kudianavala Consultants Engrs. Pvt. Ltd., or in the event of it beingordered to be wound up or in ceasing to be the Consultant for the purpose of thisContract, such other person as shall be nominated f or that purpose by theEmployer.

Page 83: Plumbing Tender

83

Signed and delivered for and on behalf of(EMPLOYER)

Signature and delivered for and on behalfof the Contractor(CONTRACTOR)

Date:

Place:

IN PRESENCE OF TWO WITNESSES

1. SIGNATURE 2. SIGNATURE

NAME NAME

ADDRESS ADDRESS

Page 84: Plumbing Tender

84

SECTION - 5

TECHNICAL SPECIFICATIONS

Page 85: Plumbing Tender

85

TECHNICAL SPECIFICATIONS FOR SANITARY &PLUMBING WORKS

INDEX

Sr. No. Description

A SCOPE OF WORKS

B PREAMBLE

C SPECIAL CONDITIONS

SPECIFICATION FOR PLUMBING DRAINAGE & WATER SUPPLY WORKS1.0 GENERAL2.0 BASIS OF TENDERING3.0 DRAWINGS4.0 ORDINANCE, CODES AND REGULATIONS5.0 SHOP DRAWINGS6.0 MEASUREMENT LINES AND LEVELS7.0 STONEWARE PIPES, BENDS, JUNCTIONS,

JOINTING AND TESTING8.0 CONCRETE RCNP2 PIPE DRAINS, LAYING,

JOINTING AND TESTING9.0 CAST IRON PIPES & FITTINGS

10.0 SOIL, WASTE, RAIN-WATER, VENT AND ANTI –SYPHONAGE PIPE & FITTINGS

11.0 G. I. PIPES AND FITTINGS12.0 MANHOLE, INSPECTION CHAMBERS, GULLY

TRAPS, INTERCEPTING CHAMBERS, DROPCHAMBERS ETC

13.0 SANITARY FITTINGS14.0 HALF STAFF URINALS15.0 WASH BASIN16.0 S. S. SINK17.0 HANGERS AND SUPPORTS18.0 VALVES AND PRESSURE GAUGES19.0 STRAINERS20.0 CLEANING, OPERATION AND TESTS21.0 PAINTING22.0 EQUIPMENT AND PIPING IDENTIFICATION23.0 TOOLS AND MATERIALS AND STORAGE24.0 BUREAU OF STANDARDS COLOUR CODE

LIST OF APPROVED MATERIALS ANDSPECIALIZED AGENCIES

Signature, Stamp and Name of Contractor

Page 86: Plumbing Tender

86

SANITATION & PLUMBING WORK

(A) SCOPE OF WORK

1.0 The scope of work shall cover supply, installation, testing and com missioning ofthe Sanitation & Plumbing System covering the following :

a) External Sewerage System with Inspection Chambers, Manholes , GullyTraps chambers, S W Pipe etc. complete in dug or prepared trenches.

b) External Storm water System with Inspec tion Chambers, Manholes , WaterEntrance Chambers, RC NP 2 Pipe etc. complete in dug or preparedtrenches.

c) Municipal Water Main to U G Tank with Water Meter Chamber and Pipeup to U G Tank

d) Water supply loop at terrace level and down take system.

e) Internal Water supply system ( Flushing and Domestic water Lines ) as perlocal municipal requirements & as shown in drawings.

f) Internal Sewer Drain lines ( Soil , Waste, Vent & Antisyphonage Pipes )

g) Roof Drain lines

h) Basement Drainage with Sump Pumps and control panels.

i) Inserts, flanges, dead end plates/ control valves & Pipe Sleeves For allWater Tanks and Retaining Wall

j) Sanitary Fixtures and C P Fittings

k) All necessary NOC from concern local Municipal Authorities includinggetting the Water, sewerage & storm water connections.

l) Providing interface for Building Management System for activation of allpumps .

m) Making detail working drawings of the complete system/s ,coordinationwith other services drawing and get these shop drawings approved byEngineer-in –charge.

(B) PREAMBLE

1.0 The rates shall include the following work and cost thereof.

2.0 All work shall conform specification given in drawing in addition to thebye-laws/requirements of the Municipal C orporation/Local Authorities withinwhose jurisdiction the work is required to be done as given in drawing.

Page 87: Plumbing Tender

873.0 The contractor shall arrange completion certificate or occupation certificate from

the local authorities. Charges if any payable to those authorities made bycontractor. Work shall be considered as complete only when the contractorproduces such certificate. If no such certificate is issued by the Municipal/Localauthorities, the work shall be considered as complete only when permanent w atersupply and sewage and drainage connections are obtained and the installationsuccessfully commissioned and virtual completion certification issued by theArchitect / engineer –in –charge after acceptance by the Chief Fire Officer,Bombay Fire Brigade.

4.0 All the items of work shall be carried out through a licensed agency and thestandard of workmanship shall be the best obtainable. The work shall be donestrictly in accordance with drawings, specifications and as required byArchitects/Engineer – in -charge.

5.0 All joints of pipe shall be made properly and secured by clamps so as to bemechanically sound and leak proof and shall meet the prescribed hydraulic tests.Leaking or sweating joints shall be redone by the contractor at his cost to thesatisfaction of architects/engineer -in - charge.

6.0 The work shall be executed in co -ordination with general building work and thecontractor shall ensure that no damage or breakage is done once it is completedand finished.

7.0 Contractor's attention is specially drawn to the list of materials of approvedbrand / manufacture for various items of the tender must be used such approvedmaterials only.

8.0 Making chases or holes through concrete and masonry with prior permission of theengineer – in –charge and reinstating the surface to its original condition orredoing and the same to match the surroundings. While filling holes cut throughconcrete a suitable additive shall be added in concrete to avoid shrinkage.

9.0 Painting all exposed pipes, fittings, fixtures, brackets. cisterns, M S tanks. ladders,brackets, manhole covers/frames. G I rings, steel work etc. with two coats of firstquality synthetic enamel paint of approved brand and shade over a coat o f metalprimer of approved make and shade. If directed additional coats of paints shall begiven at no extra cost to get uniform smooth finish to the satisfaction of Engineer– in - charge.

10.0 Painting G I pipes laid underground or concealed i n concrete / masonry with hotasphalt and wrapped with Hessian cloth dipped in hot bitumen and painting thesurface again with two coats of hot asphalt before they are covered

11.00 Regarding use of materials of approved brand/manufacture wherever spe cified inthe contract, the order or preference for selection of material of approvedbrand/manufacture shall rest with the employer.

12.0 The contractor shall obtain in writing the approval of engineer - in - chargeregarding this before arranging / procuring the materials. This however, does notrelieve the contractor of his responsibility for the specified quality of thematerials.

Page 88: Plumbing Tender

88 13.0 The contractor shall furnish all Labour, materials, equipments, tool,

appurtenances, service and tempor ary work to provide and complete theplumbing and drainage all in perfect working order, to the satis - faction ofthe Owner / Architect's and all concerned authorities whose permissions arenecessary for occupation of the buil dings.

i) Testing of all piping systems to demonstrate that the entire installation isin perfect working order.

All equipment and materials shall be brand new, bearing stamped ratingsas required and must be approved by the architect prior to their use.

ii) Cutting openings, constructing manholes, chases etc. in floors, walls andceilings for installation and making good, after all trades, are in position.

iii) Provision of suitable airtight, water tight manhole covers as and whererequired.

iv) Disposal arrangements for building sewage as necessary, to the STP /BMC SEWER SYSTEM.

(C) SPECIAL CONDITIONS

1.0 The rates quoted in the Tender shall be deemed to include all the charges for:

1.01 Painting pipes, fittings and accessories with approved primer and necessary coatsof synthetic enamel paint of approved make as per specific, to the colour codeprescribed.

1.02 Fees for testing the materi als by appropriate authorities as directed byEngineering – in incharge.

1.03 All civil work connected with installation of equipment piping etc.

1.04 Numbering and providing direction arrows the installation as directed.

1.05 Every pipe, device, valve and fittings use in Hydro mechanical system shall becapable of withstanding a pressure of 100 p.s.i.in excess of the pressure designedin the system, but in no case less than 150 p.s.i. gauge pressure.

2.0 DIMENSIONS

Figured dimensions in a ll cases are to be followed and in no case should thedrawings be scaled. Large scale details take precedence over small scale drawings.In case of doubts, the Contractor is to ask for clarification from the Engineering -in-charge before proceeding with the work.

Page 89: Plumbing Tender

893.0 PROGRAMME OF WORK

3.01 The successful tenderer shall supply the following information toOwner/Architect so as to suit the overall scheme of the completion of the project inits entirety.

a) A complete set of installation drawings

b) Certified drawings and test reports, and manufacturer certificates/ISIcertificates for all material and equipment covering all relevant factscalled for by the standards/ Engineer –in charge as the case may be ,beforedispatch to site, The data must also include the actual dimensions/materialspecifications test pressures and actual performance figures, weight etc.

3.02 The Contractor on starting the work shall furnish to engineer – in -charge/Architect a program for carrying out the work stage by stage with in thestipulated time. A graph or chart on individual work shall be maintainedshowing the progress each week at site.

4.0 Testing of work and material and preparation of samples/ mock -ups.

4.01 Samples of various materials shall be submitted by the Contractor to Engineer - in -charge/Architect for approval and only after the approval is accorded shall thematerials be ordered and procured. If Engineer - in - charge/Architect so desiresthe Contractor shall, at his own cost, prepare samples to indicate the workmanshipon various items and effect of use of different materials. All technicalspecifications and test reports pertaining to the equipment and fixtures offered andproposed to be installed shall be lodged in triplicate with Engineer - in -charge/Architect and shall conform to duty and rating specified by rules,regulations of authorities and codes or practice for respective installations.

4.02 Contractor shall complete one typic al toilet block [mock up] in its entirety andget it approved by Engineer - in - charge/Architects.

5.0 MUNICIPAL AND STATUTORY REGULATION

5.01 The whole of the work including sanitation is to comply with the requirements andbye-laws of the concerned Municipal Corporation / local bodies and as per itsapproval.

5.02 The sole responsibility of installation and commissioning of the entire worktotally to meet the requirements of the various Authorities whose approvals arenecessary shall rest with the Contractor, the contractor shall also arrange toobtain necessary approval to the system proposed and the required certificates ofcompletion to meet the overall schedule of the project.

5.03 Any discrepancy arising o ut of incomplete or ambiguous description oromissions in the tenderer's offer shall be suitably supplemented in keeping withthe rules and regulations of local approving authorities bye -laws and will form partof the contract price.

Page 90: Plumbing Tender

906.0 COMPLETION DRAWING / ACCEPTANCE OF INSTALLATIONS

The Contractor shall furnish three sets of drawings " As Erected " and approvedby different statutory authorities in accepting the work in its entirety oncompletion. The Contractor shall submit in oreiginal, the written acceptance of theinstallation by the different statutory authorities in respect of the differentcomponents of the installation and commission the system in the presence of therepresentative Architect and Owner before asking for the virtual completioncertificate.

7.0 MANDATORY TESTS ON ALL MATERIALS AND COMPLETEDWORKS

The Contractor must carry out tests as stipulated an directed by Engineer - in -charge/Architect the materials before their usa ges and after approval by theengineer – in –charge only the materials shall be kept at site for consumption inthe construction.

Such tests shall be conducted at the Contractor's cost, in approved test House /Laboratories, and Test Certi ficates in Triplicate shall be submitted to theArchitect/Engineer - in - charge. The samples of materials, which are thus testedmust be deposited with the Engineer -in-charge, However , such approval ofdifferent components of the material / installa tions shall not absolve the contactorof the successful commissioning and trouble free operation for the entire defectLiability Period .

The Contractor should appoint required nos. of full -time qualified Engineers tocarry out various tests a t site as well as those to be got carried out throughapproved Laboratories and furnishing reports as prescribed from time to timebefore cover up of works and for close supervision of the erection / Installation ofwork..

In the absence of any guidelines elsewhere in the tender as to the quality of thematerials procured and tested, the relevant latest Indian Standard Specificationshall govern.

8.0 MAINTAINING REGISTERS AT SITE

The Contractor should mainta in Registers of consumption of various materials,testing of materials and other site activities as per the proforma specified by theEngineer – in – charge.

Page 91: Plumbing Tender

91TECHNICAL SPECIFICATIONS FOR

PLUMBING DRAINAGE AND WA TER SUPPLY WORKS

1.0 GENERAL

1.1 Completeness of Contract -

1.1.1 Contractor shall be deemed to have carefully examined the specifications,general conditions and tender drawings etc. and to have been fullyinformed and have satisfied himself as to the nature and character of thework to be executed, site conditions and other relevant matters and details.

1.1.2 Contractor shall provide all terms whether specifically mentioned or not butwhich are usual or required to make a compl ete working system and toensure safe and satisfactory operation. All apparatus, appliances, materialor labour which may be necessary to complete the work in accordancewith the intent or purpose of these specifications shall be considered to bein the scope of work of the contract and shall be furnished without extracharge, as if fully described and called for in these specifications. In case ofdoubt or doubts, the tenderer shall clearly point out his understanding of thespecifications, before award of contract.

1.1.3 Contractor shall study the site conditions before tendering and shall satisfyhimself before submitting his Tender as to the nature of the ground andsubsoil, form and nature of the site, the hydrological, climatic and physicalconditions at the site, the quantities and nature of work and materialsnecessary for the completion of the work and means of access to the site,the proneness of site to floods as also the highest flood levels, recorded,observe or found in the past, as also acc ommodation required by him, and,in general, shall himself obtain all necessary information as to the risks,contingencies, and other circumstances which may influence or affect histender.

1.1.4 Unless otherwise agreed in writing, these specifications, drawings andgeneral conditions etc. form the contract documents and all clauses andconditions specified by the contractor stands null and void.

1.2 References -

1.2.1 References to standards, code, specifications, recommendations shall meanthe latest edition of such publications adopted and published at date ofinvitation to submit proposals.

1.3 Drawings and Literature -

1.3.1 Before proceeding with the work, the contractor shall submit general layoutand working drawings for approval as are necessary to demonstrate fullythat all parts of the materials to be furnished will conform to thespecifications.

Page 92: Plumbing Tender

921.3.2 Within 30 days of the acceptance of the tender the contractor shall furnish

three (3) prints of layout, assembly and erection dra wings for approval. Ifany modifications are proposed by the owner / Consultant, six (6) furtherprints of the modified drawings shall be submitted. No modifications shallmade in drawing after it has been approved by the Consultant/Ownerwithout prior consent.

1.3.3 Approval by the owner/Consultant of the drawings shall not relieve thecontractor of any part of his obligation to meet all the requirements of theContract or of the correctness of his drawings. The contractor shall beresponsible for and pay for all alterations of the works due to discrepanciesor omissions in the drawings or other particulars supplied by him, whethersuch drawings have been approved or not.

1.3.4 After execution of works, contractor shall furnish a set of origina l tracingsof as-built drawings incorporating the modifications if any duringexecution.

1.4 Inspection and Testing at Contractor's premises -

1.4.1 Owner or its authorised representative shall have full power to inspectdrawings of any portion of the work or examine the materials andworkmanship of the plant at contractor's works or at any places from whichthe material is obtained. Acceptance of any material shall in no way relievethe contractor of his responsibility for meeting the requiremen ts of thespecifications. The cost of any special tests and/or analysis not called for inthis specification shall be borne by the owner in case the material provessatisfactory but shall have to be paid by the contractor in case the materialor work is found defective or of inferior quality.

1.5 Material Availability

1.5.1 The successful contractor shall ensure that all materials are processed wellin advance to avoid any delay in completion of the project. They willintimate in writing to the consultant in the daily report proforma.

1.5.2 In case of non-availability of any particular material the contractor shallprocure next best available material and install the same at no extra cost tothe Owner after written approval of the Engineer – in – charge..

2.0 BASIS OF TENDERING

2.1 The tender shall be complete covering the entire work of plumbing &Sanitation system and ancillary services including all building system andoutside utilities as shown in drawing and specified in the tender d ocuments.

2.2 The contractor shall consult specification & drawings which give an ideaon these system and seek clarifications from the Engineer – in – charge.Where ever found necessary before quoting and before executing the work.

Page 93: Plumbing Tender

933.0 DRAWING

3.1 The drawings accompanying these specifications are design drawings andgenerally are schematic. They do not show every off -set, T's, cross, Y's,Junctions coupling/flanges etc. which are required for installation in thespace provided. The contractor shall show the drawings, as closely as ispracticable and install additional bends, elbows or junctions, etc of requiredtype and size. where required to suit local site conditions, from actual sitemeasurement taken, subject to approval and without a dditional cost of theOwner. The Engineer – in – charge. reserves the right to make anyreasonable change in outlet location prior to roughing in. All connectionsand appurtenances, shown in the various diagrams, shall be included in thefinished job.

3.2 It shall be the contractor's responsibility to coordinate with all others, forproper and adequate installation clearances.

4.0 ORDINANCE, CODE AND REGULATIONS

4.1 It shall be the contractor's responsibility to provide complete system, asindicated and as required by applicable code of practice / Local bye lawsetc. All clarifications, which have to be cleared with appropriate authoritiesshall be carried out without additional cost, to owner. Unless otherwiseapproved, the product shall bear the mark of approval of I S, as required, bythe governing bodies, code and ordinances and local authorities whosepermission are required for occupation of the building on completion.

5.0 SHOP DRAWINGS

5.1 The contractor shall prepare and submit for approval, detailed shopdrawings of all items, not detailed on the drawings, setting drawings,clearance drawings where required, for proper coordination and all changesto the drawings. It shall be the contractor's responsibility to see th at alldeviations from drawings and specifications, noted on the drawings andbrought to the attention of the consultants, otherwise approval shall beautomatically voided.

5.2 The Contractor shall prepare plumbing and water supply shop drawingcoordinating with Electrical and HVAC layouts to avoid any conflict at thetime of execution of work.

5.3 The Contractor shall prepare a shop drawing for sanitary ware, fixtures andfittings showing positions planned with reference to tile line, height & allother aspects for approval of Engineer – in – charge.

6.0 MEASUREMENT LINES AND LEVELS

6.1 Before proceeding of with the work check, dimension of the building siteand establish lines and levels for the work specified.

6.2 All inverts, slopes and manholes elevations shall be established byinstruments, working from an established datum point. Elevation markers

Page 94: Plumbing Tender

94and lines shall be provided for consultants' use, to determine that slopesand elevations are in accordance with the drawings and s pecifications andlocal bye-laws.

6.3 Established grid and area lines shall be used for location of trenches inrelation to building and boundaries. Trenches shall be carried out to thetrue alignment and to required levels. No refilling will be allowed forthe purpose of making up the bed of trenches, but to make the same withlean concrete mix 1:4:8.

6.4 Use of sight rails, boning rods shall be adopted during the whole process ofexcavation and laying of the pipes.

6.5 Sight rails shall be fixed at suitable intervals which shall not exceed twentymetres before the excavation is begun. No extra charges will be paid forexcess excavation.

6.6 Sufficient width shall be available in the trenches to allow a space of 300mm. on the either side of the body of drain pipe to facilitate laying of thepipes and jointing.

6.7 When the trenches are in deep or bad ground, the sides of the trenchesshall be supported with suitable timbering.

6.8 All pipes, water mains or gas mains , telephones and cables etc. met withinthe course of excavation, shall be carefully protected and supported withoutany extra charges.

7.0 STONEWARE PIPES, BENDS, JUNCTIONS, JOINTING ANDTESTING.

7.1 All stoneware pipes, bends, junctions, gully trap s, intercepting traps shallbe salt glazed inside and outside and shall conform to the specifications ofIS 651.

7.2 The pipes shall be 1st grade hard, sound, truly circular in cross Section,perfectly straight, free from all flaws and projections.

7.3 Before being laid, the pipes shall be thoroughly cleaned specially from theinside. Cracked or chipped pipes shall not be used on the work.

7.4 WORKMANSHIP

Tarred gasket or hemp yarn soaked in thick cement shall first be placedround spigot of each pipe and the spigot then be placed well home into thesocket of the pipe previously laid. The pipe shall then be adjusted andfixed in the correct position and the gasket caulked tightly home so as tofill more than 1/4 of the total depth (13 mm. i n depth) of the socket.

7.5 The remaining space in the socket shall then be tightly and completelyfilled with cement mortar comprised of one part of cement and one part ofsand, and shall be neatly leveled off, outside the socket of the pipe at anangle of 45 . A wooden caulking tool shall be used for forcing the mortar

Page 95: Plumbing Tender

95home into the socket. The inside of each pipe shall then be carefully wipedwith the mop or scraper, sufficiently long to pass two joints from the endof each pipe and any projecting or extra cement shall be removed to leavethe inside of the pipe clean as the work proceeds. All the joints shall bekept moist by means of wet Hessian bags to protect them from the sun orwind. All pipes entering manholes shall be set in cement mortar to effect acomplete water tight junction.

All around the pipe, there shall be a joint of cement mortar 13 mm. thickbetween it and the bricks. The end of all pipes shall be properly built inand neatly finished with cement mortar with the manhole/ancillarystructure.

The approximate quantity of cement and spun yarn per joint shall conformto IS 4127.

7.6 After sufficient interval has been allowed for the joints to set and beforefilling the trench, the joints of the pipes and drains shall be proved watertight by filling the pipes with water in between two successive manholes toa level above the top of the highest pipe in the length to be tested, closingthe ends of the sections and maintaining the w ater level for a period of onehour with a water head of 1500 mm. and water level dropping not morethan 25 mm. during that hour.

7.7 All such testing shall be done wholly at the Contractors' expenses, inclusiveof apparatus, provision of water, etc., an d the rate covers all the abovework.

7.8 The pipes shall be laid to the alignment and gradient shown on the plan.The maximum permissible slopes to the various diameters of pipes are asfollows:

100 mm dia. pipe ... 1 in 40150 mm dia. pipe ... 1 in 60200 mm dia. pipe ... 1 in 80230 mm dia. pipe ... 1 in 90

7.9 Where necessary, pipes shall be laid on a bed of plain cement concrete1:3:6 and minimum 150 mm. thick, and shall be projected by providi nghaunching upto half the diameter of the pipes. The width of the concretebed for various diameters shall be as follows:

100 mm. dia. pipe ... 380 mm. wide150 mm. dia. pipe ... 450 mm. wide200 mm. dia. pipe ... 600 mm. wide230 mm. dia. pipe ... 700 mm. wide

Page 96: Plumbing Tender

967.10 BED CONCRETE FOR SEWER LINES

7.11 Where the pipes are laid on a soft soil, with the maximum water tablelevel, lying at the invert level of the pipe, the pipe shall be bedded inconcrete.

7.12 Haunching -

Where the pipes have to be laid in a soft soil with maximum water tablelevel above the invert level of pipe, but below the top of the barrel, the pipesewers shall be haunched.

7.13 Encasing

The sewer pipes shall be completely enc ased or surrounded with concrete.

a) Where the maximum Water table level is likely to riseabove the top of the barrel.

b) Where the sewers are to be laid adjacent to growing trees, toavoid damage or displacement to pipe joints or to the pipelikely to be caused by the roots of the trees.

c) Where the top (Overt) of the pipe is less than 1200 mm.under the road surface.

d) Wherever the intensity of loading on pipes are expected toexceed the normal limit of 1600 kg per metre length forstoneware.

8.0 CONCRETE PIPE DRAINS, LAYING, JOINTING ANDTESTING

8.1 Cement concrete pipes, where called for on the drawings, shall becentrifugally spun reinforced cement concrete pipes of an approvedmanufacture. Pipes shall be true, perfect ly sound, free from cracks,cylindrical, straight with a uniform bore throughout. Cracked or warpedpipes with uneven texture shall not be used. These pipes shall conform toIndian Standard 458-NP2 Class.

8.2 The pipe shall be straight and free cracks. The end of the pipe shall besquare to their longitudinal axis, so that when placed in a straight line in thetrench, no opening ends in contact shall exceed 1/8" (3 mm.) from 6"(150mm.) including and upto 24" (600 mm) dia.

8.3 The outside and inside surface of the pipes shall be smooth dense, and hard,and shall not be coated with cement wash or other preparation. The pipesshall be free from local dents and bulges greater than 1/8" (3 mm.) in depthand extending over a length in any direction greate r than twice thethickness of the barrel.

Page 97: Plumbing Tender

978.4 The pipes, before being laid, shall be brushed throughout to remove any

soil or stone, that may have accumulated therein, the inside of the socketand outside of the project being carefully cleaned. For sma ll pipes, theyshould be titled up to remove any accumulations.

8.5 The pipes shall then be carefully laid in position.

8.6 Concrete Pipe Shall be jointed as described in I.S. 783. After setting outthe pipes, the collar shall be centered over the joint and filled in withtarred gaskin, till sufficient space is left on either side of the collar toreceive the mortar (1:2-1 cement :2 washed coarse sand) and caulked bymeans of proper tools. All joints shall be finished at an angle of 45 to thelongitudinal axis of the pipe on both sides of the collar. The joint shallbe cured for at least 4 days with wet Hessian bags.

9.0 Cast iron pipes & fittings C I L A to IS 1536 and 1538 for laying, jointing an d testing and forapplication in water main- embedded in foundation or through buildingdrain lines above false ceiling, or below slab in horizontal position .

9.1 C I Spun pipes as per IS 3989 and Sand cast pipes as per IS 1729 forlaying, jointing and testing and for application in Soil Waste Vent and Roofdrain system – Fixed vertically of hanging pipes below floor slab.

9.2 The fittings shall be medium type cast iron conforming to the latest I.S.Specification 1538.

9.3 The pipes shall be lowered into the trench by means of suitable pulleyblocks, shear legs, chain, ropes, etc. After lowering the pipes they shall bearranged to coincide the centre line with the centre line ofalignment. The pipes shall be laid in po sition Socket and of all pipesfacing the direction of flow. (This shall also apply to double socketedspecials as per IS).

9.4 Preparing the Joint -

The interior of the sockets and exterior of the spigots shall be thoroughlycleaned and dried. The yarn shall be placed around the spigot of the pipe,and shall be of proper dimensions, to centre the spigot in the socket.Making up of required length by knotting of strands of yarn shall not beallowed. Required length of yarn strands s hall be in one place. When asingle yarning material is used it shall have an over -lap at the top of notmore than 50 mm. When more than a single strand is required for a joint,each strand shall be cut to sufficient length so that the end s will meeton opposite sides of the pipe and not on top or bottom. When the spigot isshoved home, the yarning material shall be driven tightly against the insidebase or hub of the socket with suitable tools.

9.5 Leading -

The leading of pipes shall be made by means of ropes covered with clay orby using special leading rings. Lead shall be heated to proper temperature

Page 98: Plumbing Tender

98in a melting pot kept in easy reach of the working area so that moltenmetal will not be chilled on being carried fro m the melting pot to the joint(Molten lead at proper pouring temperature when stirred shows a rapidchange of colour). The lead used shall be pig lead with 99.8% purity andshall conform to latest I.S. specification.

Before pouring, all scum or dross which may appear on the surface of thelead during melting shall be skimmed off. Each joint shall be filled in onecontinuous poured or imperfectly filed joints shall be burnt out andrepoured.

9.6.1 Precaution shall be taken for melting the lead as under :

i) The pot and the ladle in which lead shall be put shall beclean and dry.

ii) Sufficient quantity of lead shall be melted.

iii) Lead shall not be overheated.

9.6.2 The approximate depth of pig lead for each joint of Cast Iron pipes andfittings shall be as under with a tolerance of + 5% :-

Dia of pipe Depth of lead(Min)

80 mm. to 125 mm. dia. 45mm.150 mm. to 250 mm. dia. 50mm.300 mm to 450 mm dia. 55mm.500 mm and 600 mm. dia. 60mm.

9.6.3 Quantity of lead and spun yarn for each joint in cast iron pipes and fittingsshall be as under, unless otherwise indicated.

Nominal dia. Lead required Spun yarnof pipe(in mm.) per joint required per

[in kg.] (Min) Joint (in Kg) (Min)

80 1.8 0.10100 2.2 0.18125 2.6 0.20150 3.4 0.20200 5.0 0.30250 6.1 0.35300 7.2 0.48350 8.4 0.60400 9.5 0.75450 14.0 0.95500 15.0 1.00600 19.0 1.20

Page 99: Plumbing Tender

99

9.6.4 After the joints have been run, they must be thoroughly bulked unti l theyare perfectly watertight. Caulking of joints will be done after a convenientlength of pipe has been laid and leaded. The leading ring shall first beremoved with a flat chisel and the joint caulked round three times withcaulking tools of increasing thickness and hammer 2 to 2.5 Kg. weight.Lead joints shall not be covered till the pipe lines are tested underpressure, but the rest of the pipe lines many be covered to preventexpansion and contraction due to variation in temperature.

9.6.5 Lead wool joint -

Wherever it is impracticable or dangerous to use cast molten lead, such asinverted joints or in wet drainages or under water where there is a needfor cold application, joints may be made with caulking lead wool or leadyarn. Joints caulked with lead wool or lead yarn shall withstand greaterdisplacement than cast lead joints.

9.6.6 i] Approximate weights and depths of lead wool required for each jointof various dia. of Cast Iron pipes and fittings shall be as given in thefollowing table. Just sufficient quantity of spun yarn shall be put so as togive specified depth of lead wool. A allowance of five percent variationin the specified weights and depths shall be permissible.

Diameter of pipe Wt. of lead Depth of leadin mm. wool in kg wool spun yarn

[min] required in mm.[min]

80 0.80 19100 0.90 19125 1.25 20150 1.60 23200 2.05 23250 2.95 25300 3.50 25350 4.65 29400 5.70 31450 6.70 32500 8.30 33600 10.00 35

9.6.6 ii] Jointing shall be made of with caulking lead wool or yarn inserted instrings of not less than 5mm. thick and the caulking shall be repeated witheach turn of lead wool or yarn. The whole of the lead wool or yarn shallbe compressed into a dense mass. When working with lead wool, it is veryimportant to use caulking tools of appropriate thickness to fill the jointspace to thoroughly consolidate the materials from the back to the front ofthe socket.

Page 100: Plumbing Tender

1009.7 Jointing Flanged Pipe -

The pipes and fittings shall be accurately aligned in the back. The jointingmaterials shall be inserted in between the flanges and the nuts shall becarefully tightened, in opposite pairs, until the jo int ring is only justsufficiently compressed between the flanges to ensure water tightness ofthe joint under the desired water pressure.

The packing used should be rubber insertion cloth three -ply and ofapproved thickness. The packing should be of the full diameter of theflange with proper pipe hole and bolt hole neat and even at both theinner and outer edges. Where the flange is not fully faced, the packingmay be of the dimension of the facing strip only. Its proper placing shouldbe tested before another pipe is joined on.

9.8 The led joints shall be tested to a pressure of 150 1bs/sq. inch minimum[10.54 kg./sq.cm] or such head as otherwise specified after being caulkedand should any leakage occur, the leaking joints shall be remade andsection re-tested at contractor's expenses, until satisfactory results areestablished.

9.9 Water Pressure Mains -

Shall conform to IS 1538 - 1967 Class LA as specified in the schedule.They shall be laid, jointed, and tested along with Cast Iron pipes asdescribed in the specification for Cast Iron S/S pipes.

After each section of the pipe line has been completed it shall be tested for watertightness before being covered. This can be done by closing each end, by means ofa valve or blank flange, or plug and fill the pipe with water. The pressure should thenbe raised by means of a small hand operated pump till it registers fifty percentmore than the 150 p. s. i . [10.54kg./Sq. cm] and the test pressure should beascertained by means of a reliable gauge. When the pipe is laid on any appreciablegradient, the test should be carried out at the lower end of the section with an airvent at outer end. Any leaking joint should be made good and the above testreapplied until no further leaks are apparent.

10.0 SOIL, WASTE, RAIN-WATER, VENT AND ANTI - SYPHONAGEPIPES & FITTINGS.

10.1 Material and Fixing -

All soil, waste and anti-syphonage pipes and fittings with in toilet areasor within plumbing shafts vertical run, shall be centrifugally cast ironsocket and spigot conforming to IS 3989 - or its subsequent revision.All cast iron pipes and fittings shall be of the be st approved Indian make ofsoil variety and free from flaws, air bubbles, cracks, sand holes and otherdefects , truly cylindrical and in uniform thickness. They shall not bebrittle but shall allow for heavy cutting, chipping and drilling, and shallnot be less than the diameter, mentioned in the Drawing and shall be fixedagainst the wall or on M S brackets & `U' Bolts - & painted with two coatsof paint.

Page 101: Plumbing Tender

101

10.2 JOINTS

Jointing shall be carried out with molten lead. The spigot of the pipe mustbe forced well home into its socket and must be entered, so that the jointmay be of even thickness all round. At least, one complete lap of cleanwhite hemp spun yarn shall be drawn into the bottom of the socketwithout being forced through the joint into. As many laps as may beneeded to leave the space of not less than 25 mm. for the lead shall than bepoured into the joint and caulked tight. The joints shall then be run withmolten lead in sufficient quantity so that aft er being caulked solid, the leadmay project 3 mm. beyond the face of the socket against the outside ofthe spigot but must be flush with the outside edge of the socket.

10.3 Clean outs at the head of cast Iron horizontal pipes running under the floorshall be of cast Brass screwed in type. Floor and wall clean outs shall beof cast brass screwed type. The connection pieces shall be of G.I. threadedto suit the clean out with lead caulked joint.

10.4 Inspection chambers, gully traps, et c. , within the building shall be of`Patel Pattern' cast iron with bolts, nuts to close the cover, all to befabricated as per actual requirement, if so specified.

10.5 Supports, pedestals and base for inspection chambers gully traps and pipesshall be in 1:3:6 cement concrete mix.

10.6 Pipe sleeves and inserts, etc., through RCC walls either external orinternal shall be of G I. provided with M S water bar flange.

10.7 During installation openings of pipes shall be plugged w ith wood cut intorequired shape of gunny bags and to be maintained free from dirt.

10.8 G.I. waste pipes and fittings shall be of heavy class with G.I. unions, tailpieces, reducers and connections to be provided between joints to eitherlead or Cast Iron pipes.

10.9 The size of branch waste pipes for different fittings shall be as follows :

Wash Basin 32 mm. dia.Urinal 40 mm. dia.Sink 40 mm. dia.Nahani Trap 80 mm. dia.

P Trap 80 / 100mm. dia.

Special Floor Trap 80 or 100 mm.as required with bolted aluminium grating in 25x 25 M.S. angle.

10.10 W.C. pan connectors shall be t o suit the requirements as per drawing,with 40 mm. Vent horn for connection to the anti -syphonage pipe withpan connector of cast iron or lead.

Page 102: Plumbing Tender

10210.11 Connection to the sewage or storm water collection sumps to be perfectly

water tight and as specified.

10.12 Rainwater flashing shall be made as per details with cast Iron dome shapegrating and extension piece .

10.13 All Roof drain pipes and fittings shall be soil pipe variety conforming toIS 3989 / IS- 1729. This shall apply to pipes ou tside building or withinthe building or separate shafts.

10.14 The floor traps for toilet blocks shall be cast iron deep seal with C.P. brassgrating, bolted down design.

10.15 Bathroom C. P. grating shall be of bolted down design out of hea vy castbrass with the chromium plating of the best approved standard.

10.16 Cast iron gratings shall be flat with perfect edge of the best qualityprocurable of the specified width and thickness and in the available lengths.

10.17 Spigot and socket. cast iron pipes shall be of heavy pattern for the portionbelow the floor and embedded and laid over 150 mm. cement concrete1:4:8, the width of the concrete being : -

80 mm. dia. ... 320 mm. wide100 mm. dia. ... 400 mm. wide150 mm. dia. ... 450 mm. wide200 mm. dia. ... 600 mm. wide

10.18 The connection between the main pipe and branch pipes shall be made byusing branches and bends with access doors for cleaning.

10.19 Floor trap shall be provided with 25 mm. dia. puff pipe where the lengthof the waste is more than 1.80 meter or the floor trap is connected to awaste stack through bends.

10.20 The waste from lavatories, basins, sinks, baths and other floor traps sha llbe separately connected to respective waste stack of upper floor. The wastestack of lavatories will be connected directly to manhole while thewaste stack of others shall be separately discharged over gully trap.

10.21 The main anti-syphonage pipe shall be of 80 mm. internal diameter.When more than one branch from water closet, sink are connected withsoil pipe and discharged into it anti -syphonage from the lowest oneshould pass through and be carried up parallel to the so il for a point 1.5metres minimum above the highest branch. It can then be connected to thesoil pipe or it can be carried independently. The anti -syphonage pipes ofall the intermediate floors water closets should be joined with mainanti-syphonage pipe. The ventilating pipe shall have internal diameter ofnot less than 80 mm. in all parts and shall be connected with arms of soilpipe on trap through a 45 branch, at a point not less than 75 mm. and notmore than 300 mm. from the highest part of the trap and on the side of thewater seal which is nearest to the soil pipe. The jointing shall be done

Page 103: Plumbing Tender

103according to the specifications for piping materials used in soil, vent orconnected to the drain. On no account should lime or lime concrete comein direct contact.

11.0 G.I. PIPES AND FITTINGS

11.1 All pipes shall be “ C “ class ( heavy ) I.S. quality and out of thespecified make to the requirement of the local authorities unless specifiedotherwise.

11.2 Pipes shall be galvanised inside and outside treated and fixed inaccordance with the Municipal requirements. The joints shall bedistributed in strict conformity with the regulations. They shall be securedclear of the wall surface by means of G.I. holder bats . All control values,stop cocks, ball valves, bib -cocks shall be of the best approved qualityprocurable, of heavy cast drawn brass. All branches shall have individualcontrol arrangement with fullway [peet] valves, to enable regulation andcut off as required. They shall be of best Indian manufacture specified inthe schedule of quantities and of tested stampings and bear I. S. I.markings. all fittings shall be either `RR' or Ring & Cross make.

Laying and fixing

Where pipes have to be cut or re-threaded, ends shall be carefully filled outso that no obstruction to bore is offered. In joining the pipes, the inside ofthe socket and the screwed ends of the pipe shall be rubbed over with zincand few turns of hemp yarn wrapped round the screwedand of the pipe which shall then be screwed home in the socket with apipe wrench. Care must be taken that all pipes and fittings are kept at alltimes free from dust and dirt during fixing.

11.2.1. The water tightness of joints shall be assured by approved methods ofjointing material.

11.3 Internal Work -

All internal water supply pipes should be concealed pipes of GI C class.Forfittings outside the walls shall be fixed either visible by means ofstandard pattern holder-bat clamps, keeping the pipe clear off the plasteredwall by 15 mm. for cold water and 38 mm. for hot water. Whereverindicated on the drawing or as directed by the Consultants, chasing ofwalls shall be done to embed pipes. All pipes and fittings shall be fixedtruly vertical and horizontal or as directed by the Engineer -in-charge. Allembedded cold water pipes are to be covered with bituminouspolyethylene wrapping or equivalent approved by local regulations andNational Building code. All embedded hot water pipes are to be paintedwith at least three coats and wrapped as above and then wrapped withthree ply asbestos twine wrapped tightly around the pipe.

Page 104: Plumbing Tender

10411.3.1 External Work

For external work, G.I. pipes and fittings shall be laid in dug or preparedtrenches as called for or directed by the Engineer -in-charge. They should bewrapped, as specified above. The width of the trench shall be ofminimum width required for working. The pipes laid und ergroundshall not be less than 600 mm. from the ground level. They shall besurrounded on all sides by soft earth. The work of excavation and refillingshall be done in accordance with the general specification for earthwork.

11.3.2 The wrapping of pipe shall be with 0.3 mm. thick FRP tissue as permanufacture's specifications.

11.4 All G.I. pipes and fittings are to be tested to a pressure of 10.54 kg/cm2for 2 hours to ensure that pipes have proper threads and that propermaterials [such as white zinc and hemp] have been used injointings. All leaky joints must be made leak proof by tightening orredoing at Contractor's expense.

11.5 All water fittings shall be of approved make and shall in all respectscomply with the latest Indian Standard Specification I.S.1239 [part II] Thebrass fittings shall be fixed in the pipeline in a workman like manner. Careshall be taken to see that joints shall be repaired, redone or replaced.

11.6 Wherever a G. I. pipe crosses a floor, the H D P E sleeve with 15 mm. allround clearance and projection by 80 mm. and below the floor should beprovided. On no account should lime or lime concrete come in directcontact with G.I. pipe and fittings. This important condition sh all not bewaived under any circumstances.

12.0 MANHOLE, INSPECTION CHAMBERS, GULLY TRAPS,INTERCEPTING CHAMBERS, DROP CHAMBERS ETC.

12.1 General: Unless otherwise specified, manholes or inspection chambers ofrequired depth shall be provided on all external drains, at all change ofdirection of the drain and where branch drain meets the main drain. Theyshall be of rectangular shape with a clear opening of 900 x 450 mm.Manholes shall be constructed of 230 mm. thick brick over P .C.C. beddingextending 230 mm. beyond the external face of the brick wall. Manholesbeyond 1500 mm. depth shall be conical in section and circular at topwith clear opening of 600 mm. diameter.

Masonry chambers shall be of such size as will all ow necessaryexamination and clearance of drains. The minimum internal bases as perthe requirement of MCGM and their bye -laws if any, shall be adhered to.

In the absence of local bye-laws, the requirements stipulated in I.S. 4111[Part-I] code of practice for ancillary structures on sewerage system, shallbe followed.

Page 105: Plumbing Tender

105

12.2 Excavate to the sizes and depths required for the manholes. Construct themanholes and refill outer space with selected excavation materials anddispose off surplus earth, as specified in "Excavation" 14.3 The specifiedsize of manholes and chambers refers to inside dimensions. Build themanholes and chambers to the sizes and depths specified with brick wall incement mortar as specified.

12.3 The manhole shall be built on a base of concrete of thickness of at least150mm. for manholes up to 1000 mm. depths, 230mm. for manholesfrom 1000mm. to 2000 mm. depth and 300 mm. for manholes of greaterdepths. For special soil condit ions, the thickness has to be as perstructural design.

12.3.1 The thickness of walls shall be 230 mm. brickwork up to 1500 mm. depthand 350 mm. for depths greater than 1500 mm. The actual thickness fordeeper manholes shall be based on struc tural requirements.

12.3.2 In the case of manholes deeper than 1500 mm. but up to 1800 mm. whereconical manholes have been specified, the inside shall be 1200 mm. Up to900 mm. below G.L./R.L and then taper off to 600 mm at the top, toconform to regulations. For greater depths, the internal dia. shall beincreased as directed as per drawings.

12.3.3 Benching in manholes shall be in P.C.C. 1:2:4 and formed in position withnecessary channels as required.

Bench up bottoms in fine cement rising 80mm. above the entire channelwith rounded edge and launched up to the sides, at an angle of 45 degreeand rendered in cement and sand [1:3] trowelled smooth.

Proper cement concrete channel shall be provided at the bottom and thebranches from the various pipes shall discharge in the chamber with asuitable slope.

12.3.4 In all manholes over 900 mm. in depth, provide and build into wallsapproved cast Iron catch-ring and steps at 300mm. interval beyond 450mm. depth and make good cement rendering around as per I.S. 1742.

12.4 Cover the manholes with single seal cast iron heavy Duty manhole coverand frame( 135 kg for 900 x 450 mm size & 225 kg for conical chamber )of approved make. Fill the seal with prepared manhole grease.

12.5 The top level of the manhole with the cover on must be in line with thefinished ground level. However, if required and the finished groundlevel is not ascertained during construction of the manhole, thecontractor shall temporarily fix the manhole cover till such time thefinal/paved ground level is established, or temporarily cover the built upmanhole at no extra cost to owner. In case of any damage to the coversdue to traffic or any other reasons during the co urse of the project, or inthe maintenance period attributable to the negligence of the contractor,the same shall be replaced immediately by the contractor at his own

Page 106: Plumbing Tender

106cost. The frame and the cover shall be painted with black Bitumen Anti -corrosive paint.

12.6 Drop Connections: In case the difference in invert levels between maindrain and branch line requires a drop more than 600 mm., a dropconnection should be provided generally as described below.

Cast iron or stoneware four way junction shall be fixed in position, at rightangle to the drop pipe, at the level where branch pipe enters the manholes;provide suitable height of vertical drop pipe terminating into a plain bend,duly benched into the cement concrete [1:2: ]. Access for cleaning the bendshould be provided at finished ground level.

12.7 Gully traps in all waste pipes shall be of best quality 150 x 100 or 230 x150 as indicated and laid on a 150 thick 1:3:6 cement bedding. Theyshall be enclosed in brick and cement mortar masonry with cementplaster forming as inspection chamber with full size 230 x 300 cast ironframe and cover ( 15 kg ) or open grating 300 x 300 as required. Locationand details will be indicated in the drawing.

12.8 There shall be 100 mm. dia vent pipes at the sewer trap chamber and 100mm. ventilating pipe at the manhole at the head of the drain to be routedaesthetically as directed.

12.9 TRAPS

Exposed trap for all wash basin and urinal in public area shall be chromiumplated cast brass.

12.10 Traps installed in connection with cast iron pipe shall be of the samequality and grade of the pipe; the size of outlet all correspond to thesocket of the pipe receiving it.

12.11 Provide 150 x 100 size heavy cast iron sealed gully trap with extensionpiece having single or double inlet as shown. where required provide castiron sealed cover, for such trap, secured with threaded gun metal boltsand felt gaskets.

12.12 An intercepting trap of required size shall be installed in thelast inspection chamber prior to connecting with the public sewer ordisposal system. this chamber shall be about 2000 mm. within theboundary of the property.

13.0 SANITARY FITTINGS

All sanitary fittings shall be as specified in drawings and as approved bythe Engineer- in- charge

13.1 All setting and bedding of sanitary fittings shall be done carefully to suitthe required levels. Mortar drops, paint splashes etc. shall be removed fromfittings, walls and floors immediately before these get dry.

Page 107: Plumbing Tender

10713.2 Wooden plugs -

The plugs shall be of hard wood and of size 50 mm. x 38 mm. at a topand of length 50 mm. These shall be fixed on wall in cement mortar 1: 3(cement : 3 sand), after the plugs are fixed in wall, the mortar shall becured till it is set.

13.3 Wall Hung Water Closets -

Wall hung box rim closets in pastel shades of approved make having backinlet and "p" trap outlet shall be fixed an a ppropriate cast iron or M SBrackets of suitable design to suite the thickness of toilet wall and ensurethat the chair is self supporting and independent of the wall.

13.4 Plastic Seat and Cover -

The Seat shall be fixed to the pan by mean of two 8 mm. dia corrosionresistant C.P. hinge bolts with a minimum length of shank of 65 mm. andthreaded to within 15 mm. of the head. Each bolt shall be provided withtwo suitably shaped washers of rubber of or of other similar material foradjusting the level of the seat while fixing it to the closet. In addition one8 mm. non/ferrous metal of stainless washer shall be provided with eachbolt. The maximum external diameter of the washers fixed on theunderside of the pan shall not be great er than 25 mm. One arm of thehinge in each bolt shall be fixed to the underside of the seat by threenos. 20 mm. long C.P. screws. The other arm of the hinges shall be fixedto the underside of the cover flush with the surface by means o f 3 nos. 10mm. long C. P. Screws.

13.5 Flush Valve

The Brass C P / S .S concealed Flush valve shall be of approved make andshall be fixed as per tile pattern as shown in detail drawing

13.6 Health Faucets

The Health faucets ( Jet spray ) shall be of approved make along with C Pangle cock and wall flange and shall be fixed as per tile pattern as shown indetail drawing

13.7 Coat Hook

The Brass C P coat hooks shall be of approved make along with S.S screwsand shall be fixed as shown in detail drawing.

13.8 Toilet Paper Holder -

The S S Concealed / Open Toilet paper holder of approved make shall befixed in position by means of C.P screws embedded in the wall to suit tilepattern

Page 108: Plumbing Tender

10814.0 Half stall Urinals -

Urinals shall be Large flat back in pastel shade fixed in position by usingscrews, and shall be at a height of 600 mm. from the floor level to the topof the lip of urinal, unless otherwise directed.

14.1 Each urinal shall be connected to 32 mm. dia G I waste pipe which shalldischarge into the channel or floor trap. The connection between the urinaland flush or waste pipe shall be made by means of C.P. Bottle Trap heavytype.

14.2 All urinal pans will have individual Auto flush el ectronic sensing systemof approved type and make complete, including all accessories / wiringetc..

14.3 C P Spreaders, Intel, outlet connections shall be prepared to actual sitemeasurement, to ensure proper verticality and elegance. These shall be fu llbore and shall not form any dents.

15 Wash Basin -

The basin shall be Oval / Round below counter type in pastel shade ofapproved make supported on a pair of concealed cast iron brackets

15.1 Each Wash Basin shall be connected t o 32 mm. dia G I waste pipe whichshall discharge into the floor trap. The connection between the wash basinand waste pipe shall be made by means of C.P. Bottle Trap heavy type.

15.2 C P Single leaver Pillar cock , C P Angle cock with wall flange, C Pflexible connection shall be of approved make and range and fixed as pertile pattern as shown in detail Drawing.

16 S. S. Sink -The Sinks shall be of large size with bowl and single drain board ofapproved make supported on a pair of conceale d cast iron brackets

16.1 Each Sink shall be connected to 40 mm. dia G I waste pipe which shalldischarge into the floor trap. The connection between the sink and wastepipe shall be made by means of C.P. Bottle Trap hea vy type.

16.2 C P Single leaver swinging sink cock , C P Angle cock with wall flange,C P flexible connection shall be of approved make and range and fixed asper tile pattern as shown in detail Drawing.

17.0 HANGERS AND SUPPORTS

17.1 General:-

Provided proper solid angle iron/channel section. supports for all pipescomplete with clamps. Wherever insulation comes, provided woodenguide to support pipe on the angle iron hanger / supports. In generalwhere a bunch of pipes run as far as possible MS plates inserts areprovided in the beams / slabs to facilitate welding of angle iron

Page 109: Plumbing Tender

109supports. For attachment in concrete, use "DASH" fasteners or Anchorplug type inserts or equivalent. Provide hangers within 1 mtr. of allchanges in direction of mains and a minimum of 3 hangers per expansionbend. provide all additional structural steel angels, channel or othermembers not specifically shown but are required for proper support.

17.2 Where necessary additional hangers to be provided to arrest waterhammers or hydraulic resonance with proper rubber padding.

17.3 Space hangers, as noted below, except on all soil pipe which shall have ahanger of multiple fittings, sufficient hangers shall be provi ded to maintainproper slope without sagging; in case of angle suspended lines, thefollowing is suggested :

A) Pipe sizes Hanger Road Dia

20 mm. through 50 mm. 10 mm.63 mm. through 125 mm 13 mm.150 mm. and over 16 mm.

B) Pipe Sizes Spacing of supports

13 mm. to 20 mm. 1500 mm. apart25 mm. to 38 mm. 1800 mm. apart50 mm. and above 2000 mm. apart as per I.S.

17.4 Provided floor stands, wall brackets or masonry piers etc. for all linesrunning near the floor near walls so that those lines can be properlysupported or suspended from the walls or floors. pipe lines, nearconcrete or masonry walls may be hung also by hangers carried from wallbrackets at a higher level than pipe. Hanging of one pipe from another isprohibited.

18.0 VALVES AND PRESSURE GAUGES

18.1 Pressure gauges shall have not less than 115 mm. dial, 10 mm gas threads,brass body syphon and gauge cock of 10 mm. size. Dial ranges shall beadequate for the pressures encountered and as specified.

18.2 Provided valves on branch pipe connection to mains and at connection toequipment where indicated. All valves are to be located for easy accessand are to be full bore of pipe connected together. Support all valveswherever necessary. Valves are to be as per I.S 780 (Class I) for cast ironsluice valves and to I.S 778 for G. M valves and tested and approvedby local authorities as per bye -laws in force.

18.3 All globe and check valves shall have working parts suitable for coldwater, as required. Valves shall be tagged with permanent label underhand wheel indicating type and duty.

Page 110: Plumbing Tender

11018.4 All valves over 150 mm. dia. in equipment rooms located over 2000 mm.

above floor shall be provided with chain wheels with chains extending upto1800 mm. above floor.

18.5 Where indicated and specified, angle pattern stop cocks, at each coldwater inlet to be provided. They should be anti -scalding pattern same asfaucets of approved manufacture.

18.6 Provide C.I. body with brass disc spring loade d & straineof approvedquality.

19.0 Strainers :-

Cast iron pot strainer with G.M. mesh screen in perforated brass strainerbody of approved manufacture are to be provided before valves. Provideeach Strainer with a cock for blowing down. Screening area of the strainershall be minimum of 5 times more than pipe area, with 1 mm. maximumsize holes.

20.0 CLEANING, OPERATION AND TESTS

20.1 Plumbing equipment fixtures, piping etc. shall be free of stampings,markings (except those required by codes) iron cuttings and other foreignmaterials.

20.2 Cold and drinking water systems shall be cleaned thoroughly, filled andflushed with water.

20.3 The entire mechanical apparatus shall operate at full capacity withoutobjectionable noise or vibration.

20.4 The system has to be periodically given the tests specified in the presenceof site engineer and the client's representative as herein specified.

All test equipments, accessories, materials and labour nece ssary forconducting the tests and for inspection and repair work shall be arrangedwell in advance of the test date.

After shortcomings are repaired or defective items replaced the test will berepeated until the entire system found satisfactory. If the local regulationsinsist on similar tests before approving authorities, the same shall becomplied with and acceptance from the authorities lodged with theConsultants/Owner.

20.5 The entire system of soil, waste and vent piping to be test ed with waterafter the roughing-in is completed and before the fixture are set. Aftersetting the fixtures, provide smoke test, after sealing all types.

20.6 Water Test entire system or sections of system by closing all openings inpiping except the highest opening and filling system with water to thepoint of overflow. If the system is tested in sections, plug each opening

Page 111: Plumbing Tender

111except the highest opening of the section filled with water. Keep the waterin system or in the specific section under test for atleast 45 minutes beforeinspection starts with test pressure/head lasting for two hours. The systemmust be tight at all joints.

20.7 Final Test :

After fixtures are set, test system with smoke as follows:

Smoke Test :

Fill traps with water, then introduce into system a pungent thick smokeproduced by one or more smoke machines. When smoke appears at stackson the roof, plug, stacks and allow pressure of 25 mm. water column tobuild up in system. Maintain pressure for 15 mi nutes before inspectionstarts. The system shall be tight at all joints. Sulphur smoke shall not beallowed.

20.8 Test all down spouts or rain headers and their branches within the buildingby water as described for the above soil, waste and vent syste m.

20.9 All Water Piping :

Hydro-static test 10.54 Kg/cm2 for a minimum of two hours withoutdrop in pressure as required.

20.10 On completion of the works, the following tests shall be performed to thesatisfaction of the consultants/client's representative before issue of VirtualCompletion Certificate, if so required.

a) Smoke test.b) Hydraulic test.c) Self induced test for fixtures.d) Tests for anti-syphonages system.e) Pump rating and output.f) Inspection of all units and fixtures.

20.11 The contractor shall arrange on his own initiative for similar tests duringthe progress of works, to ensure that there are no defects inmaterial/workmanship in portions of work to be concealed or embeddedunder the floor or walls in ceiling.

20.11.1 Air or Smoke Test :-

A uniform gauge pressure of 0.5 Kg/cm 2 or sufficient to balance a columnof mercury 250 mm. in height. This pressure will be held for a period of atleast 15 minutes without any loss of pressure.

Page 112: Plumbing Tender

112

20.11.2 Hydraulic Test :-

i) All underground drains for a static head of 2 metres with the downstream and plugged.

ii) All vertical drains also for a static head of 2 mtr s.

iii) Water lines for 11.25 Kg/cm2 test pressure for minimum 24 hours.

iv) Section wise isolation and test.

v) Air-locks.

20.11.3 Manholes :-

Clean the manhole free from all dirt, soil and other extraneous material andwash it with water to clear all mortar, mud etc. The pipe outlets to beplugged with gunny bags or wooden stopper to ensure proper closure.

Clean water from an approved source shall be filled into the manhole todepth not exceeding 1.2 mtrs, as dir ected by the Engineer-In-Charge andthe same is kept for about 2 hours. Test should be conducted early in themorning before 9 a.m so that tendency for evaporation losses are minimum.

20.11.4 Self induced test for fixtures:-

All units will be operated individually and the flow checked.

20.11.5 Inspection of individual units and fixtures for visible defects in shapeetc.

20.11.6 Test for anti-symphonage system :-

Units on a single system will all be operated to check up the effect onsymphonage.

20.11.7 Pump rating and output :-

Checking discharge and terminal head both at the free end as well as theoverhead storage tank.

21.0 PAINTING

21.1 Equipments :-

After complete installation and testing all the equipments includingmounting frames etc. shall be painted with 3 coats of paints, as percolour code required by the client or a directed by the consultants.

Page 113: Plumbing Tender

11321.2 Piping :-

After all the piping has been installed and tested, the piping shall be givenone coat of anti-corrosive paint followed by two coats of paint as percolour code required by the client or as directed by the consultants.

21.3 Colour code :-

Identification of the pipe lines shall be as per standard colour prescribedby IS : 2379.

22.0 EQUIPMENT AND PIPING IDENTIFICATION

22.1 Pipe Markers :-

Each piping system shall be provided with a name plate properlyclamped or stenciled. Letters are to be 80 mm. if 3 mtrs. above the floorand 50 mm. minimum if below that height. Name plates on parallel groupsof pipes etc. shall be neatly lined up. Wording of lettering sh allcorrespond to the equipment designations used in piping legend and shallbe as approved. Name plate to be of G.I sheets (gauge 20 SWG on 25 x 25mm. angle) secured on to sheet metal and angle iron to be welded on mainpipe. In case of insulated p ipe the 25 x 25 mm. angle bracket should beprojecting beyond insulation thickness.

22.2 Valve Register :-

To be submitted in triplicate along with location and identificationnumber in final drawing to be furnished by contrac tor.

.23.0 TOOLS AND MATERIALS AND STORAGE

23.1 The Contractor at his own cost and charge shall provide all materials, tools,tackles, measure, scaffolding, labour and water, necessary for thecompletion of the whole work in all respect.

23.2 The contractor shall pay the fees for testing the materials to localauthorities, or other statutory authorities.

23.3 The Contractor will obtain, from time to time various permissions andthe completion certificates as per rules of all local and s tatutory authorities.

23.4 The Contractor shall insure the work against damages, for such sum as theEngineer - in - charge may, from time to time, direct.

23.5 All the brackets and hangers for pipe shall be fixed to the wall or R.C.Cslab using `Dash' fasteners, wherever necessary. Exposing reinforcementbars for hooking will not be permitted.

Page 114: Plumbing Tender

11424.0 GENERAL SERVICES

The Contractor shall pay the fees for testing the materials by the MunicipalCorporation.

The Contractor will process and arrange from time to time variouspermissions and obtain the drainage completion certificate, storm waterdrainage completion, rain water harvesting and adequate water supplycertificate will be obtained by Owner / Architect, under the rules of thelocal authorities.

24.0 BUREAU OF STANDARDS, COLOUR CODE

In industrial and multi disciplinary installations like Hotels and Hospitals,additional item may be added for other systems. To indicate the class of itscontents, each pipe and appurtenances connected therewith shall be markedas under.

i] Water Drinking -Sea Green ii] Non Potable Water -orangeiii] Treated effluent -Admirably Blueiv] Fire installation -Fire Red v] Steam & Hot water -Silver Grayvi] Compressed Air -Sky Bluevii] Vacuum -Canary Yellow viii] Liquified petroleum Gas -Redix] Diesel oils -Light Brownx] Sprinkler pipes -Dark Violet

Charts showing the colours for primary identification should be displayedat points where they are likely to be needed for reference.

Page 115: Plumbing Tender

115LIST OF APPROVED BRANDS / MAKES FOR PLUMBING WORK

1.0 Cast Iron Pipes and ,HEP ,NECOfittings I S 3989

2.0 R.C. NP2 Pipes Pranali Enterprises, Indian Humepipes .

3.0 Stoneware Pipes and Trimurti, TM, Rajura.fittings -

4.0 Cast Iron LA class - I.T.S Company, Kesoram,Pressure Pipes and fittings Electrical Steel Casting.

5.0 G.I. Pipes-Heavy Grade - Zenith,.Tata, Jindal(C Class) as per IS 1239.

6.0 Gun Metal Valves, and Leder, Zolotofittings

7.0 G.I.Fittings. Unique, Zoloto, R brand

8.0 C. I. Sluice valves, check Kirloskar, Zoloto.valves etc.

9 Butterfly Valves C & R, Audco

10. Chromium Plated Brass Gem, Jaquar. Aqua PlusFittings

11 Bottle Traps and Waste fittings Gem, JAQUAR, Aqua Plus

11A Vitreous China Pottery Hindustan, EID Parry

12. W.C. Seats & Cover ‘Commander ;Patel

13. Stainless Steel Sinks NIRALI, Neelkanth

14. Polysterine & FRP Low Level Champion Commander, HindwareCistern

15. Flush Valves Gem, Jaquar, Aqua Plus

16. Water Meter Leeds, Capstan, Atlas,

17. Pressure Reducing Valves Watsila, Zoloto

18. Electric Pumps for cold water Kirloskar, HBD, Grundfos,Darling

19. Sump Pumps DARLING , Grundfos

Page 116: Plumbing Tender

11620. Motors. Crompton, Kirloskar

21. Starters Crompton, LT-LK, Siemens

22. C.I. Manhole covers and grating Ashok Foundary, , NECO

23. Float/Equilibrium Valves L & K, HINDKO

24. Ball Valves with copper floats L & K, Techno

25. Pressure guages Figi, H.Guru, Prico

26. PVC Pipes/HDPE Pipes Supreme, Prince,

27. Electronic Senser Jaquar, ASCON

28. Bath Accessories Gem, JAQUAR, ESSESS

NOTE :

a) To comply with the Bureau of Standards Act enactedby Parliament the fixtures selected should have ISI making along withbrand name of manufacturer.

b) Fittings without ISI make if selected as a Functional/aesthetic requirementshould be got tested in an approved test House prior to installation.

c) The Engineer-in- charge will have the discretion to select from the abovelist, in consultation with the Architect/ consultants .

Page 117: Plumbing Tender

117

SPECIFICATION FOR FIRE PROTECTION SYSTEM

INDEX

Sr. No. Description

1.0 SCOPE OF WORK2.0 STANDARDS3.0 FIRE PUMP SETS4.0 JOCKEY PUMP5.0 ACCESSORIES6.0 SYSTEM OPERATION AND CONTROL PANELS7.0 FIRE HYDRANTS & HOSE REELS8.0 SPRINKLER SYSTEM8.2 SPRINKLERS PUMP SETS8.3 INSTALLATION VALVE9.0 SPRINKLER

10.0 SPRINKLER PIPING11.0

12.0

12.2

13.0

SPRINKLER TESTING

HYDRANT MAINS

INTERNAL

TESTING & COMMISSIONING14.0 APPROVED LIST OF MATERIALS &

EQUIPMENTS

Page 118: Plumbing Tender

118FIRE PROTECTION SYSTEM

TECHNICAL SPECIFICATIONS

1.0 Scope of work

1.1 The scope of work shall cover supply, installation, testing andcommissioning of the Fire Fighting System covering the following :

a) Fire pump sets, electric motor and diesel engine driven.

b) Jockey pump sets, electric motor driven.

c) Motor control centre, starters & isolators etc. for the pump sets.

d) Hydrant main system including Courtyard hydrants.

e) Wet riser system including landing valves, hose reels, hose cabin ets,sluice valves, non-return valves, Butter fly valves, air -vessels, orificeplates, etc.

f) Fire brigade breaching and Siamese connections.

g) Sprinkler system including electric and diesel engine driven pump sets,valves, sprinkler heads, flow switches, Installation valve etc.

h) Hand held fire extinguishers and fire buckets.

i) All ancillary items to make the installation complete in all respects andto meet all requirements of relevant codes and regulations of Fire &Electricity authorities as well as guidelines from Tariff AdvisoryCommittee and Local Building Codes and Regulations.

j) Providing interface for Building Management System for activation ofSprinkler System.

k) Making detailed Drawings of the complete system to meet the intentof the specifications.

l) Submittal of Shop Drawings ( 4 copies) and As -Built drawings (4Sets) and complete operation and maintenance manuals.

m) Getting necessary approval and NOC from C F O and LocalAuthorities .

2.0 Standards

2.1 The fire hydrant installation shall conform to and meet with therequirements set out by the latest editions of:

a) IS:1648 - 1961 Code of practice for fire safety of buildings (General) FireFighting Equipment and its maintenance.

Page 119: Plumbing Tender

119b) IS:5290 - 1983 Code of practice for installation of internal fire hydrants in

multi-storied buildings.c) Fire Protection Manual issued by TACd) IS 1239 G I Pipes & fittings

IS 1879 Malleable iron fittingsIS 778 Gun metal gate, globe and check valves .IS 1537 Vertically cast iron double flanged pipes

Additionally, the contractor shall comply with all regulations and conditionsstipulated by the local Fire Authorities. All the equipment for the firesystem shall be of the type and make as approv ed by TAC, and / or otherrespective authorities; in case of conflict the most stringent specificationshall govern. Sprinkler system in the basement shall be for “OrdinaryHazard” class and that in superstructure shall be designed for “LightHazard” class as per TAC norms i.e. at 9 m2 per sprinkler and 21 m2 persprinkler respectively.

3.0 Fire Pump Sets

3.1 The fire pump set shall be single suction centrifugal end suction type anddirect driven by electric motor and diesel engine with flexible coupling asspecified. The pump rating and performance shall conform to theEquipment Schedule and meet the TAC duty requirements.

3.2 Pump casing shall be of close grained cast iron with bronze impeller. Theshaft sleeve shall be brass or S.S. 304 and the tr im shall be brass or bronze.

3.3 Pump shall be capable of delivering 150% of the rated capacity at 65% ofthe rated head and the shut off head shall be not more than 120% of therated delivery head. The pump casing shall withstand 1.5 times the no -delivery pressure or 2 times the duty pressure whichever is higher.

3.4 The electric drive motor shall be totally enclosed squirrel cage inductionmotor conforming to IS 325-1978 and rated for continuous duty (S1).Motor shall have Class 'F' insulation an d enclosure of IP54. Motor ratingshall be at least equivalent to HP required to drive the pump at 150% of itsrated discharge& Head.

3.5 Drive rating shall be based on the largest of the following:

1. Rated pump discharge at rated head.

2. 150% of rated discharge @ 65% of rated head.

3 Maximum power absorbed by the pump in its operating range i.e.no- delivery to free discharge.

3.6 The diesel engine shall be naturally aspirated (non -turbo charged) &electrically started. The engine sh all have a speed governor to regulate therated rpm within 5% of its rated speed. The engine shall be complete withstarting batteries of suitable voltage & ampere rating , full -wave seleniumrectifier charger, isolator, leads, mounting frame, etc. Engi ne rating shall

Page 120: Plumbing Tender

120be same as for the electric motor. The Diesel engine should beautomatically started with 'Auto main failure circuit with the signal fromthe pressure switch on the discharge line. The proposed System should beexplained by a Single Line Diagram.

3.7 Pump discharge pressure and selection should be in line with the'Guidelines for Fire Protection for High Rise Buildings to avoid undue highpressure in wet risers.

4.0 JOCKEY PUMP

4.1 The Jockey pump shall be similar to the fire pump.Capacity of the jockey pump shall neither be less than 3% (with a min. of180 Lpm) or more than 10% of the pump capacity.

5.0 Accessories

5.1 The fire and Jockey pumps shall be complete with the followingaccessories.

1) Suction and discharge eccentric re ducers.

2) Pump coupling guard.

3) Common base frame, fabricated mild steel or cast iron.

5.2 Each pump shall have independent set of pressure switches. The pressureswitch shall be snap action SPDT switch rated 10A @ 220 V operatedthrough a stainless steel diaphragm. The switch shall have a pointer formanual adjustment of set point, and all electrical connections shall beterminated in a screwed terminal connector. The entire unit shall beencased in a cold drawn steel enclosure. The diaphra gm shall be designedfor a maximum operating pressure of the System.

5.3 Flow switches shall be S.S bellow type SPDT snap acting contactsrated 10 A @ 220 V. The bellow shall be made of S.S , brass or phospherbronze terminated in a screwed terminal co nnector. The entire unit shall beencased in cold drawn steel enclosure and the maximum operating pressureof the parts in contact with the liquid shall be consistent with the Systempressure.

6.0 System Operation and Control Panels

6.1 The fire pump shall be started automatically on loss of pressure. Theoperation sequence of the jockey and the fire pumps shall be as follows :

i) Jockey pump shall start when the system pressure drops by 0.35Kg/cm2 and stop when the system pressure is reestablishe d,automatically.

Page 121: Plumbing Tender

121ii) The fire pump shall start when the system pressure drops by 1.0

Kg/cm2 and shall continue to run till manually switched off.

iii) Jockey & fire pump starting shall be indicated with a red indicatinglamp.

6.2 The motor starters shall be direct-on- line with electrically actuatedcontactors. The starter shall be complete with ON -OFF push buttons,timers and auxillary contacts and shall be fully automatic. There shall bean indicating lamp with each of the pumps and an ammeter an d selectorswitch with the fire pumps. Fire pump starting shall be annuciated throughan electric siren.

6.3 The starter along with isolator shall be housed in a 14 SWG M.S. box dulyrust inhibited through a process of degreasing and phosphating.

6.4 All cabling to and from the pumps to starters and control switches shall becarried out through copper conductor of required size & rating armouredPVC cables of approved makes. Cables shall be laid in accordance withsection “M V CABLING”. The pump motors and panels and all noncurrent caring metal parts shall be double earthed in accordance with IS3043-1966 or as per requirement.

7.0 Fire Hydrants & hose reels

7.1 Hydrants shall be provided internally and externally as shown on thedrawings. Internal hydrants shall be provided at each landing of an escapestaircase and additionally depending on the floor area as shown ondrawings. Landing valves shall be single headed gun metal valve with63 mm dia outlets conforming to IS 5290 -1969.External stand posthydrants shall be provided as shown on the drawing & as per requirementof fire brigade. Landing valve shall have flanged inlet and instantaneoustype outlets and mounted at 1.0 m above the floor level. Instantaneousoutlet for fire hydrants shall be of standard pattern approved and suitablefor 63 mm dia. fire brigade hoses. Wherever necessary, pressure reducingorifices shall be provided so as to limit the pressure to 3.5 Kg/Sq. cm atthe highest landing level or any other rating a s required by the local firebrigade.

7.2 Each staircase landing shall have the following equipment :( as shown on the drawing )i) Landing valve.ii) First-aid hose reel with 30 m long 20 mm dia. high pressure

reinforced rubber lined hose & 20 mm dia. gate valve.iii) 2 Nos. of 15 m long 63 mm dia controlled percolation hoses with

instantaneous couplings.iv) One copper branch pipe with bronze rings to take the nozzle at one

end and fit into the instantaneous coupling at the other.v) Hose reel cabinet (as shown on drawings and/or specified).

Page 122: Plumbing Tender

122The first aid hose shall conform to IS:884 and be wound on a heavy dutycircular hose reel with a cast iron bracket. The hose shall be permanentlyconnected at one end to the wet riser throug h a 20 mm G.M. gate valvewith necessary hose adopter and a gun metal nozzle at the other end. Thereel shall swing out by 270 Deg.

Canvas hoses shall be in two lengths of 15 m each, controlled percolationtype with instantaneous couplings, neatly roll ed into bundles and held inposition with steel brackets. Canvas hoses shall be tested and certified bythe manufacturers, to withstand an internal water pressure of not less than35 Kg/cm2 without bursting. The hose shall also withstand a workingpressure of 7 Kg/cm2 without leakage or undue sweating. No part of thefloor served shall be more than 15m from the nozzle when the hose is fullyextended.

8.0 Sprinkler System

8.1 The scope of work shall cover supply, installation, testing andcommissioning of the sprinkler system covering the following :

1) Sprinkler pumps, electric or diesel driven as per requirement.

2) Jockey pumps.

3) Installation valve/s with motor -gong.

4) Sprinklers

5) Sprinkler piping.

6) Branch flow switches connec ted to the building fire alarm system.

8.2 Sprinkler Pump Sets

The sprinkler pump sets, jockey pumps and accessories shall be identical tofire pump sets, jockey pumps and accessories (Clauses 3.0, 4.0 and 5.0).

8.3 Installation valve

The sprinkler system shall incorporate one or more (as shown on drawings)installation valve assemblies comprising :

i) A mains gate valve

ii) IN and OUT pressure gauge

iii) Test connection of adequate size with valve & orifice plate withpressure connections.

iv) Water gong with necessary piping, isolating valve, strainer anddrain.

Page 123: Plumbing Tender

123The installation valve shall be straight through type suitable for wet pipesprinkler systems. Valves shall be of cast iron with gun metal internals andsuitable for vertical or horizontal installation. The valve shall be of castgun metal with neoprene seal and retaining ring and shall incorporate asuitable non-return device to compensate for pressure fluctuations whichshould not mal-operate the click. The gun metal internals s hall provide forsmooth waterways for :

1) Water valve through a retard chamber.2) Test connection and drain.

There shall be two pressure gauges, one for the mains side and another forthe installation side. Each gauge shall have pressure dampin g brass pipingwith gunmetal gauge and drain.

A test connection of adequate size as approved shall be provided with ashut-off gate valve and orifice plate with pressure connections. Thedischarge from the test connection outlet shall be led to the nea rest sump ordrain as directed.

The water motor shall be of cast gun metal body and internals. The valveshall have an associated gun metal gate valve and strainer preceding thewater motor. The water motor and gong shall be located on the dischargelead as directed.

Flow switches shall be as specified under ‘Fire Hydrant System’.

9.0 Sprinklers

9.1 Sprinklers shall be thermo-sensitive glass-bulb actuated type and shall beapproved for fire fighting duty .

9.2 All sprinklers shall be brass castin gs polished/chrome /white (polyester)unless stated otherwise and rated for 13.5 Kg/sq. cm and factory tested for3.4Kg/sq. cm. pressure. Sprinklers shall be pendant or side wall type asspecified or as per requirement. All sprinklers shall be provided w ithadjustable escutcheons finished same as the sprinkler heads. Whereverspecified sprinklers shall be recessed type.

9.3 Temperature classification of sprinklers in each space shall be as perrequirement. Sprinklers shall be selected for the coverage as required andordinarily be 15/10 mm orifice. Wherever this specified size of sprinklers isnot adequate, the tenderer shall quote for the appropriate size required.

10.0 Sprinkler Piping

10.1 All piping shall be G.I ''C' Class as specified under “P iping for Firefighting”. Necessary line flushing valves shall be provided as required.

Page 124: Plumbing Tender

12411.0 Sprinkler Testing

11.1 The entire sprinkler piping shall be tested, with the sprinklers in position, toa hydrostatic test pressure of 13.5 Kg / Sq. cm for a period of 24 hours atthe end of which there shall be no loss in pressure.

11.2 Test valves in each sprinkler installation shall be opened (with temporarydrain connection) and the following observations recorded.

1) Start-up of jockey pump.

2) Start-up of sprinkler pump.

3) Operation of water motor gong.

4) Operation of flow switch in the appropriate branch.

All branches shall be so tested, witnessed & attested by the PMC. All theoperating tests shall be carried out in the presence o f any local authority,Fire Brigade or Insurance Company officials if so required.

12.0 Hydrant Mains

12.1 External

12.1.1 Hydrant ring mains shall be in G.I. "C" Class pipes.

12.1.2 Valves 65 mm dia and below shall be heavy duty gun metal full-way gate valves or globe valves conforming to IS 778 - 20 Kg/Sq.cm class. Valves shall be tested at manufacturer’s works and ISIstamped. Sluice valves above 80 mm shall be cast iron doubleflanged, with rising spindle conforming to and stamped to I SI 780 -20 Kg class. Exposed valves shall be provided with wheel foroperation keys for sluice valves with tops.

12.1.3 Underground mains shall be laid not less than 1000 mm below theground level and supported on 1:2:4 concrete pedestals notexceeding 2.0 m centres and held on with galvanised iron clampsto allow for lateral movement due to expansion/ contraction.Underground mains shall be coated and wrapped as per IS10221.Concrete thrust anchors shall be provided at all bends & tees asrequired by thrust calculations. Backfilling shall be done only afterthe piping is hydrostatically pressure tested and approved by theengineering incharge. Piping shall be constantly kept clean tilltested.

12.1.4 All valves shall be housed in brick masonry c hambers over 150 mmcement concrete (1:2:4) foundation. The brick walls of the chambershall be plastered inside & outside with 20 mm cement sand plaster.1:4 with a floating coat of neat cement. Chambers shall be 650 x650 mm for depths upto 900 mm & 10 00 x 1000 mm for depths

Page 125: Plumbing Tender

125beyond. Each chamber shall have a cast iron surface box approvedby the local Fire brigade.

12.1.5 Piping laid above ground shall be supported on cement concrete(1:2:4) pedestals raising the bottom of the pipe atleast 150 mm overthe ground level & held to the pedestals with galvanised clamps.Pedestals shall be made 3.0 m centre to centre & shown ondrawings. Cement concrete (1:2:4) thrust anchors shall be providedat all tee-off points & change of direction as required by thr ustcalculations. Pipes fixed on walls & ceiling shall have galvanisedsteel brackets.

12.2 Internal

12.2.1 All internal pipes shall, unless otherwise specified be 'C' Class G.Ito IS 1239 using G.S. heavy duty screwed fittings. Flanges shall beprovided to mate with valves and other equipment and shallconform to IS 6392. Flanges shall be screwed type, designed for2.0 N/Sq.mm pressure.

12.2.2 Fittings for sprinkler piping shall be extra heavy duty galvanisedMS screwed type suitable for the pr essure encountered in sprinklerpiping. Tap-offs from vertical riser to floor piping shall have flangeor union connections. Flow switches shall have flanges or unionson both sides.

12.2.3 Valves shall be as for external piping.

12.2.4 All pipes shall be of approved make and best quality without rustmarks. Pipes and fittings shall be fixed in a manner as to provideeasy accessibility for repair and maintenance and shall not causeobstruction in shafts, passages, etc. Pipes and fittings shall be fix edtruly vertical, horizontal or in slopes as required in a neat workmanlike manner. Pipes shall be securely fixed to walls and ceiling bysuitable supports at intervals specified. Only approved type ofanchor fasteners shall be used for RCC ceiling and walls.

12.2.5 Pipes shall be adequately supported from ceiling / walls withstructural supports fabricated from mild steel structural e.g. rods,channels, angles, & flats generally as shown on drawings. Fastenersshall be shear type anchor fasteners in concrete walls & ceilings &wrought steel spikes of at least 75 mm long in brick walls. Pipesupport shall be painted with 2 coats of red oxide primer & twocoats of approved shade enamel paint. Spacing of pipe supportsshall be as follows:

Upto 50 mm nominal bore 1.7 m63 mm to 100 mm nominal bore 2.0 m

Over 125 mm nominal bore 2.0 m

12.2.6 All low point loops in the piping shall be provided with 25 mm gunmetal full-way valves with rising spind le for draining the system.

Page 126: Plumbing Tender

126All valves shall have screwed brass caps. Likewise 25 mm gunmetal air vents shall be provided at all high point loops to preventair-locking.

12.2.7 All exposed piping for fire fighting shall be distinctly painted ‘FireRed’ shade 536 to IS : 5-1978. Pipes shall first receive two coats ofred oxide primer uniformly applied and two coats of oil paintapplied thereafter. All pipe support shall be painted black asspecified for support & clamps.

13.0 Testing & Commissioning

All piping after installation shall be tested for a hydrostatic test pressure of 1.5times of the System pressure maintained for 24 hours. All joints and valves shallbe checked for leaks and rectified and retested. During testing all valves exceptdrain & air valves shall be kept fully open.

14.0 Approved list of Materials &Equipments

14.1 All materials and equipment shall be of the best type available and shall be to theapproval of Fire Brigade and shall be ISI certified /marked wherever app licable.

14.2 The following makes of materials and equipment are approved:

1. G.I. Pipes - Tata, Zenith, Jindal.

2. Carbon Steel Pipes - Zenith, Tata, Jindal

3. Gunmetal/Brass Fittings - Newage, Shaha Bhogilal

4. Fire Pumps - KSB, Mather & Platt, Kirloskar

5. Electric Motors - Siemens,Crompton Greaves, Kirloskar

6. Cables (Armoured) - CCI, INCAB, Finolex .

7. First Aid Hose Reels braided - Dunlop,Firestone, New Agerubber

8. Synthetic fibre coated canvas - New Age, Jayshreehoses

9. Diesel Engines - Kirloskar . Ashoka layland,Cum

10. Extinguishers - Minimax, New Age , Firex

11. Booster Pumps at terrace - Kirloskar, KSB, HBD

12. Flow Switches - Procicon .Switzer

Page 127: Plumbing Tender

12713. Butterfly Valve - Audco / C & R

14. Control Valve - Mather & Platt / HD / De’s Technico

15. Sprinkler Heads - HD/Mather & Platt/Grinal

16. Sluice & Non-return Valve- Kirloskar , Zaloto,

17. Pressure Switch - Indfoss

18. Pressure Gauge - Fiebig / H-Guru

19. Hydrant Valve - Minimax,New Age , Shaha Bhogilal

20. G I fittings - Zoloto, Unique, R Brand

21 M S Fittings - Guru , Gayatri

Page 128: Plumbing Tender

128

SPECIFICATION FOR SEWAGE TREATMENT PLANT

INDEX

Sr. No. Description

1.0 SCOPE OF WORK2.0 DESIGN3.0 RAW SEWAGE4.0 TREATMENT STANDARDS5.0 TREATMENT PROCESS6.0 PUMPSETS7.0 RAW SEWAGE SUBMERSIBLE PUMPS8.0 EQUIPMENT8.2 TESTING & COMMISSIONING8.3 OPERATION & MAINTENANCE MANUALS9.0 OPERATION & MAINTENANCE

10.0 LIST OF APPROVED MAKES

Page 129: Plumbing Tender

129

SPECIFICATIONS FOR

SEWAGE TREATMENT PLANT

1. SCOPE OF WORK

The work comprises of design, fabrication, supply, assembly / erection on site,testing and commissioning of self -contained, compact, factory – fabricated SewageTreatment Plant (STP) to treat an average flow of 40 M 3/day.

The Contractor shall be responsib le for :

Fabrication of Plant in factory. Transportation of Plant to site. Temporary storage and protection of Plant on site. Assembly / erection on site, including concrete foundation pads. Cabling, wiring and electrical panels including connections to m ain cable

and earthing. Suction piping, interconnecting piping and delivery piping upto gate valves

including all valves. All foundation plates, bolts, anchors, M. S. tanks, sludge beds etc. Testing and Commissioning, including providing water for testing. Painting, cleaning and handing over. Obtaining approval for Sewage Treatment Plant process and plant design, if

required by authorities. Obtaining Completion Certificate for STP from Environmental Dept.and

from Local Municipal approving authority. Training of Employer’s representative(s) for a period of 3 months after

commissioning of Plant. Incidental items necessary for installation.

2. DESIGN :

The Contractor shall design the STP conforming to the specified design parametersand general specifications given hereunder. The Contractor shall submit detailedspecifications of all the equipment supplied by him.

The STP shall be located in the Basement Plant Room as shown on drawings. TheContractor shall fabricate the entire plant in factory and shall co -ordinate sizes ofindividual sections with PMC / Client to suit site conditions.

The tenderer shall make himself familiar with actual site layout and conditions andshall submit his scheme to suit these.

The main treatment module shall be compact and tota lly enclosed. This moduleshall be provided with an exhaust duct of adequate size, which shall be connectedto the exhaust fan (provided by the HVAC contractor). The environment in theplant room shall be splash-proof and hygienic.

Page 130: Plumbing Tender

1303. RAW SEWAGE :

The STP shall be designed for the following raw sewage characteristics :

Average Daily flow : 40 m3 / dayPeak flow : 5 m3 / hourTotal Suspended Solids : 200 mg/lBOD 5 days @ 200C : 250 mg/lCOD : 380 mg/l

4. TREATMENT STANDARDS

The STP shall be guaranteed to produce Treated effluent water suitable forFlushing purpose & GardeningThe Treated effluent water should have the following minimum standards :

Total Suspended Solids < 10 mg/lBOD 5 days @ 200C < 20 mg/lCOD < 50 mg/lOil and grease < 5 mg/lPH 7 to 7.5Total Hardness 50 PPMChlorine 50 PPMTotal Iron 0.3 PPM Sulfuric acid Iron 100 PPM Silica 30 PPM

5. TREATMENT PROCESS :

SAFF System

In case of a patented / licensed process being offered, the Contractor shall bear allexpenses connected with patenting / licensing.

The equipment offered shall be compact and self -contained and shall include M. S.tanks and drying beds. The Employer shall not provide any R.C.C. tanks except thetanks shown on drawings.

The Plant shall be configured to suit the layout of the Plant Room.

M. S. tank units shall be free standing and shall be fabricated from min. 8 mm thickplates for bottoms and min. 6 mm. thick plates for sides suitably stiffened. The Plantstructure shall be protected against severe corrosion by approved epoxy coating.

The Plant shall be complete with pump sets, motors, drives, controls, instruments,electrical connections, control panels, piping and valves, walkways, ladders, etc.Major components of the plant process shall have independent drive systems.

The Plant shall be capable of manual as well as automatic modes of operation.

Page 131: Plumbing Tender

131

6. PUMPSETS

All pumpsets shall be provided in pairs with 100 % standby capacity. The twopumps in each set shall be designed for alternating duty in automatic mode withmanual override.

The design and construction of pumps shall be suitable for their duty. The pumpsshall have bronze or stainless steel impellers, stainless steel shaft, studs, nuts andscrews. The pump casings shall be coated externally with anticorrosive epoxy paint.

Raw sewage and sludge pumps shall be non -clog type.

Pump motors shall be TEFC with Class F insulation and IP 55 enclosure. Powersupply shall be 415V, 3-ph, 50Hz. The power factor of each motor shall not be lessthan 0.85 lagging under any condition of loa d, and capacitors of suitable size to raisethe inherent power factor to this figure shall be included.

2 nos. treated water pumpsets (1 working + 1 stand by) shall be provided forpumping water to overhead tanks. The pumps shall be self priming monobloc khorizontal centrifugal pumps capable of delivering 7 m 3/hour at 50m. head. A pumpstation shall be provided, generally as specified for raw sewage pumps.

7. RAW SEWAGE SUBMERSIBLE PUMPS :

Each submersible pump shall be provided with a cast iron base p late dischargebend, which shall be fixed to the sump base with non -corrosive bolts. Thedischarge bend shall include an automatic coupling, which will lock under theweight of the pump and will unlock upon commencement of pump hoisting. Eachdischarge bend shall be fitted with two vertical stainless steel wires extended uptosump level to form an easy pump alignment lifting facility. The base plate bendshall be supplied by the pump manufacturer. Each pump shall be provided with agalvanised steel lifting chain which shall extend from the galvanised steel pumplifting handle to a suitable retaining hook located just below sump cover level.Each pump shall be supplied with a suitable length of cable of a type which willnot deteriorate when submerged in raw sewage for extensive periods of time.

The pump station shall be provided with the requisite number of level regulatorswith float switches to control the pumps and to give alarm signals as specifiedherein. Each pump station shall be provided with fo llowing level signals :

A) Pump Stopb) Pump Startc) High Water Leveld) Low Water Lever

The pump station shall be provided with a pump control panel designed to complywith IEE wiring regulations, latest edition. Protection shall be provided from bothdirect and indirect contact by earthed equipotential bonding and earth leakagecircuit breakers.

Page 132: Plumbing Tender

132The control panel shall be complete with all necessary terminals, labels,interconnections, wiring diagrams and spare fuses. Control panel shall beconstructed from sheet steel, dust and damp protected IP 54 housing with anticondensation heater and lockable door, requiring one incoming three phase, fourwire electrical supply to the main isolator. All control panel labeling shall be inboth English and Hindi.

Pump sets shall be protected against dry running by means of a relay connected tothe level indicator panel. A warning lamp shall be provided in the control panel toindicate when the cut-off is in operation. The pump set shall automatically resumeoperation when normal conditions return.

The control panel shall include but not be limited to :

a) TP contractor arranged for undervoltage release connecting each motordirect to the supply. 0/180 second minimum run timer attachments shall beprovided for each pump.

b) TP thermal overload relay unit for each motor incorporating single phaseprotection and arranged for internal re -set.

c) A pulse operated relay provided for automatic change -over of main pumpper pump cycle.

d) A 4 pole main isolating switch, fully enclosed i nterlocked with the housingdoor with external operating handle.

e) Control SFU with HRC fuses per motor.f) HRC control fuse.g) Earth leakage circuit breakerh) Earthing-bar for equipotential bonding.i) Hand/Auto switch per main pump, arranged for internal operation only.j) Indicating lamps ‘Power On’ and ‘Low/ High Wet Well Level’.k) Set of switches for pump ‘start’ and pump ‘stop’ controlled by wet well

level control.

The contractor shall provide an automatic level control system to automaticallystart the pumps depending on the wet well levels.

When water reaches a predetermined low level, the working pump will beautomatically switched off, failing which an audio -visual automatic alarm willoperate and the pump shall be switched off in the manual mode. When the wate rrises above the low level to a predetermined height the pump shall startautomatically if the service so demands.

8. EQUIPMENT :

All equipment shall be robustly designed with extra sacrificial metal thickness andprotected with approved epoxy paint agains t severe corrosion.

Safety guards shall be provided wherever necessary. Walkways for access toequipment and controls shall be minimum 650 mm wide and shall be protected byrobust 750 mm. high galvanised steel railing.

Individual components of equipment shall be specially selected for anti -corrosiveproperties and low wear and tear.

Page 133: Plumbing Tender

133

Each equipment unit shall have the manufacture’s name, catalogue / model ref.no., rating etc. attached securely with an identification plate.

Hazards due to moving parts and energised electrical installation shall beprominently displayed.

Bar Screen :

The Bar screen shall be framed with 6 x 50 mm M. S. flats and a clear spacing of15 mm. and shall be removable for maintenance. A rake shall be provided toremove the screenings.

Grease / Oil Removal :

A Patel Pattern 230 x 230 mm grease trap shall be provided upstream of theEqualisation Tank.

The Contractor shall provide additional grease/ oil removal equipment as requiredto meet the specified treatment standards and the biological requirements of theTreatment Plant.

Filters :

Automatic Backwash filter shall be robustly designed and shall be complete withepoxy-coated M.S. shell, automatic valves, inlet and outlet pressure gauges, frontalpipework, underdrain, man hole, air-relief valve, distribution pipework, supportand filter media and motorised control valves operated through timers interlockedto operate backwash sequences at pre -determined intervals.

Support media shall consist of clean hard gravel with a mi n. specific gravity of 2.5and free of shale, mica, clay, sandstone, sand, loam and other impurities. Flakypieces shall be limited to 2 % by weight.

Filter media shall comprise of rounded silica sand free from clay, loan, dirt andorganic impurities. Flat or micaceous particles shall be limited to 1%.

The flow from pressure sand filters shall be taken to activated carbon filter forabsorption of gases and colouring matter.

Settling Tanks :

Secondary and tertiary settling tanks shall be provided with hopper bottoms forstorage of settled sludge. The inlets shall be so oriented vis -à-vis the out fall thatthe flow is uniform and there is no short -circuiting of the flow.

Sludge Concentrator & Trolleys :

Sludge concentrator shall provide for mechanica l dewatering of sludge to producesludge cakes as dry as possible.

Page 134: Plumbing Tender

1342 Nos. epoxy-painted M.S. trolleys each 0.25 m 3 shall be provided for carting awayconcentrated sludge.

Dosing Systems :

Dosing systems shall be provided for poly -electrolite / hypochlorite /alum dosingas required. The doses shall be pumped in controlled quantities into the system.

Piping and Valves :

All interconnecting piping shall be CPVC / HDPE. All flanges shall be slip -ontype with dimensional tolerances as per ANSI B 16.5. A ll valves shall be GateValve or butterfly type as applicable. A by -pass arrangement shall be provided forpumped sewage.

Control Panel :

Control Panel shall be weatherproof fixed on support framework, suitable fordirect-on-line starting of the equipment and shall consist of the following –

a. Hinged front door interlocked with an isolator.

b. Main HRC fuses.

c. Triple pole thermal overload relays having inherent under voltage release.

d. Triple pole block type contactors having inherent under voltage release.

e. Rotary pattern selector switches, allowing for automatic restart in the eventof power failure and manual changeover in the event of failure of dutyequipment.

f. Flow / pressure / level switches to allow for automatic starting and stoppingof the equipment in the event of failure to attain the set duty points.

g. Timer to prevent hunting occurring subsequent to an auto restart.

Biological Treatment Equipment :

The equipment shall be designed for severe corrosion conditions.

Biological media shall promote a high and effective biological growth surface areaand shall be divided into segments as required, and shall have an adequate surfaceloading rate to achieve the specified treatment standards.

Air blowers for extended aeration treatment shall be provided in pairs with 100%standby capacity and sequential automatic change cover of duty and standby units (with manual override).

Page 135: Plumbing Tender

1359. TESTING AND COMMISSIONING :

After assembly in the factory the Plant shall be tested under operating conditions.All electrical equipment shall also be checked under operating conditions.Fabricated sections shall be checked for alignment of bolt -holes and structuraljoints.

After the completion of site installation, dry running trials shall be carried out bythe contractor and the Plant shall then be commissioned after admittingwater/sewage. (In case sewage is not available, commissioning may be done withwater and performance tests may be carried out later on availability of sewage)Once the biological conditions are stabil ised, tests shall be carried out over aperiod of 72 hours to prove the guaranteed performance of the plant. In case thecontractor fails to achieve the guarantee parameters for the Treatment Standards,the Contractor shall make necessary adjustments in t he Plant design, chemicaldosages etc. and repeat the performance tests.

Water required for commissioning the STP shall be supplied by the Contractor athis own cost.

10. OPERATION & MAINTENANCE MANUALS :

After satisfactory commissioning of the plant, the Contractor shall submit 2 CD’sand four sets of as built-drawings and Operation and Maintenance Manuals for theplant complete with flow/wiring diagrams, instrument / equipment set points,startup / shutdown / normal operation instructions and preventive maintenanceschedule.

11. OPERATION AND MAINTENANCE

The contractor shall operate and maintain the Plant for a period of one year afterVirtual Completion of the building or after the actual commissioning of the Plantwhichever is later.

The contractor shall deploy trained operators in shifts round the clock and shallmaintain a log book to evaluate the Plant performance. A senior representative ofthe contractor shall visit the plant at least twice a month to check its performance,running and maintenance and shall interact with the Employer.

The contractor shall attend to routine maintenance of the plant includinglubricating, checking of leakages of lubricants, tensioning of bolts and nuts as wellas replace any defective parts at his own cost. The contractor should submit his charges for Operation & Maintenance for 3 yearsof post defect liability period as a part of tender.

Page 136: Plumbing Tender

136

The contractor shall analyse treated sewage at least twice a month at his own costand shall provide all chemicals such as chl orine/hypochlorite, alum, salt, etc.required for correct dosages, as well as replenish filter media as required.

The Employer shall provide electric power, watch and ward and cleaning of thePlant room.

Page 137: Plumbing Tender

137LIST OF APPROVED MAKES

1. PUMPS - KIRLOSKAR, KSB ,HBD; DARLING,

2. Motors - Siemens; Crompton Greaves

3. Cables - CCI; Finolex

4. G. I. Pipe - Tata ; Zenith

5. Butterfly Valves - Audco / C & R

6. Gate Valve - New / Zaloto / LEADER

7. Pressure switches - Indfoss or approved equivalent

8. Pressure Gauge - Fiebig / H- GURU or approved equivalent

9. Probe Switch - Pen – Rombus or approved equivalent

10. Paints - ICI, Berger or approved equivalent

11. Hypochlorite and - SINTEX or approved equivalentAlum. dosing tanks

12. Dosing Pumps - ASIA LMI or approved equivalent

13. Air Blowers - Kay, Everest, Usha, Kay orequivalent.

Page 138: Plumbing Tender

138

SECTION – 6

CHECKLIST

Page 139: Plumbing Tender

139

Documents – details to be enclosed with the Technical Bid:

Copy of Solvency Certificate issued by the Bank in support of eligibilitycriteria.

Form A – Financial Information

Form B- Details of all works of similar class/ nature completed during the lastseven years ending 31.03.2010.

Form B-1- Additional Information for completed works

Form C- Project under execution or awarded as on 31.03.2010

Performance report for works referred to in Form B & C

Form E – Structure and Organisation

Form E-1- Details of Key Technical and Administrative Personnel employedby the firm/company

Form F - Proforma on ISO certification

Covering Letter

Earnest Money Deposit

.

Page 140: Plumbing Tender

140

FORM - ‘A’

FINANCIAL INFORMATION

I Financial Analysis – Details to be furnished duly supported by figures in BalanceSheet/Profit and Loss Account for the last Five years duly certified by theChartered Accountant, as submitted by the applicant to the Income -TaxDepartment (Copies to be attached).

YEARS-----------------------------------------------------------------

2005-06 2006-07 2007-08 2008-09 2009-10-----------------------------------------------------------------

(iii) Gross Annual turn-over inConstruction Works:

(iv) Profit/Loss

(iii) Financial position:

(a) Cash(b) Current Assets(c) Current Liabilities(d) Working capital (b-c)(e) Current Ratio:

Current Assets/Current Liabilities (b/c)(f) Acid Test Ratio:

Quick Assets/Current Liabilities (a/c)

III. Income Tax clearance Certificate

III. Solvency certificate from Bankers (Schedule Bank ) of Applicant.

IV. Financial arrangements for carrying out the proposed work

SIGNATURE OF APPLICANT(S)

Signature of Charted Accountant with seal

Page 141: Plumbing Tender

141

Rem

ark

s 12

FOR

M’

B’

Nam

e an

dad

dres

s/T

el N

o of

Off

icer

tow

hom

refe

renc

em

ay b

em

ade

11

Liti

gatio

n/A

rbitr

atio

npe

ndin

g / I

npr

ogre

ss w

ithde

tails

** 10

Act

ual

date

of

com

plet

ion

9

Stip

ulat

edD

ate

ofco

mpl

etio

n

8

Dat

e of

com

men

cem

ent a

s pe

rco

ntra

ct

7

Cos

t of

wor

k in

Cro

res

6

Sign

atur

e of

App

lican

t(s)

Scop

e of

wor

k* 5

Agr

eem

ent

No

4

Ow

ner

orsp

onso

ring

orga

niza

tions

3

DE

TA

ILS

OF

AL

L W

OR

KS

OF

SIM

ILA

R C

LA

SS C

OM

PLE

TE

D D

UR

ING

TH

E L

AST

SE

VE

N Y

EA

RS

EN

DIN

G 3

1ST M

arch

201

0.

Nam

e of

wor

k/pr

ojec

t&

loca

tion

2

SL NO 1

* in

dica

te N

umbe

r of

Bas

emen

t and

No

of s

tore

ys in

sup

er s

truc

ture

.

** I

ndic

ate

gros

s am

ount

cla

imed

and

am

ount

aw

arde

d by

the

Arb

itrat

or

Page 142: Plumbing Tender

142FORM- B1

ADDITIONAL INFORMATION FOR COMPLETED WORKS

1. Name of work

2. Location

3. Client’s name and address

4. Consultant’s name and address.

5. Scope of work (No. of Lifts)

a. Number of floors in Basement.

b. Number of floors in Superstructure.

c. Height of the building.

6. Specialized equipment deployed for theproject.

7. Project Management organiza tionstructure.

8. Number of shifts and its duration adoptedin execution.

9. Systems adopted for timely completion ofthe project.

SIGNATURE OF APPLICANT(S)

Page 143: Plumbing Tender

143

FO

RM

C

Rem

arks

( In

dica

tew

heth

er a

ny s

how

caus

e no

tice

issu

ed o

rA

rbitr

atio

n in

itiat

eddu

ring

the

prog

ress

of

wor

k)

11

Nam

e an

dad

dres

s/ T

el N

oof

Off

icer

tow

hom

ref

eren

cem

ay b

e m

ade

10

Slow

prog

ress

, if

any,

and

reas

ons

ther

eof

9

Upt

o da

tepe

rcen

tage

prog

ress

of

wor

k

8

Stip

ulat

ed D

ate

of c

ompl

etio

n

7

Dat

e of

com

men

cem

ent a

s pe

rco

ntra

ct

6

Sign

atur

e of

App

lican

t(s)

Cos

t of

wor

k

5

Agr

eem

ent

No

4

Ow

ner

orsp

onso

ring

orga

niza

tion

s

3

PRO

JEC

TS

UN

DE

R E

XE

CU

TIO

N O

R A

WA

RD

ED

Nam

e of

wor

k/pr

ojec

t &lo

cati

on

2

SL NO 1

Page 144: Plumbing Tender

144

FORM ‘D’

PERFORMANCE REPORT FOR WORKS REFERRED TO IN FORM ‘B’&‘C’

1. Name of the work/Project & Location.

10. Scope of work.a. Number of floors in Basement.

b. Number of floors in Superstructure.

11. Agreement No.

12. Estimated Cost

13. Tendered Cost

14. Value of work done

15. Date of Start

16. Date of completion

a. Stipulated date of completion.

b. Actual date of completion.

17. Amount of compensation levied for delayedCompletion, if any.

18. Performance report based onQuality of Work, Time Management,

and Resourcefulness : Very Good / Good / Fair

DATE

SUPERINTENDINGENGINEER/ CHIEF PROJECT MANAGER

OR EQUIVALENT.

Page 145: Plumbing Tender

145FORM ‘E’

STRUCTURE AND ORGANISATION

8. Name and address of the applicant

9. Telephone No./Fax No/E-Mail address.

10. Legal Status (attach copies of originaldocument defining the legal s tatus)

(a) An Individual

(b) A proprietary Firm

(c) A Firm in partnership

(d) A Limited Company or Corporation.

11. Particulars of registration with variousGovernment bodies (Attach attested photo -copy)

a) Registration Number.

b) Organization / Place of registration

12. Names and Titles of Directors and officers with designation to be concerned withthis work with Designation of individuals authorized to act for the organization.

13. Was the applicant ever required to suspend work for a period of more than sixmonths continuously after you commenced the construction? If so, give the name of the project and give reasons thereof.

14. Has the applicant or any constituent partner in case of partnership firm/company,ever abandoned the awarded work before its completion?If so, give the name of the project and give reasons thereof.

8. Has the applicant or any constituent partner in case of partnership firm/Company,ever been debarred/black listed for tendering in any organization at any time? Ifso, give details:

9. Has the applicant or any constituent partner in case of partnership firm, or anydirectors in case of a Company ever been convicted by a court of law? Or anycriminal proceedings presently pending? If so, give details.

11. Any other information considered nec essary but not included above.

SIGNATURE OF APPLICANT(S)

Page 146: Plumbing Tender

146

FO

RM

E-1

Len

gth

of c

ontin

ious

serv

ice

wit

h em

ploy

er

7

Prof

essi

onal

Exp

erie

nce

6

Qua

lific

atio

n

5

Nam

es

4

Sign

atur

e of

App

lican

t(s)

Tot

al N

umbe

r

3

DE

TA

ILS

OF

KE

Y T

EC

HN

ICA

L A

ND

AD

MIN

IST

RA

TIV

E P

ER

SO

NN

EL

EM

PLO

YE

D B

Y T

HE

FIR

M /

CO

MP

AN

Y

Des

igna

tion

2

SL.

NO 1

Not

e : a

ddit

iona

l inf

orm

atio

n ab

out

Tec

hnic

al p

erso

nnel

, if

any

, m

ay b

e su

bmit

ted

on s

epar

ate

shee

t

Page 147: Plumbing Tender

147FORM F

PROFORMA ON ISO CERTIFICATION

2. Year of Certification

2. Name and Address of Certifying Agency

3. Name of Management Representative

4. Validity of Certificate

Note : Attested copy of certificate (attested by Government Officer or Notary Public) tobe enclosed.

SIGNATURE OF APPLICANT(S)

----------------------------------

Name, Stamp & Signature of the Contractor

Page 148: Plumbing Tender

148COVERING LETTER

The Additional Director,The Institute of Chartered Accountants of IndiaICAI Bhawan,27, Cuffe Parade, Colaba,Mumbai 400 005

Dear Sirs,

SUB: Plumbing, Water Supply, Drainage including STP & Fire Fighting worksfor Proposed Office Building for The Institute of Chartered Accountants of India(ICAI) at Bandra Kurla Complex, Mumbai.

Having examined the plans, specifications, conditions and schedule of quantities prepared byyour Architect, M/S. Pheroze Kudianavala Consultants Engineers Pvt. Ltd., and satisfyingourselves as to the location of the site and working conditions, I/We hereby offer to executethe above works at the respective rates which I/We have quoted for the items in the Scheduleof Quantities.

I/We herewith deposit Rs. ______________/ - (Rupees ________________ only) by BankGuarantee from local Nationalised Bank / Demand Draft drawn in favour of The Institute ofChartered Accountants of India, Mumbai as Earnest Money Deposit for the due execution ofthe works at my/our tendered rates, together with any variations should the work be awardedto me/us.

In the event of this tender being accepted, I/We agree to enter into and execute the necessarycontract required by you. I/We do hereby bind myself/ourselves to forfeit the aforesaidEarnest Money deposit of Rs. 3.00 lacs (Rupees Three Lacs only) in the event of our refusalor delay in signing the Contract Agreement. I/We further agree to complete the work withinthe stipulated time specified in the Appendix to General Conditions of Contract.

I/We agree to keep our tender open for 90 (Ninety) days from the date of opening of EnvelopeNo. 1.

I/We enclose the completed tender documents duly signed under two separate sealedenvelopes and the Earnest Money deposit . Rs.3.00 lacs (Rupees Three Lacs only) by BankDraft/Bank Guarantee No.………… dated………. Issued by ………………………………… .

Thanking you, Yours faithfully,

[To be signed by the Authorised Representative of Tenderer who has the Power to d o so]

Place: Mumbai Witness Signature:

Date : Name:

Address: