176
1 Project : District Hospital, Sector-39, Noida Owner : New Okhla Industrial Development Authority Administrative Building, Sector-6, Noida-201301, U.P Project Management Consultant : U. P. Rajkiya Nirman Nigam Limited (A Govt.of Uttar Pradesh Undertaking) Vishveshraiya Bhawan, VibhutiKhand Gomti Nagar, Lucknow-226010 Architects : Vastunidhi 135, Block B, Sector-44, Noida

Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

  • Upload
    lamcong

  • View
    224

  • Download
    2

Embed Size (px)

Citation preview

Page 1: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

1

Project : District Hospital, Sector-39, Noida Owner : New Okhla Industrial Development Authority Administrative Building, Sector-6, Noida-201301, U.P

Project Management Consultant : U. P. Rajkiya Nirman Nigam Limited (A Govt.of Uttar Pradesh Undertaking)

Vishveshraiya Bhawan, VibhutiKhand Gomti Nagar, Lucknow-226010

Architects : Vastunidhi 135, Block B, Sector-44,

Noida

Page 2: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

2

TENDER DOCUMENT

FOR

CONSTRUCTION

OF

DISTRICT HOSPITAL BUILDING

AT

SECTOR 39, NOIDA (GAUTAMBUDH NAGAR)

UTTAR PRADESH RAJKIYA NIRMAN NIGAM LTD.

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW.

Page 3: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

3

Page 4: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

4

Page 5: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

5

Page 6: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

6

Page 7: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

7

A.INFORMATION & INSTRUCTIONS TO THE BIDDER (I.T.B.) T e c h n i c a l - B i d

1. The application should be type-written. The applicant should sign each page of the application. 2. Over Writing should be avoided. Correction, if any, should be made by neatly crossing out,

initialling, dating & re-writing. 3. The applicant may furnish any Additional information which he thinks fit to be necessary to

establish its capabilities to successfully complete the envisaged work. He is however advised not to furnish superfluous information. No information shall be entertained after submission of Tender document unless it is called for by the employer.

4. Any information furnished by the applicant found to be incorrect either immediately or at a later date, would render him liable to be debarred from tendering/taking up of work in UPRNN Ltd., Lucknow.

5. The tenderer shall submit his tender in Two-Bid System in accordance with the procedures specified in Documents, shall submit in the envelopes of appropriate size, which shall be duly sealed.

6. Conditional tender shall not be considered in any case. 7. Tenders document are to be submitted in two envelopes marked No-1 shall contain the technical

bid and marked No-2 for price bid (Financial bid). 8. Both envelopes 1 & 2 will be kept i n one big envelope with name of work, date of tender detail

of earnest money and full address and contact number of tenderer.

A. SUBMISSION OF TENDER

The Detail of document to be submitted with each envelope is given below: Envelope marked-1 (Technical Bid)

(i- Earnest money of the specified value in the shape of NSC/FDR/CDR/Bank guarantee of Nationalized bank duly pledged in favour of U.P.RajkiyaNirman Nigam Ltd., Delhi.(Appendix – 1)

(ii- Duly filled up Firm’s information appended with the tender. (Appendix – 2) (iii-List of works satisfactorily completed during the last five financial years in Govt./ SemiGovt./Public Sector undertaking along with certificates (Attested copy). (Appendix – 3) (iv- Proof of liquid assets duly certified by banker as per Tender requirement (original or attested copy will be entertained). (Appendix – 4) (v- Income tax Returns filed for the last five years till 31.3.2013 (original or attested

copy)clearly indicating turnover of last five assessment years. (Appendix – 5) (vi- List of tools and plants in format enclosed. Batching plant or Ready Mix Plant for

design mix concrete and quality control lab house to be established at site along with all necessary tools & plants. (Appendix – 6)

(vii- List of technical staff with their qualification professional experience and length of the service with the firm in enclosed format. Graduate Engineers supported by necessary technical supervisory staff shall be engaged as per CPWD norms at site. (Appendix – 7)

(viii- Attested copy of the partnership deed if it is partnership firm and registr ation certificate in case of company, sole proprietorship declaration in case of proprietorship firm. Joint ventures shall not be accepted. (Appendix – 8)

(ix- Resolution/Authority letter in case of company/firm, in favour of the person who

Page 8: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

8

has signed the tender document with telephone no. and complete postal address. (Appendix – 9)

(x Registration with ESIC (Appendix-10) (xi Registration with EPFO (Appendix-11) Envelope No-2 (Price Bid). (a- Price bid duly filled in all respects in the original tender documents. (b- Non-Judicial stamp paper of Rs. 100/- (Rs.One Hundred Only) of UP along with Rs. 1/- revenue stamp.

B. System to open Tenders:

(a) Envelope No-1 containing the Earnest money and pre-qualification document shall be opened first on specified date & time.

(b) Envelope No-2 containing the sealed price bid, of tenders qualified in technical bid, shall be opened on date intimated with two days notice. The quoted rates of various tenders will be read out. Tenderer, desirous to be present, shall be allowed at the time of opening of price bid.

C. BID PRICES

(i) The Contract shall be for the Whole Works, based on the priced Bill of Quantities submitted

by the Bidder. (ii) The Bidder shall adopt the Percentage Rate Method only. The same option is allowed to all

the Bidders. Percentage Rate Method requires the bidder to quote a percentage above/below at par of the schedule of rates.

1. SCOPE OF WORK

The project involves construction of District Hospital Building at Sector 39, Noida & its allied buildings/works as per B.O.Q and design provided by the Noida Authority.

(a) Construction work of building with specifications laid under CPWD/BOQ provided by Noida Authority including all material and labour required, also including the cost of lift elevator for carrying material/labour including all taxes & cess etc.

2. ELIGIBILITY (a) Earnest money of the value of Rs223.84 lacs in the shape of NSC/FDR/CDR of Nationalized/Scheduled bank duly pledged in favour of U.P. RajkiyaNirman Nigam Ltd., Delhi Or Rs20 lacs in the shape of Demand draft and rest amount in shape of Bank Guarantee of a Nationalized/Scheduled Bank should be enclosed with the tender.

(b) Bidder should have experience in the field of construction of similar projects ,like health care,hospital,institutional buildings for Govt./P.S.U.’s. Bidders stationed outside NCR shall have to establish an office in Noida(U.P.) with the requisite technical and supervisory staff stationed.

The Contractor who fulfil the following requirement shall be eligible to apply. Joint ventures are not accepted. Should have successful experience in completing/ongoing contract of infrastructure project of Civil works/Multi storied residential buildings/Hospital buildings/ Hostel building with RCC framed structure works during the last seven years ending 31st March 2013, as a prime contractor satisfying either of the following.

Page 9: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

9

(c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal contractor , costing not less than 80% of tendered amount.

Or Two similar projects (Multi-Storied Building on RCC Framed structure) each costing not less than 60% of tendered amount.

Or Three projects of similar nature (Multi-Storied Building on RCC Framed structure) each costing not less than 40% of tendered amount. Similar project work shall mean completed multi-storied buildings, healthcare ,hospital, institutional building, Infrastructure project including RCC framed structure building, sanitary and fire fighting etc. The intending bidder shall submit certificate of the performance of the work executed/ executing by them indicating their in the scope and cost of works. Works executed should be furnished in form of Appendix-3 appended with the tender documents. Preference shall be given to the firms who have done similar works in Hospital/Medical College/Hotel building/Multi-storied residential complex/any other project of repute either for government or PSUs. 3. Experience certificate issued by the private firms and private builders shall not be entertained. 4. The value of Executing/Executed works shall be brought to current costing level by enhancing the actual value to work at simple rate of 7% per annum; calculated from the date of completion to last date of receipt of applications for tenders.

(a) The average annual financial turnover should be equal to or more than 50% of the tendered cost for which bid has been invited, during last five years.

(b) The firm should have positive PAT (Profit after Tax) in last three years. (c) All the above parameters have to be supported with the audited balance sheet certified by

CA for last five years. (d) The applicants not fulfilling the above conditions shall summarily be rejected and shall not

be considered for any further evaluation. (e) Bidders who meet the minimum qualification criteria will be qualified only if their available

bid capacity for construction work is equal to or more than 50% of the total bid value. The available bid capacity will be calculate as under: Assesses Available bid capacity= (A*N*M-B)

Where A= Maximum value of civil engineering works executed in any one year during the last five years into taking account the completed as well as works in progress. N= Number of years prescribed for completion of the works for which bids are invited(period up to 6 months to be taken as half-year and more than 6 months as one year. M= is taken as 2.5 B= Value, at the current price level, of existing commitments and on-going works to be completed during the period of completion of the works for which bids are invited. Note:- The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Engineer-in-charge, not below the rank of an Executive Engineer or equivalent.

5. Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have:

Page 10: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

10

a) Made misleading or false representations in the forms, statements, affidavits and attachments submitted in proof of the qualification requirements; and/or b) Record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc. c) Participated in the previous bidding for the same work and had quoted unreasonably high or low bid prices and could not furnish rational justification for it to the Employer.

6. One Bid per Bidder

Each Bidder shall submit only one Bid. A Bidder who submits more than one Bid will cause the proposals with the Bidder’s participation to be disqualified.

7. Pre Bid Meeting:- Pre-bid meeting is to be held on 10.02.2014, the bidder or his authorized representative is invited to attend it, its date, time and venue (address) are given in tender notice. The purpose of meeting will be to clarify issues. The Bidder is required to submit any question in writing so as to reach the Employer not later than three days before meeting. Non-attendance at Pre-bid meeting will not be a cause for disqualification for a bidder. 8. GENERAL CONDITIONS OF WORK

All the work shall be carried out as per detailed C.P.W.D. specifications & BOQ provided by

Noida Authority latest circulars and instructions issued time to time as per instructions of Engineer-In-charge and other inspecting officers.

9. EXTENT OF CONTRACT

The contract comprises construction and completion of the specified job and the provisions of all labour, materials, T & P etc. and transport, temporary works etc. Whether the temporary or permanent in nature required for the construction, completion and maintenance of the works.

10. INSPECTIONS OF THE SITE

The bidder (s) must inspect and examine the site of work and its surroundings and satisfy himself/themselves before submitting his/their tender. He/They has/have to make sure of the positions of queries and availability of require material from query mentioned in the specifications, topography of the site availability of labour and material and other amenities before tendering. No claim for additional work or extra work due to any of the above will be allowed. 11. ENTRIES IN TENDER

All entries by the bidder should be in one ink and one hand/on prescribed bill of quantity only. Erasers and overwriting are not permissible. All corrections should be neatly written and signed by the bidder. Rate should be written in figures as well as in words. In case there is any variation, lower rate shall be treated as Tender rate.

12. CONDITIONAL/ INCOMPLETE TENDER

Page 11: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

11

Conditional, incomplete, unsigned tenders will not be considered. Only those bidders who supply necessary proof/documents of possession of the required equipments in their bids should be considered as responsive for further evaluation. 13. JOINT VENTURES:-Bids for Joint Ventures are not allowed. 14. DEADLINE FOR SUBMISSION OF BIDS

a. Complete bids (including technical and financial) must be received by Employer at address specified in the Tender Notice, not later than the date and time indicated in tender notice. In the event of specified date for submission of bids being declared a holiday for Employer the bid will be received up to the specified time on next working date. b. The Employer may extend the deadline for submission of bid by issuing an amendment/addendum on UPRNN website only.

15. BID OPENING AND EVALUATION Bid Opening

a) The Employer will open the bids received (accept those received late) in the presence of the Bidder/Bidders representative who choose to attend at the time date and place specified in the tender notice. In the event of the specified date for the submission of bids being declared holiday for the Employer, the Bids will be opened at the appointed time and location on the next working day.

b) The envelope containing the Technical bid shall be opened. The envelope marked “Cost of Bidding Document downloaded from the Internet” will be opened first and if the cost of bidding documents is not there or incomplete the remaining bid documents will not be opened, and bid will be rejected.

c) In all other cases, the amount of Earnest Money, forms and validity shall be announced. Thereafter, the bidder’s name and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening.

d) Evaluation of the Technical bids with respect to bid earnest money deposit, qualification information and other information furnished in part-1 of the bid in pursuant to eligibility clause as stated above shall be taken up and completed within 10 working days of the date of bid opening, and a list will be drawn up of the responsive bids whose financial bids are eligible for consideration.

e) U.P.R.N.N. shall open the financial bid/inform the bidders by Speed post/FAX/E-mail, whose technical bids are found responsive, date, time and place of opening as stated in the tender notice. In the event of the specified date being declared a holiday for the Employer, the bids will be opened at the appointed time and location on the next working day through they or their representatives, may attend the meeting of opening of financial bids.

f) At the time of opening of the financial bid the names of the bidders whose bids were found responsive in accordance with clause-C (1-10) of this bid document, will be announced. The financial bids of only those bidders will be opened. The remaining bids will be returned unopened to the bidders. The responsive bidders names, the bid prices, the total amount of each bid and such other details as the Employer may consider appropriate will be announced by the

Page 12: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

12

Employer at the time of bid opening. Any bid price which is not read out and recorded will not be taken into account in bid evaluation.

g) U.P.R.N.N. shall prepare the minutes of the opening of the financial bids.

h) Information relating i.e. the examination, clarification, evaluation and comparison of bids and recommendations for the award of the contract shall not be disclosed to bidders or any other persons not officially concerned with such process until the award to the successful bidder has been announced. Any attempt by a bidder to influence the employees processing of bids or award decisions may result in the rejection of his bid.

16. Clarification of bids and contacting the Employer.

i) No Bidder shall contact the Employer on any matter relating to its bid from the time of the bid opening to the time the contract awarded.

ii) Any attempt by the bidder to influence the Employer’s bid evaluation, bid comparison or

contract award decision may result in the rejection of his bid.

17. During the detailed evaluation of “Technical bids”, the Employer will determine whether each Bid (a) meets the eligibility criteria defined in clause c (b) has been properly signed, (c) is accompanied by the required securities, and (d) is substantially responsive to the requirements of the bidding documents. During the detailed evaluation of the “Financial Bids”, the responsiveness of the bids will be further determined with respect to the remaining bid conditions, i.e., priced bid of quantities, technical specifications and drawings. 18. Substantially responsive “Financial Bid” is one that confirms to all the terms conditions and specifications of the bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the works, (b) which limits in any substantial way, in consistent with the bidding documents, the Employers rights or the Bidder’s obligation under the contract, or (c) whose rectification would affect unfairly the competitive position of the bidder’s representing substantially responsive bids. 19. If a “Financial Bid” is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the non- confirming deviation or reservation. 20. ADDRESS OF CONTRACTOR The contractor shall give his full permanent postal address. The postal receipt of the letters sent to him on this address shall be considered sufficient proof that they have been delivered to him. 21. ACCEPTANCE OF TENDER Subject to conditions of bid document, the Employer will award the Contract to the bidder whose Bid has been determined:

(i) To be substantially responsive to the bidding documents and who has offered the lowest evaluated Bid price, provided that such Bidder has been determined to be (a) eligible and (b) qualified in accordance with the provisions of bid document.

Page 13: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

13

(ii) To be within the available bid capacity adjusted to account for his bid price which is

evaluated the lowest in any of the packages opened earlier than the one under consideration.

The department shall have the right to accept or reject any or all the tenders or part thereof, to divide the work in parts without assigning any reason to contractor and no claim whatsoever shall be entertained on this account.

22. AWARD OF CONTRACT

The bidder whose Bid has been accepted will be notified of the award by the department prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter called the “Letter of Acceptance”) will state the sum that the Employer will pay to the contractor in consideration of the execution, completion by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Price”).

The notification of award will constitute the formation of the Contract, subject only to the furnishing of a performance security in accordance with the provisions of Security money/E.M.D.

23. SECURITY MONEY

Within 10 (ten) days after receipt of the Letter of Acceptance, the successful Bidder ,for imbalanced bids (below approved estimated bill of quantity),shall deliver to the department a Performance Security @ 0.5% (pointfive percent) for every one percent upto 10% below (B.O.Q) and for bids below more than 10% an additional 1% performance security of Contract Price, for the period of contract /the time for completion of works . Additional security money of the value of 5% as security for defect liability period of contract/ the date of completion shall be deducted from running bills @ 5%. However no deduction shall be made from running bills if the contractor furnishes security money separately for defect liability period.

The security shall be either in the form of Bank Guarantee or fixed deposit Receipts, pledged in

favour of U.P.RajkiyaNirman Nigam Ltd., Delhi from a Nationalized Bank. Failure of the successful Bidder to comply with the requirements security money shall

constitutes sufficient grounds for cancellation of the award and forfeiture of the Earnest Money. He also be debarred from participating future bids under U.P.RajkiyaNirman Nigam Ltd., VibhutiKhand, Gomti Nagar, Lucknow. 24. EXECUTION OF AGREEMENT Successful bidder shall have to execute an agreement on stamp paper of value as applicable, through its authorized representative within a week from date of receipt of acceptance letter/ work order. The Agreement will incorporate all agreements between the Employer and the successful Bidder after the performance security is furnished. Required stamp duty for the contract deed will be borne by the contractor.

Page 14: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

14

25. MOBILIZATION ADVANCE/ADVANCE PAYMENT

(i) The Employer will make the following advance payment to the contractor against provision of the Contract on submission of an Unconditional/Irrevocable Bank Guarantee in prescribed format (as per Appendix-14) by a Nationalized Bank acceptable to the Employer for an amount of 112% of the advance payment:

a. Mobilization advance up to 10 percent of the contract price will be paid. Intrest of 12%P.A.will be charged. The guarantee shall remain effective until the advance payment has been repaid in full, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.

(ii) The advance payment shall be repaid by deducting proportionate amounts otherwise due to the Contractor for the construction work, following the schedule of completed percentage of the work on payment basis. No account shall be taken of the advance payment or the repayment in assessing valuation of work done. Variations. Price adjustments, Compensation events or liquidated damages.

26. RUNNING PAYMENTS

Contractor shall be entitled for payment running bills on monthly basis or a lesser period, if required, but not less than 2.5% of value of contract. The contractor shall submitted monthly running bills to UPRNN for the work completed by him during the month. The engineer in charge UPRNN/Noida shall check the bill and payment shall be made within 21 days of submission of bill.

27. TIME OF COMPLETION

The entire works to be completed within specified time of 36 months from the date of issue of Letter of Intent including rainy season.

28. VARIATIONS

(a) The Engineer shall, having regard to the scope of the Works and the sanctioned estimated cost, have power to order, in writing, Variations within the scope of the Works he considers necessary or advisable during the progress of the Works. Such Variations shall form part of the Contract and Contractor shall carry them out and include them in updated Programmes produced by the Contractor. Oral orders of the Engineer for various Variations, unless followed by the written confirmation, shall not be taken into account.

(b) If rates for variation items are specified in Bill of Quantity, the Contractor shall carry out such

work at the same rate. This shall apply for variation only up to the limit prescribed in the contract data. If the variation exceeds this limit, the rates shall be derived under the provision of clause- c for quantities (higher or lower) exceeding the deviation limit.

(c) If the rates for Variation are not specified in the Bill of Quantities, the Engineer shall derive the rate from similar items in the Bill of Quantities.

(d) If the rate for Variation item cannot be determined in the manner specified in Clause a orb, the Contractor shall, within 14 days of the issue of order of variation work, inform the Engineer the rate which he proposes to claim, supported by analysis of the rates. The Engineer shall assess the quotation and determine the rate based on prevailing market rates within one month of the

Page 15: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

15

submission of the claim by the Contractor. As far as possible, the rate analysis shall be based on the standard data book and the current schedule of the rates of the district public work division. The decision of the Engineer on the rate so determined shall be final and binding on the Contractor.

29. PROGRAMME AND RETURNS TO BE FURNISHED

As soon as practicable, but not later than 7 days after the acceptance of his tender, the contractor shall submit to the Engineer-In-charge for his approval, a time schedule, to carry out works and methodology of carrying out work. The contractor shall whenever required by the Engineer-in-charge, furnish for his information arrangements for carrying out the work. The submission to and approval by Engineer-in-charge of such program or furnishing of such particulars shall not relieve the contractor of any of his duties or responsibilities under the contracts. In addition, the contractor shall have to furnish returns of work done by him, as may be directed by the Engineer-in-charge from time to time.

30. EMPLOYMENT OF LABOUR

The contractor shall submit a daily report to the Engineer-in-charge regarding the total labour employed by him for the work and shall be bound to pay wages which shall not less than the wages fixed under Minimum Wages Act, and shall abide all prevailing labour lows for which on Indemnity bond on prescribed format shall have to be submitted by the contractor. “Appendix-10”. The contractor will provide C.A.R. policy for labour and other provisions from reputed Insurance company.

31. LINE AND LEVELS

The contractor shall be solely responsible for setting out the works and for the correctness of the position, levels, dimensions and alignment according to the specification and shall provide all necessary assistance, instruments, pegs, sticks, poles and other materials, required for the purpose. The tender rates shall be deemed to include all this. 32. EXECUTION OF WORK

The contractor shall have to execute various items of works strictly according to the order and

time schedule approved by the Engineer-in-charge UPRNN/NOIDA. Materials will also be tested as per required frequency of tests.

33. TECHNICAL STAFF AT SITE OF WORK

The contractor shall have to employ full time technical staff and other supporting staff as per CPWD norms for supervision of the work of each construction site. Name of the technical staff employed by the contractor shall be intimated in writing to the Engineer-in-charge. Any change of technical staff during the execution of work should be intimated immediately in writing to the Engineer-in-charge. 34. SITE OFFICE

The contractor shall establish and maintain a site office under his authorized Representative/technical staff. All relevant documents shall be kept in the site office. Furnished office for the Staff of UPRNN shall also be provided by the contractor at his own cost.

Page 16: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

16

35. SITE ORDER BOOK A site order book shall be maintained at the site of work in which instructions shall be given to the contractor as and when necessary. These instructions/orders, shall have to be signed and complied by the Contractor or his authorized representative. The entries in ‘Site Order Book’ shall be treated as proper notice serving upon the contractor in terms of his Contract. 36. LIGHTING ARRANGEMENT

The contractor will obtain electric connection in his name at his own cost. The contractor shall make his own arrangement for lights during the fag end of the day in case the work is likely to be delayed due to unavoidable circumstances. No claim for electric charges shall be entertained by UPRNN.

37. SAMPLES

Contractor shall establish laboratory with sufficient arrangement of testing facilities, appliances and laboratory technicians etc. at the site and shall always co-operate in procurement of samples, conduction of tests, as may be directed and no extra payment shall be made for them. Test samples shall be taken carefully in accordance with the I.S.I. method of sampling, no plea shall be entertained on this account. Job Mix Formula for Concrete shall be designed from any reputed authority by the contractor on his cost. All works executed by the contractor should be checked by the Third Party assurance agency i.e. CBRI/IIT/Reputed Engineering college or other reputed agencies at the cost of contractors.

38. TESTING OF MATERIALS

All materials and workmanship shall be of the respective kind described in the contract and in the accordance with Engineer-in-charge instructions and shall be subjected from time to time to the testes mentioned under specifications. The contractor shall provide such assistance, labour and materials as are normally required for examining measuring and testing of the works quantity weight or quality of materials used and shall supply materials, sufficiently in advance for testing as mentioned under specifications. The materials used subsequently for execution of the work shall strictly conform to the quality and sample approved. Necessary test for which facilities are not available locally or at site shall be conducted in the nearest available government controlled Laboratories/Research Institutes or any other reputed technical institution. Cost of such testing and forwarding of sample to the laboratory etc. shall be borne by the contractor and nothing extra shall be paid on this account. Regular quality control test registers shall be maintained by the contractor. 39.THIRD PARTY QUALITY ASSURANCE.

Third party quality assurance may be ensured with respect to quality of the work by the Reputed EngineeringCollege/IIT, and PSUs,architect/consultant,as appointed by NOIDA. 40. ROYALTIES AND TAXES ETC.

The contractor shall pay all royalties, license fee, labour cess and other charge at query, octroi duties, custom duties, toll taxes, trade tax, service charge and any other local taxes as may be levied. No passes for octroi or toll levied by local bodies on toll bridges shall be issued by the department. Rate shall inclusive of the same. Nothing extra shall be paid due to fluctuations in the cost of materials, machines bitumen, labour and all types of taxes etc.

Page 17: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

17

41. COMPLIANCE WITH LOCAL BYE LAWS/Labour Laws

The contractor shall throughout the continuance of the contract and in respect of all matters arising out of performance their off, confirm with all required regulating and byelaws of the local or other authorities which may be applicable to the works.

42. ROAD TRANSPORT

The contractor employing motor vehicles for transport of material shall abide by provisions of the Motor Vehicles Act.

43. SAFETY CODE

The contractor must ensure to arrange rigid scaffolding or staging, working platforms, gangways and stairway with safe means of excess shall provide to all working places including Hoisting Machines with proper attachments and regular maintenance with all other safety measures.

All necessary personal safety equipments as considered adequate by the Engineer should be kept available for the use of the person employed on the site and maintained in a condition suitable for immediate use, and the contractor should take adequate steps to insure proper use of equipments for those concerns. 44. FIRST AID

At every work place there shall be maintained, in readily accessible place, first aid appliance including an adequate supply of sterilized dressings and sterilized cotton wool.

The appliance shall be kept in good order and in large work place they shall be readily available during working hours.

45. DAMAGES BY RAINS, ACCIDENTS OR NATURAL CALAMITIES

No payment will be made to the contractor for damage caused by rains, accidents or other natural calamities during the progress of work. No claim what so ever shall be entertained on this account.

The contractor shall be responsible for all injury to the work or workmen to persons orthings and

for all damages to the structure.

The contractor shall reinstate all damage of every sort mentioned in this clause, so as to deliver the whole of the contract works complete and perfect in every respect and so as to make good or otherwise satisfy all claims for damages to the property or third parties. The contractor shall effect the insurance necessary and indemnify the Employer entirely from all responsibilities in this respect. The insurance must be placed with a company of repute with scope of insurance to include all damages or loss. [

46. DEFAULT OF CONTRACTOR IN COMPLIANCE

Constant defiance of the instructions of the Engineer-in–charge on the part of the contractor or his authorized agent will make the contract liable to be terminated.

47. TERMINATION

Page 18: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

18

1) The Employer may terminate the Contract if the Contractor causes a fundamental breach of

the Contract. 2) Fundamental breaches of Contract shall include, but shall not be limited to, the following: a) the contractor stops work for 28 days when no stoppage of work is shown on the current Programme and the stoppage has not been authorized by the Engineer; b) the Contractor is declared as bankrupt or goes into liquidation other than for approved reconstruction or amalgamation.

48. CLEARANCE OF SITE ON COMPLETION

The contractor shall at all times keep the premises free from accumulated materials or rubbish

caused by his employees on the works and on completion of the work, he shall clear away and remove from site all surplus materials, rubbish and temporary work of any kind and fill up borrow pits dug by him. He shall leave whole of the site and work clean and in a workmanlike condition to the entire satisfaction of the Engineer-in-charge. 49. ARBITRATION DISPUTE REDRESSAL COMMITTEE: All disputes or differences of any kind what so ever which shall at any time rise between the parties shall after written notice by either party to the contract to the other of them and to the U.P.R.N.N. herein after mentioned be referred for adjudication to a sole arbitrator to the appointed as herein after provided. For the purpose of appointing the sole arbitrator referred to above, the employer will send within 30 days of receipt of the notice, to the contractor a panel of three names of persons who shall be presently unconnected with the organization for which the work is executed. The contractor shall on receipt of the names as aforesaid; select any one of the persons named to the appointed, as a sole arbitrator and communicate his name to the employer within 30 days of receipt of the name. The employer shall their upon without any delay appoint the set person Sole Arbitrator. If the contractor fails to communicate such selection as provided above within the period specified, the competent authority shall make the selection and appoint the selected person as the Sole Arbitrator. The award of the arbitrator shall be final and binding on both the parties. The fees and other costs, if any, of the arbitrator shall, if required to be paid before the award is made and published, be paid half and half by each of the parties. If any dispute arises between parties to the Contract it shall be under the jurisdiction of Civil Court at Gautam Budh Nagar (Procedure for resolution of dispute exist in general conditions of contract clause 25.1 to 25.7). 50. DEFECTS AFTER COMPLETION The contractor shall make good at his own cost and to the satisfaction of the employer all defects, shrinkage, settlements or other faults which may appear within 12 months after completion of the work. 51. ESCALATION Escalation shall be payable as per CPWD 10 CC

Page 19: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

19

52. Milestones to be achieved during the contract period

a) 1/8th of the value of entire contract work up to ¼ thof the period allowed for completion of construction. b) 3/8th of the value of entire contract work up to ½ of the period allowed for completion of construction. c) 3/4th of the value of entire contract work up to ¾ thof the period allowed for completion of construction.

53. LIQUIDATED DAMAGES Amount of liquidated damages for For whole of work 1 percent of the Initial delay in completion of works Contract Price, rounded of to the nearest thousand, per week. Maximum limit of liquidated damages 10 percent of the Initial Contract Price for delay in completion of work. rounded off to the nearest thousand.

Page 20: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

20

PROFORMA’S

FOR

TECHNICAL BID

Page 21: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

21

ANNEXURE-1 Name of Contractor :

Available Bid Capacity =( A x N x M) – B

Where A = Maximum value of civil engineering. Works executed in any one year during last five years. N = No. of years prescribed for completion of works for which is invited. M = 2.5

B = Value of current price level of existing commitment and on going works to be completed.

Signature of Bidder

Page 22: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

22

Appendix – 1

I . Details of Earnest money Enclosed (Duly Pledged in favour of U.P.RajkiyaNirman Nigam Ltd, Delhi)

1. FDR/NSC/CDR/ No……. Date: Name of Issuing Post Office/Bank 2. Bank Guarantee Amount Bank Guarantee no. Name and Address of Issuing Branch and Date

Signature of Bidder

Page 23: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

23

Appendix - 2

General Information 1) Name of the firm 2) Address 3) Contact Person

Phone Fax E-mail Cell Phone

4) Place and year of incorporation of the firm 5) Registration No. (copy to be enclosed) 6) Details of registration (State PWD/CPWD/MES)

a) Class b) State c) Date of Registration d) Validity

7) Constitution of the firm (Pvt. Ltd., Public, Proprietary etc.) 8) Name and qualification of the Chief Executive of the firm. Organization Structure of the Firm Technical Chief of the Organization a. Name b. Designation c. Address d. Telephone Fax E-mail Mobile e. Qualification f. Experience in years as well as projects (attached C.V) g. Age

Signature of Bidder

Page 24: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

24

i. Appendix - 3

Details of Projects completing /completed 1) Details of executed/executing projects in one or multiple bonds within an outlay or more than 80% Tendered cost in one project. (i- in last seven years (2006-07 to 2012-13) (Furnish in Annexure I) (Performance certificates must be enclosed) Project

/ Work

Name

Name

of the

Client,

Place

and

State

Value of

Contractsin the

project

(Rs. In

lacs)

Stipulated

time of

completion

Date

of

Start

Date of

Completion

Value of

Works

Remaining

to be

completed

Anticipated

time of

completion

Performance Report • Quality of work : Very good/Good/Fair /Poor • Financial soundness : Very good/Good/Fair /Poor • Technical Proficiency : Very good/Good/Fair /Poor • Resourcefulness : Very good/Good/Fair /Poor • General Behaviour : Very good/Good/Fair /Poor

Attach at least 10 photographs of the present status of the project. 2) 1) Details of executed/executing projects in one or multiple bonds in one project (i-in last seven years (2006-07 to 2012-13) (Furnish in Annexure I) (Performance certificates must be enclosed)

(i- 60% of Tendered cost (ii- 40% of Tendered cost

Page 25: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

25

Project

/ Work

Name

Name

of the

Client,

Place

and

State

Value of

Contracts

(Rs. In

lacs)

Stipulated

time of

completion

Date

of

Start

Date of

Completion

Value of

Works

Remaining

to be

completed

Anticipated

time of

completion

Attach at least 10 photographs of the present status of the projects. Performance Report

• Quality of work : Very good/Good/Fair /Poor • Financial soundness : Very good/Good/Fair /Poor • Technical Proficiency : Very good/Good/Fair /Poor • Resourcefulness : Very good/Good/Fair /Poor • General Behaviour : Very good/Good/Fair /Poor

Signature of Bidder

Page 26: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

26

Appendix – 4

Format for availability of Credit Facilities BANK CERTIFICATE

This is to certify that M/S ………………………………………………………………………………………………. is a reputed Company with a good financial Standing. If the contract for the work namely…………………………….. ………………………………….overdraft/Credit facilities to the extent of Rs …………………………………………………. to meet their working capital requirements for executing - - - - - the above Contract. Sign of Bank Manager

Name………………………………………. Address of the Bank Stamp

Note:- Certificate should be on the letter head of the Bank.

Page 27: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

27

Appendix – 5

Financial Information 1) Turnover for the last seven years (Civil Engineering Works) Sl. No.

Year Turnover (Rs. In lacs) Remarks

1 2006-07

2 2007-08

3 2008-09

4 2009-10

5 2010-11

6 2011-12

7 2012-13

Enclose certificate from the concerned Officer not below the rank of Chief Account Officer/Finance controller in the case of Govt. or from Chartered Accountant in the case of Private Organizations. 2) Permanent Account Number (IT) 3) Service Tax registration number 4) Income Tax returns filed upto 31.3.2013. (Enclose copies for the last five years) 5) VAT Registration No.(Commercial Tax) 6) Labour Cess/Labour Licence. 7) Provident Fund Registration. 8) ESIC Registration No. 9) Name of Your Bankers.

Signature of Bidder

Page 28: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

28

ppendix – 6

Details of Machinery and Equipment owned Name of

Equipment

Nos. Capacity/Size Age/

Condition

Owned/Leased

or to be

Purchased (with proof of ownership)

Signature of Bidder

Page 29: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

29

Appendix- 7

Details of Important Technical Personnel to be provided as in II above

Qualification of technical personnel proposed for the Contract. Position Name Qualification Years of experience

Road

Works

Building

Works

Other

Signature of Bidder

Page 30: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

30

Appendix- 8

Attested copy of the partnership deed if it is partnership firm and registration certificate in case of company, sole proprietorship declaration in case of proprietorship firm. Joint ventures shall not be accepted.

SIGNATURE OF BIDDER

Page 31: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

31

Appendix- 9

Resolution/Authority letter, in case of company/firm, in favour of the person who has signed the tender document with telephone no. and complete postal address.

SIGNATURE OF BIDDER

Page 32: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

32

Appendix-10

Registration with ESIC

1- Name of Firm:-

2- Address:-

3- Registration No.:-

4- Date of Registration:-

5- Registration valid upto:-

6- Certified copy to be enclosed:-

SIGNATURE OF BIDDER

Page 33: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

33

Appendix-11

Registration with EPFO

1- Name of Firm:-

2- Address:-

3- Registration No.:-

4- Date of Registration:-

5- Registration valid upto:-

6- Certified copy to be enclosed:-

7-

SIGNATURE OF BIDDER

Page 34: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

34

Appendix-12

OFFICE OF THE PROJECT MANAGER

…………………………………………….Unit, District………………………………………..

No……………………………….. Dated……………………………

LETTER OF ACCEPTANCE To, M/s………………………………………….. ………………………………………………… ………………………………………………… This is to notify you that on behalf of the Employers the Project Manager…………………………. ………………….Unit, U.P.R.N.N Ltd…………………….has accepted your bid dated……………………………for Execution of the District………………………….for the Contract Price of Rs……………………………………….. (Rs. …………………………………………………………………….only) is hereby accepted by our Agency.

You are hereby requested to furnish Performance Security, in the form detailed in Cl. 23 of ITB for an amount of Rs. ……………………..(Rs. …………………………………………………………………………..) Within 10 days of the receipt of this letter of acceptance valid up to 45 days from the date of expiry of Defects Liability Period (i.e. up to …………………………………..) and sign the contract, failing which action as stated in Cl. 23 of ITB will be taken.

For & on Behalf of New Okhla Industrial Development Authority

Consultant UPRNN Ltd. Greater Noida Unit, Noida

No. & Dated as above Copy of G.M. …………………………………………………………………….for information and necessary action.

For & on Behalf of New Okhla Industrial Development Authority

Consultant UPRNN Ltd.

Page 35: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

35

Appendix-13

OFFICE OF THE PROJECT MANAGER

……………………….Unit, District…………………………

Issue of Notice to proceed with the work

Letter No. ………………………… Dated…………………………… To, ……………………………………………….. ………………………………………………… ………………………………………………… Dear Sir,

Pursuant to your furnishing the requisite performance security as stipulated in ITB Clause and signing of the contract for the construction of …………………………………………………… For Distt. …………………………………………………………………..you are hereby instructed to proceed with The execution of the said work in accordance with the Contract documents.

For & on Behalf of New Okhla Industrial Development Authority

Consultant UPRNN Ltd.

Page 36: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

36

APPENDEX-14

PROFORMA OF BANK GUARANTEE FOR MOBILIZATION ADVANCE

PROJECT MANAGER BANK GUARANTEE NO.----------------------------- U.P. RAJKIYA NIRMAN NIGAM LTD. DATE OF ISSUE ----------------------------------------

DATE OF EXPIRY ------------------------------------- AMOUNT RS. -------------------------------------------

1- Inconsideration of the Project Manager/Unit Incharge, U.P. Rajkiya Nirman Nigam Ltd. (hereinafter called the U.P.R.N.N.

Ltd., which expression shall unless repugnant to the subject or context include his successor and assigns) having agreed under

the terms and conditions of contract -------------------------------- made between M/s ---------------------------------------------------

---- and the U.P.R.N.N. Ltd. in connection with construction of District Hospital, Sector-39, Noida (Package- ------------),

(Hereinafter called the said contract) to make at the request of the contractor a mobilization advance of Rs. ----------------- lacs

(Rupees ----------------------------------------------------------- only) for utilizing it for the purpose of the contract on his

furnishing a guarantee acceptable to the U.P.R.N.N. Ltd. We the ------------------------------------------------------ (hereinafter

referred to the said bank) do hereby guarantee the due recovery be the U.P.R.N.N. Ltd. of the said advance as provided

according to the terms conditions of the contract. We, ------------------------------------------------- do hereby undertake to pay

the amount due and payable under this guarantee without any demur. Merely on a demand from the U.P.R.N.N. Ltd. stating

that the amount claimed is due to the U.P.R.N.N. Ltd. under the said agreement. Any such demand made on the bank shall be

conclusive as regards the amount due and payable by the bank under this guarantee and ---------------------------------------------

------- agree that the liability of the bank to pay the U.P.R.N.N. Ltd. the amount so demanded shall be absolute and

unconditional notwithstanding any dispute or disputes raised by the contractor and notwithstanding any legal proceeding

pending in any court or tribunal relating thereto. However, our liability under this guarantee shall be restricted to an amount

not exceeding Rs. --------------------------------------------------- ( Rupees ------------------------------------------------------------------

---------- only)

2- We -------------------------------------------------------------- bank further agree that the U.P.R.N.N. Ltd. shall be the sole judge of

and as to whether the amount claimed has fallen due to the U.P.R.N.N. Ltd. under the under the said agreement or whether

the said contractor has not utilized the said advance or any part therefore the purpose of the contract and the extent of loss or

damage caused to or suffered by the U.P.R.N.N. Ltd. account of the said advance together with interest in being recovered in

full and the decision of the U.P.R.N.N. Ltd. that the amount has fallen due for contractor or the said contractor has not

utilized said advance or any part thereto for the purpose of contract and as the amount or amounts of loss or damage caused to

or suffered by the U.P.R.N.N. Ltd. shall be final and binding on us.

3- We, the said bank, further agree that the guarantee herein contained shall remain in full force and effect till the said advance

has been fully recovered and its claims satisfied or discharged and till U.P.R.N.N. Ltd. certify that the said advance has been

fully recovered from the said contractor and accordingly discharges this guarantee subject, however, that the U.P.R.N.N. Ltd.

shall have no claims under this guarantee after the said advance has been fully recovered, unless a notice of the claims under

this guarantee has been served on the bank before the expiry of the said bank guarantee in which case the same shall be

enforceable against the bank.

4- U.P.R.N.N. Ltd. shall have the fullest liberty without affecting in any way the liability of the bank under this guarantee or

indemnify for time to time to very any of the terms and conditions of the said contractor the advance or the extend time of

performance by the said contractor or to postpone for any time and form time to time of the powers exercisable by it against

the said contractor and either to enforce or forbear from enforcing any of terms and conditions governing the said contract or

the advance or securities available to the U.P.R.N.N. Ltd. and the said bank shall not be released from its liability under these

presents by any exercise by U.P.R.N.N. Ltd. of the liberty with reference to the matters aforesaid or by reason of time being

given to the said contractor or any other forbearance, act or omission on the part of the U.P.R.N.N. Ltd. or any indulgence by

Page 37: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

37

the U.P.R.N.N. Ltd. to the said contractor or of any other matter or thing whatsoever which under the law relating to sureties

would but for this provision have the effect of so releasing the bank from its such liability.

5- It shall not be necessary for U.P.R.N.N. Ltd. to proceed against the contractor before proceeding against the bank and the

guarantee herein contained shall be enforceable against the bank notwithstanding any security which U.P.R.N.N. Ltd. may

have obtained or obtain from the contractor or shall at the time when proceedings are taken against the bank hereunder by

outstanding or unrealized.

6- We, the said bank, lastly undertake not to revoke this guarantee during its currency except with the previous consent o

U.P.R.N.N. Ltd. in writing and agree that any charge in the constitution of the said contractor or the said bank shall not

discharge our liability hereunder.

NOTWITHSTANDING ANY THING CONTAINED HEREIN:-

1- Our liability under this guarantee shall not exceed to Rs. ---------------------(Rupees----------------------------------------)

2- This Guarantee is valid until this day of ------------------------------------------------------------------------------------------

3- We are liable to pay the guarantee amount or any part thereof under this bank guarantee only and only if you sever upon

us a written claim of demand on or before -----------------------------------------------------------------------------------------

Dated this ---------------------

Page 38: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

38

Appendix-15

PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT (ON NON JUDICIAL PAPER OF APPROPRIATE VALUE)

Bank Guarantee No.& date……………………………….. Guaranteed Amount: Rs……………………………….. Date of Expiry: Name of Work: Construction of District Hospital at Sector-39, Noida To,

General Managar (D/Z) U.P. RajkiyaNirman Nigam Ltd. B-5/101, Sufdarjung Enclave, New Delhi.

Dear Sir, M/s………………(Tender Name and Address)…………..wish to submit their bid for award of work for Construction of District hospital building at Sec-39 Noida. as per prescribed terms and conditions of the tender document, and is due for submission by……………2013. The Tender conditions require the intending tenderer to submit a sum of Rs. 20 Lacs as DD/CDR/NSC and rest amount in the shape of Bank Guarantee as Earnest Money Deposit. This includes Bank Guarantee executed by Nationalized Bank, on behalf of Intending Tenderer, undertaking full responsibilities to indemnify the U.P. RajkiyaNirman Nigam Ltd., Lucknow in case of default of the prescribed terms and conditions of the said Tender. M/s………………(Tender Name and Address)…………..has, in view of the above, approached us and at their request and in consideration of the promises, we,…………..(Bank Name) having our office at………………..(Address)……………have agreed to give such guarantee as hereunder mentioned:-

1. We (Name of Bank)……………….., do hereby undertake and agree to pay to you, on demand, in such manner as you may direct, full amount of Rs. ……………………......or part thereof, in the event of any default made by M/s…………….….(Tender Name and Address)……………..in performing any of the terms and conditions of the tender and against any loss or damage caused to or suffered or would be caused to or suffered by the U.P.RajkiyaNirman Nigam Ltd, VisheshwariyaBhawan, VibhutiKhand, Gomti Nagar, Lucknow by reason of any breach of the terms and conditions of the tender referred above. 2. We (Name of Bank)……………., do hereby undertake to pay the amounts due and payable under the Guarantee without any demur, merely on demand from the U.P.RajkiyaNirman Nigam Ltd, Lucknow stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the Nigam by reason of breach by the said bidder of any of the terms and conditions submitted by the bidder or by reason of failure to perform the said commitment. Any such demand made of the Bank shall be conclusive with regard to the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. ……………………….. . 3. We undertake to pay the U.P.RajkiyaNirman Nigam Ltd,VisheshwariyaBhawan, VibhutiKhand, Gomti Nagar, Lucknow any money so demanded not withstanding any dispute or disputes raised by the bidder in any suit or proceeding pending before any court or tribunal relating thereto or liability under this present being absolute and unequivocal. The payment so made by us under this bond shall be valid discharge of our liability for payment thereunder and the bidders shall have no claim against us for making such payment. 4. We (Name of Bank)…………., further agree that guarantee herein contained shall remain in full force and effect during the specified period that would be taken for the performance of the said commitment and for any liability which may arise during its legal validity. It shall continue to be enforceable till all the dues of the Government under or by virtue of the said commitment have been fully paid and its claims satisfied or discharged or till U.P.RajkiyaNirman Nigam Ltd, Gomti Nagar, Lucknow certifies that the Terms & Conditions of the said commitment have been fully and properly carried out by the said bidder and

Page 39: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

39

accordingly discharges this guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or before……….., we shall be discharged from all liabilities under this guarantee thereafter. 5. We (Name of Bank)………., further agree, that the U.P.RajkiyaNirman Nigam Ltd,VisheshwariyaBhawan, VibhutiKhand, Gomti Nagar, Lucknow shall have fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary the Terms & Conditions of the said Tender Enquiry or to extend time of performance by the said bidder from time to time or to postpone for any time or from time to time any of the powers exercisable by the U.P.RajkiyaNirma Nigam Ltd,VisheshwariyaBhawan, VibhutiKhand, Gomti Nagar, Lucknow against the said bidder and to forbear or enforce any of the Terms & Conditions relating to the said Tender Enquiry and we shall not be relieved from our liability by reason of such variations or extensions being granted to the said bidder or for any forbearance, act or omission on the part of U.P.RajkiyaNirman Nigam Ltd,VisheshwariyaBhawan, VibhutiKhand, Gomti Nagar, Lucknow or any indulgence by the U.P.RajkiyaNirman Nigam Ltd,VisheshwariyaBhawan, VibhutiKhand, Gomti Nagar, Lucknow with the said bidder or any such matter or thing whatsoever which under the law relating to sureties would, but for the provision, have effect of so relieving us. 6. The guarantee herein contained shall not be determined or affected by the liquidation or winding up, dissolution or changes in the constitution or insolvency of the said bidder but shall in all respects and for all purposed be binding and operative until payment of all money due to you in respect of such liabilities is paid. 7. This guarantee will not be discharged due to the change in constitution of Bank. 8. We (Name of Bank)………., lastly undertake not to revoke this guarantee during the currency except with the previous consent of the U.P.RajkiyaNirman Nigam Ltd,VisheshwariyaBhawan, VibhutiKhand, Gomti Nagar, Lucknow in writing.

Yours faithfully, ……………………Bank By its Constituted Attorney Signature of a person duly authorized to sign On behalf of the Bank. Dated:………………….

Page 40: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

40

General Conditions of Contract

A. General 1. Definitions 1.1 Terms Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid. Compensation Events are those defined in Clause 40 hereunder. The Completion Date is the date of completion of the Works as certified by the Engineer, in accordance with Clause 48.1 The Contractor is a person or corporate body whose Bid to carry out the Works, including routine maintenance, has been accepted by the Employer. The Contractor’s Bid is the completed bidding document submitted by the Contractor to the Employer. The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract. Days are calendar days, months are calendar months. A Defect is any part of the Works not completed in accordance with the Contract. The Defects Liability Certificate is the certificate issued by Engineer, after the Defect Liability Period has ended and upon correction of Defects by the Contractor. The Defects Liability Period is one year’s calculated from the completion Date. Drawings include calculations and other information provided or approved by the Engineer for the execution of the Contract. The Employer is U.P.R.N.N., who employs the Contractor to carry out the Works, including routine maintenance. The Employer may delegate any or all functions to a person or body nominated by him for specified functions. The Engineer is the person/ any other competent person appointed by the Employer and notified to the Contractor, to act in replacement of the Engineer who is responsible for supervising the execution of Works and administering the Contract. Equipment is the Contractor’s machinery and vehicles brought temporarily to the site to construct the Works. The Initial Contract Price is the Contract Price listed in the Employer’s Letter of Acceptance. The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date may be revised only by the Engineer by issuing an extension of time. Materials are all supplies, including consumables, used by the Contractor for incorporation in the Works. Plant is any integral part of the Works that shall have a mechanical, electrical, electronic, chemical, or biological function. The Site is the area defined as such in the Contract. Site Investigation Reports are those that were included in the bidding documents and are reports about the surface and subsurface conditions at the Site. Specifications means the Specification of the Works included in the Contract and any modification or the addition made or approved by the Engineer. The Start Date is given in the Contract. It is the date when the Contractor shall commence execution of the Works. It does not necessarily coincide with any of the Site Possession Dates. A Sub-Contractor is a person or corporate body who has a Contractor to carry out a part of the construction work in the Contract, which includes work on the Site. Temporary Works are works designed, constructed, installed and removed by the Contractor that are needed for construction or installation of the Works. A Variation is an instruction given by the Engineer, which varies the Works. The Works, as defined in the Contract Data, are what the Contract requires the Contractor to construct, install, maintain and turn over to the Employer. Routine maintenance is defined separately.

Page 41: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

41

2. Interpretation 2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Engineer will provide instructions clarifying queries about these Conditions of Contract. 2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract to the Works, the Completion Date, and the Intended Completion Date apply to any Section of the Works (other than references to the Completion Date and Intended Completion Date for the whole of the Works). 2.3 The documents forming the Contract shall be interpreted in the following order of priority:

1) Agreement, 2) Notice to Proceed with the Work, 3) Letter of Acceptance, 4) Contractor’s Bid, 5) General Conditions of Contract Part I, 6) Specifications, 7) Drawings, 8) Bill of Quantities, and 9) Any other document listed in the Contract Data.

3. Language and Law 3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data. 4. Engineer’s Decision 4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the Employer and the Contractor in the role representing the Employer. However, if the Engineer is required under the rules and regulations and orders of the Employer to obtain approval of some other authorities for specific actions, he will so obtain the approval. 4.2 Except as expressly stated in the Contract, the Engineer shall not have any authority to relieve the Contractor of any of his obligations under the contract. 5. Delegation 5.1 The Engineer, with the approval of the Employer, may delegate any of his duties and responsibilities to other people, after notifying the Contractor, an d may cancel any delegation after notifying the Contractor. 6. Communications 6.1 All Certificate, notices or instructions to be given to the contractor by the Employer/ Engineer shall be sent on the address or contact details given by the contractor in section 6- Form of Bid. The address and contact details for communications with the Employer/Engineer shall be as per the details given Contract Data to GCC. Communications between parties that are referred to in the conditions shall be in writing. The Notice sent by facsimile (fax) or other electronic means shall be effective on confirmation of the transmission. The Notice sent by Registered post or Speed post shall be effective on delivery or at the expiry of the normal delivery period as undertaken by the postal service. 7. Subcontracting 7.1 The contractor may subcontract part of the construction work with the approval of the Employer in writing, upto 25% of the contract price but will not assign the Contract. Subcontracting shall not alter the contractor’s obligations. 7.2 Beyond what has been stated in clauses 7.1, if the contractor proposes sub contracting any part of the work during execution of the works, because of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the Employer will consider the following before according approval:

Page 42: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

42

a) The Contractor shall satisfy himself before recommending to the employer whether b) The Contractor shall not sub-contract any part of the work without prior consent of the Employer. Any such consent shall not relieve the contractor from any liability or obligation under the contract and he shall be responsible for the acts, defaults and neglects of any his subcontractor, his agents or workmen as fully as if they were the acts, defaults or neglects of the Contractor, his agents and workmen.

7.3 The Engineer should satisfy himself before recommending to the Employer whether

a) The circumstances warrant such sub-contracting: and b) The sub-contractor so proposed for the work possess the experience, qualification and equipment necessary for the job proposed to be entrusted to him in proportion of the Quantum of works to be sub-contracted.

8. Other Contractors 8.1 The contractor shall co-operate and share the site with other contractors. Public authorities utilities, and the employer between the dates given in the schedule of other contractors, as referred to in the contract data. The contractor shall also provide facilities and services for them as described in the schedule. The employer may modify the schedule of other contractor, and shall notify the contractor of any such modification. 8.2 The contractor should take up the work in convenient reaches as decided by the Engineer to ensure there is least hindrance to the smooth flow of traffic including movement of vehicles and equipment of other contractors till the completion of the works. 9. Personnel 9.1 The contractor shall employ for the construction work and routine maintenance the technical personnel named in the Contract Data or other technical persons approved by the Engineer. The Engineer will approve any proposed replacement of technical personnel only if their relevant qualifications and abilities are substantially equal to or better than those of the personnel stated in the Contract Data. 9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the Works in the Contract. 9.3 The Contractor shall not employ any retired Gazetted officer who has worked in the Engineering Department of the State Government and has either not completed two years after the date of retirement or has not obtained State Government’s permission to employment with the Contractor. 10. Contractor’s Risks 10.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor carries the risks that this Contract states are Contractor’s risks.

11. Employer’s Risks 11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the execution of the Works in the Employer’s country, the risks of war, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or disorder (unless restricted to the Contractor’s employees), natural calamities and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than the Contractor’s design.

Page 43: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

43

12. Contractor’s Risks 12.1 All risks of loss or damage to physical property and of personal injury and death which arise during and in consequence of the performance of the Contract other than the excepted risks, referred to in clause 11.1, are the responsibility of the Contractor. 13. Insurance 13.1 The Contractor at his cost shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the date of completion, in the amounts and deductibles stated in the Contract Data for the following events which are due to the Contractor’s risks.

a) loss of or damage to the Works, Plant and Materials; b) loss of or damage to equipment; c) loss of or damage to property (except the Works, Plants, Materials and Equipment) in connection with the Contract; and d) Personal injury or death.

13.2 Insurance policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the Engineer’s approval before the completion date/ Start Date. All such insurance provide for compensation to be payable in Indian Rupees to rectify the loss or damage incurred. 13.3 (a) The contractor at his cost shall also provide, in the joint names of the Employer and the Contractor, insurance cover from the date of completion to the end of defect liability period, in the amounts and deductibles stated in the Contract Data for the following events which are due to the Contractor’s risks. (b) Personal injury or death. 13.4 Insurance policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the Engineer’s approval before the completion date/Start date. All such insurance shall be provide for compensation to be payable in Indian Rupees. 13.5 Alterations to the terms of insurance shall not be made without the approval of the Engineer. 13.6 Both parties shall comply with any conditions of the insurance policies.

14. Site Investigation Reports

14.1 The Contractor, in preparing the Bid, may rely on any Site Investigation Reports referred to in the Contract Data, supplemented by any other information available to him, before submitting the bid. 15. Queries about the Contract Data 15.1 The Engineer will clarify queries on the Contract Data. 16. Contract to Construct the Works 16.1 The Contractor shall construct, and install and maintain the Works in accordance with the Specifications and Drawings as per M.C.I. norms. 16.2 The Contractor shall construct the works with intermediate technology, i.e., by manual means with medium input of machinery required to ensure the quality of works as per specifications. The contractor shall deploy the equipment and machinery a given in Contract Data. 17. The Works to be Completed by the Intended Completion Date 17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the Programme submitted by the Contractor, as updated with the approval of the Engineer, and complete them by the Intended Completion Date. 18. Approval by the Engineer 18.1 The contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Engineer, who is to approve them. 18.2 The contractor shall be responsible for design of Temporary Works. 18.3 The Engineer’s approval shall not alter the Contractor’s responsibility for design the Temporary works.

Page 44: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

44

18.4 The Contractor shall obtain approval of third parties to the design of the Temporary Works, where required. 18.5 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Engineer before their use. 19. Safety 19.1 The Contractor shall be responsible for the safety of all activities on the Site. 20. Discoveries 20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the Employer. The Contractor shall notify the Engineer of such discoveries and carry out the Engineer’s instructions for dealing with them. 21. Possession of the Site 21.1 The Employer shall handover complete or part possession of the site to the Contractor 7 days in advance of construction programme. At the start of the work, the employer shall handover the possession of at-least 75% of the site. 22. Access to the Site 22.1 The Contractor shall allow access to the Site and to any place where work in connection with the Contract is being carried out, or is intended to be carried out to the engineer and any person/persons/agency authorized by:

a. The Engineer b. The Employer

23. Instructions 23.1 The Contractor shall carry out all instructions of the Engineer, which comply with the applicable laws where the Site is located. 24. Dispute Redressal System 24.1 If any dispute or difference of any kind what-so-ever shall arises in connection with or arising out of this Contract or the execution of Works or maintenance of the Works there under, whether before its commencement or during the progress of Works or after the termination. Abandonment or breach of the Contract, it shall, in the first instance, be referred for settlement to the competent authority, described along with their powers in the Contract Data, above the risk of the Engineer, The competent authority shall within a period of a forty-five days after being requested in writing by the Contractor to do so, convey his decision to the Contractor. Such decision in respect of every matter so referred shall, subject to review as hereinafter provided, be final and binding upon the Contractor. In case the Works if already in progress, the Contractor shall proceed with the execution of the Works, including maintenance thereof, pending receipt of the decision of the competent authority as aforesaid, with all due diligence. 24.2 Either party will have the right of appeal, against the decision of the competent authority, to the arbitration if the amount appealed exceeds rupees one lakh. 25. Procedure for Resolution of Disputes 25.1 The Competent Authority mentioned in clause 24.1 shall give a decision in writing within 45 days of receipt of a notification of a dispute. 25.2 Either party may refer a decision of the Competent Authority to Arbitration within 28 days of the Competent Authority’s written decision Arbitration shall be under the Arbitration and Conciliation Act 1996. If neither party refers the dispute to Arbitration within the above 28 days, the Competent Authority’s decision will be final and binding. 25.3 The Arbitration shall be conducted in accordance with the following procedure, in case Initial Contract Price is more than Rs. 5 Crore or the Contractor is a Foreign Contractor, who has bid under ICB:-

a) In case of a decision of the Competent Authority in a dispute or difference arising

Page 45: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

45

between the Employer and a Contractor relating to any matter out of or connected with this Agreement, the matter will be referred to an Arbitral Tribunal. The Arbitral Tribunal shall consist of three Arbitrators, one each to be appointed by the Employer and the contractor. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the parties and shall act as presiding Arbitrator. In case of failure of the two Arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the Arbitrator appointed subsequently, the Arbitrator shall be appointed by the Chairman of the Executive Committee of the Indian Roads Congress. b) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) above within 30 days after receipt of the notice of the appointment of its arbitrator by the other party, then the Chairman of the Executive Committee of the Indian Roads Congress shall appoint the arbitrator.

A certified copy of the order of the Chairman of the Executive Committee of the Indian Roads Congress, making such an appointment shall be furnished to each of the parties.

c) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the Arbitral Tribunal. However, the expenses incurred by each party in connection with the preparation, presentation etc. of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself.

25.4 Where the Initial Contract Price as mentioned in the Acceptance Letter is Rs.5 Crore and below, disputes and differences in which an Adjudicator has given a decision shall be referred to a sole Arbitrator. The sole Arbitrator would be appointed by the agreement between the parties; failing such agreement within 15 days of the reference to arbitration, by the appointing authority, namely the Chairman of the Executive Committee of the Indian Road Congress. 25.5 Arbitration proceedings shall be held at_Noida(U.P.), India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English. 25.6 Performance under the contract shall continue even after references to the arbitration and payments due to the contractor by the Employer shall not be withheld, unless they are the subject matter of the arbitration proceedings. 25.7 If any dispute arises between parties to the Contractor it shall be under the jurisdiction of Civil Court at Gautambudh Nagar. B. TIME CONTROL 26. Programme 26.1 Within the time stated in the Contract Data, the Contractor shall submit to the Engineer for approval a Programme showing the general methods, arrangements, order and timing for all the activities in the Works, along with monthly cash flow forecasts for the construction of works. 26.2 The Contractor shall submit the list of equipment and machinery being brought to Site, the list of key personal being deployed, the list of machinery/equipments being placed in field laboratory and the location of field laboratory along with the programme. The Engineer shall cause these details to be verified at each appropriate stage of the programme. 26.3 An update of the Programme shall be a programme showing the actual progress achieved on each activity and the effect of the progress achieved on the timing of the remaining Works, including any changes of the sequence of the activities. 26.4 The Contractor shall submit to the Engineer for approval an update programme at intervals of 60 days no longer than the period stated in the Contract Data. If the Contractor does not submit an updated programme within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue programme has been submitted. 26.5 The Engineer’s approval of the programme shall not alter the Contractor’s obligations. The contractor may revise the programme and submit it to the engineer again at any time. A revised programme shall show the effect of variations and compensation events.

Page 46: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

46

27. Extension of the intended completion date. 27.1 The Engineer shall extend the intended completion date if a compensation event occurs or a variation is issued which makes it impossible for completion to the achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining Works, which would cause the Contractor to incur additional cost. 27.2 The Engineer shall decide whether and by how much time to extend the Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a compensation event or variations and submitting full supporting information. If the Contractor has failed to corporate in dealing with a delay, the delay by this failure shall not be considered in accessing the new Intended Completion Date. 28. Delays Ordered by the Engineer 28.1 The Superintending Engineer may instruct the Contractor to delay the Start or progress of any activity within the Works. Delay/delays totalling more than 30 days will require prior written approval of the Employer. 29. Management Meetings 29.1 The Engineer may require the Contractor to attend a management meeting. The business of a management meeting shall be to review the plans for the Works. 29.2 The Engineer shall record the business of management meetings and provide copies of the record to those attending the meeting. The responsibility of the parties for actions to be taken shall by the Engineer either at the management meeting or after the management meeting and stated in writing to all those who attended the meeting. C. Quality Control 30. Identifying Defects 30.1 The Engineer shall check the Contractor’s work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Engineer may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect. 31. Tests 31.1 For Carrying out mandatory tests as prescribed in the specification. The Contractor shall establish field laboratory at the location decided by the Engineer. The field laboratory will have minimum equipments as specified in the Contract Data. The contractor shall be solely responsible for :

a. Carrying out mandatory tests prescribed in the Specifications, and b. For the corrections of the test results, whether performed in his laboratory or elsewhere.

31.2 If the Engineer instructs the Contractor to carry out a test not specified in the Specifications/Rural Roads Manual to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. 32. Correction of Defects noticed during the Defect Liability Period for one year. 32.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion of work. The Defects Liability Period shall be extended for as long as Defects remain to be corrected. 32.2 Every time notice of Defect/Defects if given, the Contractor shall correct the notified Defect/Defects within the duration of time specified by the Engineer’s notice. 32.3 The RFI system will be followed for execution of work.

Page 47: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

47

33. Uncorrected Defects 33.1 If the Contractor has not corrected a Defect pertaining to the Defect Liability Period under clause 32.1 and of these conditions of Contract, to the satisfaction of the Engineer, within all time specified in the Engineer’s notice, the Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount, on correction of the Defect. D. Cost Control 34. Bill of Quantities 34.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning, maintaining works, and lump sum figures for yearly routine maintenance for each of the five years separately to be done by the Contractor. 34.2 The Bill of Quantities is used to calculate the Contract Price. The Contractor is paid for the quantity of the work done at the rate in the bill of quantities for each item for the construction of roads. The payment to the Contractor is performance based for routine maintenance of roads. 35. Variations 35.1 The Engineer shall, having regard to the scope of the Works and the sanctioned estimated cost, have power to order, in writing, Variations within the scope of the Works he considers necessary or advisable during the progress of the Works. Such Variations shall form part of the Contract and Contractor shall carry them out and include them in updated Programmes produced by the Contractor. Oral orders of the Engineer for various Variations, unless followed by the written confirmation, shall not be taken into account. 36. Payments for Variations 36.1 If rates for variation items are specified in Bill of Quantity, the Contractor shall carry out such work at the same rate. This shall apply for variation only up to the limit prescribed in the contract data. If the variation exceeds this limit, the rates shall be derived under the provision of clause- 36.3 for quantities (higher or lower) exceeding the deviation limit. 36.2 If the rates for Variation are not specified in the Bill of Quantities, the Engineer shall derive the rate from similar items in the Bill of Quantities. 36.3 If the rate for Variation item cannot be determined in the manner specified in Clause 36.1 or 36.2, the Contractor shall, within 14 days of the issue of order of variation work, inform the Engineer the rate which he proposes to claim, supported by analysis of the rates. The Engineer shall assess the quotation and determine the rate based on prevailing market rates within one month of the submission of the claim by the Contractor. As far as possible, the rate analysis shall be based on the standard data book and the current schedule of the rates of the district public work division. The decision of the Engineer on the rate so determined shall be final and binding on the Contractor. 37.1 When the Programme is updated, the Contractor shall provide the Engineer with and updated cash flow forecast. 38. Payment of Certificates 38.1 The payment to the Contractor will be as follows for construction work:

a. The Contractor shall submit to the Engineer fortnightly/monthly statements of the value of the work executed less the accumulative amount certified previously supported with detailed measurement of the items of works executed in measurement books authorized by U.P. R.N.N. b. The Engineer shall check the Contractors fortnightly/monthly statements within 14 days and certify the amount to be paid to the Contractor. c. The value of work executed shall be determined, based on measurements by the Engineer. d. The Value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities completed. e. The Value of work executed shall also include the valuation of variations and compensation events.

Page 48: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

48

f. The Engineer may exclude any item certified in the previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information. g. The Payment of final bill shall be governed by the provisions of clause 50 of G.C.C.

39. Payments :

39.1 Payment shall be adjusted for deductions for advance payments, security deposits, other recoveries in terms of the contract and taxes at source as applicable under the law. The Engineer shall pay the Contractor the amounts he had certified immediately after receipt it from NOIDA. 39.2 The Employer may appoint another authority, as specified in the Contract Data (or any other competent person appointed by the Employer and notified to the Contractor) to make payment certified by the Engineer. 39.3 Items of the work for which no rate or price has been entered in the Bill of Quantities, will not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract. 39.4 For intermediate stage of work, only part rates as fixed by the Engineer-in-charge will be paid. 39.5 Part rates shall be worked out for the work done portion based on the actual operations involved keeping in view the value of the balance wok to be done, to avoid unintended benefit to the contractor in initial stage. 39.6 Full rate shall be paid when the work is completed to the full profile as noted in the drawings. 39.7 Where payment is intended for agreegates by bill of quantities item based on stack measurements, 10% of the quantity measured will be withheld. No payment or advance will be made for unfixed materials when the rates are for finished work in site. 39.8 The contractor shall supply as built drawings drawn to scale in 5 sets along with original tracings within 28 days of the issue of certificate of completion of work failing which an amount of Rs.20,00,000/- will be withheld from the amounts due to the contractor. 39.9 Any omission by the Engineer-in-Charge or the sub-divisional officer to pay the amount due upon certificates shall not vitiate or make void the contract, nor shall the contractor be entitled to interest upon any guarantee fund or payments in arrear, nor upon any balance which may, on the final settlement of his accounts, found to be due to him. 39.9.1 No claim shall be entertained, if the same is not represented in writing to the Engineer-in-Charge within 15 days of its occurrence. 40. Compensation Events 40.1 The following shall be compensation events unless they are caused by the Contractors:

a. The Engineer orders a delay or delays exceeding a total of 30 days. b. The effects on the Contractor of any of the Employers risks.

40.2 If a compensation event would prevent the works being completed before the intended completion date, the Intended Completion Date shall be extended. The Engineer shall decide whether and by how much the Intended Completion Date shall be extended. 41. Tax 41.1 The rates quoted by the Contractor shall be deemed to be inclusive of all sales and other levies, duties, royalties, cess, toll, taxes of Central and State Government, local bodies and authorities that the contractor will have to pay for the performance of this Contract. The Employer will perform such duties in regard to the deductions of such taxes at source as per applicable law. Labour cess as applicable shall be deducted from the bills of contractor. In case the rate of taxes are revised during execution of works, the provision of CPWD works manual shall be taken into consideration. 42. Currencies All payment will be made in Indian Rupees. 43. Security Deposit/Retention and Release of Performance Security and Security Deposit/Retention

Page 49: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

49

43.1 The Employer shall retain security deposit of 5% of the amount from each payment due to the Contractor until completion of the whole of the construction work. No security deposit/ retention shall be retained from the payments for the routine maintenance of works. 43.2 On the completion of the whole of the construction work half the total amount retained are security deposit is repaid to the contractor and half when the Defect Liability Period has passed and the Engineer has certified that all the Defects notified by the Engineer to the Contractor before the end of this period have been corrected. 43.3 The additional performance security for unbalanced bid as detailed in clause 51 of conditions of Contract is repaid to the Contractor when the construction work is complete. 43.4 The performance security equal to the 5% of the Contract Price in clause 51 of conditions of Contract is repaid to the Contractor when the period of one year fixed or defect liability period is over and the Engineer has certified that the Contractor has satisfactorily carried out the works. 43.5 If the Contractor so desires then the security deposit can be converted into any interest bearing security of schedule, commercial Bank in the name of the Employer or National Savings certificate duly pledged in favour of Employer for Defect Liability Period. 44. Liquidated Damages 44.1 The Contractor shall pay liquidated damages to the Employer at the rate per week or part theirof stated in the Contract Data for the period that the completion date is later than the Intended Completion Date. Liquidated damages at the same rate shall be withheld if the Contractor fails to achieve the milestones prescribed in the Contract Data, however in case the Contractor achieves the next milestone the amount of the liquidated damages already withheld shall be restored to the Contractor by adjustment in the next payment certificate. The total amount of liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from payments due to the Contractor, payment of liquidated damages shall not affect the Contractor’s other liabilities. 44.2 If the Intended Completion Date if extended after liquidated damages have been paid, the Engineer shall correct any over payment of liquidated damages by the Contractor by adjusting the next payment certificate. 45. Advance Payment 45.1 The Employer will make the following advance payment to the contractor against provision of the Contract on submission of an Unconditional Bank Guarantee of a Nationalised bank on the prescribed format acceptable to the Employer for an amount equal to 112% of the advance payment: a. A mobilization advance up to 10 percent of the contract price will be paid,intrest of 12% P.A. will be charged.

The guarantee shall remain effective until the advance payment has been repaid, but the amount of the guarantee shall be progressively reduced by the amounts repaid by the Contractor.

45.2 The Contractor is to use the advance payment only to pay for Equipment, plant and mobilization expenses required specifically for execution of works. The contractor shall demonstrate the advance payment has been used in this way by supplying copies of invoices or other documents to the Engineer.

45.3 The advance payment shall be repaid by deducting proportionate amounts otherwise due to the Contractor for the construction work, following the schedule of completed percentage of the work on payment basis. No account shall be taken of the advance payment or the repayment in assessing valuation of work done. Variations. Price adjustments, Compensation events or liquidated damages. 45.4 For secured advance, CPWD works manual 2012 claus 32.4 shall be applicable. 46. Security

Page 50: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

50

46.1 The Performance Security equal to five percent of the contract price and additional security for unbalanced bids shall be provided to the Employer no later than the date specified in the letter of Acceptance and shall be issued in the form given in the Contract Data and by a Nationalised Bank. The Performance Security shall be valid until a date 45 days from the date of expiry of Defect Liability Period and the additional security for unbalanced bids shall be valid until a date 45 days from the date of issue of the certificate of completion. 47. Cost of Repairs 47.1 Loss or Damage to the works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Corrections Periods shall be remedied by the Contractor at his cost if the loss or damage arises from the Contractor’s acts or omissions. E. Finishing the Contract 48. Completion of Construction and Maintenance 48.1 The Contractor shall request the Engineer to issue a certificate of Completion of the construction of the works, and the Engineer will do so upon deciding that the work is completed. 49. Taking Over 49.1 The Employer shall take over the works within 7 days of the Engineer issuing a certificate of Completion of Works. 50. Final Account 50.1 The contractor shall supply the Engineer with a detailed account of the total amount that the contractor considers payable for works under the contract within 21 days of issue of certificate of completion of construction of work. The Engineer shall issue a Defect Liability Certificate and certify any payment that is due to the correct and complete. If the account is not correct and complete, the Engineer shall issue within 42 days a schedule that states the scope of corrections or additions that are necessary. If the account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable to the contractor and issue a payment certificate within 28 days of receiving the Contractor’s revised account. The payment of final bill for construction of works will be made within 14 days thereafter. 51. Operating and Maintenance Manuals 51.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the Contract Data. 51.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data, or they do not receive the Engineer’s approval, the Engineer shall withhold the amount stated in the Contract Data from payments due to the Contractor. 52. Termination 52.1 The Employer may terminate the Contract if the Contractor causes a fundamental breach of the Contract. 52.2 Fundamental breaches of Contract shall include, but shall not be limited to, the following:

c) the contractor stops work for 28 days when no stoppage of work is shown on the current Programme and the stoppage has not been authorized by the Engineer; d) the Contractor is declared as bankrupt or goes into liquidation other than for approved reconstruction or amalgamation; e) the Engineer gives Notice that failure to correct a particular Defect is a fundamental breach of Contract and the Contractor fails to correct it within a reasonable period of time determined by the Engineer; f) the Contractor does not maintain a Security, which is required; g) the Contractor has delayed the completion of the Works by the number of days for which the maximum amount of liquidated damages can be paid, as defined in clause 44.1;

Page 51: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

51

h) the Contractor fails to provide insurance cover as required under clause 13; i) if the Contractor, in the judgement of the Employer has engaged in the corrupt and fraudulent practice in competing for or in executing the Contract. For the purpose of this clause, “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Employer and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid process at artificial non competitive levels and to deprive the Employer of the benefits of free and open competition. j) If the Contractor has not completed at least Thirty percent of the value of construction works required to be completed after half of the completion period has elapsed. k) If the contractor fails to setup a field laboratory with the prescribed equipments, within the period specified in the contract data and l) Any other fundamental breaches as specified in the contract data m) If the contractor fails to deploy machinery and equipments or personal as specified in the contract data at the appropriate time.

52.3 Notwithstanding the above, the Employer may terminate the Contract for convenience. 52.4 If the Contract is terminated, the Contractor shall stop the work immediately, make the Site safe and secure, and leave the site as soon as reasonably possible. 53. Payment upon Termination 53.1 If the Contract is terminated because of a fundamental breach of contract by the Contractor, the Engineer shall issue a certificate for the value of the work done and materials ordered less liquidated damages, if any less advance payments received up to the date of issue of the certificate and less the percentage to apply the value of work not completed, as indicated in the Contract Data. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be recovered from the security deposit, and performance security. If any amount is still left un-recovered it will be debit payable to the Employer. 53.2 If the contract is terminated at the Employer’s convenience, the Engineer shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personal employed solely on the Works, the Contractor’s cost of protecting and securing the works and less advance payments received up to the date of the Certificate, less other recoveries due in terms of contract, and less taxes due to be deducted at source as per applicable law. 54. Property 54.1 All Materials on the Site, Plant, Equipment, Temporary works, and works shall be deemed to be the property of the Employer for use for completing balance construction work if the contract is terminated because of the Contractor’s default, till the works is completed after which it will be transferred to the contractor and credit, if any, given for its use. 55. Releases from Performance 55.1 If the Contractor is frustrated by the outbreak of war or by any other event entirely outside the control of the Employer or the Contractor, the Engineer shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which a commitment was made. F. Other Conditions of Contract 56. Labour 56.1 The Contractor shall, unless otherwise provided in the contract make his on arrangement for the engagement of all staff and labour, local and others, and for their payment, housing, feeding and transport.

Page 52: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

52

56.2 The contractor shall if required by the Engineer’s, deliver to the Engineer a return in detail in such form and at such interval as the Engineer may prescribe, showing the staff and the members of the several classes of labour from time to time employed by the contractor on the site and such other information as the Engineer may require. 57. Compliance with Labour Regulations 57.1 During continuation of the contract the contractor and his sub-contractors shall abide all times by all existing labour enactments and rules made their under, regulations, notifications and by laws of the State or Central Government or local authorities and any other labour law(rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Central Government or the local authority. Salient features of some of the major labour laws that are applicable to construction industry are given in appendix to part 1st general conditions of contract. The Contractor shall keep the employer indemnified in case any action is taken against the employer by the competent authority on account of contravention of any of the provisions of any act or rules made their under, regulations or notification including amendments. If the Employer is caused to pay or reimburse, such amount as may be necessary to cause or observe, or non-observance of the provisions stipulated in the notification/bye laws/acts/rules/regulations including amendments, if any, on the part of contract, the Engineer/Employer shall have the right to deduct any money due to the contractor including his amount of performance security. The Employer/Engineer shall also have right to recover from the contractor’s any sum required or estimated to be required for making good the loss or damage suffered by the Employer.

The Employees of the Contractor and the sub-contractor in no case shall be treated as the employs of the Employer at any point of time. 58. Drawings and Photographs of the Works 58.1 The contractor shall do photography/video photography of the Site firstly before the start of work, secondly mid-way in the execution of different stages of work and lastly after the completion of the work. No separate payment will be made to the contractor for this. 58.2 The contractor shall not disclose details of drawing furnished to him and works on which he is engaged without the prior approval of the Engineer’s in writing. No photograph of the work or any part thereof or Plant employed thereon, except those permitted under clause 58.1 shall be taken or permitted by the contractor to be taken by any of his employees or any employees of his sub-contractors without the prior approval of the Engineer’s in writing. No photographs/video photographs shall be published or otherwise circulated without the approval of the Engineer’s in writing. 59. The Apprentice Act 1961 59.1 The contractor shall duly comply with the provisions of the Apprentices Act 1961 (III of 1961), the rules made their under and the orders that may be issued from time to time under the said act and the said rules and on its failure or neglect to do so he shall be subject to all liabilities and penalties provided by the said act and said rules. 60. Criminals are prohibited from Bidding 60.1 Any bidders having criminal records is not allowed to participate in the bidding process. Any person who is having criminal case against him or involve in the organised crime or gangster activities or mafia or goonda or anti social activity are strictly prohibited to participate in the bidding process. If it is stabilized that any bidder has criminal record, his bid shall be automatically cancelled. 60.2 The Bidder has to produce character certificate, solvency certificate, self decoration affidavit (on the prescribed performer which is attached with the bid document) etc, issued by the competent authority in original bid document. 61. Any Bidder who is an advocate and Registered with any State Bar Council shall not be allowed to participate in the bidding. If it is stabilized that contractor is registered with the State Bar Council, his bid shall be automatically cancelled.

Page 53: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

53

62. Contractor shall obtain Pre-N.O.C (Non Objection Certificate) from Chief Fire Officer before starting of work and submit No Objection Certificate from Chief Fire Officer after completion of work. 63. Contractor shall obtain No Objection Certificate from Director Electrical Safety before energisation of the building. 64. Contractor shall establish and maintain a site office under his authorized representative/ Technical staff. All relevant documents shall be kept in the site office. 65. Contractor shall make his own arrangement for light (Electricity) and water supply during course of construction. 66. Third party quality assurance should be ensured with respect to quality of the work by the CBRI/Reputed Engineer College/IIT and reputed firms at the cost of contractors. 67. Payment shall be made subject to availability of the fund received from client (may be in phased manner). In no case expenditure will be made in excess of the funds received from client. However in case of non availability of fund from Govt. if the completion of the project is delayed beyond the date as specified in the contract and due to this reason the cost revision has been sanctioned and released by the Govt. to UPRNN. The escalation claim of the contractor(if there is any) be considered. 68.It shall be the sole responsibility of the UPRNN to get execute the work with respect to time schedule, specifications and Quality standards as fixed with the contractors in addition to Measurements, checking of bills and payment to the contractor. 69. Supply of Construction Materials : 69.1 The contractor has to make his own arrangements for procurements, supply and use of construction materials 69.2 All materials so procured should confirm to the relevant specifications indicated in the bidding documents/B.I.S. 69.3 The constructor shall follow all regulations of the UPRNN/Government of India in respect of import licenses etc., of the procurement of the materials is through imports and he shall be responsible for the payment of applicable duties and taxes, port clearances, inland transportation etc. 69.4 The contractor shall make his own arrangements for adequate storage of the materials. 70. Construction Materials : 70.1 The contractor has to make his own arrangement for procurement, supply and use of all construction materials including cement, steel, blasting materials and bricks etc. and compliance of following should be ensured. a) All materials so procured should confirm to the relevant specifications indicated in the tender documents or to alternative standards or specifications which are equal or higher in quality than those specified subject to Engineer-in-Charges prior review and written approval difference between the standards specified and the proposed alternatives must be fully described by the contractor and submitted to Engineer-in-Charges at least 30 days prior to the date when the contractor desires Engineer-in-Charges approval. In the event Engineer-in-Charges determines that the alternative do not ensure equal or higher quality the same will be rejected and the contractor shall comply with the standards set forth within the documents. b) All materials to be supplied should fully confirm to provisions of CPWD specifications/ B.I.S. specification as applicable. Signature of Contractor

For & on Behalf of New Okhla Industrial Development Authority

PMC

UPRNN Ltd. New Delhi

Page 54: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

54

SPECIFICATIONS

Page 55: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

55

Specifications

All works shall be carried out as per detailed C.P.W.D specifications, schedule of finishes as annexed, unless otherwise specified and as per directions of Engineer-in-charge.

For & on Behalf of New Okhla Industrial Development Authority

PMC UPRNN Ltd.

Page 56: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

56

Construction of Hospital Building For District Hospital Sector 39, Noida (Gautambudh Nagar)

List of Preferred Makes for Civil, Public Health & Electrical Works

S.N. Name of Materials Preferred Makes

1 Ordinary Portland / Portland ACC, Ultratech, Gujarat Ambuja, Vikram, Birla & JK Cement.

2 Pozzolona Cement (Grey) - 43 ,53Grade

ACC, Ultratech, Gujarat Ambuja, Vikram, Birla & JK Cement.

3 RMC Ultratech, L&T, ACC or any other approved by UPRNN Ltd.

4 White Cement Birla White / J. K. White

5 Reinforcement Steel FE500 SAIL, TISCO & RINL/Reputed Manufacturer of U.P. having B.I.S. Make.

6 Veneered Particle Board Sarda Plywood, Kitply Archidply & Greenply

7 Laminated Particle Board Sunmica, Century, Greenply &Kitply

8 Flush Door Shutters Kitply Industries, Century & Greenlam ,Duro Sarda Plywood

9 Pressed Steel Frames San Harvic, Steelman Industries, Metal Shape, G.I. Industry, Metal Windows, Chandni Industries, GanpatiUdyog&Thirlingston

10 Water Proofing Compound Cico, Pidilite.Firestone,STP,MYK

11 E.P.D.M Firestone

12 PVC Pipe & Fittings Supreme, Finolex, Prince & Astral

13 Acrylic Distemper / Plastic Paint /

OBD

ICI, Asian Paints, Nerolac& Berger Paints

14 Synthetic Enamel Paint ICI, Asian Paints, Nerolac& Berger Paints

15 Steel Primer ICI, Asian Paints, Nerolac& Berger Paints

Page 57: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

57

16 Wood Primer ICI, Asian Paints, Nerolac& Berger Paints

17 Mosaic Glass Tiles Coral, Mridul, Italia &Bizaza

18 Dash / Anchoring Fasteners Hilti / Fischer

19 Nuts / Bolts & Screws GKW &Atul/Nettlefold

20 Stainless Steel Sink (Out of Salem

Steel only)

Nirali, Neelkant & Jayna

21 Float Valve Viking &Prayag.AIP

22 Admixtures MYK, Sika & STP

23 Vitreous China Sanitary Ware Parryware, Hindware & Cera

24 Plastic Seat Cover of W.C. (ISI Mark

only)

Commander, Hindware, Admiral, Parryware&Cera

25 CP Fittings / Mixer Pillar taps

Washers

JAQUAR

26 CP Accessories JAQUAR, Euronics, Kich

27 Centrifugally Cast (Spun) Iron Pipes

NECO, or any other B.I.S marked Product & Fittings

28 Centrifugally Cast (Spun) Iron Pipes

(Class LA)

Electro Steel, Kesoram & Jindal.

29 G.I. Pipes Jindal (Hissar) & Tata

30 G.I. Fittings Unik & UU

31 Gun metal Valves Leader, Zoloto ,AIP &Sant

32 Stone Ware Pipes & Gully Traps Prefect, Hind , Crystal or ISI marked S.W.Pipes.

33 Mirror Glass Atul, Modi Guard, Saint Gobain & AIS

34 Grouting Compound Balandura & Latticrete

35 Aluminium Sections Hindalco, Jindal

36 Aluminium Fittings Ebco, Dorma, Ozone, Classic & Everite

37 Hydraulic Door Closer D.line Dorma, Kich

Page 58: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

58

38 Floor Springs Dorma,d line

39 Exterior Paint Ultratech,Asian, ICI

40 Friction Hinges Zipco, Kich, Dorma & Earl Bihari

41 Reflective Sun Control Film 3M

42 6 mm / 12 mm thick Ply Century, Duro Sarda Plywood & Green, Archidply

43 Telescopic Drawer Channel Earl Bihari&Hettich

44 Ceramic Glazed Tiles (Matt Finish) Nitco, Johnson, Orient, Asian &Kajaria

45 Glazed Vitrified Tiles (Pure Matt Finish)

Rak,Nitco, Johnson, Orient & Asian, Kajaria

46 Glazed Vitrified Tiles (Satin Finish)

Rak,Kajaria,Nitco, Asian,

47 Glass including high performance

thermal glass

Saint Gobain, Modi Guard & AIS

48 Brass Locks Dorset, Kich& Godrej

49 12 mm Particle Board Duro Sarda Plywood , Kitply, greenply, , Archidply

50 19 mm Block Board Century, Green Ply, Duro Sarda Plywood & Archidply

51 Pre Laminated Particle Board Bhutan/ Greenlam/ Century / Merino

52 Flush Door Sarda Plywood , Green Ply, Archidply

53 Acoustical Wall Paneling Armstrong / Alucobond/

54 Silicon Sealant Dow Coming, GE & 3M

55 Glass Wool Twiga, Rockwool

56 Stainless Steel Hand Rail System Dline ,Kich

57 Stainless Steel Pull Handle Dorset, Kich, Dorma

58 Wall Putty Birla Care & JK White

59 Ceramic Wall Tiles for Dedo Nitco, Johnson, Naveen, Orient, Asian &Kajaria

60 W.C., EWC, Wash Basin, Urinal &

Urinal Divition Plates

Hindware, Parryware,cera,

Page 59: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

59

61 Health Shower, Taps, Jet Spray Jaguar

62 Hand Drier cum Paper Dispenser

Unit

Uronics ,Kich & Jaguar

63 ACP CLADDING ALUCOBOND, ALSTRONG & ALSTONE

64

Lamimate Antibacterial Green ply Industries ,Royeltech ,Merino, Sunmica

65

Polycarbonate Sheets Ge Plastics / Damplan/ Sunlite/ Sunpal

66

Mdf Grade-I As Per Is-12406& Ecomark

Nuwud/ Uro / Greenply/Dura Tuff

Page 60: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

60

NEW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY ADMINISTRATION BLOCK , SECTOR - 6 , NOIDA

DISTRICT: GAUTAM BUDH NAGAR (U.P.) NAME OF WORK: DISTRICT HOSPITAL AT SECTOR - 39, NOIDA

S U M M A R Y - S H E E T Sno Item Description Unit Amount

1 Estimate cost Hospital Building : Rs. 1392312551.41

2

Estimate cost Residential Building

: Rs. 427143840.747

3 Estimate cost Boundary Wall : Rs. 12887231.249

4 Estimate cost Plumbing Works Hospital Building

: Rs. 143043484.957

5 Estimate cost Plumbing Works Residential Building

: Rs. 15190865.975

6 Estimate cost Fire fighting Works Residential Building : Rs. 3277405.000

7 Estimate cost Fire fighting Works Hospital Building

: Rs. 44604388.000

Total

: Rs. 2038459767.34

G.TOTAL : Rs. 2038459767.34

SAY : Rs. 2038459767.00

Rs 203,84,59,767.00 ( Rupees Two Hundred Three Crore Eighty Four Lac Fifty Nine Thousand Seven Hundred Sixty Seven Only )

Page 61: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

61

NEW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY ADMINISTRATION BLOCK , SECTOR - 6 , NOIDA

NAME OF WORK -HOSPITAL BUILDING FOR DISTRICT HOSPITAL AT SECTOR - 39, NOIDA Summary

S.No. Description of item Unit Amount DSR 2012 Amount NON

DSR

1 Total Sub-Head-I : Earth-work RS 19490627.64 0.00

2 Total Sub-Head-II : Concrete Work RS 2412988.80 0.00

3

Total Sub-Head-III : Reinforced Cement Concrete Work RS 745463964.10 0.00

4 Total of Subhead IV - Brick work . RS 24586653.18 0.00

5

Total of Sub-Head-V : Flooring and Cladding RS 117794647.31 129859395.02

6 Total of Sub-Head-VI : Finishing RS 10044485.09 18851897.50

7

Total of Sub-Head-VII : Waterproofing RS 7945689.23 21451048.70

8 Total Sub-Head-VIII : Steel Work RS 2761112.04 5992630.00 9 Sub- Head Total- IX : Wood Work Rs 8921257.17 19338166.40

10 Sub- Head Total-X : Fall Ceiling Rs 41350955.33 0.00

11

Sub- Head Total-XI: Structural Glazing & Aluminium Composite Panel Rs 89254736.07 0.00

12 Sub- Head Total-XII: Touch Piling Rs 26539278.14 0.00 13 Sub- Head Total XIII: Miscellaneous Rs 79172.50 100173847.20

1096645566.59 295666984.82

Total

1392312551.41

Page 62: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

62

NEW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY ADMINISTRATION BLOCK , SECTOR - 6 , NOIDA

NAME OF WORK -CIVIL WORKS FOR RESIDENTIAL HOUSING FOR DISTRICT HOSPITAL AT SECTOR - 39, NOIDA

Summary S.No. Description of item Unit Amount DSR 2012 Amount NON DSR

1 Total Sub-Head-I : Earth-work RS 9304000.05 0.00

2 Total Sub-Head-II : Concrete Work RS 1128932.23 0.00

3

Total Sub-Head-III : Reinforced Cement Concrete Work RS 283970844.56 0.00

4 Total of Subhead -IV Brick work . RS 11887266.55 0.00

5

Total of Sub-Head-V: Flooring and Cladding RS 32516767.21 1274327.92

6 Total of Sub-Head-VII : Finishing RS 19450963.47 0.00

7

Total of Sub-Head-VIII : Waterproofing RS 2122525.99 7045238.40

8 Total Sub-Head-IX : Steel Work RS 3492569.78 4460448.38 9 Total of Sub-Head-X : Woodwork RS 23104914.42 7805100.00

10 Total of Subhead XI - False ceiling RS 3765734.92 0.00

11

Total of Subhead XII - Miscellaneous RS 13909639.78 1904567.10

404654158.94 22489681.80

TOTAL

427143840.75

Page 63: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

63

NAME OF WORK :BOUNDRY WALL& GATE WORK FOR DISTRICT HOSPITAL AT SECTOR - 39, NOIDA Summary

S.No. Description of item Unit Amount DSR 2012 Amount NON DSR

1 Total Sub-Head-I : Earth-work RS 273273.20 0.00 2 Total Sub-Head-II : Concrete Work RS 1086295.66 0.00

3

Total Sub-Head-III : Reinforced Cement Concrete Work RS 5426506.39 0.00

4 Total of Subhead -IV Brick work . RS 1639263.42 0.00

5

Total of Sub-Head-V: Flooring and Cladding RS 2975117.50 0.00

6 Total of Sub-Head-VII : Finishing RS 595004.33 0.00

7

Total of Sub-Head-VIII : Waterproofing RS 43697.00 0.00

8 Total Sub-Head-IX : Steel Work RS 671473.07 0.00 9 Total of Sub-Head-X : Woodwork RS 149704.69 26896.00

12860335.25 26896.00

TOTAL

12887231.25

Page 64: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

64

NAME OF WORK : Plumbing work for Sector -39 (Hospital) Noida Summary

S.No. Description of item Unit Amount DSR 2012 Amount NON DSR

1 TOTAL SUB HEAD - I - SANITARY FIXTURES & INTERNAL PLUMBING RS 386373.70 9803290.23

2

TOTAL SUB HEAD - II - SOIL, WASTE, RAIN WATER AND VENT PIPES

RS 0.00 15724433.00 3 TOTAL SUB HEAD - III - WATER SUPPLY RS 193744.20 6257643.56

4 TOTAL SUB HEAD - IV - SEWERAGE AND DRAINAGE RS 3374287.43 877712.23

5 TOTAL SUB HEAD - V - EXTERNAL WATER SUPPLY RS 93019.22 485201.19

6 TOTAL SUB HEAD - VI - DRAIN SYSTEM

RS 0.00 105847780.20

4047424.55 138996060.41

TOTAL

143043484.96

Page 65: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

65

NAME OF WORK : Plumbing work for Sector -39 (RESIDENTIAL BLOCKS) Noida Summary

S.No. Description of item Unit Amount DSR 2012 Amount NON DSR

1 TOTAL SUB HEAD - I - SANITARY FIXTURES & INTERNAL PLUMBING RS 956627.65 3454241.15

2

TOTAL SUB HEAD - II - SOIL, WASTE, RAIN WATER AND VENT PIPES

RS 796109.33 6850074.00 3 TOTAL SUB HEAD - III - WATER SUPPLY RS 1559033.85 1574780.00

3311770.83 11879095.15

TOTAL

15190865.98

Page 66: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

66

NAME OF WORK : FIRE FIGHTING SYSTEM FOR DISTRICT HOSPITAL (RESIDENTIAL BLOCKS) SECTOR-39, NOIDA, U.P.

Summary S.No. Description of item Unit Amount DSR 2012 Amount NON DSR

1 Total Sub Head - I - (Hydrants System)

RS 0.00 1423268.00

2 Total Sub Head - II - (Piping, Valves and Accessories) RS 0.00 1572757.00

3 Total Sub Head - III - (Fire Extinguishers) RS 0.00 281380.00

0.00 3277405.00

TOTAL

3277405.00

Page 67: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

67

NAME OF WORK : FIRE FIGHTING SYSTEM FOR DISTRICT HOSPITAL (HOSPITAL BLOCKS) SECTOR-39, NOIDA, U.P.

Summary S.No. Description of item Unit Amount DSR 2012 Amount NON DSR

1

Total Sub Head - I - (Wet Riser System - Pumping Equipments )

RS 0.00 7694810

2 Total Sub Head - I - (Hydrants System)

RS 0.00 5695193.00

3 Total Sub Head - II - (Piping, Valves and Accessories) RS 0.00 27559176.00

4 Total Sub Head - III - (Fire Extinguishers) RS 0.00 2876431.00

5 Total Sub Head - V (Motor Control Panels)

RS 0.00 613566.00

6 Total Sub Head - VI - (Cable Tray, Cabling and Earthing) RS 0.00 165212.00

0.00 44604388.00

TOTAL

44604388.00

Page 68: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

68

NEW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY ADMINISTRATION BLOCK , SECTOR - 6 , NOIDA Name of Work - Civil work of District Hospital ,Sector 39,Noida (Hospital Block)

S.No DSR Item

No

DSR Page No Item Description Uni

t Rate Quantity Amount DSR Amount NON -DSR

Sub-Head-I : Earth-work

1 CR

Earthwork in excavation over areas (exceeding 30cm in depth, 1.5m in width as well as 10 sqm on plan) including disposal of excavated earth lead upto 50m and lift upto 1.5 m , disposed earth to be levelled and neatly dressed : all kinds of soil.

All kinds of soil cum 98.70 84233.27 8313823.75

2

Carriage of material by mechanical transport including loading, unloading and stacking

1.1.2 62 earth lead upto 5 Km cum 125.92 71898.81 9053498.16

3 CR Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20cm in depth: consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto any depth

cum 68.00 12334.46 838743.28

4 2.27 75 Supplying and filling in plinth with Jamuna sand under floors including, watering, ramming consolidating and dressing complete.

cum 749.30 1714.35 1284562.46

Total Sub-Head-I : Earth-work

19490627.64 0.00

Sub-Head-II : Concrete Work

5 4.1 85

Providing and laying in position cement concrete of specified grade excluding the cost of centring and shuttering - All work upto plinth level

a 4.1.3 85

1:2:4 (1 cement: 2 coarse sand : 4 graded stone aggregate) 20mm nominal size cu

m 4514.05 60.00 270843

b 4.1.8 85

1:4:8 (1 cement: 4 coarse sand : 8 graded stone aggregate) 40mm nominal size cu

m 3593.30 596.15 2142145.795

Total Sub-Head-II : Concrete Work

2412988.80 0.00

Sub-Head-III : Reinforced Cement Concrete Work

6 5.9

Centring and shuttering including strutting, propping etc. and removal of form for :

5.9.1 97 Foundations, footings, bases of columns etc. for mass concrete.

sqm 166.90 608.95 101633.76

5.9.2 97

Walls (any thickness) including attached pilasters, butteresses, plinth and string courses etc.

sqm 285.15 15433.92 4400982.29

5.9.3 97 Suspended floors, roofs, landings, balconies and access platform.

sqm 311.20 51911.4 16154827.68

5.9.5 97 Lintels, beams, plinth beams, girders, bressumers and cantilevers.

sqm 262.25 46524.45 12201037.01

Page 69: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

69

5.9.6 97 Columns, Pillars, Piers, Abutments, Posts and Struts

sqm 365.60 19845.82 7255631.79

5.9.7 97 Stairs, (excluding landings) except spiral staircase.

sqm 326.30 504.00 164455.2

5.11 98

Extra for additional height in centering, shuttering where ever required with adequate bracing , propping etc. including cost of de-shuttering and decentering at all levels, over a height of 3.5 m , for every additional height of 1 metre or part there of (Plan area to be measured)

5.11.1

Suspended floors, roofs, landings, beam, balconies (Plan area to be measured)

sqm 121.65 51911.40 6315021.81

5.22

Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete .

5.22.6 99 Thermo-Mechanically Treated bars.

Kg 62.25 8629728 537200568

7

Providing and laying in position ready mixed M-25 grade concrete for reinforced cement work , using cement content as per approved design mix , manufactured in fully automatic batching plant and transported to site of work in transit mixer for all leads having continous agitated mixer , manufactured as per mix design of specified grade for reinforced cement concrete work , including pumping of R.M.C from transit mixer to site of laying , excluding the cost of centering , shuttering finishing and reinforcement , including cost of admixtures in recommended proportions as per IS : 9103 to accelerate/retard setting of concrete , improve workability without impairing strength and durability as per direction of engineer-in-charge.

5.37 102 All work upto plinth level cu

m 5590.60 6079.36 33987270.02

5.37 102 All work from plinth level upto floor V

level. cum 6129.95 8532.75 52305330.86

(Slab + shelves)

5.37 102 Walls, columns, pillars, posts and struts cu

m 6129.95 4565.55 27986593.22

5.38 102 Extra for R.C.C / B.M.C/R.M.C work above V floor level for each floor or part thereof

cum 151.00 9502.52 1434880.52

5.37 102 Beams, plinth beams, girders, bressumers, cantilevers, Suspended floors lintels roofs and staircases including spiral staircases, shelves etc.

cum 6129.95 7434.95 45575871.75

Add or deduct for providing richer or leaner mixes respectively at all floor levels.

9

5.34.1 101 Providing M-30 grade R.C.C. instead of M-25 grade R.C.C. cu

m 63.20 1518.34 95959.09

10 5.34.3 101 Providing M-40grade R.C.C. instead

of M-25 grade R.C.C. cum 186.90 1519.00 283901.10

Page 70: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

70

Total Sub-Head-III : Reinforced Cement Concrete Work 745463964.10 0.00

Sub-Head-IV : Brick Work

11 6.4 109

Brick work with common burnt clay F.P.S (non modular )brick of class desigation 100 in super structure above plinth up to V level in all Shapes and sizes in :

6.4.2 109 Cement mortar 1:6 (1 cement : 6 coarse sand)

cum 3876.15 3418.61 13251045.15

12 6.5 109

Extra for brick work / ACC block masonary in superstructure above floor V level, for each four floors or part thereof by mechanical means

cum 250.45 1709.305 428095.44

13 6.13 110

Extra for half brickwork with common burnt clay F.P.S (non modular) bricks of class designation 100 in superstructure above plinth floor to V floor level

6.13.1 110 Cement mortar 1:3 ( 1 cement : 3 coarse sand) sq

m 498.35 19420.48 9678196.21

14 6.15 110

Extra for providing and placing in position 2 nos. 6mm dia M.S bars at every third coarse of half brick masonary.

sqm 63.30 19420.48 1229316.38

Total of Subhead IV - Brick work in Rs. 24586653.18 0.00

Sub-Head- V : Flooring & Cladding

15

8.2.2 128 Providing and fixing 18mm thick gang saw cut mirror polished (pre moulded and ore polished) machine cut for kitchen platforms, vanity counters, window sills, facias and similar locations of required size of approved shade, colour and texture laid over 20mm thick base cement mortar 1:4 (1 Cement : 4 coarse sand) with joints treated with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing, moulding and polishing to edge to give high gloss finish etc. complete at all levels.

8.2.2.2 20 mm Granite Sq

m 3083.4 14255.80 43956333.72

16

AS/DSR 2012 Item Nos 7.4

Granite work gang saw cut (polished and machine cut ) of thickness 30mm for wall lining , backing filled with a grout of average 12mm thick in cement mortar 1:3 (1 cement : 3 coarse sand) , including pointing with white cement mortar 1 : 2 (1 white cement : 2 marble dust ) with an admixture of pigment to match the granite shade . ( To be secured to the backing by means of cramps , which shall be paid for separately.

sqm 4218.00 25935.35 109395306.3 109395306.30

Page 71: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

71

17 11.41 193

Providing and laying vitrified floor tiles in diffirent sizes (thickness to be specified by the manufcturer) with water absorption is less than 0.08% and conforming to IS 15622 of approved make in all colours and shades laid on 20 mm thick cement mortar 1:4 (1 cement : 4 coarse sand) including grouting the joints with white cement and matching pigments etc. complete. Make Grout ( Bal Indura ), Tile ( RAK , Rustile Ceramic, Hindware, Euro ) Dado

11.41.2

Size of tiles 60cmX60cm (Rooms) Sqm 1337.10 12856.08 17189864.57

11.41.3

Size of tiles 80cmX80cm Sqm 1579.4 6428.04 10152446.38

11.41.3

Size of tiles 100cmX100cm Sqm 2246.1 6428.04 14438020.64

18 AR

Providing & fixing wooden panneling including farming in kail wood of size 50x50 mmcentre to centre both ways as reqired fixed to wall /cloumn with desh fastner ,nails with rawl plug putting ect. Covered with 20 mm thick comercial board/ply including priming coat on exposed surface ,including edges wtih teak moulding /beading using with adhsive and SS screws with necessary fixing arrangements all complete. sq

m 1806.00 482.79 871918.74

19

7.42 115 Providing and fixing adjustable stainless steel cramps of approved quality and of required shape and size adjustable with stainless steel nuts bolts and washer (Total weight not less than 260 gms) for dry stone cladding fixed on frame work at suitable location including making necessary recesses in stone slab, drilling required holes etc. complete as per direction of the Engineer in charge.(make Hilti)

= 8 X (25935.35) = 207483 No

s 100 207483.00 20748300.00 20748300.00

20

7.39 124 Extra for stone work for wall lining on exterior walls of hight more than 10 m form ground level for every additional hight of 3 m or part there of.

A For first 3 m above 10m hight Sq

m 65.85 5187.07 341568.56

B For Second 3 m above 10m hight Sq

m 65.85 5187.07 341568.56

C For Third 3 m above 10m hight Sq

m 65.85 5187.07 341568.56

D For fourth3 m above 10m hight Sq

m 65.85 5187.07 341568.56

E For fifth 3 m above 10m hight Sq

m 65.85 5187.07 341568.56

Page 72: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

72

21

11.21 190 Providing and fixing 10mm thick acid and or alkali resistant tiles of approved make and colour using acid and or alkali resisting mortar bedding and joints filled with acid and or alkali resisting cement as per IS : 4457 complete as per the direction of Engineer In Charge.

In flooring on a bed of 10 mm thick mortar 1:4 (1appropriate cement : 4 coarse sand)

11.21.

1.1 190 Acid and alkali resistant tile Sq

m 1075.6 400 430240.00

22

11.36 192 Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS : 15622 of minimum thickness to be specified by the manufecturers of approved make in all colours, shades except begundy, bottle green, black of any size as approved by Eningeer-in-charge in skirting, risers of steps and dados over 12mm thick bed of Cement Mortar 1:3 (1 Cement : 3 Coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm including pointing in white cement mixed with pigment of matching shade complete.

Sqm 724.25 5706.39 4132852.96

23

NS Providing and fixing structural steel frame (for dry cladding with 30/40 mm thick gang saw cut with machine cut edges sand stone) on walls at all heights using 304 S.S. square/ rectangular tube in the required pattern as per architectural drawing including cost of cutting, bending, welding etc. The frame work shall be supported in wall with the help of S S brackets/ lugs of angle iron/ flats etc. which shall be welded to the frameand embedded in brick wall with cement concrete block 1:2:4 (1 cement :2 coarsesand :4 graded stone aggregate 20mm nominal size) of size 300x230x300mm including cost of necessary centring and shuttering and with approved expansion hold fasteners on CC/RCC surface including drilling necessary holes. Approved cramps/ pins etc. shall be welded to the frame work to support stone cladding the steel work r as approved by Engineer- in-charge (Shop drawings shall be submitted by the contractor to the Engineer-in-charge for approval before execution). The frame work shall be fixed in true horizontal & vertical lines/planes,(Only structural steel frame work shall be measured for the purpose of payment,stainless steel cramps shall be paid for separately and nothing extra shall be paid.)

Sqm 4360.00 550 2398000

Page 73: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

73

24 11.4 187

52mm thick cement concrete flooring with concrete hardener topping under layer 40mm thick cement concrete 1:2:4 ( 1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size ) and top layer 12mm thick cement hardener consisting of mix 1:2 ( 1 cement hardener mix : 2 graded stone aggregate 6mm nominal size ) by volume hardening compound is mixed @ 2 litre per 50 kg of cement or as per manufacturers specifications. This includes cost of cement slurry, but excluding the cost of nosing of steps etc complete ( Machine room flooring IPS )

Sqm 420.55 230.04 96743.32

25 11.26

191 Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab, including rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse sand) :

11.26.

1 25 mm thick sq

m 945.70 3431.53 3245197.92

26 11.27

191 Kota stone slabs 20 mm thick in risers of steps, skirting, dado and pillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement: 3 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbing and polishing complete.

sqm 954.10 1200.00 1144920.00

27 N.S

Providing , machine mixing and laying of vacuum dewatered (Tremix) concrete of grade M 25 as per detail drawings including dewatering , required leveled steel formwork, compaction etc. power floating and smooth finishing (Cleaning, brooming, Backup Rod, Groove cutting etc) as developed by M/s Tremix AB, SWEDEN or equivalent approved cleaning, curing surface as directed by manufacturer of the equipment and as approved by the PM/Consultant all complete. ( Cost of concrete payable separately )

Cum 180.00 1755.76 316036.08

28 N.S

Providing and filling polysulfide sealent Pouring Grade ( 15mmx10mmdeep) in groove at all levels. Including all Operations like surface Preparation ,Priming, mixing ,application,finishing,cleaning & curing ,all complete as per direction of engineer incharge taking 1m length in 1sqm as per item No ------ trimix(V.D.) flooring. Make:Pidilite,Cico,Bostic

sqm 400.00 5961.49 2384596.00

29 8.3

128 Extra for providing edge moulding to 18mm thick marble stone counters , Vanities etc over Item no. 8.2 including machine polishing to edge to give high gloss finish etc. complete as per design approved by Engineer -in- charge

Page 74: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

74

8.3.2 128 Stone Rn

mtr 178.75 500.00 89375.00

30

8.2

129

Providing and fixing 18mm thick gang saw cut mirror polished premoulded and prepolished machine cut for kitchen platforms, vanity counters , window sills , facias and similar locations of required size of approved shade , colour and texture laid over 20mm thick base cement mortar 1:4 ( 1 cement : 4 coarse sand ) with joints treated with white cement , mixed with matching pigment, epoxy touich ups, including rubbing, curing , moulding and polishing to edge to give high gloss finish etc. complete at all levels.

8.2.2 Granite of any colour and shade

8.2.2.2 Area of slab over 0.50 sqm ( Counter )

Sqm 3083.4 150.00 462510.00

8.3 31 Supply & Installation of 18 mm

wooden Flooring is performed by troweling mastic or adhesive onto a properly cured and level concrete or plywood sub-floor and placing the individual pieces on the glue. Glued down wood floors are very stable but this method does require an extensive knowledge of sub-floor preparation methods. Improper bonding on an uneven sub-floor will cause the new wood flooring product to break loose and need repair. It is most commonly utilized on engineered wood flooring but it can also be utilized for solid wood flooring. Make:Euro,Ebaco

Sqm 11000.00 228.96 2518560..00

32 NS

Providing and Laying 2.0 mm Homogenous PVC Vinyl Flooring, anti Bacterial & fungicidal ,hard wering. Flooring with the EN 649((34-43) and group P rating along with surface preparation , under lay in cork sheet or equivalent ensuring a zero level ,shade as approved by the Architect. The material must be allowed to acclimatic 24 hours prior to installation in a room temperature of between 18-24 degree (with shade as Approved by the Architect ) Make:Gerflor,Forbo,Armstrong

Sqm 1685.00 1685.34 2839797.9

33 NS 1 water Repellent coating On Flooring&

cladding.

a

Providing & Applying water repellent 0.15 l/m2 Impregnation Cream in emulsion form on a siloxane base having an effective ingredients content of 40% by mass and having density of 0.86 kg/l with neutral pH and a flash point of 69° C, penetrates deeply ,no mixing required. Surface needs to be made completely dust free before application of cream. The agency to make sure that the stone and exposed edges becomes impervious and no change in colour of stone takes place. Water repellent test report to be submitted before start of application. Make:Water repellent or Equivalent.

Sqm 120.00 24255.80 2910696

Page 75: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

75

b 1.10

Providing & Applying water repellent 0.3 l/m2 Silane - Siloxane impregnation agent having solid contents approx. 7% by mass, density 0.8g/cm³, ready to use, contains low odour aliphatic hydrocarbons . Highly resistant to alkali upto PH 14 , penetrates deeply ,no mixing required.Surface needs to be made completely dust free before application of cream. The agency to make sure that the stone and exposed edges becomes impervious and no change in colour of stone takes place. Water repellent test report to be submitted before start of application. Make:Water repellent or Equivalent.

sqm 240.00 25935.35 6224484

Total Sub-Head- V: Flooring & Cladding 117794647.31 129859395.02

Sub-Head-VI : Finishing

34 13.1 12 mm cement plaster of mix :

13.1.1 222 1:4 (1 cement : 4 Fine sand) sq

m 123.50 61809.50 7633473.25

35 13.16 223 6mmm cement plaster of mix:

13.16.

1 1:3 (1 cement : 3 fine sand) sq

m 101.00 2961.41 299102.41

36 13.12 223

18mm cement plaster in two coats under layer 12mm thick cement plaster 1:5 (1 cement : 5 coarse sand) and a top layer 6mm thick plaster 1:3(1 cement : 3 coarse sand) finish rough with sponge. sq

m 198.25 3700.79 733681.62

37 13.41 225

Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade :

13.41.

1

New work (two or more coats) over and including water thinnable priming coat with cement primer sq

m 64.65 2961.41 191455.16

38 13.45 225 Finishing walls with texture paint of required shade :

13.45.

1

New work (Two or more coats applied @ 3.28 ltr/10 sqm) over and including base coat of waterproofing cement paint applied @ 2.20 kg / 10 sqm all complete as per direction Engineer -In-charge

sqm 117.70 4498.45 529467.57

39 13.52 226

Finishing with Epoxy paint (2 or more coats ) at all location prepared and aaplied as per manufacturers specification including appropriate priming coat , preparation of surface, etc. complete

13.52.

1 226

On Steel work sqm 105.50 6230.38 657305.09

Page 76: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

76

40 NS

Supply & Finishing internal wall & POP ceiling with acrylic copolimer based hygnic emulsion paint (Medical paint) with extremely low water absorption & water soubility capable of providing long lasting protection against mildew, fungal,spoores, mould and surfesfungus grough ,offering water reprllency outstanding washbilty and durability ect ,using as per manufecture specification. Two or more coat applier @1.45ltr /10 sqm over and including two coat special wall filler & including one coat of special prirmer applied @1.6 Ltr /10sqm & Including two coat Special wall Filler Putty @9.5 Kg /10Sqm

Sqm 305.00 61809.50 18851897.50

Total of Sub-Head-VI : Finishing in Rs 10044485.09 18851897.50

Sub-Head-VII : Waterproofing

41 New

Providing & laying 24mm thick cement plaster 1:3 (1 cement: 3 coarse sand) in two equal layers mixed with water proofing compound WP 10 @ 125ml / 50 Kg Bag of Cement. 2 coats of Acrylic polymer over rendered plastered base.alongside all retaining wall & Over PCC. Cure the surface for 7 days and treat if any shrinkage cracks found. Application of 2 coats of Acrylic polymer over rendered plastered base.alongside all retaining wall. Cure the surface for 7 days and treat if any shrinkage cracks found.

sqm 350.00 12695.64 4443474.00

42 New

Providing and laying EPDM based water proofing treatment including preparation of surface as required for treatment over basement roof slab consisiting of following operations (Landscape Waterproofing)

Sqm 932 8974.85 8364560.20

Treatment of surface by providing leveling course PCC 1. Cleaning the surface off loose particles. Levelling off with cement mortar, if necessary.

2. Protective layer , geotextile mat of 160 gsm min.shall be loose laid over the top of concrete blinded PCC

3.Laying 1.5mm thick non reinforced EPDM membrane conforming to ASTM D-6134-97 shall be loose laid. The size of sheet should be as large as possible to minimize the number of joints. 4.Adjecent sheet shall be laid in similar fashion with an overlap of at least 100 mm.

5. The overlap joint shall be cleaned using a primer as specified by the manufacturer. The overlap joint then be sealed using a double sided Quick Seam splice tape as per manufacturer specification.

6. A protective layer of geotetile of minimum 200gsm shall then be loosely laid over spliced EPDM membrane.

Page 77: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

77

7. Finally laying 50 mm thick protective layer over EPDM membrane, of cement mortar 1 : 4 ( 1 Cement : 4 Coarse Sand ) The whole terrace so finished shall be flooded with water for a minimum period of two weeks for curing and to final test. All above operations to be done in order and as directed and specified by the Engineer In Charge:

43 22.3 363

Providing and laying waterproofing treatment to vertical and horizontal surfaces of depressed portions of W.C. kitchen and the like consisting of :

sqm 399.60 3070.00 1226772.00

Ist course of applying cement slurry @ 4.4 Kg/sqm mixed with water proofing compound conforming to IS 2645 in recommended proportions including rounding off junction of vertical and horizontal surface. Iind course of 20mm cement plaster 1 : 3 ( 1 cement : 3 coarse sand ) mixed with water proofing compound in recommended proportion including rounding off junction of vertical and horizontal surface. IIIrd course of applying blown or residual bitumen applied hot at 1.7 Kg per sqm of area.

Ivth course of 400 micron thick PVC sheet. (Overlap at joints of PVC sheet should be 100 mm wide and pasted to each other with bitumen @ 1.7 Kg/sqm)

44 22.7 365

Providing and laying integral cement based water proofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc. consisiting of following operations

Sqm 786.7 3070.00 2415169

Applying of a slurry coat of neat cement using 2.75 kg/sqm of cement admixed with water proofing cement compound conforming to IS 2645 and approved by Engineer In Charge over the RCC slab including adjoining walls upto 300 mm height including cleaning the surface before treatment Laying brick bats with mortar using broken bricks/brick bats 25mm to 115mm size with 50% of cement mortar 1:5 (1cement : 5 Coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer In Charge over 20 mm thick layer of cement mortar of mix 1:5 (1cement : 5 Coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer In Charge to required slope and treating similarly the adjoining wall upto 300 mm height including rounding of junctions of wall & slab After two days of proper curing applying a second coat of cement slurry using 2.75 kg/sqm of cement admixed with water proofing cement compound conforming to IS 2645 and approved by Engineer In Charge

Page 78: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

78

Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1cement : 4 Coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer In Charge including laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry and making pattern of 300X300 mm square 3mm deep The whole terrace so finished shall be flooded with water for a minimum period of two weeks for curing and to final test. All above operations to be done in order and as directed and specified by the Engineer In Charge:

45 12.21 207

Providing gola 75X75 mm in cement mortar 1:2:4 (1 cement : 2 Coarse sand : 4 stone aggregates 10 mm down ) including finishing with cement mortar 1:3 (1 cement : 3 fine sand ) as per standard design :

Rnmtr 109.05 233.50 25463.18

46

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3mm thick waterproofing membrane , black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane @ 0.40 ltr/sqm by the same membrane manufacture of density at 25 degree C , 0.87 - 0.89 kg/ltr and viscosity 70-160 cps. Over the primer coat the layer of membrane shall be laid using Butane torch and sealing all joints etc and preparing the surface complete. The vital physical and chemical parameters of the membrane shall be : Joint strength in longitudinal and transverse direction at 23 degree C as 650/450N/5cm. Tear strength in longitudinal and transverse direction as 300/250N. Softening point of the membrane not less than 150 degree C. Cold flexibility shall be upto -2 degree C when tested in accordance with ASTM , D - 5147. The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane :

52 22.20.

1 368 3 mm thick sq

m 422.80 8975.85 3794989.38

47 22.21 368

Extra for covering top of membrane with Geotextile, 120gsm non woven, 100% polyester of thickness 1 to 1.25mm bonded to the membrane with intermittent touch by heating the membrane by Butane torch as per manufacturers recommendation

sqm 53.85 8974.85 483295.6725

Page 79: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

79

48 New

Providing and fixing of 12 mm NBMS Threaded nozzles at Raft/ Retaining wall area @ 1mtr center to center on grid pattern and along with construction joint and critical points @ 0.5 mtrs center to center on grid pattern and half of the depth of slab and fix the nozzles with Fix -10 S . Injection of Grout ADD ( non shrink compound) admixed with cement slurry through the fixed nozzles under maximum pressure 2.5 kg per.s.cm.by manually operated grouting pump. The grout should flow through all pores and voids thereby sealing them. After completion of the grouting operation the projected part of the nozzles are to be removed and surface to be made smooth.The contractor through the said approved agency of sub-contractor shall give guarantee against any leakages for a period of ten years. Any leakages or defect during this period shall be made good by the contractor at his own cost in a manner to be decided by the architect.

Each 180.00 35375.00 6367500

49 NS 39

Providing and Applying of 400 mm wide rubber waterstop in retaining walls at junctions of construction joints. It is essential that there is > 8 cm of concrete from the side exposed to water.Waterstop can be secured using steel nails (min. 5 nails per Mtr). The connecting of waterstops can be carried out by overlapping by a minimum of 30 mm or by butt jointing. It is essential that both the waterstops are tight up against one another to avoid flaws. Butt jointed waterstops are to be secured with a separate waterstop overlapped to both by a minimum of 30 mm. The same to be executed as per manufacturer recommendation and architectural details and instruction. Approved make MYK Schomburg, Hydrotite.

Rnmtr 325.00 1528.66 496814.5

50 NS

Providing & Fixing in position seismic expansion joint.

Providing & Fixing in position 150mm seismic expansion joint at internal floor to floor location, all necessary accessories with 3mm thk Alumnium plate fixed with countersunk screws 2450C/C and Aluminium extrusions with Hilti/Bosch anchor fasteners @300c/c with self centering bar in expansion joint opening with 10-15 mm epoxy screed 100% leakage proof all complete as per drawing. Make:HerculesVR Engineer or Z-Tech,C&S

Rnmtr 3850.00 210.00 808500

Page 80: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

80

Providing & Fixing in position 100mm seismic expansion joint at internal and External Wall to Wall location with all necessary accessories with aluminium cover plate fixed with counter sunk screw @450c/c and turn bar spaced @450c/c with C.S Screw with plastic inserts all complete as per drawing. Make:Hercules VR Engineer or Z-Tech,C&S

Rnmtr 3850.00 252.00 970200

Total of Sub-Head-VII : Waterproofing in Rs

7945689.23 21451048.70

Sub-Head-VIII : Steel Work

51 10.25 179

Steel work welded in built up sections/framed work including cutting hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc.as required.

10.25.

2 179

In gratings, frames, guard bar, ladders, railings, brackets, gates & similar works.

Kg 77.90 10383.98 808912.042

52 10.17 178

Providing and Fixing M.S. fan clamp type I or II of 16mm dia M.S. bar bent to shape with hooked ends in R.C.C. slabs , beans during laying including paintinf the exposed portion of loop , all as per standard design complete.

No 106.30 500.00 53150.00

53 10.28 179

Providing and fixing stainless steel ( Grade 304) railing made of Hollow tubes, channels, plates etc., including welding, grinding, buffing, polishing and making curvature (wherever required) and fitting the same with necessary stainless steel nuts and bolts complete, i/c fixing the railing with necessary accessories & stainless steel dash fasteners , stainless steel bolts etc., of required size, on the top of the floor or the side of waist slab with suitable arrangement as per approval of Engineer-in-charge, ( for payment purpose only weight of stainless steel members shall be considered excluding fixing accessories such as nuts, bolts, fasteners etc.). kg 558 3200.00 1785600.00

Page 81: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

81

54 N.S

Supply and installation of Kich /Q railing/Dorma Railing make AISI 316 Grade Stainless Steel Knock Down (No Welding) railing system comprising Ø 50mm Handrail containing high grade Stainless Steel Bushings at every Bend / Joint of Railing to provide extra strength fixed by T- Bracket (Matt Finish) on Ø 38mm AISI 316 grade Stainless Steel Round baluster, with the help of M5 x 12 mm Handrail Clamping Screws. The handrail fixing with 915 mm high baluster should be concealed by glossy finished cover cap. Round Baluster Make : (Design Code DT11-1-163) having Ø 100mm x 8 mm thick specially investment casted Base Plate Secured by Anchor Fasteners (extra strength Bolt with Zinc coating of M10x70 size & Anchor sleeves of Brass M10 x 45mm) on Concrete Surface/ Floor and concealed with AISI 316 grade cover Cap (Glossy Finish) to conceal the mounting anchor fasteners. Baluster to be placed at maximum 1200mm c/c along with 4Nos. Ø 16 mm mid rails connected at the side of baluster and strengthened with high quality brass bushes and bolted with high precision Investment casted Tbracket (Combi. Finish).Handrail, Baluster and In-fill members should be of Matt Finish of 320 grit done with minimum 3 times finishing process in automatic polishing machine to achieve smooth and long lasting hairline finish. If any welding must be done at factory by automatic welding machine in Tig welding process with accurate precision so as no welding marks, burrs are visible on products. Wall thickness of all Pipes shall be taken as 1.5mm along with all visible components developed in High Grade S.S. Railing height to be taken @ 915mm from floor level. . Rft 3150.00 1280.20 4032630.00

10.29.2 243

Stainess Steel Grade 304 wire gague of 0.5mm dia wire and 1.4mm apeture on both side

Sqm 1134.50 100.00 113450.00

55

Providing and fixing multy layer sheeting for sky light ,ramp covering etc.

Ns

Supply & Installation of Multicell soft light system for semicircular shape of (shade as approved by Architect) Multicell single skin panel of 30mm with connectors of polycarbonates and glazing bars (if required ) including all accessories such as SS Fastners,endcaps and screw etc making and assuring 100% water proof structure. Make:Damplon,Sep-Italia,Poly-U.

Sqm 5400.00 150.00 810000.00

Page 82: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

82

Design, Supply and fabrication structures , purlins etc. made up of MS hollow section with plate rivetted / welded / bolted together in all specified Drawings and applied with two coats of automative paint and one coat of primer. After surface preparation making surface free from dust and oil ensuring perfect bonding of automative paint with steel with required primer coat as per manufacturer's recommendation. Paint Make:Dulex,Asian,ICICI Kg 115.00 10000.00 1150000.00

Total Sub-Head-I : Steel Work in Rs

2761112.04 5992630.00

Sub-Head- II : Wood Work

56 9.1 147

Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position :

9.1.1 Second class teak wood (FRAMES) Cu

m 85813.30 31.74 2723714.14

57 9.5 147

Providing and fixing panelled or panelled and glazed shutters for doors, windows and clerestory windows including ISI marked black enamelled S.S butt hinges with necessary screws excluding, panelling which will be paid for separately. PANELLED

9.5.1 Second class teak wood

9.5.1.1 35 mm thick shutters Sq

m 2434.05 150.00 365107.50

58 9.21 150

Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) non-decorative type , core of block board construction with frame of 1st class hard wood and well mached commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters :

9.21.1

35 mm thick including ISI marked stainless steel butt hinges with necessary screws. FLUSH DOOR

Sqm 1578.3 657.64 1037953.21

59 9.53 154

Providing 40x5 mm flat iron hold fast 40 cm long including fixing to frame with 10 mm diameter bolts, nuts and wooden plugs and embedding in cement concrete block 30x10x15cm 1:3:6 mix (1 cement : 3 coarse sand : 6 graded stone aggregate 20mm nominal size)

Each 97.8 5262.00 514623.60

60 9.23

Extra for providing lipping with 2nd class teak wood battens 25 mm minimum depth on all edges of flush door shutters (over all area of door shutter to be measured).

Sqm 325.2 657.64 213864.63

61 9.22

Extra for providing and fixing flush doors with decorative veneering instead of non decorative depth on all edges of flush door shutters (over all area of door shutter area to to be measured )

9.22.1 151 On one side in item no. 9.21 ONE SIDE LAMINATED

Sqm 371.7 657.64 244444.79

Page 83: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

83

62 9.26 151

Extra for cutting for flush door rebate in flush door shutter ( Total area of the shutter to be measured )

Sqm 92.9 657.64 61094.76

63 9.40

Providing & fixing wooden moulding beading to doors, windows, frames,with iron screws ,plugs and priming coat on unexposed surface ect.complete :

9.40.1.2 153

Second class teak wood 50X20 mm. Meter 135.70 1315.00 178445.50

64 9.127

Extra for providing and fixing decorative high pressure laminated sheets of plain /gloss/matt/suede finish with high density protective surface layer and reverse side of adhesive bonding quality conforming to IS 2046 Type S including cost of adhesive of approved quality Make Greenlam,Merino,Royel tech.

9.127.1 165

1.5 mm thick Sqm 756.05 1105.00 835435.25

65 Ns

roviding and Fixing crush bar 0f size 25mm thick 80mm wide machine made round edge post forming exterior grade high denicity MDF board including laminates on both face and edges rounded by machine and fix by powder coted ss screw with cape all complete Mtr 350.00 4500.00 1575000.00

66 Ns

Providing & fixing wooden panneling including farming in Sal wood of size 50x50 mmcentre to centre both ways as reqired fixed to wall /cloumn with desh fastner ,nails with rawl plug putting ect. Covered with 20 mm thick comercial board/ply including priming coat on exposed surface ,including edges wtih teak moulding /beading using with adhsive and SS screws with necessary fixing arrangements all complete.

Sqm 1500.00 1105.00 1657500.00

67 NS

Providing & fixing Providing & fixing Lacqured Coloured glass 6mm thick Saint Gobin/Asahi fixed to wooden panneling with adhsive as per manufacturer's recommendation.All Completea as perdirection Engineer in Charge. and approval of Architect.Make:Saint Gobain,Pil Clinton

Sqm 4400.00 250.00 1100000.00

68 NS

Providing & fixing wooden Ceiling including farming in Sal wood of size 50x50 mm c/c both ways as reqired fixed to wall /cloumn,RCC slab with desh fastner ,nails with rawl plug putting ect. Covered with 20 mm thick comercial board/ply Provision of trap door and including priming cout on exposed surface ,including 4mm Teak veneering with groove using with adhsive with necessary fixing arrangements all complete. 1530.00 250.00 382500.00

69 9.22

Extra for providing and fixing decorative veneering instead of non decorative depth on all edges of flush door shutters (over all area of Plan/Elevation r area to to be

Page 84: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

84

measured )

9.22.1 151 On one side in item Wooden Ceiling,wall panneling

Sqm 371.7 250.00 92925.00

70 Ns

Providing and Fixing crush bar 0f size 25mm thick 200mm wide machine made round edge post forming exterior grade high denicity MDF board including laminates on both face and edges rounded by machine and fix by powder coted ss screw with cape all complete Mtr 715.00 6200.00 4433000.00

71 N.S

Providing and fixing Main Door Hardware with with necessary screws ,nut boldt ect. All complete.Hardware Make Kich, Dline,Geze,Hafele

9.72

157 Providing and fixing bright finished brass butt hinges with necessary screws etc. complete

9.72.1 157 125x85x5.5 mm (heavy type)

Nos 368.45 4.00

9.76

157 Providing and fixing bright finished brass 100 mm mortice latch and lock with 6 levers and a pair of lever handles with necessary screws etc. complete (best make of approved quality). Nos 472.25 1.00

9.74

157 Providing and fixing bright finished brass tower bolts (barrel type) with necessary screws etc. complete . Nos 365.00 1.00

9.74.1 157 250x10

Nos 280.70 1.00

9.74.3 157 150x10

Nos 178.65 1.00

9.82

157 Providing and fixing bright finished brass hanging type floor door stopper with necessary screws, etc. complete. Nos 443.00 1.00

9.84

157 Providing and fixing aluminium extruded section body tubular type universal hydraulic door closer (having brand logo with ISI, IS : 3564, embossed on the body, door weight upto 36 kg to 80 kg and door width from 701 mm to 1000mm) with double speed adjustment with necessary accessories and screws etc. complete. Nos 73.40 1.00

9.69

156 Providing and fixing oxidised M.S. Safety chain with necessary fixtures for doors. (Weighting not less than 450 gms.) Nos 75.45 1.00

Total

No 3360.00 206.00 692160.00

80

Providing and fixing Internal Doors Hardware with with necessary screws ,nut boldt ect. All complete.Hardware Make Kich, Dline,Geze,Hafele

9.72

157 Providing and fixing bright finished brass butt hinges with necessary screws etc. complete

9.72.1 157 125x85x5.5 mm (heavy type)

Nos 368.45 4.00

9.76

157 Providing and fixing bright finished brass 100 mm mortice latch and lock with 6 levers and a pair of lever handles with necessary screws etc. complete (best make of approved quality). Nos 472.25 1.00

Page 85: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

85

9.74

157 Providing and fixing bright finished brass tower bolts (barrel type) with necessary screws etc. complete . Nos 365.00 1.00

9.74.1 157 250x10

Nos 280.70 1.00

9.74.3 157 150x10

Nos 178.65 1.00

9.82

157 Providing and fixing bright finished brass hanging type floor door stopper with necessary screws, etc. complete. Nos 73.40 1.00

Total

Nos 2844.00 200.00 568800.00

81

Providing and fixing Toilet Doors Hardware with with necessary screws ,nut boldt ect. All complete.Hardware Make Kich, Dline,Geze,Hafele

9.72

157 Providing and fixing bright finished brass butt hinges with necessary screws etc. complete Nos

9.72.1 157 125x85x5.5 mm (heavy type)

Nos 368.45 4.00

9.76

157 Providing and fixing bright finished brass 100 mm mortice latch and lock with 6 levers and a pair of lever handles with necessary screws etc. complete (best make of approved quality). Nos 472.25 1.00

9.74

157 Providing and fixing bright finished brass tower bolts (barrel type) with necessary screws etc. complete . Nos 365.00 1.00

9.74.1 157 250x10

Nos 280.70 1.00

9.82

157 Providing and fixing bright finished brass hanging type floor door stopper with necessary screws, etc. complete. Nos 73.40 1.00

Total

No 2665.00 76.00 202540.00

82

Providing and fixing Balcony ,External Doors Hardware with with necessary screws ,nut boldt ect. All complete.Hardware Make Kich, Dline,Geze,Hafele

9.72

157 Providing and fixing bright finished brass butt hinges with necessary screws etc. complete

9.72.1 157 125x85x5.5 mm (heavy type)

Nos 368.45 4.00

9.76

157 Providing and fixing bright finished brass 100 mm mortice latch and lock with 6 levers and a pair of lever handles with necessary screws etc. complete (best make of approved quality). Nos 472.25 1.00

9.74

157 Providing and fixing bright finished brass tower bolts (barrel type) with necessary screws etc. complete . Nos 365.00 1.00

9.74.1 157 250x10

Nos 280.70 1.00

9.74.3 157 150x10

Nos 178.65 1.00

9.82

157 Providing and fixing bright finished brass hanging type floor door stopper with necessary screws, etc. complete. Nos 73.40 1.00

Total

Nos 2844.00 5.00 14220.00

83

Providing and fixing windows Hardware with with necessary screws ,nut boldt ect. All complete.Hardware Make Kich, Dline,Geze,Hafele

3 Hinges

Page 86: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

86

9.72

157 Providing and fixing bright finished brass butt hinges with necessary screws etc. complete

9.72.3 100x85x5.5mm heavy Type

Nos 3.00 325.10

158 Providing and fixing bright finished brass handles with screws etc. complete : Nos

9.81.1 158 125 mm

Nos 1.00 169.60

9.81.2 158 100 mm

Nos 1.00 151.85

158 Providing and fixing bright finished brass casement stays (straight peg type) with necessary screws etc. complete : Nos

9.87.2 158 250 mm weighing not less than 280

gms Nos 1.00 79.30

Total

Nos 1376.00 50.00 68800.00

84 9.136 167

Providing and fixing fire resistant door frame of section 143 x 57 mmmhaving built in rebate made out of 16 SWG G.I. sheet (zinc coating notmless than 120 gm/sqm) duly filled with vermuculite based concrete mix, suitable for mounting 60 minutes fire rated door shutters. The frame is fitted with intumuscent fire seal strip of size 10x4 mm (minimum) alround the frame and fixing with dash fastener of approved size and make, including applying a coat of approved brand fire resistant primer etc.complete as per direction of Engineer-in-charge (Dash fastener to be paid for separately). Mtr 1161.45 150.00 174217.50

85 9.137 167

Providing and fixing 50 mm thick glazed fire resistant door shutters of 60 minutes fire rating conforming to IS:3614 (Part-II), tested and certified as per laboratory approved by Engineer-in-charge, with suitable mounting on door frame, consisting of vertical styles, lock rail, top rail 100 mm wide, bottom rail 200 mm wide, made out of 16 SWG G.I.sheet (zinc coating not less than 120 gm/m2) duly filled FR insulation material and fixing with necessary stainless steel ball bearing hinges of approved make, including applying a coat of approved fire resistant primer etc. all complete as per direction of Engineer-in-charge (panneling to be paid for separately). sqm 5727.20 86.10 493111.92

86 9.139 167

Providing and fixing panic bar / latch (Double point) fitted with a single body, Trim Latch & Lock on back side of the Panic Latch of reputed brand and manufacture to be approved by the Engineer- in- charge, all complete. Nos 5873.25 30.00 176197.50

87 9.27 151

Providing and fixing 35mm thick wire gauze shutters using galvanised M.S wire gauze of average width of apperture 1.4 mm with wire of dia. 0.63 mm for doors, windows and clerestory windows including ISI marked bright finished or/and black enamelled M.S butt hinges with necessary screws :

9.27.1.2

Second class teak wood Sqm 2835.35 12.00 34024.20

Page 87: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

87

88 9.1 147

Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position :

9.1.1 Second class teak wood (LOUVER FRAMES)

Cum 85813.3 2.45 210242.59

89 9.25 151

Extra if louvers (not exceeding 0.2 sqm) are provided in flush door shutters

9.25.1 Decorative type door (LOUVER SHUTTERS)

Sqm 336.85 57.4 19335.19

90

N.s Providing and Fixing UPVC window as per detail specification enclosed

a Fix portion

sqm 6572.00 250.00 1643000.00

b Extra for openable window including fitting and fixtures with hardware

sqm 12219.00 75.00 916425.00

c Providing and Fixing Double Glazing 6mm Toughened glass KT440+12mm air gape + 6mm Toughened clear glass from inside.

sqm 4381.00 325.00 1423825.00

81 21.18

358

Providing and fixing 12mm thick frameless touhened glass door shutter of approved brand and manufacture,including providing and fixing top &bottom pivot &spring type fixing arrangement and making necessary holes etc. For fixing required door fitting ,all complete as per direction of engineer in incharge ( Door handle,lock and stopper etc.be paid separately ) sqm 4444.75 382.53

1700250.218

AR

Extra for providing and fixing Hardware .Make Dorma,D-Line,Hafele,Kich

114.00

Door Handle PHH2518-C(Both side Handle) 450x25Dia

Set 3075.10 114.00 350561.40

Door Stoper DSTHMS Set

330.40 114.00 37665.60

Floor Lock NPS55 Set

1542.80 114.00 175879.20

82 AOR

Providing & fixing 50X50 mm 3mm thick alluminium tube frame with SS screws etc , all complete as per Engineer-in-charge. Rmt 244.00 3010.00 734440.00

83 NS A

Providing and fixing stainless steel ( Grade 304) Internal Door & Window Frame made of Hollow tubes, plates etc. including welding, grinding, buffing, polishing and making curvature (wherever required) and fitting the same with necessary stainless steel nuts and bolts complete i/c fixing the railing with necessary accessories & stainless steel dash fasteners , stainless steel bolts etc., of required size, on the top of the floor or the side of waist slab with suitable arrangement as per approval of Engineer-in-charge.modular L&Key based system all complete. sqm 2761.00 134.22 370581.42

Page 88: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

88

21.18 358 Providing and fixing 12mm thick frameless touhened glass door shutter of approved brand and manufacture,including providing and fixing top &bottom pivot &spring type fixing arrangement and making necessary holes etc. For fixing required door fitting ,all complete as per direction of engineer in incharge ( Door handle,lock and stopper etc.be paid separately )

sqm

4444.75 201.96 897661.71

AR

Extra for providing and fixing Hardware .Make Dorma,D-Line,Hafele,Kich

17.00 52276.70

Door Handle PHH2518-C(Both side Handle) 450x25 Dia

Set 3075.1 17.00 5616.80

Door Stoper DSTHMS Set 330.4

17.00 26227.60

Floor Lock NPS55 Set 1542.8

17.00

84 NS

Supply and installation of fabric pattern 3M DI -NOC fabric series film over glass partitions and glass windows. sqm 3175.00 584.49 1855755.75

Total Sub-Head- II : Wood Work in Rs

Subhead III- False ceiling

8921257.17 19338166.40

85 12.31

Providing 10 mm thick plaster of Paris (gypsum anhydrous) ceiling up to a height of 5 m above floor level, over first class kail wood strips 25x6 mm with 10 mm gap in between and reinforced with rabbit wire mesh fixed to wooden frame (frame work to be paid separately) :

12.31.1 209 Flat surfaces 676.15 1452.28 981959.122

86 12.54 214

Providing and fixing GI Clip in Metal Ceiling System of 600x600 mm module which includes providing and fixing 'C' wall angle of size 20x30x20 mm made of 0.5 mm thick pre painted steel along the perimeter of the room with help of nylon sleeves and wooden screws at 300 mm center to centre, suspending the main C carrier of size 10x38x10 mm made of G.I steel 0.7 mm thick from the soffit with help of soffit cleat 37x27x25x1.6 mm, rawl plugs of size 38x12 mm and C carrier suspension clip and main carrier bracket at 1000 mm c/c. Inverted triangle shaped Spring Tee having height of 24 mm and width of 34 mm made of GI steel 0.45 mm thick is then fixed to the main C carrier and in direction perpendicular to it at 600 mm centers with help of suspension brackets. Wherever the main C carrier and spring T have to join, C carrier and spring T connectors have to be used. All sections to be galvanized @ 120 gms/sqm (both side inclusive), fixing with clip in tiles into spring 'T' with :

Page 89: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

89

12.54.1 215

GI Metal Ceiling Clip in plain Beveled edge global white color tiles of size 600x600 and 0.5 mm thick with 25 mm height, made of G I sheet having galvanizing of 100 gms/sqm (both sides inclusive) and electro statically polyester powder coated of thickness 60 microns (minimum), including factory painted after bending.Make(Saint gobin gyproc,Durlam,Armstrong) 1610.85 14255.80 22963955.43

90 12.53 214

Providing and Fixing 15 mm thick densified tegular edged eco friendly light weight calcium silicate false ceiling tiles of approved Make(Saint gobin gyproc,Durlam,Armstrong) & texture spintone/cosmos / Hexa or equivalent of size 595 x 595 mm in true horizontal level, suspended on inter locking metal grid of hot dipped galvanised steel sections (galvanising @ 120 grams per sqm including both side) consisting of main 'T' runner suitably spaced at joints to get required length and of size 24x38 mm made from 0.33 mm thick (minimum) sheet, spaced 1200 mm centre to centre, and cross "T" of size 24x28 mm made out of 0.33 mm (Minimum) sheet, 1200 mm long spaced between main'T' at 600 mm centre to centre to form a grid of 1200x600 mm and secondary cross 'T' of length 600 mm and size 24 x28 mm made of 0.33 mm thick (Minimum) sheet to be inter locked at middle of the 1200x 600 mm panel to from grid of size 600x600 mm, resting on periphery walls /partitions on a Perimeter wall angle pre-coated steel of size(24x24X3000 mm made of 0.40 mm thick (minimum) sheet with the help of rawl plugs at 450 mm centre to centre with 25 mm long dry wall screws @ 230 mm interval and laying 15 mm thick densified edges calicum silicate ceiling tiles of approved texture (Spintone / Cosmos/hexa) in the grid, including,cutting/ making opening for services like diffusers, grills, light fittings,fixtures, smoke detectors etc., wherever required. Main 'T' runners to be suspended from ceiling using G.I. slotted cleats of size 25x35x1.6 mm fixed to ceiling with 12.5 mm dia and 50 mm long dash fasteners,4 mm G.I. adjustable rods with galvanised steel level clips of size 85 x 30 x 0.8 mm, spaced at 1200 mm centre to centre along main 'T' ,bottom exposed with 24 mm of all T-sections shall be pre-painted with polyster baked paint, for all heights, as per specifications, drawings and as directed by engineer-in-charge. Note :- Only calcium silicate false ceiling area will be measured from wall to wall. No deduction shall be made for exposed frames/opening (cut outs) having area less than 0.30 sqm.The calcium silicate ceiling tile shall have NRC value of 0.50 (Minimum), light reflection > 85%, non - combustible as per B.S. 476 part IV, 100% humidity resistance and also having thermal conductivity <0.043 w/m 0 KC.

Sqm 1566.00 11114.33 17405040.78

Page 90: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

90

Total of Subhead III- False ceiling

in Rs 41350955.33 00.000

Subhead IV - Structural Glazing Aluminium Composite Panel

91 26.1 85

Providing and supplying aluminium extruded tubular and other Providing and supplying aluminium extruded tubular and other shop drawings , the aluminium quality as per grade 6063 T5 or T6 as per BS 1474,including super durable powder coating of 60-80 microns conforming to AAMA 2604 of required colour and shade as approved by the Engineer-in-Charge. ( The item includes cost of material such as cleats, sleeves, screws etc. necessary for fabrication of extruded aluminium frame work. Nothing extra shall be paid on this account). Kg 363.5 150 54525.00

92 26.2 85

Designing, fabricating, testing, protection, installing and fixing in

Sqm 2282.65 9829.73 22437833.18

position semi (grid) unitized system of structural glazing (with open joints) for linear as well as curvilinear portions of the building for all

heights and all levels including: (a) Structural analysis, design and preparation of shop drawings for the specified design loads conforming to IS 875 part III (the system must passed the proof test at 1.5 times design wind pressure without any failure), including functional design of the aluminum sections for fixing glazing panels of various thicknesses, aluminium cleats, sleeves and splice plates etc. gaskets, screws, toggles, nuts, bolts, clamps etc., structural and weather silicone sealants, flashings, fire stop (barrier)-cum-smoke seals, microwave cured EPDM gaskets for water tightness, pressure equalisation & drainage and protection against

fire hazard including: (b) Fabricating and supplying serrated M.S. hot dip galvanised / Aluminium alloy of 6005 T5 brackets of required sizes, sections and profiles etc. to accommodate 3 Dimentional movement for achieving perfect verticality and proper fixing of structural glazing system with the RCC/ masonry/structural steel framework of building structure, using stainless steel anchor fasteners/ bolts, nylon seperator to prevent bimetallic contacts with nuts and washers etc. of stainless steel grade 316, of the required capacity and in required numbers. (c) Providing and filling, two part pump filled, structural silicone sealant and one part weather silicone sealant compatible with the structural silicone sealant of required bite size in a clean and

Page 91: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

91

controlled factory / work shop environment , including double sided spacer tape, setting blocks and backer rod, all of approved grade, brand and manufacturer, as per the approved sealant design, within and all around the perimeter for holding glass. (d) Providing and fixing in position flashings of solid aluminium sheet 1 mm thick and of sizes, shapes and profiles, as required as per the site conditions, to seal the gap between the building structure and all its interfaces with curtain glazing to make it watertight. (e) Making provision for drainage of moisture/ water that enters the curtain glazing system to make it watertight, by incorporating principles of pressure equalization, providing suitable gutter profiles at bottom (if required), making necessary holes of required sizes and of required numbers etc. complete This item includes cost of all inputs of designing, labour for fabricating and installation of aluminium grid, installation of glazed units, T&P, scaffolding and other incidental charges including wastages etc., enabling temporary structures and services, cranes or cradles etc. as described above and as specified. The item includes the cost of getting all the structural and functional design checked and all the shop drawings vetted by the Principals of the structural glazing system. The item also includes the cost of all mock ups at site, cost of all samples of the individual components for testing in an approved laboratory, field tests on the assembled working structural glazing as specified, cleaning and protection till the handing over of the building for occupation. In the end, the Contractor shall provide a water tight structural glazing having all the performance characteristics etc. all complete as required, as per the Architectural drawings, as per item description, as specified, as per the approved shop drawings and as directed by the Engineer-in-Charge. sqm 2282.65 Note:- 1 The cost of providing extruded aluminium frames, shadow boxes, fire stop (barrier)- cum-smoke seals, extruded aluminium section capping for fixing in the grooves of the curtain glazing and vermin proof stainless steel wire mesh shall be paid for separately under relevant items under this sub-head. However, for the purpose of payment, only the actual area of structural glazing (including

Page 92: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

92

width of grooves ) on the external face shall be measured in sqm. up to two decimal places. Note-2 : The following performance test are to be conducted on structural glazing system if area of structural glazing exceeds 2500 Sqm from the certified laboratories accreditated by NABL (National Accreditation Board for Testing and Calibration Laboratories), Department of Science & Technologies, India. The NIT approving authority will decide the necessity of testing on the basis of cost of the work, cost of the test and importance of the work. Performance Testing of structural glazing system Tests to be conducted in the NABL certified laboratories 1. Performance Laboratory Test for Air Leakage Test (-50pa to - 300pa) & (+50pa to +300pa) as per ASTM E-283-04 testing method for a range of testing limit 1 to 200 mVhr“ 2. Static Water Penetration Test. (50pato 1500pa) as per ASTME- 331-09 testing method for a range upto 2000 ml.“ 3. Dynamic Water Penetration (50pato 1500pa) as per AAMA 501.01-05 testing method for a range upto 2000 ml“ 4. Structural Performance Deflection and deformation by static air pressure test ( 1.5 times design wind pressure without any failure) as per ASTME-330-10 testing method for a range upto 50 mm“ 5. Seismic Movement Test (Upto 30 mm) as per AAMA 501.4-09 testing method for Qualitative test“ Tests to be conducted on site 6. Onsite Test for Water Leakage for a pressure range 50 kpa to 240 kpa (35 psi) upto 2000 ml The cost of providing extruded aluminium frames, shadow boxes, fire stop (barrier)- cum-smoke seals, extruded aluminium section capping

Page 93: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

93

for fixing in the grooves of the curtain glazing and vermin proof stainless steel wire mesh shall be paid for separately under relevant items under this sub-head. However, for the purpose of payment, only the actual area of structural glazing (including width of grooves ) on the external face shall be measured in sqm. up to two decimal places.

Note-2 : The following performance test are to be conducted on structural glazing system if area of structural glazing exceeds 2500 Sqm from the certified laboratories accreditated by NABL (National Accreditation Board for Testing and Calibration Laboratories), Department of Science & Technologies, India. The NIT approving authority will decide the necessity of testing on the basis of cost of the work, cost of the

test and importance of the work. Performance Testing of structural glazing system Tests to be conducted in the NABL certified laboratories 1. Performance Laboratory Test for Air Leakage Test (-50pa to - 300pa) & (+50pa to +300pa) as per ASTM E-283-04 testing method for a range of testing limit 1 to 200 mVhr“ 2. Static Water Penetration Test. (50pato 1500pa) as per ASTME- 331-09 testing method for a range upto 2000 ml.“ 3. Dynamic Water Penetration (50pato 1500pa) as per AAMA 501.01-05 testing method for a range upto 2000 ml“ 4. Structural Performance Deflection and deformation by static air pressure test ( 1.5 times design wind pressure without any failure) as per ASTME-330-10 testing method for a range upto 50 mm“ 5. Seismic Movement Test (Upto 30 mm) as per AAMA 501.4-09

testing method for Qualitative test“

Tests to be conducted on site 6. Onsite Test for Water Leakage for a pressure range 50 kpa to

240 kpa (35 psi) upto 2000 ml"

93 26.4 37

Extra for openable side / top hung vision glass panels (IGUs) including providing and supplying at site all accessories and hardwares for the openable panels as specified and of the approved make such as heavy duty stainless steel friction hinges, min 4 -point cremonelocking sets with stainless steel plates, handles, buffers etc. including necessary stainless steel screws/ fasteners, nuts, bolts, washers etc. all complete as per the Architectural drawings, as per the approved shop drawings, as specified and as directed by the Engineerin-in-Charge.

Sqm 2966.8 250 741700.00

Page 94: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

94

94 26.6 38

Providing and supplying Spandrel Glass Panels comprising of 6 mm

Sqm 2796.45 3571.1 9986402.595

thick heat strengthened monolithic float glass of approved colour and shade with reflective soft coating on surface # 2 of approved colour and shade so as to match the colour and shade of the IGUs in the vision panels etc. ,all complete for the required performances as specified, as per the Architectural drawings, as per the approved shop drawings, as specified, and as directed by the Engineer- in- Charge. For payment, only the actual area of glass on face # 1 of the glass panels (but excluding the area of grooves and weather silicone sealant) provided and fixed in position, shall be measured in sqm.(Payment for fixing of Spandrel Glass Panels in the curtain glazing is included in cost of relevent Item*). (i) Coloured tinted float glass 6mm thick substrate with reflective soft coating on face # 2, + 12mm Airgap + 6mm Heat Strengthened clear Glass of approved make having properties as visible Light transmittance (VLT) of 25 to 35 %, Light reflection internal 10 to 15%, light reflection external 10 to 20 %, shading coefficient (0.25- 0.28) and U value of 3.0 to 3.3 W/m2 degree K etc.

95 26.3 37

Providing, assembling and supplying vision glass SKN seriespanels (IGUs)

Sqm 3862.85 9829.4 37969497.79

comprising of hermetically-sealed 6-12-6 mm insulated glass (double glazed) vision panel units of size and shape as required and specified, comprising of an outer high performance heat strengthened float glass 6mm thick, of approved colour and shade with reflective soft coating on surface # 2 of approved colour and shade, an inner Heat strengthned clear float glass 6mm thick, spacer tube 12mm wide, dessicants, including primary seal and secondary seal (structural silicone sealant) etc. all complete for the required performances, as per the Architectural drawings, as per the approved shop drawings, as specified and as directed by the Engineer-in-Charge. The IGUs shall be assembled in the factory/ workshop of the glass processor. (Payment for fixing of IGU Panels in the curtain glazing is included in cost of item No.1) For payment, only the actual area of glass on face # 1 of the glass panels (excluding the areas of the grooves and weather silicone sealant) provided and fixed in position, shall be

measured in sqm. (i) Coloured tinted float glass 6mm thick substrate with reflective soft coating on face # 2, + 12mm Airgap + 6mm Heat Strengthened clear Glass of approved make having properties as visible Light

Page 95: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

95

transmittance (VLT) of 25 to 35 %, Light reflection internal 10 to

15%, light reflection external 10 to 20 %, shading coefficient (0.25- 0.28) and U value of 3.0 to 3.3 W/m2 degree K etc.Glass Make Saintgobin,Asahi)

96 26.7

Designing, fabricating, testing, installing and fixing in position Curtain

Sqm 3465.00 5213.5 18064777.50

Wall with Aluminium Composite Panel Cladding, with open grooves for linear as well as curvilinear portions of the building , for all heights

and all levels etc. including: (a) Structural analysis & design and preparation of shop drawings for pressure equalisation or rain screen principle as required, proper drainage of water to make it watertight including checking of all the

structural and functional design. (b) Providing, fabricating and supplying and fixing panels of aluminium composite panel cladding in pan shape in metalic colour of approved shades made out of 4mm thick aluminium composite panel material consisting of 3mm thick FR grade mineral core sandwiched between two Aluminium sheets (each 0.5mm thick). The aluminium composite panel cladding sheet shall be coil coated, with Kynar 500 based PVDF / Lumiflon based fluoropolymer resin coating of approved colour and shade on face # 1 and polymer (Service) coating on face # 2 as specified using stainless steel screws, nuts, bolts, washers, cleats, weather silicone sealant, backer rods etc. “ (c) The fastening brackets of Aluminium alloy 6005 T5 / MS with Hot Dip Galvanised with serrations and serrated washers to arrest the wind load movement, fasteners, SS 316 Pins and anchor bolts of approved make in SS 316, Nylon separators to prevent bi-metallic contacts all complete required to perform as per specification and

drawing The item includes cost of all material & labour component, the cost of all mock ups at site, cost of all samples of the individual components for testing in an approved laboratory, field tests on the assembled working curtain wall with aluminium composite panel cladding, cleaning and protection of the curtain wall with aluminium composite panel cladding till the handing over of the building for

occupation. The Contractor shall provide curtain wall with aluminium composite

Page 96: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

96

panel cladding, having all the performance characteristics all complete, as per the Architectural drawings, as per item description, as specified, as per the approved shop drawings and as directed by

the Engineer-in-Charge. “However, for the purpose of payment, only the actual area on the external face of the curtain wall with Aluminum Composite Panel Cladding (including width of groove) shall be measured in sqm. up to two decimal places. " sqm 3465.00 Note : The following performance test are to be conducted on ACP system if area of ACP system exceeds 4500 Sqm from the certified laboratories accreditated by NABL (National Accreditation Board for Testing and Calibration Laboratories), Department of Science & Technologies, India. The NIT approving authority will decide the necessity of testing on the basis of cost of the work, cost of the test and importance of the work. Performance Testing of ACP system Tests to be conducted in the NABL certified laboratories 1. Performance Laboratory Test for Air Leakage Test (-50pa to - 300pa) & (+50pa to +300pa) as per ASTM E-283-04 testing method for a range of testing limit 1 to 200 mVhr“ 2. Static Water Penetration Test. (50pato 1500pa) as per ASTME- 331-09 testing method for a range upto 2000 ml.“ 3. Dynamic Water Penetration (50pato 1500pa) as per AAMA 501.01-05 testing method for a range upto 2000 ml“ 4. Structural Performance Deflection and deformation by static air pressure test ( 1.5 times design wind pressure without any failure) as per ASTME-330-10 testing method for a range upto 50 mm“ 5. Seismic Movement Test (Upto 30 mm) as per AAMA 501.4-09 testing method for Qualitative test. Tests to be conducted on site

Page 97: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

97

6. Onsite Test for Water Leakage for a pressure range 50 kpa to 240 kpa (35 psi) upto 2000 ml(MakeAlstrong.Alpolic,ReyBond)

Total Subhead IV - Structural Glazing Ans Aluminium Composite Panel 89254736.07 00.00

Sub-Head-V: Tuch Pilling

97 20.2 347

Boring, providing and installing bored cast-in-situ reinforced cement concrete pile of specified diameter and length below the pile cap M-35 in cement concrete , to carry a safe working load not less than specified , excluding the cost of steel reinforcement but including the cost of boring with, bentonite solution and temporary casing of appropriate length for setting out and removal of same and the length of the pile to be embedded in the pile cap etc. all complete including removal of excavated earth with all lifts and leads (Length of pile for payment shall be measured upto bottom of pile cap).

20.2.5 329 500 mm dia piles Rn

mtr 2526.55 9842.00 24866305.10

98 14.23 239

Pumping out water caused by springs , tidal or river seepage, broken water mains or drains and the like

Kilo litre 72.55 2636.25 191259.9375

100 14.24 217 Mud mortar

cum 301.10 4921.00 1481713.1

Total of Sub-Head-V : Tuch Pilling in Rs 26539278.14 00.00

Subhead VI- Miscellaneous

101 18.77 326

Cutting holes up to 15x15 cm in R.C.C. floors and roofs for passing drain pipe etc. and repairing the hole after insertion of drain pipe etc. with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), including finishing complete so as to make it leak proof.

Each 143.95 550.00 79172.50

102 NS Providing and fixing roller regular blinds Ribcord Blackout Fabric with FR, anti Fungal, anti Bacterial all complete shade as approved by the Architect. Make:vista,Hunterdouglas, aerolex

sqm

A Providing and fixing 50mm Wooden

Venetian Blinds sqm

6095 325 1980875.00

Page 98: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

98

B Providing and fixing 45mm Honeycomb single cell opaque100%Nonwoven polyster Fabric

sqm

8738 9268.4 80987279.20

C Moto with inbuilt receiver for roller Blind

Nos 20612 50 1030600.00

D Moto with inbuilt receiver for 50mm Wooden Blinds

Nos 26216 50 1310800.00

E Remote 4 Channel (Telis 4) Nos 6697 15 100455.00

103 NS

Providing , fixing ,supplying , installation and commisioning of fully automatic haematically sealed sliding with Lead Line having high pressure laminate , vision panels (300X300) for smooth sliding . The door moves on nylon wheels within a single piece alluminium extended track Microprocessor based electronic automation unit for controlling door movement , the acceleration and speed of the door , with low noise level motor.Radar switch touchless sensar for haematically sealed sliding DOOR i &foot switch 66.05sqm working on door. Nos 580000.00 22

12760000.00

104 NS

Providing & aplying two coats of Duco Paints with spary of high quality air drying mat finish on cleaned wood of door frame with prepair surface with duco thiner & surfacer using as per manufacture specipection . Rmt 177.00 244.00 43188.00

105 NS

Supply & Fixing of 600x600 Purom Aluminium Ceiling access panel, 0.6mm thick white colour = with lock system all complete.

Nos 4450.00 105.00 467250.00

106 NS

Supply & Fixing of S. Steel( 316 Grade ) Crash bar 200x25*950+-50x2 mmThick with back to back fixing studs (set of 2 pcs)all accessories ect. All complete Make Jindal steel,Kich,Hefle Nos 11400.00 131 1493400.00

Subhead VI - Miscellaneous 79172.50 100173847.20

Page 99: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

99

EW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY

ADMINISTRATION BLOCK , SECTOR - 6 , NOIDA

NAME OF WORK -RESIDENCIAL HOUSING FOR DISTRICT HOSPITAL AT SECTOR - 39, NOIDA

S.No

DSR Item No

DSR Page No

Item Description Unit Rate Quantity Amount DSR Amount NON -DSR

Sub-Head-I : Earth-work

CR

Earthwork in excavation over areas (exceeding 30cm in depth, 1.5m in width as well as 10 sqm on plan) including disposal of excavated earth lead upto 50m and lift upto 1.5 m , disposed earth to be levelled and neatly dressed : all kinds of soil.

1

All kinds of soil

cum 98.70 42058.39 4151163.09

Carriage of material by mechanical transport including loading, unloading and stacking

2 1.1.

2 62 earth lead upto 5 Km

cum 125.92 35899.78 4520500.30 3 CR Filling available excavated earth (excluding rock) in

trenches, plinth, sides of foundations etc. in layers not exceeding 20cm in depth: consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto any depth

cum 68.00 6158.62 418786.16 4 2.27 75 Supplying and filling in plinth with Jamuna sand under

floors including, watering, ramming consolidating and dressing complete.

cum 749.30 285.00 213550.5

Total Sub-Head-I : Earth-work

9304000.05 0.00

Sub-Head-II : Concrete Work

5 4.1 85

Providing and laying in position cement concrete of specified grade excluding the cost of centring and shuttering - All work upto plinth level

4.1.3 85

1:2:4 (1 cement: 2 coarse sand : 4 graded stone aggregate) 20mm nominal size

cum 4514.05 13.14 59314.617

6 4.1.8 85

1:4:8 (1 cement: 4 coarse sand : 8 graded stone aggregate) 40mm nominal size

cum 3593.30 297.67 1069617.611

Total Sub-Head-II : Concrete Work

1128932.23 0.00

Sub-Head-III : Reinforced Cement Concrete Work

7 5.9

Centring and shuttering including strutting, propping etc. and removal of form for :

5.9.1 97

Foundations, footings, bases of columns etc. for mass concrete. sqm 166.90 276.27 46109.46

5.9.2 97

Walls (any thickness) including attached pilasters, butteresses, plinth and string courses etc.

sqm 285.15 7002.13 1996657.37

Page 100: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

100

5.9.3 97

Suspended floors, roofs, landings, balconies and access platform.

sqm 311.20 23551.40 7329195.68

5.9.5 97

Lintels, beams, plinth beams, girders, bressumers and cantilevers.

sqm 262.25 21107.43 5535423.52

5.9.6 97

Columns, Pillars, Piers, Abutments, Posts and Struts

sqm 365.60 9003.74 3291767.34

5.9.7 97

Stairs, (excluding landings) except spiral staircase.

sqm 326.30 237.60 77528.88

8 5.11 98

Extra for additional height in centering, shuttering where ever required with adequate bracing , propping etc. including cost of de-shuttering and decentering at all levels, over a height of 3.5 m , for every additional height of 1 metre or part there of (Plan area to be measured)

5.11.1

Suspended floors, roofs, landings, beam, balconies (Plan area to be measured)

sqm 121.65 44658.83 5432746.67

8 5.22

Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete .

5.22.6 99

Thermo-Mechanically Treated bars. Kg 62.25 2979251.31 185458394.05

10

Providing and laying in position ready mixed M-25 grade concrete for reinforced cement work , using cement content as per approved design mix , manufactured in fully automatic batching plant and transported to site of work in transit mixer for all leads having continous agitated mixer , manufactured as per mix design of specified grade for reinforced cement concrete work , including pumping of R.M.C from transit mixer to site of laying , excluding the cost of centering , shuttering finishing and reinforcement , including cost of admixtures in recommended proportions as per IS : 9103 to accelerate/retard setting of concrete , improve workability without impairing strength and durability as per direction of engineer-in-charge.

5.37 102 All work from plinth level upto floor V level.

cum 5590.60 2541.94 14210969.76

5.37 102 All work from plinth level upto floor V level.

cum 6129.95 4090.67 25075602.57

(Slab + shelves)

5.37 102 Walls, columns, pillars, posts and struts

cum 6129.95 2914.61 17866413.57

102 Extra for R.C.C / B.M.C/R.M.C work above V floor level for each floor or part thereof

cum 151.00 9530.91 1439167.41

5.37 102 Beams, plinth beams, girders, bressumers, cantilevers, Suspended floors lintels roofs and staircases including spiral staircases, shelves etc.

cum 6129.95 2525.62 15481924.32

Page 101: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

101

11

Add or deduct for providing richer or leaner mixes respectively at all floor levels.

5.34.1

101 Providing M-30 grade concrete instead of M-25 grade B.M.C/R.C.C. (Note: Cement content considered in M-30 is @ 340 kg/cum)

cum 63.20 2914.61 184203.35

5.34.3

101 Providing M-40 grade concrete instead of M-25 grade B.M.C/R.C.C. (Note: Cement content considered in M-30 is @ 360 kg/cum)

cum 186.90 2914.61 544740.61

Total Sub-Head-III : Reinforced Cement Concrete Work

283970844.56 0.00

Sub-Head-V : Brick Work

12 6.1 109

Brick work with F.P.S. bricks of class designation 100 in super structure above plinth in :

6.1.2 109

Cement mortar 1:6 (1 cement : 6 coarse sand) cum 4067.85 1928.30 7844035.16

13 6.5 109

Extra for brick work / ACC block masonary in superstructure above floor V level, for each four floors or part thereof by mechanical means

cum 250.45 1356 339610.20

14 6.13 110

Extra for half brickwork with common burnt clay F.P.S (non modular) bricks of class designation 7.5 in superstructure above plinth floor to V floor level

6.13.1 110

Cement mortar 1:3 ( 1 cement : 3 coarse sand) sqm 498.35 6594.18 3286209.60

15 6.15 110

Extra for providing and placing in position 2 nos. 6mm dia M.S bars at every third coarse of half brick masonary.

sqm 63.30 6594.18 417411.59

Total of Subhead - Brick work in Rs.

11887266.55 0.00

Sub-Head- VI : Flooring & Cladding

16 11.41 193

Providing and laying vitrified floor tiles in different sizes (thickness to be specified by manufacturer) with water absorption less than 0.08% and conforming to IS :15622 of approved make, in all colours and shades laid on 20mm thick cement mortar 1:4 (1 cement : 4 coarse sand), including grouting the joints with white cement and matching pigmants etc, complete. Make Tile ( RAK , Rustile Ceramic, Oasis, Euro )

11.41.2

Size of tiles 60cmX60cm (Rooms) Sqm 1337.1 8438.04 11282503.28

Size of tiles 60cmX60cm (Kitchen)

Sqm 1337.1 1897.92 2537708.83

11.4 Size of tiles 50cmX50cm (Balcony)

Sqm 1184.4 1993.02 2360532.89

Page 102: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

102

6.1

17 11.4 187

52mm thick cement concrete flooring with concrete hardener topping under layer 40mm thick cement concrete 1:2:4 ( 1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size ) and top layer 12mm thick cement hardener consisting of mix 1:2 ( 1 cement hardener mix : 2 graded stone aggregate 6mm nominal size ) by volume hardening compound is mixed @ 2 litre per 50 kg of cement or as per manufacturers specifications. This includes cost of cement slurry, but excluding the cost of nosing of steps etc complete ( Machine room flooring IPS )

Sqm 420.55 30.08 12650.14

19 11.23 190

Marble Stone Flooring with 18mm thick marble stone (sample of marble shall be approved by engineer -in- charge) over 20 mm (average) thick base of cement mortar 1:4 ( 1 cement : 4 coarse sand ) laid and jointed with grey cement slurry including rubbing and polishing complete with : Make Grout ( Bal Indura )

11.23.3 Agaria White ( Corridor & Lobby Flooring ) Sqm 1993.3 811.56 1617682.55

29 11.26

191

Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with pigment to match the shade of the slab, including rubbing and polishing complete with base of cement mortar 1 : 4 (1 cement : 4 coarse sand) :

11.26.1

25 mm thick sqm 945.70 990.12 936356.48

20 11.27

191 Kota stone slabs 20 mm thick in risers of steps, skirting, dado and pillars laid on 12 mm (average) thick cement mortar 1:3 (1 cement: 3 coarse sand) and jointed with grey cement slurry mixed with pigment to match the shade of the slabs, including rubbing and polishing complete.

sqm 954.10 1225.86 1169593.03

21 N.S

Providing , machine mixing and laying of vacuum dewatered (Tremix) concrete of grade M 25 as per detail drawings including dewatering , required leveled steel formwork, compaction etc. power floating and smooth finishing (Cleaning, brooming, Backup Rod, Groove cutting etc) as developed by M/s Tremix AB, SWEDEN or equivalent approved cleaning, curing surface as directed by manufacturer of the equipment and as approved by the PM/Consultant all complete. ( Cost of concrete payable separately )

cum 180.00 464.64 83635.92

Page 103: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

103

22 N.S

Providing & filling polysulphide sealant (Dr. Fixit Pidiseal 42P (pouring grade) in 10 x 15 groove including all operations. All complete as per direction of Engineer-in-charge.

sqm 400.00 2976.73 1190692.00

23 8.3

128 Extra for providing edge moulding to 18mm thick marble stone counters , Vanities etc over Item no. 8.2 including machine polishing to edge to give high gloss finish etc. complete as per design approved by Engineer -in- charge

8.3.2

128 Stone Rnmtr 178.75 4224.00 755040.00

24

8.2

129

Providing and fixing 18mm thick gang saw cut mirror polished premoulded and prepolished machine cut for kitchen platforms, vanity counters , window sills , facias and similar locations of required size of approved shade , colour and texture laid over 20mm thick base cement mortar 1:4 ( 1 cement : 4 coarse sand ) with joints treated with white cement , mixed with matching pigment, epoxy touich ups, including rubbing, curing , moulding and polishing to edge to give high gloss finish etc. complete at all levels.

8.2.2

Granite of any colour and shade

8.2.2.2

Area of slab over 0.50 sqm ( Counter ) Sqm 3083.4 630.54 1944207.04

8.3

25 11.36 190

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS : 15622 of minimum thickness to be specified by the manufecturers of approved make in all colours, shades except begundy, bottle green, black of any size as approved by Eningeer-in-charge in skirting, risers of steps and dados over 12mm thick bed of Cement Mortar 1:3 (1 Cement : 3 Coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm including pointing in white cement mixed with pigment of matching shade complete. Make of ( Orient, Kajaria, Sumani, Nitco) ( Dado )

Sqm 724.25 5141.34 3723615.50

26

7.40.

114 Providing and fixing dry cladding upto 10 mtrs heights with 30 mm thick saw cut stone with (machine cut edges) of uniform colour and size upto 1m X 1m, fixed to structural steel frame work and / or with the help of cramps, pins etc. and sealing the joints with the approved sealant as per Architectural drawing and direction of engineer-in-charge.(the steel framework, stainless steel cramps and pins etc. shall be paid for separately)

7.40.2

114 White sand stone ( 20% of External ) Sqm 2048.35 1728.08 3539712.67

Page 104: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

104

27

7.42 Providing and fixing adjustable stainless steel cramps of approved quality and of required shape and size adjustable with stainless steel nuts bolts and washer (Total weight not less than 260 gms) for dry stone cladding fixed on frame work at suitable loc

(1728.08+98.73+98.73 = 1925.54 X 8 =15404.32)Say15404.00 Eac

h 171.2 15404 2637164.80

Total Sub-Head- VI : Flooring & Cladding

32516767.21 1274327.92

Sub-Head-VII : Finishing

28 13.1 12 mm cement plaster of mix :

13.1.1 222

1:4 (1 cement : 4 Fine sand) sqm 123.50 31689.76 3913685.36

29 13.16 223

6mm cement plaster of mix:

13.16.1

1:3 (1 cement : 3 fine sand) sqm 101.00 12564.22 1268986.22

30 13.12 223

18mm cement plaster in two coats under layer 12mm thick cement plaster 1:5 (1 cement : 5 coarse sand) and a top layer 6mm thick plaster 1:3(1 cement : 3 coarse sand) finish rough with sponge.

sqm 198.25 16782.28 3327087.01

31 13.41 225

Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade :

13.41.1

New work (two or more coats) over and including water thinnable priming coat with cement primer

sqm 64.65 44055.06 2848159.63

32 13.45 225

Finishing walls with texture paint of required shade :

13.45.1

New work (Two or more coats applied @ 3.28 ltr/10 sqm) over and including base coat of waterproofing cement paint applied @ 2.20 kg / 10 sqm all complete as per direction Engineer -In-charge

sqm 117.70 51.58 6070.97

33 13.52 226

Finishing with Epoxy paint (2 or more coats ) at all location prepared and aaplied as per manufacturers specification including appropriate priming coat , preparation of surface, etc. complete

13.52.1 226

On Steel work sqm 105.50 2617.96 276194.78

Page 105: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

105

34 13.72 228

Washed stone grit wash on exterior walls height up to 10 metre above ground level ,in two layer ,under layer of 60% white and 40% grey 12mm cement plaster 1:4 (1cement :4 coarse sand ),furrowing the under layer with scratching tool ,applying cement surry on the under layer @2 kg of cement per square meter,toplayer 15 mm cement plaster 1:1/2:2(1cement :1/2coarse sand :2 stone chipping 10 mm nominal size),in panels with groove all around as per approval ,including scrubbing and washing the top layer with brushes and water to expose chippings ,complete as sepecification and direction of Engineer-in- charge (payment for Apoviding grooves shall be made separately )

Sqm 417.35 13684.82 5711359.63

35 13.73 228

Frrming groove of uniform size in the top layer of washed stone grit plaster as per approved pattern using a Aluminium chanel ,nailed to the under layer .including repair to the edges of panels and finishing the groove complete as per specifications and direction of the Engineer -in -charge.

13.73.1 228

15mm wide and 15 mmdeep groove Meter 23.65 21607.61 511019.98

13.73.2 228

20 mm wide and 15 mmdeep groove Meter 24.10 34572.17 833189.30

36 13.74 228

Extra for vashed grit plaster on exterior walls of height more then 10 meter from Ground level for every additional height of s meter or part theref.

Sqm 65.85 11468.65 755210.60

Total of Sub-Head-VII : Finishing in Rs

19450963.47 0.00

Sub-Head-VIII : Waterproofing

37 New

Providing & laying 24mm thick cement plaster 1:3 (1 cement: 3 coarse sand) in two equal layers mixed with water proofing compound WP 10 @ 125ml / 50 Kg Bag of Cement. 2 coats of Acrylic polymer over rendered plastered base.alongside all retaining wall & Over PCC. Cure the surface for 7 days and treat if any shrinkage cracks found. Application of 2 coats of Acrylic polymer over rendered plastered base.alongside all retaining wall. Cure the surface for 7 days and treat if any shrinkage cracks found.

sqm 350.00 5234.75 1832162.50

38 New

Providing and laying EPDM based water proofing treatment including preparation of surface as required for treatment over basement roof slab consisiting of following operations (Landscape Waterproofing)

Sqm 932 597.20 556590.40

Treatment of surface by providing leveling course PCC

1. Cleaning the surface off loose particles. Levelling off with cement mortar, if necessary.

Page 106: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

106

2. Protective layer , geotextile mat of 160 gsm min.shall be loose laid over the top of concrete blinded PCC

3.Laying 1.5mm thick non reinforced EPDM membrane conforming to ASTM D-6134-97 shall be loose laid. The size of sheet should be as large as possible to minimize the number of joints.

4.Adjecent sheet shall be laid in similar fashion with an overlap of at least 100 mm.

5. The overlap joint shall be cleaned using a primer as specified by the manufacturer. The overlap joint then be sealed using a double sided Quick Seam splice tape as per manufacturer specification.

6. A protective layer of geotetile of minimum 200gsm shall then be loosely laid over spliced EPDM membrane.

7. Finally laying 50 mm thick protective layer over EPDM membrane, of cement mortar 1 : 4 ( 1 Cement : 4 Coarse Sand )

The whole terrace so finished shall be flooded with water for a minimum period of two weeks for curing and to final test. All above operations to be done in order and as directed and specified by the Engineer In Charge:

39 22.3 363

Providing and laying waterproofing treatment to vertical and horizontal surfaces of depressed portions of W.C. kitchen and the like consisting of :

sqm 399.60 2631.52 1051555.39

Ist course of applying cement slurry @ 4.4 Kg/sqm mixed with water proofing compound conforming to IS 2645 in recommended proportions including rounding off junction of vertical and horizontal surface.

Iind course of 20mm cement plaster 1 : 3 ( 1 cement : 3 coarse sand ) mixed with water proofing compound in recommended proportion including rounding off junction of vertical and horizontal surface.

IIIrd course of applying blown or residual bitumen applied hot at 1.7 Kg per sqm of area.

Ivth course of 400 micron thick PVC sheet. (Overlap at joints of PVC sheet should be 100 mm wide and pasted to each other with bitumen @ 1.7 Kg/sqm)

40 22.7 365

Providing and laying integral cement based water proofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc. consisiting of following operations

Sqm 786.7 597.20 469817.24

Page 107: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

107

Applying of a slurry coat of neat cement using 2.75 kg/sqm of cement admixed with water proofing cement compound conforming to IS 2645 and approved by Engineer In Charge over the RCC slab including adjoining walls upto 300 mm height including cleaning the surface before treatment

Laying brick bats with mortar using broken bricks/brick bats 25mm to 115mm size with 50% of cement mortar 1:5 (1cement : 5 Coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer In Charge over 20 mm thick layer of cement mortar of mix 1:5 (1cement : 5 Coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer In Charge to required slope and treating similarly the adjoining wall upto 300 mm height including rounding of junctions of wall & slab

After two days of proper curing applying a second coat of cement slurry using 2.75 kg/sqm of cement admixed with water proofing cement compound conforming to IS 2645 and approved by Engineer In Charge

Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1cement : 4 Coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer In Charge including laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry and making pattern of 300X300 mm square 3mm deep

The whole terrace so finished shall be flooded with water for a minimum period of two weeks for curing and to final test. All above operations to be done in order and as directed and specified by the Engineer In Charge:

41 12.21 207

Providing gola 75X75 mm in cement mortar 1:2:4 (1 cement : 2 Coarse sand : 4 stone aggregates 10 mm down ) including finishing with cement mortar 1:3 (1 cement : 3 fine sand ) as per standard design :

Rnmtr 109.05 292.00 31842.60

Page 108: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

108

42

Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3mm thick waterproofing membrane , black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane @ 0.40 ltr/sqm by the same membrane manufacture of density at 25 degree C , 0.87 - 0.89 kg/ltr and viscosity 70-160 cps. Over the primer coat the layer of membrane shall be laid using Butane torch and sealing all joints etc and preparing the surface complete. The vital physical and chemical parameters of the membrane shall be : Joint strength in longitudinal and transverse direction at 23 degree C as 650/450N/5cm. Tear strength in longitudinal and transverse direction as 300/250N. Softening point of the membrane not less than 150 degree C. Cold flexibility shall be upto -2 degree C when tested in accordance with ASTM , D - 5147. The laying of membrane shall be got done through the authorised applicator of the manufacturer of membrane :

22.20.1 368

3 mm thick sqm 422.80 1194.40 504992.32

43 22.21 368

Extra for covering top of membrane with Geotextile, 120gsm non woven, 100% polyester of thickness 1 to 1.25mm bonded to the membrane with intermittent touch by heating the membrane by Butane torch as per manufacturers recommendation

sqm 53.85 1194.40 64318.44

44 New

Providing and fixing of 12 mm NBMS Threaded nozzles at Raft/ Retaining wall area @ 1mtr center to center on grid pattern and along with construction joint and critical points @ 0.5 mtrs center to center on grid pattern and half of the depth of slab and fix the nozzles with Fix -10 S . Injection of Grout ADD ( non shrink compound) admixed with cement slurry through the fixed nozzles under maximum pressure 2.5 kg per.s.cm.by manually operated grouting pump. The grout should flow through all pores and voids thereby sealing them. After completion of the grouting operation the projected part of the nozzles are to be removed and surface to be made smooth.The contractor through the said approved agency of sub-contractor shall give guarantee against any leakages for a period of ten years. Any leakages or defect during this period shall be made good by the contractor at his own cost in a manner to be decided by the architect.

Each 180.00 20546.00 3698280

Page 109: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

109

45 New 39

Providing and Applying of 400 mm wide rubber waterstop in retaining walls at junctions of construction joints. It is essential that there is > 8 cm of concrete from the side exposed to water.Waterstop can be secured using steel nails (min. 5 nails per Mtr). The connecting of waterstops can be carried out by overlapping by a minimum of 30 mm or by butt jointing. It is essential that both the waterstops are tight up against one another to avoid flaws. Butt jointed waterstops are to be secured with a separate waterstop overlapped to both by a minimum of 30 mm. The same to be executed as per manufacturer recommendation and architectural details and instruction. Approved make MYK Schomburg, Hydrotite.

Rnmtr 325.00 1145.34 372235.5

46 New

Providing & Fixing in posion 100mm seimic expantion joint at internal floor to floor loction all necessary assecsories complete as per specification and drawing

Rnmtr 3850.00 152.20 585970

Total of Sub-Head-VIII : Waterproofing in Rs

2122525.99 7045238.40

Sub-Head-IX : Steel Work

47 10.25 179

Steel work welded in built up sections/framed work including cutting hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc.as required.

10.25.2 179

In gratings, frames, guard bar, ladders, railings, brackets, gates & similar works.

Kg 77.90 6131.03 477607.24

48 10.17 178

Providing and Fixing M.S. fan clamp type I or II of 16mm dia M.S. bar bent to shape with hooked ends in R.C.C. slabs , beans during laying including paintinf the exposed portion of loop , all as per standard design complete.

No 106.30 436.00 46346.80

49 10.28 179

Providing and fixing stainless steel ( Grade 304) railing made of Hollow tubes, channels, plates etc., including welding, grinding, buffing, polishing and making curvature (wherever required) and fitting the same with necessary stainless steel nuts and bolts complete, i/c fixing the railing with necessary accessories & stainless steel dash fasteners , stainless steel bolts etc., of required size, on the top of the floor or the side of waist slab with suitable arrangement as per approval of Engineer-in-charge, ( for payment purpose only weight of stainless steel members shall be considered excluding fixing accessories such as nuts, bolts, fasteners etc.).

kg 558 4116.31 2296900.98

50 10.29 180

Providing & fixing fly proof wire gauze to windows, clerestory windows & doors with M.S. Flat 15x3 mm and nuts & bolts complete.

Page 110: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

110

10.29.2

Stainless steel (grade 304) wire gauze of 0.5 mm dia wire and 1.4 mm aperture on both sides (for wire mesh door)

sqm 1134.50 592.08 671714.76

51 N.S

Supply and installation of Kich /Q railing/Dorma Railing make AISI 316 Grade Stainless Steel Knock Down (No Welding) railing system comprising Ø 50mm Handrail containing high grade Stainless Steel Bushings at every Bend / Joint of Railing to provide extra strength fixed by T- Bracket (Matt Finish) on Ø 38mm AISI 316 grade Stainless Steel Round baluster, with the help of M5 x 12 mm Handrail Clamping Screws. The handrail fixing with 915 mm high baluster should be concealed by glossy finished cover cap. Round Baluster Make : (Design Code DT11-1-163) having Ø 100mm x 8 mm thick specially investment casted Base Plate Secured by Anchor Fasteners (extra strength Bolt with Zinc coating of M10x70 size & Anchor sleeves of Brass M10 x 45mm) on Concrete Surface/ Floor and concealed with AISI 316 grade cover Cap (Glossy Finish) to conceal the mounting anchor fasteners. Baluster to be placed at maximum 1200mm c/c along with 4Nos. Ø 16 mm mid railsconnected at the side of baluster and strengthened with high quality brass bushes and bolted with high precision Investment casted Tbracket (Combi. Finish).Handrail, Baluster and In-fill members should be of Matt Finish of320 grit done with minimum 3 times finishing process in automatic polishing machine to achieve smooth and long lasting hairline finish. If any welding must be done at factory by automatic welding machine in Tig welding process with accurate precision so as no welding marks, burrs are visible on products. Wall thickness of all Pipes shall be taken as 1.5mm along with all visible components developed in High Grade S.S. Railing height to be taken @ 915mm from floor level. .

Rft 3150 1416.01536 4460448.384

Total Sub-Head-IX : Steel Work in Rs

3492569.78 4460448.38

Sub-Head- XII : Wood Work

52 9.1 147

Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position :

9.1.1

Second class teak wood (FRAMES) Cum 85813.30 153.20 13146597.56

53 9.5 147

Providing and fixing panelled or panelled and glazed shutters for doors, windows and clerestory windows including ISI marked black enamelled S.S butt hinges with necessary screws excluding, panelling which will be paid for separately. PANELLED

Page 111: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

111

9.5.1

Second class teak wood

9.5.1.1

35 mm thick shutters Sqm 2434.05 301.35 733500.97

54 9.21 150

Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) non-decorative type , core of block board construction with frame of 1st class hard wood and well mached commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters :

9.21.1

35 mm thick including ISI marked stainless steel butt hinges with necessary screws. FLUSH DOOR Sqm 1578.3 966.26 1525048.16

55 9.22

Extra for providing and fixing flush doors with decorative veneering instead of non decorative depth on all edges of flush door shutters (over all area of door shutter area to to be measured )

9.22.1 151

On one side in item no. 9.21 ONE SIDE LAMINATED Sqm 371.7 539.98 200710.57

56 9.40

Providing & fixing wooden moulding beading to doors, windows, frames,with iron screws ,plugs and priming coat on unexposed surface ect.complete :

9.40.1.2 153

Second class teak wood 50X20 mm. Meter 135.70 4552.14 617725.40

57 DSR 157

Providing and fixing Main Door Hardware with with necessary screws ,nut boldt ect. All complete.Hardware Make Kitch, Dline,Geze

9.72 157

Providing and fixing bright finished brass butt hinges with necessary screws etc. complete

9.72.1 157

125x85x5.5 mm (heavy type) Nos 368.45 4.00

9.76 157

Providing and fixing bright finished brass 100 mm mortice latch and lock with 6 levers and a pair of lever handles with necessary screws etc. complete (best make of approved quality).

Nos 472.25 1.00

9.74 157

Providing and fixing bright finished brass tower bolts (barrel type) with necessary screws etc. complete .

Nos 365.00 1.00

9.74.1 157

250x10 Nos 280.70 1.00

9.74.3 157

150x10 Nos 178.65 1.00

9.82 157

Providing and fixing bright finished brass hanging type floor door stopper with necessary screws, etc. complete.

Nos 443.00 1.00

9.84 157

Providing and fixing aluminium extruded section body tubular type universal hydraulic door closer (having brand logo with ISI, IS : 3564, embossed on the body, door weight upto 36 kg to 80 kg and door width from 701 mm to 1000mm) with double speed adjustment with necessary accessories and screws etc. complete.

Nos 73.40 1.00

Page 112: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

112

9.69 156

Providing and fixing oxidised M.S. Safety chain with necessary fixtures for doors. (Weighting not less than 450 gms.)

Nos 75.45 1.00

Total

Nos 3362.00 72.00 242064.00

58 DSR Providing and fixing Internal Doors Hardware with with

necessary screws ,nut boldt ect. All complete.Hardware Make Kitch, Dline,Geze

9.72 157 Providing and fixing bright finished brass butt hinges

with necessary screws etc. complete

9.72

.1 157 125x85x5.5 mm (heavy type) Nos

368.45 4.00 9.76 157 Providing and fixing bright finished brass 100 mm

mortice latch and lock with 6 levers and a pair of lever handles with necessary screws etc. complete (best make of approved quality).

Nos

472.25 1.00 9.74 157 Providing and fixing bright finished brass tower bolts

(barrel type) with necessary screws etc. complete . Nos

365 1.00 9.74

.1 157 250x10 Nos

280.7 1.00 9.74

.3 157 150x10 Nos

178.65 1.00 9.82 157 Providing and fixing bright finished brass hanging type

floor door stopper with necessary screws, etc. complete.

Nos

73.4 1.00

Total

Nos 2844 364.00 1035216.00

59 DSR

Providing and fixing Toilet Doors Hardware with with necessary screws ,nut boldt ect. All complete.Hardware Make Kitch, Dline,Geze

9.72

157 Providing and fixing bright finished brass butt hinges with necessary screws etc. complete

Nos

9.72.1

157 125x85x5.5 mm (heavy type) Nos 368.45 4.00

9.76

157 Providing and fixing bright finished brass 100 mm mortice latch and lock with 6 levers and a pair of lever handles with necessary screws etc. complete (best make of approved quality).

Nos 472.25

1.00

9.74

157 Providing and fixing bright finished brass tower bolts (barrel type) with necessary screws etc. complete .

Nos 365

1.00

9.74.1

157 250x10 Nos 280.7 1.00

9.82

157 Providing and fixing bright finished brass hanging type floor door stopper with necessary screws, etc. complete.

Nos 73.4

1.00

Total No 2665

364.00 970060.00

Page 113: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

113

60 DSR

Providing and fixing Balcony ,External Doors Hardware with with necessary screws ,nut boldt ect. All complete.Hardware Make Kitch, Dline,Geze

9.72 157 Providing and fixing bright finished brass butt hinges with necessary screws etc. complete

9.72.1

157 125x85x5.5 mm (heavy type) Nos 368.45 4.00

9.76 157 Providing and fixing bright finished brass 100 mm mortice latch and lock with 6 levers and a pair of lever handles with necessary screws etc. complete (best make of approved quality).

Nos

472.25 1.00

9.74 157 Providing and fixing bright finished brass tower bolts (barrel type) with necessary screws etc. complete .

Nos

365 1.00

9.74.1

157 250x10 Nos 280.7 1.00

9.74.3

157 150x10 Nos 178.65 1.00

9.82 157 Providing and fixing bright finished brass hanging type floor door stopper with necessary screws, etc. complete.

Nos

73.4 1.00

Total

Nos 2843.8 728.00

61 DSR

Providing and fixing windows Hardware with with necessary screws ,nut boldt ect. All complete.Hardware Make Kitch, Dline,Geze

9.72 157

Providing and fixing bright finished brass butt hinges with necessary screws etc. complete

9.72.3

100x85x5.5mm heavy Type Nos 3 325.10

158

Providing and fixing bright finished brass handles with screws etc. complete :

Nos

9.81.1 158

125 mm Nos 1 169.60

9.81.2 158

100 mm Nos 1 151.85

158

Providing and fixing bright finished brass casement stays (straight peg type) with necessary screws etc. complete :

Nos

9.87.2 158

250 mm weighing not less than 280 gms Nos 1 79.30

Total

Nos 1376 1736.00 2388736.00

Page 114: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

114

62 9.136 167

Providing and fixing fire resistant door frame of section 143 x 57 mmmhaving built in rebate made out of 16 SWG G.I. sheet (zinc coating notmless than 120 gm/sqm) duly filled with vermuculite based concrete mix, suitable for mounting 60 minutes fire rated door shutters. The frame is fitted with intumuscent fire seal strip of size 10x4 mm (minimum) alround the frame and fixing with dash fastener of approved size and make, including applying a coat of approved brand fire resistant primer etc.complete as per direction of Engineer-in-charge (Dash fastener to be paid for separately).

Mtr 1161.45 114.40 132869.88

63 9.137 167

Providing and fixing 50 mm thick glazed fire resistant door shutters of 60 minutes fire rating conforming to IS:3614 (Part-II), tested and certified as per laboratory approved by Engineer-in-charge, with suitable mounting on door frame, consisting of vertical styles, lock rail, top rail 100 mm wide, bottom rail 200 mm wide, made out of 16 SWG G.I.sheet (zinc coating not less than 120 gm/m2) duly filled FR insulation material and fixing with necessary stainless steel ball bearing hinges of approved make, including applying a coat of approved fire resistant primer etc. all complete as per direction of Engineer-in-charge (panneling to be paid for separately).

sqm 5727.20 46.20 264596.64

64 9.139 167

Providing and fixing panic bar / latch (Double point) fitted with a single body, Trim Latch & Lock on back side of the Panic Latch of reputed brand and manufacture to be approved by the Engineer- in- charge, all complete.

no.s 5873.25 22.00 129211.50

65 N.S

Providing and fixing Cub Board with Shutter made out of 25 mm cup Board Pre-laminated flat pressed 3 layer (medium density) particle board or graded wood particle board IS : 3087 marked, with one side decorative and other side balancing lamination Grade I, Type II exterior grade IS : 12823 marked, in shelves with screws and fittings wherever , edges to be painted with PVC Lipping. and 12 mm thick commercial ply sides,top ,internal 2 nos shelf ,2 Nos Drawer,All Edges with teak wood lipping and all sides in laminated , required fittings SS Clip On Hinge 6nos,Robe Hook, 4 Nos Megnetic Catche,2 set Telescopic drawer channel,Knob 2 Nos,2 nos Hendel,6'' 2 Nos Tower Bolts ,All complete.(shutter area to be measured,)Hardware Make Kitch, Dline,Geze

Sqm 7500.00 1040.68 7805100.00

Page 115: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

115

66 9.27 151

Providing and fixing 35mm thick wire gauze shutters using galvanised M.S wire gauze of average width of apperture 1.4 mm with wire of dia. 0.63 mm for doors, windows and clerestory windows including ISI marked bright finished or/and black enamelled M.S butt hinges with necessary screws :

9.27.1.2

Second class teak wood Sqm 2835.35 592.28 1679321.10

67 9.1 147

Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position :

9.1.1

Second class teak wood (LOUVER FRAMES) Cum 85813.3 0.3978 34136.53

68 9.25 151

Extra if louvers (not exceeding 0.2 sqm) are provided in flush door shutters

9.25.1

Decorative type door (LOUVER SHUTTERS) Sqm 336.85 15.2 5120.12

Total Sub-Head- XII : Wood Work in Rs

23104914.42 7805100.00

Subhead XI - False ceiling

69 12.54

Providing and fixing GI Clip in Metal Ceiling System of 600X600mm module which includes providing and fixing 'C' wall angle of size 20x30x20mm made of 0.5 mm thick pre painted steel along theperimeter of the room with help of nylon sleeves and wooden screws at 300mm centre to centre , suspending the main C carrier of size 10x38x10 mm made of G.I. steel 0.7mm thick from the soffit with help of soffit cleat 37x27x25x1.6mm , rawl plugs of size 38x12 mm and C carrier suspension clip and main carrier bracket at 1000mm c/c . Inverted triangle shaped Spring Tee having height of 24mm and width of 34mm made of GI steel 0.45 mm thick is then fixed to the main C carrier and in direction perpendicular to it at 600 mm centers with help of suspension brackets. Wherever the main C carrier and spring T have to join , C carrier and spring T connecter have to be used. All sections to be galvanized @ 120 gms/sqm (both side inclusive) , fixing with clip in tiles into spring 'T' with :

12.54.2 215

GI Metal Ceiling Clip in plain Beveled edge global white color tiles of size 600x600 and 0.5mm thick with 25mm height , made of GI sheet having galvanizing of 100gms/sqm (both sides inclusive) and 20%Perforation area with 1.8 did holes and having NRC of 0.5 electro statically polyester powder coated of thickness 60 microns (minimum) , including factory painted after bending and perforation .

Sqm 1737.70 2167.08 3765734.916

Page 116: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

116

Total of Subhead XI - False ceiling in Rs

3765734.92 0.00

Subhead XI - Miscellaneous

70

Providing and fixing 25mmMS SQ Bar ,12MM MS Sq Bar ,50 mm dia SS.Pipe M. Steel &S.Steel work welded in built up sections/ framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required. For Balcony railing. All complete.Hardware

Rnm 2181.64

a 10.25.2 179

Steel work welded in built up sections/ framed work including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required. In gratings, frames, guard bar, ladder, railings, brackets, gates and similar works. (11.6.Kg /Rmt) MS Work above item no 70

Kg 77.90 25307.02 1971417.17

b 10.28 179

Steel work in built up decorated, designer, curvilinear tubular trusses, columns, purlins,bracings etc.including cutting, hoisting, fixing in position at site at a height of upto 6.00 metres from finished road level, scaffolding charges,manufacturing of steel sections and curved shapes by means heat treatment processes and CNC machines, and applying a priming coat of approved steel primer,etch primer etc and welded and bolted including special shaped washers, transportation including loading and un loading charges,designing and preparation of structural drawings etc complete as per the directions of Engineer-in-charge. (5.1 Kg/Rmt) For Hand rail above item no 70

Kg 588.00 11126.36 6542302.032

71 10.25.2

Providing and fixing 25 mm MS Flat , 12MM MS Sq Bar M. Steel work welded in built up sections/ framed work, including cutting, hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc. as required. For Windows Grill. All complete.(29.89Kg/Sqm

sqm 77.90 67101.56 5227211.173

72 N.S

Providing & fixing SS dratry road bictorian series curtain rod 1.25 mm brass/Ss Plate with two brass /ss ( fixed with brass/ss screw and wooden plug etc.whever necessary fitting all complete.)

Mtr 1515.00 1257.14 1904567.10

73 18.77 326

Cutting holes up to 15x15 cm in R.C.C. floors and roofs for passing drain pipe etc. and repairing the hole after insertion of drain pipe etc. with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size), including finishing complete so as to make it leak proof.

Each 143.95 1172.00 168709.4

Total of Subhead XI - Miscellaneous in Rs

13909639.78 1904567.10

Page 117: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

117

ADMINISTRATION BLOCK , SECTOR - 6 , NOIDA NAME OF WORK :BOUNDRY WALL& GATE WORK FOR DISTRICT HOSPITAL AT SECTOR

- 39, NOIDA S.No

DSR Item No

DSR Page No

Item Description Unit Rate Quantity Amount DSR Amount NON -DSR

Sub-Head-I : Earth-work

1 CR

Earthwork in excavation over areas (exceeding 30cm in depth, 1.5m in width as well as 10 sqm on plan) including disposal of excavated earth lead upto 50m and lift upto 1.5 m , disposed earth to be levelled and neatly dressed : all kinds of soil.

All kinds of soil

cum 98.70 1376.96 135905.95

2

Carriage of material by mechanical transport including loading, unloading and stacking

1.1.2 62 earth lead upto 5 Km

cum 125.92 251.11 31619.77 3 CR Filling available excavated earth (excluding

rock) in trenches, plinth, sides of foundations etc. in layers not exceeding 20cm in depth: consolidating each deposited layer by ramming and watering, lead up to 50 m and lift upto any depth

cum 68.00 1555.11 105747.48

Total Sub-Head-I : Earth-work

273273.20 0.00

Sub-Head-II : Concrete Work

4 4.1 85

Providing and laying in position cement concrete of specified grade excluding the cost of centring and shuttering - All work upto plinth level

4.1.3 85

1:2:4 (1 cement: 2 coarse sand : 4 graded stone aggregate) 20mm nominal size

cum 4514.05 27.87 125806.5735

4.1.8 85

1:4:8 (1 cement: 4 coarse sand : 8 graded stone aggregate) 40mm nominal size

cum 3593.30 267.30 960489.09

Total Sub-Head-II : Concrete Work

1086295.66 0.00

Sub-Head-III : Reinforced Cement Concrete Work

5 5.9

Centring and shuttering including strutting, propping etc. and removal of form for :

5.9.1 97

Foundations, footings, bases of columns etc. for mass concrete.

sqm 166.90 575.10 95984.19

5.9.3 97

Suspended floors, roofs, landings, balconies and access platform.

sqm 311.20 53.66 16698.99

5.9.5 97

Lintels, beams, plinth beams, girders, bressumers and cantilevers.

sqm 262.25 795.89 208722.15

5.9.6 97 Columns, Pillars, Piers, Abutments, Posts and Struts sqm 365.60 375.84 137407.10

Page 118: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

118

6 5.22

Reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete .

5.22.6 99

Thermo-Mechanically Treated bars. Kg 62.25 44379.97 2762652.821

7

Providing and laying in position ready mixed M-25 grade concrete for reinforced cement concrete work, using cement content as per approved design mix, manufactured in fully automatic batching plant and transported to site of work in transit mixer for all leads, having continuous agitated mixer, manufactured as per mix design of specified grade for reinforced cement concrete work, including pumping of R.M.C. from transit mixer to site of laying , excluding the cost of centering, shuttering finishing and reinforcement, including cost of admixtures in recommended proportions as per IS : 9103 to accelerate/ retard setting of concrete, improve workability without impairing strength and durability as per direction of the Engineer - in - charge.

5.37 102 All work upto plinth level

cum 5590.60 235.31 1315524.09

5.37 102 All work from plinth level upto floor V level.

cum 6129.95 27.31 167408.93 (Slab + shelves)

5.37 102 Walls, columns, pillars, posts and struts

cum 6129.95 37.58 230363.52

5.37 102 Beams, plinth beams, girders, bressumers, cantilevers, Suspended floors lintels roofs and staircases including spiral staircases, shelves etc.

cum 6129.95 80.22 491744.59

Total Sub-Head-III : Reinforced Cement Concrete Work

5426506.39 0.00

Sub-Head-IV : Brick Work

8 6.4 109

Brick work with F.P.S. bricks of class designation 7.5 in super structure above plinth level up to floor V level in all shapes and size in:

6.6.1 109 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 4067.85 397.22 1615831.38

9 6.13 110

Half brickwork with common burnt clay F.P.S (non modular) bricks of class designation 7.5 in superstructure above plinth floor to V floor level

6.13.1 110

Cement mortar 1:3 ( 1 cement : 3 coarse sand) sqm 498.35 41.72 20791.16

10 6.15 110

Extra for providing and placing in position 2 nos. 6mm dia M.S bars at every third coarse of half brick masonary. sqm 63.30 41.72 2640.88

Total of Subhead IV- Brick work in Rs.

1639263.42 0.00

Sub-Head- V : Flooring & Cladding

Page 119: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

119

11

11.41 193

Providing and laying vitrified floor tiles in diffirent sizes (thickness to be specified by the manufcturer) with water absorption is less than 0.08% and conforming to IS 15622 of approved make in all colours and shades laid on 20 mm thick cement mortar 1:4 (1 cement : 4 coarse sand) including grouting the joints with white cement and matching pigments etc. complete. Make Tile ( RAK , Rustile Ceramic, Oasis, Euro )

11.41.2

Size of tiles 60cmX60cm (Rooms) Sqm 1337.1 100.00 133710.00

8.3

12

11.36 190

Providing and fixing Ist quality ceramic glazed wall tiles conforming to IS : 15622 of minimum thickness to be specified by the manufecturers of approved make in all colours, shades except begundy, bottle green, black of any size as approved by Eningeer-in-charge in skirting, risers of steps and dados over 12mm thick bed of Cement Mortar 1:3 (1 Cement : 3 Coarse sand) and jointing with grey cement slurry @ 3.3kg per sqm including pointing in white cement mixed with pigment of matching shade complete. Make of ( Orient, Kajaria, Sumani, Nitco) ( Dado )

Sqm 724.25 45.36 32851.98

13

7.40. 114 Providing and fixing dry cladding upto 10 metre heights with 30 mm thick gang saw cut stone with (machine cut edges) of uniform colour and size upto 1mx1m, fixed to structural steel frame work and/ or with the help of cramps, pins etc. and sealing the joints with approved weather sealant as per Architectural drawing and direction of Engineer-in-charge. (The steel frame work, stainless steel cramps and pins etc. shall be paid for separately).

7.40.2

114 White sand stone Sqm 2048.35 821.93 1683600.32

14

7.42 Providing and fixing adjustable stainless steel cramps of approved quality and of required shape and size adjustable with stainless steel nuts bolts and washer (Total weight not less than 260 gms) for dry stone cladding fixed on frame work at suitable loc

(821.35 X 8 =6570.8)Say 6571

Each 171.2 6571 1124955.20

Total Sub-Head- V : Flooring & Cladding

2975117.50 0.00

Sub-Head-VI : Finishing

15 13.1

12 mm cement plaster of mix :

13.1.1 222

1:4 (1 cement : 4 Fine sand) sqm 123.50 320.00 39520.00

16

13.16 223

6mmm cement plaster of mix:

13.1 1:3 (1 cement : 3 fine sand)

sqm 101.00 80.00 8080.00

Page 120: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

120

6.1

7 13.12 223

18mm cement plaster in two coats under layer 12mm thick cement plaster 1:5 (1 cement : 5 coarse sand) and a top layer 6mm thick plaster 1:3(1 cement : 3 coarse sand) finish rough with sponge.

sqm 198.25 2182.1 432601.33

18

13.41 225

Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade :

13.41.1

New work (two or more coats) over and including water thinnable priming coat with cement primer sqm 66.70 440.00 29348.00

19

13.52 226

Finishing with Epoxy paint (2 or more coats ) at all location prepared and aaplied as per manufacturers specification including appropriate priming coat , preparation of surface, etc. complete

13.52.1 226

On Steel work sqm 105.50 810.00 85455.00

Total of Sub-Head-VI : Finishing in Rs

595004.33 0.00

Sub-Head-VII : Waterproofing

20 22.7 365

Providing and laying integral cement based water proofing treatment including preparation of surface as required for treatment of roofs, balconies, terraces etc consisting of following operations: a) Applying a slurry coat of neat cement using 2.75 kg/sqm of cement admixed with water Sqm 786.7 50.00 39335

Page 121: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

121

proofing compound conforming to IS. 2645 and approved by Engineer-in-charge over the RCC slab including adjoining walls upto 300 mm height including cleaning the surface before treatment. b) Laying brick bats with mortar using broken bricks/brick bats 25 mm to 115 mm size with 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge over 20 mm thick layer of cement mortar of mix 1:5 (1 cement :5 coarse sand ) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge to required slope and treating similarly the adjoining walls upto 300 mm height including rounding of junctions of walls and slabs c) After two days of proper curing applying a second coat of cement slurry using 2.75 kg/ sqm of cement admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge. d) Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1 cement :4 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approved by Engineer-in-charge including laying glass fibre cloth of approved quality in top layer of plaster and finally finishing the surface with trowel with neat cement slurry and making pattern of 300x300 mm square 3 mm deep. e) The whole terrace so finished shall be flooded with water for a minimum period of two weeks for curing and for final test. All above operations to be done in order and as directed and specified by the Engineer-in-Charge :

21

12.21 207

Providing gola 75X75 mm in cement mortar 1:2:4 (1 cement : 2 Coarse sand : 4 stone aggregates 10 mm down ) including finishing with cement mortar 1:3 (1 cement : 3 fine sand ) as per standard design :

Rnmtr 109.05 40.00 4362.00

Total of Sub-Head-VII : Waterproofing in Rs

43697.00 0.00

Sub-Head-VIII : Steel Work

22

10.25 179

Steel work welded in built up sections/framed work including cutting hoisting, fixing in position and applying a priming coat of approved steel primer using structural steel etc.as required.

10.25.2 179

In gratings, frames, guard bar, ladders, railings, brackets, gates & similar works.

Kg 77.90 8619.68 671473.072

Total Sub-Head-VIII : Steel Work in Rs

671473.07 0.00

Sub-Head- IX : Wood Work

Page 122: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

122

23 9.1 147

Providing wood work in frames of doors, windows, clerestory windows and other frames, wrought framed and fixed in position with hold fast lugs or with dash fasteners of required dia & length ( hold fast lugs or dash fastener shall be paid for separately).

9.1.1 Second class teak wood (FRAMES)

Cum 85813.30 0.72 61785.58

24 9.5 147

Providing and fixing panelled or panelled and glazed shutters for doors, windows and clerestory windows, including ISI marked M.S. pressed butt hinges bright finished of required size with necessary screws, excluding panelling which will be paid for separately, all complete as per direction of Engineer-in-charge. PANELLED

9.5.1 Second class teak wood

9.5.1.1

35 mm thick shutters Sqm 2434.05 30.54 74335.89

25 9.21 150

Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) non-decorative type, core of block board construction with frame of 1st class hard wood and well matched commercial 3 ply veneering with vertical grains or cross bands and face veneers on both faces of shutters :

9.21.1

35 mm thick including ISI marked stainless steel butt hinges with necessary screws. FLUSH DOOR Sqm 1578.3 3.94 6218.50

26 9.22

Extra for providing and fixing flush doors with decorative veneering instead of non decorative depth on all edges of flush door shutters (over all area of door shutter area to to be measured )

9.22.1 151

On one side in item no. 9.21 ONE SIDE LAMINATED Sqm 371.1 3.94 1462.13

27 9.26 151

Extra for cutting for flush door rebate in flush door shutter ( Total area of the shutter to be measured ) Sqm 92.9 3.94 366.03

28 9.40

Providing & fixing wooden moulding beading to doors, windows, frames,with iron screws ,plugs and priming coat on unexposed surface ect.complete :

9.40.1.2 153

Second class teak wood 50X20 mm. Meter 135.70 40.80 5536.56

29 N.S

Providing and fixing Main Door Hardware with with necessary screws ,nut boldt ect. All complete.Hardware Make Kitch, Dline,Geze

4 Hinges

1 Mortice Handle

1 Lock Body

1 Pin cyclender

1 Door Closer

Page 123: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

123

1 Tower Bolt 12"

1 Tower Bolt 6"

1 Door Stop

1 Door Stoper

1 Door Safety Chain

1 Door Viewer

No 3362 8.00 26896.00

Total Sub-Head-IX : Wood Work in Rs

149704.69 26896.00

Page 124: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

124

NEW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY ADMINISTRATION BLOCK , SECTOR - 6 , NOIDA

NAME OF WORK : Plumbing work for Sector -39 (Hospital) Noida S. No.

DSR 2012 Code No.

Description of Work Item Unit Rate Qty DSR 2012(RS.)

Non DSR (Rs.)

SUB HEAD - I - SANITARY FIXTURES & INTERNAL PLUMBING

1. A.R.

Providing, fixing, testing & commissioning of white colour china Indian type (Orissa pattern) water closet (Size 530 x 410) [Orissa Pan (Hindware) Make Cat. No. 20004] with 32 mm CP brass type push button flush valve [Allied -Metropole (Jaquar) Make Cat No. 1089], 32mm flush bend in cement concrete 1:2:4 mix (1 cement: 2 coarse sand : 4 stone aggregate 20 mm nominal size) with 100 mm dial C.I. deep seal tram including cutting and making good the wall & floors complete as required. Each 5555.00 2 11110.00

2 A.R.

Providing, fixing, testing and commissioning of white colour vitreous China wall mounting type European water closet with C.P. bolts, nuts, C.I. chair or other hanging arrangements, 32 mm CP brass type push button flush valve, 32mm flush bend, bakelite seat & cover with C.P. hinges & rubber buffers, C.P. brass screw, washer with all accessories. Including cutting & making good the walls & floors slab wherever required .

2.1

A.R.

W.C. [Enigma (Hindware) Make Cat no. 92024] with flush valve [Allied -Metropole (Jaquar) Make Cat No. 1089]. Each 12240.00 169 2068560.00

2.2

A.R.

Providing and fixing, testing and commissioning of concealed type cistern comprising of actuator button facia assembly including kombifix -designer line Tool free series (chair bracket ,drainage pipe & wall mounting framing) brass / SS screws and washer complete, cutting and making good the walls floors wherever required Each 16237.00 174 2825238.00

3 17.7

Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps, 32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require.

3.1

17.7.9

Surgeon type wash basin of size 660 x 460 mm with a pair of 15 mm C.P. brass pillar taps, with elbow operated levers. Each 2500.05 6 15000.30

Page 125: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

125

4 A.R.

Providing, fixing, testing and commissioning of star white colour vitreous china below / over counter Oval Wash Basin (Size 630 x 500 mm) with CP brass waste assembly, wall flanges and rubber adapters for water connection complete including CI / MS brackets duly painted, cutting and making good the walls floors wherever required. [Rhapsody (Hindware) Make Cat No. 10045] Each 3898.00 96 374208.00

5 17.7

Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps,32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require :

5.1

17.7.4

White Vitreous China Flat back wash basin size 550x400 mm with single 15 mm C.P. brass pillar tap. Make Hindware Hindustan Sanitaryware ,Parry ware Each 1460.50 99 144589.50

5.2

A.R.

Flat back wash basin size 710 x 460 mm (Kathy-Hindware Make Cat No. 91017) with Single lever mixture. (Jaquar Make Cat no. 15031 Medi Series) Each 17206.00 0 0.00

6 A.R.

Providing, fixing, testing and commissioning of C.P. brass Single hole basin mixer including connecting pipe complete as required. [Continental (Jaquar) Make Cat. No. 167]

Nos. 2200.00 195 429000.00

7 A.

R.

Providing and fixing CP brass bottle trap for wash basins and urinals. [Allied (Jaquar) Make Cat. No. 769]

7.1

A.R.

32 mm dia Each 1170.00 206 241020.00

8 17.31

Providing and fixing 600 x 450mm beveled edge mirror of superior glass (of approved quality) complete with 6 mm thick hard board ground fixed to wooden cleats with C.P. brass screws and washers complete.

Each 674.05 206

138854.30

9 17.

73

Providing and fixing PTMT towel rail complete with brackets fixed to wooden cleats with CP brass screws with concealed fitting arrangement of approved quality and colour.

17.73.2

600mm long towel rail with total length of 645mm, width 78mm and effective height of 88mm, weighing not less than190gms. [Continental (Jaquar) Make Cat. No. 1111] Each 415.20 80 33216.00

10 A.R.

Providing, fixing, testing and commissioning of C.P Copper connection pipe 450 mm long including nuts and washers and making connection to fixtures and fittings complete as required. [Allied (Jaquar) Make Cat. No. 803] Each 221.00 412 91052.00

11 17.71

Providing and fixing PTMT liquid soap container 109mm wide, 125mm high and 112mm distance from wall of standard shape with bracket of the same materials with snap fittings of approved quality and colour. weighing not less than 105 gms. (Jaquar Make) Each 180.10 206 37100.60

Page 126: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

126

12 17.34.1

Providing and fixing C.P. brass toilet paper holder.(Jaquar) Make

Each 250.95 174 43665.30

13 A.

R.

Providing and fixing CP brass twin coat hooks fixed on toilet door/wall with CP brass screws. [Continental (Jaquar) Cat. No. 1161]

Each 532.19 174 92601.08

14 17.

10

Providing and fixing stainless steel kitchen sink as per I.S.13983 with C.I brackets and stainless steel plug 40mm including painting of fittings and brackets, cutting and making good the walls wherever required.

14.1

17.10.1.3

Kitchen sink with drain board 510 x 1040 bowl depth 200 mm

Each 5640.10 20 112802.00

15 A.

R.

Providing, fixing, testing and commissioning of C.P. brass single hole sink mixer with CP wall flange, swinging spout complete as required and making good. [Continental (Jaquar) Make Cat. No. 309]

Nos. 2200.00 20 44000.00

16 17.

11

Providing and fixing white vitreous china laboratory sink with C.I. brackets, C.P. brass chain with rubber plug 40 mm C.P brass waste and 40 mm C.P.brass trap with necessary C.P. brass unions complete including painting of fittings and brackets cutting and making good the wall wherever required.

16.1

17.11.2

Size 600 x 450 x 200 mm

Each 896.55 27

24206.85

17 A.

R.

Providing, fixing, testing and commissioning of bathing faucets including necessary wall chases and making good.

17.1

A.R.

Single lever concealed divertor [VIGNETTE (Jaquar) Make Cat no. 27075] shower / spout selector complete with all wall flanges as required. Each 1386.00 80 110880.00

17.2

A.R.

Spout [Continental (Jaquar) Make Cat. No. 429] Each 892.00 80 71360.00

17.3

A.R.

Overhead shower with arm and wall flange [Continental (Jaquar) Make Cat. No.SHA-483 & OHS-1769] Each 4679.00 80 374320.00

18 A.R.

Providing and fixing white vitreous china flat back or half stall urinal of size 610 x 410 x 380 mm with fitting, standard size C.P. brass flush pipe, spreaders with unions and clamps (all in C.P. brass) with waste fitting and other couplings in C.P. brass including painting of fittings and cutting and making good the walls and floors wherever required. [Hindware Make Cat. No. 60002]

Each 6742.00 39 262938.00

Page 127: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

127

19 A.R.

Extra for (over item No: 22) providing and installing INFRA-RED controlled electrically operated (220V, AC mains) automatic flushing system of approved make instead of urinals with flushing cistern, comprising of:

Light sensing device fixed in recessed metallic box with tamper resistant stainless steel outercase.

Solenoid valve housed in a recessed metallic box with openable cover mounted at high level (at desired height from finished floor level) complete with interconnecting control wiring in recessed PVC conduit between solenoid valve and sensing unit, including cutting and making good the walls & floor complete and all necessary fittings to make it operational as directed complete as required. [Sensor (Jaquar) Make Cat. No. 51083] Each 6506.00 39 253734.00

20 A.R.

Providing & fixing white glazed vitreous china urinal partitions of approved make including rawl plugs, screws or any other approved device for fixing arrangements, making holes in walls, floors & making good. [Division plate (Hindware) Make Cat. No. 61001] Nos. 1512.00 31 46872.00

21 A.R.

Providing and Fixing, testing & commissioning of CP brass angle valve [Continental (Jaquar) Make Cat. No. 053] with ABS Health Faucet [Allied (Jaquar) Make Cat. No. 573] complete with hook and flexible SS tube min. Length 1.0 m as required. Nos. 1953.00 174 339822.00

22 A.R.

Providing and fixing Recessed type CP soap dish. [Hotelier (Jaquar) Make Cat. No. 1531]

Nos. 950.00 80 76000.00

23 A.

R.

Providing, fixing, testing and commissioning of 15 mm dia two way C.P. brass bib cock with Hose union & C.P. wall flange of approved quality & making good. [Continenetal(Jaquar) 041] Nos. 867.00 174 150858.00

24 A.R.

Providing & fixing towel rack - Size 230 x 600 mm [Hotelier (Jaquar) 1581]

Nos. 2685.00 5 13425.00

25 A.

R.

Providing & Fixing Aerosol Perfume Dispenser fixed to wall /door with wooden cleats and C.P brass screws including cutting and making good the walls wherever required. [Euronic EA-04] Nos. 1304.00 174 226896.00

26 A.R.

Providing and fixing adjustable type wash basin for handicap toilet complete with brackets, tracks, waste pipes and other accessories complete as required. [Presalit -Commander Make Cat. No. R4140]

Each 32657.00 5 163285.00

27 A.

R.

Providing and fixing 2 Nos. support arms and backrest to mounted on the track (vertically and laterally) for handicap toilet complete as required. [Presalit -Commander Make Cat. No. R 3548 XXX & 6533]

Each 93119.00 5 465595.00

Page 128: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

128

28 A.R.

Providing and fixing raised toilet seat with cover for handicap toilet [Presalit -Commander Make Cat. No. R34000] Each 26383.00 5 131915.00

29 A.R.

Providing and fixing ABS alloy steel grab bar. [Presalit -Commander Make Cat. No. RT 100 XXX] Each 6437.00 5 32185.00

30 A.R.

Providing and fixing shower chair comprising of individual seat & bank completely adjustable, counter balanced fold & hold mechanism [Presalit -Commander Make Cat. No. R 7166 XXX] Each 148671.00 5 743355.00

TOTAL DSR ITEMS

TOTAL MR ITEMS 386373.70 9803290.23

TOTAL 10189663.93

SUB HEAD - II - SOIL, WASTE, RAIN WATER AND VENT PIPES

1.

Providing and fixing sound insulated POLO KAL NG piping system as per ON EN 1451-Part 1-6 & EN 12056 Part 1-5 with 3 layer pipe made of PP-C + PP-MV + PP-C in Blue Ral 5014 (halogen and calcium free) colour, push-fit type, food safe, having high impact and stiffness, offering sound levels of not more than 22 dBA at a flow rate of 4 l/s and having pipe ring stiffness as per 1S0/DIS 9969 and tightness as per EN 1277/B and C and DIN 19560, with all necessary fittings like bends, tee, capplugs, end plugs, door piece, cross branches etc. in blue colour, fitted with factory fitted lip ring (POLOPLAST, Germany).

1.1

A.R.

200 mm dia POLO KAL NG Metre 4732.00 560 2649920.00

1.2

A.R.

160 mm dia POLO KAL NG Metre 2634.00 1315 3463710.00

1.3

A.R.

110 mm dia POLO KAL NG Metre 1425.00 4440 6327000.00

1.4

A.R.

50 mm dia POLO KAL NG Metre 529.00 373 197317.00

1.5

A.R.

40 mm dia POLO KAL NG Metre 529.00 399 211071.00

2. A.R.

Providing and fixing PP white Trap with minimum 50mm water seal with rubber seal on inlet to push fit hopper for indirect waste connections (McAlpine, UK).

2.1

A.R.

110 mm inlet & 110 mm outlet. Nos. 2042.00 341 696322.00

3 A.R.

Providing, fixing, testing and commissioning of inlet fittings fabricated with maximum 3 inlets 40, 50 & 75 mm OD size poloplast pipe, fixed to 'P' traps including Dripseal/Pipe seal/solvent weld joint/rubber ring joint complete .

Each 2768.00 291 805488.00

Page 129: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

129

4 A.R.

Providing and fixing floor drain (FD) with 50mm outlet and 100 mm inlet floor drain (FD) (McAlpine mrfg4 (for horizontal outlet/mrfg4v (for vertical outlet). Each 3042.00 122 371124.00

5 A.R.

Providing and fixing CP brass grating with frame of approved design including setting in floor with cement motor to match with floor finish as per architect requirement.

5.1

A.R.

Size 100 mm X 100 mm Each 2263.00 122 276086.00

6 A.R.

Providing and fixing Heavy Class SS grating with Cockroach proof SS strainer of approved design including setting in floor with cement motor to match with floor finish as per architect requirement suitable for waster and FT. Each 785.00 341 267685.00

7 A.R.

Providing and fixing P.V.C. WC connector (straight or bend type) with rubber lip ring. Including 110 mm dia PVC pipe / bend of required length and proper connection with M seal to C.I. pipe complete as required. Each 165.00 174 28710.00

8 12.22

Providing & fixing rain water 'Khurras' size 450 X 450 mm required depth with PCC around the pipe with one piece PVC sheet of 2 mm thick set on a layer of cold bitumen. Including Heavy duty CI/MS grating as per drawing complete as required. Each 148.75 12 1785.00

9 A.R.

Providing and installing Air Admittance valves with required air flow rate, including submission of design data

9.1

Airflow capacity upto 32 l/s ( Maxi Vent ) Each 5935.00 68 403580.00

10 A.R.

Providing & fixing MAXI FILTRA with active carbon filters (STUDOR).

10.1

100 / 110 mm dia Each 4927.00 5 24635.00

TOTAL DSR ITEMS 0.00 15724433.00

TOTAL MR ITEMS

TOTAL 15724433.00

SUB HEAD - III - WATER SUPPLY

1 18.51

Providing and fixing C.P. brass long body bib cock of approved quality conforming to IS standards and weighing not less than 690 gms.

1.1

18.51.1

15 mm nominal bore

Each 430.6 20

8612

2 18.

53

Providing and fixing C.P. brass angle valve for pillar tap/basin mixer of approved quality conforming to IS:8931.

2.1

18.53.1

15 mm nominal bore

Each 449.35 412

185132.2

Page 130: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

130

3 A.R.

Providing and Fixing stainless steel pipes and fittings conforming to ASTM 269 or its equivalent complete with press type fittings and manufacture approved Pressing Tool for Hot and cold water supply, RO & domestic water supply system capable to withstand temperature upto 1100C and pressure upto 10-12 bars made from 304 (1.4301) grade of annealed and pickled stainless steel sheet, with ends deburred at 900. Pipe qualifying to 100% eddy current, 100% hydrostatic tested and air-under water tested under 10kgs with marking of Heat No. (Batch no.) on each pipe and making available Test Certificates for the same. Fittings conforming to equivalent standard in 304 grade stainless steel such as tees, coupling, elbow, male adapter, connectors etc. with O-ring of EPDM material which can withstand temperature upto -50 to 1100C and also marked with JSL marking. Direct contact of stainless steel pipes and fittings to galvanized iron should be avoided by inserting approved type of filler material as per project manager’s / consultant requirement. Flanges, clamps with hanger at a spacing of 2 m centre to centre min or as required etc. necessary adapters for GI/copper and CP fittings, jointing, sundries, cutting holes in walls/ floors/ slabs & making good complete. including cutting holes in R.C.C wall/ slab/ beam and making good the same in cement mortar 1:2 (1cement : 2 fine sand).

3.1

A.R.

15 mm dia. Metre 317.60 3361 1067453.60

3.2

A.R.

20 mm dia. Metre 467.10 1887 881417.70

3.3

A.R.

25 mm dia. Metre 573.30 1425 816952.50

3.4

A.R.

32 mm dia. Metre 767.20 919 705056.80

3.5

A.R.

40 mm dia. Metre 931.3 575 535497.50

3.6

A.R.

50 mm dia. Metre 964.99 560 540393.89

3.7

A.R.

60 mm dia. Metre 1595.90 520 829866.00

4. A.R.

Providing and fixing Nitrile Rubber Insulation 9 mm thick on hot water supply / return pipes without outer mechanical protection

4.1

A.R.

15 mm dia. Metre 58.00 1521 88218.00

4.2

A.R.

20 mm dia. Metre 67.60 615 41574.00

4.3

A.R.

25 mm dia. Metre 73.00 421 30859.30

4.4

A.R.

32 mm dia. Metre 81.88 209 17113.37

Page 131: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

131

4.5

A.R.

40 mm dia. Metre 111.10 125 13887.50

5

Providing and fixing nitrle rubber insulation on hot water supply / return pipes complete with fire proof outer mechanical protection on nitrile rubber insulation.

5.1

A.R.

15 mm dia. (9 mm thickness) Metre 60.88 175 10653.49

5.2

A.R.

20 mm dia. (9 mm thickness) Metre 70.83 268 18982.93

5.3

A.R.

25 mm dia. (9 mm thickness) Metre 76.60 130 9958.00

5.4

A.R.

32 mm dia. (13 mm thickness) Metre 118.20 45 5319.00

5.5

A.R.

40 mm dia. (13 mm thickness) Metre 139.31 20 2786.13

5.6

A.R.

50 mm dia. (13 mm thickness) Metre 166.72 240 40011.64

5.7

A.R.

65 mm dia. (19 mm thickness) Metre 293.22 30 8796.50

5.8

A.R.

80 mm dia. (19 mm thickness) Metre 375.20 0 0.00

5.9

A.R.

100 mm dia. (19 mm thickness) Metre 598.74 80 47899.53

6.

Providing & fixing full way lever operated forged brass ball valve of brass body with forged brass hard chrome plated steel ball tested to a pressure not less than 10 Kg / sqcm with threaded / flanged joints complete with nuts, bolts, gaskets, washers etc.

6.1

A.R.

15 mm dia. Each 268.40 41 11004.40

6.2

A.R.

20 mm dia. Each 264.20 72 26222.40

6.3

A.R.

25 mm dia. Each 553.76 83 45961.80

6.4

A.R.

32 mm dia. Each 928.41 25 23210.35

6.5

A.R.

40 mm dia. Each 1292.98 48 62063.22

6.6

A.R.

50mm dia. Each 1940.90 7 13586.30

7.

Providing and fixing Butter fly valve PN 1.6 with nitrile seat and stainless steel stem with lever operation and cast iron body in powder coated finish with flanges, gaskets and necessary pad locking arrangement complete required.

7. A.

65 mm dia.

Each 2426.4 7 16984.80

Page 132: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

132

1 R.

7.2

A.R.

80 mm dia. Each 2705.03 2 5410.05

7.3

A.R.

100 mm dia. Each 3632.80 4 14531.20

7.4

A.R.

150 mm dia. Each 6270.6 2 12541.20

7.5

A.R.

200 mm dia. Each 12123.47 4 48493.90

8. A.R.

Providing and fixing full way lever operated forged brass ball valve of brass body with forged brass hard chrome plated steel ball, union / flange, washer, nuts & bolt. Rated to temperature of 85 deg.C and testing to a pressure not less than 10 Kg/sq.cm including covering with nitrle rubber insulation 9 mm thick insulation as per specification.

8.1

A.R.

15 mm dia. Each 918.36 54 17191.45

8.2

A.R.

20 mm dia. Each 433.29 106 45928.64

8.3

A.R.

25 mm dia. Each 660.75 62 40966.33

8.4

A.R.

32 mm dia. Each 1109.90 49 54384.87

8.5

A.R.

40 mm dia. Each 1546.93 13 20110.10

8.6

A.R.

50 mm dia. Each 2324.00 0

9 A.R.

Providing and fixing Butter fly valve PN 1.6 with nitrile seat and stainless steel stem with lever operation and cast iron body in powder coated finish of approved make with union/flange, washer, nuts & bolts, rated to temperature of 85°C Including nitrle rubber insulation 9 mm thick insulation with proprietary fire proof protective coating against mechanical damage as per manufacturer’s specification complete in all respects as required.

9.1

A.R.

80 mm dia. Each 3204.77 4 12819.09

9.2

A.R.

100 mm dia. Each 4293.10 2 8586.19

Page 133: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

133

10 A.R.

Supply, installation, testing and commissioning of drinking water cooler having a stainless steel water storage tank of capacity 80 litres. The water cooler shall be complete with a suitable capacity refrigeration unit with hermetically sealed compressor, refrigerant piping, necessary wiring, controls, full charge of refrigerant and all other accessories required complete in all respects. The water cooler shall be capable of delivering 40 Litres/ hour of cooled water. The water cooler shall have the facility to adjust the temperature of water and shall be complete with drinking faucets, drip tray, mounting frames, required piping for inlet and outlet connections with valves and complete as per specifications. Each 32474.94 2 64949.88

TOTAL DSR ITEMS 193744.20

TOTAL MR ITEMS 6257643.56

TOTAL 6451387.76

SUB HEAD - IV - SEWERAGE AND DRAINAGE

1. 19.1

Providing laying and jointing glazed stoneware pipes grade 'A' with stiff mixture of cement mortar in the pro-portion of 1:1 (1 cement : 1 fine sand) including testing of joints etc. complete.

1.1

19.1.2

150 mm diameter Metre 219.05 30

6571.5

1.2

19.1.4

250 mm diameter Metre 446.15 430

191844.5

2. 19.2

Providing and laying cement concrete 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size) alround S.W./RCC pipes including bed concrete as per standard design:

2.1

19.2.2

150 mm diameter Metre 607.70 30

18231

2.2

19.2.5

250 mm diameter Metre 819.20 430

352256

3. 19.4

Designing and constructing square-mouth S.W. gully trap grade ‘A’' complete with C.I. grating, brick masonry chamber with bricks of class designation 35 and water tight C.I. cover with frame of300x300 mm size (inside) the weight of cover to be not less than 4.50 kg and frame to be not less than 2.70 kg as per standard design.

3.1

19.4.3.1

180 x 150mm size P type

Each 1365.55 2

2731.1

Page 134: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

134

4. 19.7

Constructing brick masonry manhole cement mortar 1:4 (1 cement : 4 coarse sand) R.C.C. top slab with 1:2:4 mix ( 1cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size ), foundation concrete 1:4:8 mix (1cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size) inside plastering 12mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with floating coat of neat cement and making necessary channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) finished with a floating coat of neat cement complete as per standard design.

4.1

19.7.1

Inside size 90 x 80 cm and 45 cm deep including C.I. cover with frame (light duty) 455 x 610 mm internal dimensions total weight of cover and frame to be not less than 38 kg (weight of cover 23 kg and weight of frame 15 kg)

19.

7.1.1

With F.P.S. bricks with class designation 75

Each 7132.00 16

114112

4.2

19.7.2

Inside size 120 x 90 cm and 90 cm deep including C.I. cover with frame (medium duty) 500 mm internal diameter, total weight of cover and frame to be not less than 116 kg (weight of cover 58 kg and weight of frame 58 kg)

19.

7.2.1

With F.P.S. bricks with class designation 75

Each 15322.95 11

168552.45

5. 19.

8 Extra depth for manholes

5.1

19.8.1.1

Size 90 x 80 cm (With With F.P.S. bricks with class designation 75)

Metre 4061.70 12

48740.4

5.2

19.8.2.1

Size 120x 90 Cm (With F.P.S. bricks with class designation 75)

Metre 4866.75 11

53534.25

6. 19.

11

Constructing brick masonry circular manhole 1.22 m internal dia at bottom and 0.56 m dia at top with 35 class designation F.P.S brick in cement mortar 1:4 ( 1 cement: 4 coarse sand) inside cement plaster 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with a floating coat of neat cement foundation concrete 1:3:6 mix (1 cement :3 coarse sand : 6 graded stone aggregate 40mm nominal size) and making necessary channel in cement concrete 1:2:4 (1 cement :2 coarse sand : 4 graded stone aggregate 20mm nominal size) finished with a floating coat of neat cement complete as per standard design.

19.

11.1

1.68 m deep with SFRC cover and frame (heavy duty HD-20 grade designation) 560 mm internal diameter conforming to IS: 12592, total weight of cover and frame to be not less than 182 kg. fixed in cement concrete 1:2:4 (1 cement :2 coarse sand : 4 graded stone aggregate 20mm nominal size) including centering shuttering all complete. (Excavation, foot rests and 12 mm tick cement plaster at the external surface shall be paid for separately)

Page 135: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

135

6.1

19.11.1.1

With F.P.S. bricks with class designation 75

Each 12943.40 2

25886.8

7. 19.

16

Providing orange colour safety foot rest of minimum 6 mm thick plastic encapsulated as per IS: 10910 on 12 mm dia steel bar conforming to IS : 1786 having minimum cross section as 23 mm x 25 mm and over all minimum length 263 mm and width as 165 mm with minimum 112 mm space between protruded legs having 2 mm tread on top surface by ribbing or chequering besides necessary and adequate anchoring projections on tail length on 138 mm as per standard drawing and suitable to with stand the bend test and chemical resistance test as per specification and having manufacture's permanent identification mark to be visible even after fixing, including fixing in manholes with 30 x 20 x 15 cm cement concrete block 1:3:6 (1 cement : 3 coarse sand : 6 graded stone aggregate 20 mm nominal size) complete as per design. Each 256.75 103 26445.25

8. 19.21

Making connection of drain or sewer line with existing manhole including breaking into and making good the walls, floors with cement concrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) cement plastered on both sides with cement mortar 1 : 3 (1 cement : 2 coarse sand) finished with a floating coat of neat cement and making necessary channels for the drain etc. complete:

8.1

19.21.2

For pipes 250 to 300 mm diameter

Each 333.15 1

333.15

9. A.

R.

Material & labour for constructing Silt trap of size 1500mm x 3000mm x 2000mm deep in R.C.C. walls including necessary excavation and foundation concrete 150mm thick in 1:4:8 (1 cement : 4 coarse sand : 8 graded stone aggregate of 40mm nominal size), inside plaster 12mm thick in cement mortar 1:4 (1 cement : 4 coarse sand) finished with a floating coat of neat cement, C.C. floor, RCC slab in mix 1:2:4 & RCC baffle wall including reinforcement, centering & shuttering including 12mm dia steel bar footrests etc. and SFRC manhole cover and frame of 610mm x 455mm internal dimension conforming to IS: 12592 (total weight of cover & frame shall not be less than 70 kg)

Each 76703.34 2 153406.68

10.

A.R.

Constructing brick masonry surface drain with bricks of class designation 7.5 in cement mortar 1:4 (1 cement : 4 coarse sand) including earth excavation , 10cm thick bed concrete 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate 40 mm nominal size) and 25 mm thick cement concrete 1:2:4 (1 cement 2 coarse sand 4 graded stone aggregate 12.5 mm nominal size) for filling haunches including 12 mm cement plaster 1:4 (1 cement : 4 coarse sand ) with a floating coat of neat cement inside the drain, its top and exposed side and 12mm thick external plaster with cement mortar 1:6 (1 cement : 6 coarse sand) including connection to existing drain and disposal of surplus earth.

Page 136: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

136

10.1

A.R.

30 cm drain 50cm average depth Metre 1895 850

1610750

10.2

A.R.

45 cm wide drain 60 cm average depth Metre 2878 100

287800

11

Providing and fixing in position SFRC drain covers including perforation as required over drains for the following sizes :-

11.1

A.R.

for 30 cm wide drain size 90 x 45cm & 9cm thick Metre 1673.02 20

33460.4

11.2

A.R.

for 45 cm wide drain size 75cm x 60cm & 7cm thick Metre 1742.63 15

26139.45

12 19.6

Providing and laying non-pressure NP2 class (light duty) R.C.C. pipes with collars jointed with stiff mixture of cement mortar in the proportion of 1:2 (1 cement : 2 fine sand) including testing of joints etc. complete.

12.1

19.6.2

150 mm dia R.C.C pipe Metre 254.50 350

89075

12.2

19.6.4

300 mm dia R.C.C pipe Metre 442.90 200

84580

13 19.27

Constructing brick masonry road gully chamber 50x45x60 cm with bricks of class designation 75 in cement mortar 1:4 (1 cement : 4 coarse sand) including 500x450 mm pre-cast R.C.C. horizontal grating with frame complete as per standard design:

13.1

19.27.1

With F.P.S. bricks

each 3193.50 25

79837.5

14 A.

R.

Material & labour for constructing R.C.C. Grease trap of size 2200mm x 1500mm x 2500mm deep with RCC walls with inlet & outlet including necessary excavation and foundation concrete 100mm thick in 1:5:10 (1 cement : 5 coarse sand : 10 graded stone aggregate of 40mm nominal size), inside plaster 12mm thick in cement mortar 1:4 (1 cement : 4 coarse sand) finished with a floating coat of neat cement, RCC base slab, roof slab & baffle walls including reinforcement, centering & shuttering including 12mm dia steel bar footrests etc. and SFRC manhole cover and frame of 600mm x 450mm internal dimension conforming to IS: 12592 (total weight of cover & frame shall not be less than 70 kg)

Each 45966.49 1.00 45966.49

Page 137: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

137

15 A.R.

Constructing Brick masonry percolation pit 3m dia and 5m deep with bricks of class designation 100 in cement mortar 1:6, base concrete 1:4:8 below the brick wall, including cost of necessary excavation in any type of soil, back filling as required in 20cm thick layers, dewatering if any, shuttering and shoring and disposal of surplus excavated material. 2 nos. 300mm dia borings to a depth of 50 metre (to be measured from the bottom of the percolation pit), provisioning and fixing 160mm O.D. PVC pipes, tested to 6kg/sqcm, in each bore and upto the height of 300mm above the RCC top slab. The PVC pipe shall be slotted except 3.0 metres at the top and 3.0 metres below from the bottom of the percolation pit, which shall be blind. Top of the PVC pipe shall be covered with PVC Socket & plug. Each bore around the PVC pipe shall be filled with pea gravels. The percolation pit shall be filled with river stone/pebbles as shown in drawing. The top slab shall be 150mm thick with RCC M20 including nominal reinforcement and 2 nos. of 560mm internal dia SFRC manhole covers

with frames conforming to IS:12592

(total weight of cover & frame shall not be less than 182 kg) shall be provided in the top slab. PVC encased 12mm dia steel bar Footrests shall be provided 300 centre to centre. The above shall be provided all as specified and shown on drawings 01. 300mm dia RCC pipe for inlet and overflow as shown on drawings shall be measured separately.

Each 415872.87 2

831745.74

TOTAL DSR ITEMS

3374287.43

TOTAL MR ITEMS

877712.23

TOTAL

4251999.66

SUB HEAD - V - EXTERNAL WATER SUPPLY

1.

Providing, fixing, joints and testing in position the following UPVC Pipe confirming to IS:4985 of 6kg sqcm for garden irrigation system cut to required length pipe to be laid below level in trenches up to required depth, including excavation in all kind of soil (hard rock) dewatering, refilling, watering, ramming and removing the surplus excavated material and putting 100 m sand all-around and making good the same.

1.1

A.R.

25 mm OD Metre 194 20 3880.00

1.2

A.R.

75 mm OD Metre 856 550 470800.00

Page 138: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

138

2. 18.33

Constructing masonry Chamber 60 x 60 x 75 cm, inside with 100class designation brick work in cement mortar 1:4 (1 cement : 4 fine sand) for sluice valve, with C.I. surface box 100mm top diameter, 160 mm bottom diameter and180 mm deep (inside) with chain lid and RCC top slab 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone aggregate 20mm nominal size) necessary excavation foundation concrete 1:5:10 (1 cement : 5 fine sand : 10 graded stone aggregate 40 mm nominal size) and inside plastering with cement mortar 1:3 (1 cement :3 coarse sand) 12 mm thick finished with a floating coat of neat cement complete as per standard design.

2.1

18.33.1

With F.P.S. bricks

Each 5392.90 4 21571.6

3. A.

R.

Providing & fixing in position 25 mm dia lawn hydrants consisting of 25 mm dia Ball valve, GI nipple and threaded hose receiver complete as required. Each 553.75 19 10521.19

4 A.R.

Constructing brick masonry chamber (for housing lawn hydrant) of brick work with bricks of class 75 with cement mortar 1:5 (1 cement : 5 fine sand) plastering internal face with cement mortar 1:3 (1 cement : 3 fine sand) and rough plaster on outer face with a floating coat of neat cement. R.C.C. top slab with medium duty C.I. manhole cover and frame. Including excavation, dewatering, refilling, watering, ramming and removing the surplus excavated material complete as required. (All sizes are clear internal sizes).

4.1

Size 450 x 450 x 600 mm deep Nos. 3760.40 19 71447.62151

TOTAL DSR ITEMS 93019.22

TOTAL MR ITEMS 485201.19

TOTAL 578220.41

SUB HEAD - VI - DRAIN SYSTEM

A

Multiline Drain Channels for Drain above Basement slab

1 A.R.

Supply of V 300, Type 0.0, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x385mm(LxBxH), V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 28069.70 105 2947318.50

Page 139: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

139

2 A.R.

Supply of V 300, Type 1, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x385-390mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 28016.60 12 336199.20

3 A.R.

Supply of V 300, Type 2, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x390-395mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 28335.50 12 340026.00

4 A.R.

Supply of V 300, Type 3, Polymer concrete channels confirming to Euro norms of 1000x350x395-400mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 28654.40 12 343852.80

5 A.R.

Supply of V 300, Type 4, Polymer concrete channels confirming to Euro norms of 1000x350x400-405mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 28813.90 12 345766.80

6 A.R.

Supply of V 300, Type 5, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x405-410mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications.Make ACO ,Kreasent Foundry RMT 28920.20 12 347042.40

Page 140: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

140

7 A.R.

Supply of V 300, Type 5.0, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x410mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 28973.30 85 2462730.50

8 A.R.

Supply of V 300, Type 6, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x410-415mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 29132.80 9 262195.20

9 A.R.

Supply of V 300, Type 7, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x415-420mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 29026.50 12 348318.00

10 A.R.

Supply of V 300, Type 8, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x420-425mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 29239.10 12 350869.20

11 A.R.

Supply of V 300, Type 9, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x425-430mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 29504.90 12 354058.80

Page 141: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

141

12 A.R.

Supply of V 300, Type 10, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x430-435mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 29877.00 12 358524.00

13 A.R.

Supply of V 300, Type 10.0, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x435mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 29770.70 170 5061019.00

14 A.R.

Supply of V 300, Type 10.1, Polymer concrete channels confirming to Euro norms EN1433 dimension of 500x350x435mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail with the knock out provision for T & L connection. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry RMT 18287.90 130 2377427.00

15 A.R.

Supply of V 300, Type 10.2, Polymer concrete channels confirming to Euro norms EN1433 dimension of 500x350x445mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Cast Iorn edge rail with the knock out provision for T & L connection & With integrated lip labyrinth sealing for liquid-tight connection to ground line DN 150. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications. Make ACO ,Kreasent Foundry. Make ACO ,Kreasent Foundry RMT 21317.70 12 255812.40

16 A.R.

Supplying and fixing of Ductile Iron grating of 500x338 mm ( LXW),Bar Design, with Drainlock to suit the above channel, with inlet section 1146 cm²/weighing 22.5 kg/unit for D 400 Load class according to DIN EN 1433 complete in all respects as per manufacturers specifications

RMT 19297.80 959 18506590.20

17 A.

R.

Polymer concrete universal front wall, with edge protection, for channel front and end complete in all respects as per manufacturers specifications RMT 6592.50 13 85702.50

Page 142: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

142

18 A.R.

Supplying of polymer concrete front wall for channel end of polymer concrete, with integrated lip labyrinth sealing, with edge protection, for connection DN 200 complete in all respects as per manufacturers specifications

RMT 9569.20 20 191384.00

C

Channel For Main Entry (In Stainless Steel)

1 A.

R.

Supply of V 300, Type 0.0, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x385mm(LxBxH), V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications RMT 88512.00 2 177024.00

2 A.R.

Supply of V 300, Type 1, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x385-390mm(LxBxH), V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications

RMT 88458.80 1 88458.80

3 A.

R.

Supply of V 300, Type 2, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x390-395mm(LxBxH), V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications

RMT 88776.30 1 88776.30

4 A.

R.

Supply of V 300, Type 3, Polymer concrete channels confirming to Euro norms of 1000x350x395-400mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications RMT 89098.10 1 89098.10

Page 143: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

143

5 A.R.

Supply of V 300, Type 4, Polymer concrete channels confirming to Euro norms of 1000x350x400-405mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications RMT 89258.90 1 89258.90

6 A.R.

Supply of V 300, Type 5, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x405-410mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications RMT 89365.20 1 89365.20

7 A.R.

Supply of V 300, Type 5.0, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x410mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications RMT 89418.40 2 178836.80

8 A.R.

Supply of V 300, Type 6, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x410-415mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications

RMT 89577.90 1 89577.90

9 A.

R.

Supply of V 300, Type 7, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x415-420mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications

RMT 89684.20 1 89684.20

Page 144: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

144

10 A.R.

Supply of V 300, Type 8, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x420-425mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications RMT 89790.50 1 89790.50

11 A.R.

Supply of V 300, Type 9, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x425-430mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications

RMT 89949.90 1 89949.90

12 A.

R.

Supply of V 300, Type 10, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x430-435mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications

RMT 90322.00 1 90322.00

13 A.

R.

Supply of V 300, Type 10.0, Polymer concrete channels confirming to Euro norms EN1433 dimension of 1000x350x435mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications RMT 90215.70 4 360862.80

14 A.R.

Supply of V 300, Type 10.1, Polymer concrete channels confirming to Euro norms EN1433 dimension of 500x350x435mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail with the knock out provision for T & L connection. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications

RMT 34501.40 4 138005.60

Page 145: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

145

15 A.R.

Supply of V 300, Type 10.2, Polymer concrete channels confirming to Euro norms EN1433 dimension of 500x350x445mm(LxBxH) ,V-shaped profile, tounge and groove jointing arrangement, inbuilt Stainless Steel edge rail with the knock out provision for T & L connection & With integrated lip labyrinth sealing for liquid-tight connection to ground line DN 150. The Polymer Concrete Channels should have following specification almost zero water absorption-Density of the polymer concrete being 2.1-2.3gm/cm3-Surface roughness of aprox 25 µm, complete in all respects as per manufacturers specifications

RMT 37532.60 1 37532.60

16 A.

R.

Supplying of Stainless Steel grating of 500x338 mm ( LXW),Mesh Design, with Drainlock to suit the above channel, with inlet section 2139 cm²/weighing 18.5 kg/unit for D 400 Load class according to DIN EN 1433 complete in all respects as per manufacturers specifications

RMT 162834.50 25 4070862.50

17 A.

R.

Polymer concrete universal front wall, with edge protection, for channel front and end complete in all respects as per manufacturers specifications RMT 5529.40 1 5529.40

18 A.R.

Supplying of polymer concrete front wall for channel end of polymer concrete, with integrated lip labyrinth sealing, with edge protection, for connection DN 200 complete in all respects as per manufacturers specifications

RMT 9569.20 1 9569.20

D

Manhole Covers & Gratinngs

1 A.

R. Grating for External Drains

Supplying of Ductile Iron grating of 350 x 750 x 25 mm (LXW),Bar Design, with Drainlock to suit the above channel, with inlet section 1673 cm²/weighing 28.0 kg/unit for D 400 Load class according to DIN EN 1433 complete in all respects as per manufacturers specifications

RMT 27935.40 1680 46931472.00

2 A.

R.

Supplying of Ductile Iron grating of 500 x 750 x 25 mm (LXW),Bar Design, with Drainlock to suit the above channel, with inlet section 1978 cm²/weighing 40.0 kg/unit for D 400 Load class according to DIN EN 1433 complete in all respects as per manufacturers specifications

RMT 34585.30 50 1729265.00

3 A.R.

Road Gully Chamber Cover ( Multi top Cover )

Page 146: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

146

Supplying of gully top multitop 300PF class D400 according to DIN EN 124/DIN 1229 desk shape frame outside dimension 500x555mm with multi-functional double hinge with PEWEPREN insert pre shaped for drainge during construction period raisable with screwless, traffic safe lock height 100mm frame of cast / ductile iron with bucket support with PEWEPREN insert grating of cast iron to open app. 110 degree on both sides and also completely removable slot width 25 mm inlet section approx. 750cm2 wieght approx. 41.kgs with complete in all respects as per manufacturers specifications . NOs 38886.70 40 1555468.00

4 A.R.

Recessed Manhole Cover

Supplying of Recessed Manhole covers along with frame both made of Galvanised Steel / ductile iron, covers are gasket sealed screw fixed with double seal & a grit seal as a standard, load bearing capacity of D 400 in accordance to Euro Norms EN124 ,having clear opening 600X600mm complete in all respects as per manufacturers specifications . Nos 19667.10 10 196671.00

5 A.R.

Circular Manhole Cover

Supplying of Ductile Iron Circular, Solid Top Manhole Covers for size of clear opening of 600 MM Diameter, the covers should have a 500/7 (tensile / elongation) grade, as per standard BS EN 124. The Manhole cover should have a 600 mm Clear Opening with 800 mm Overbase, also should have Hinge, Self Locking & gasket sealing option. The Manhole Cover should have loading strength for D 400 Load Rating Minimum, as per Euro Norms EN 124 complete in all respects as per manufacturers specifications. Nos 16580.00 20 331600.00

E

Kichen, CSSD and Loundry Drain System

1 A.R.

Supplying of stainless steel AISI 304 grade, box channel of 2mm thickness having the dimensions of 330x330 , Pickle passivated for superior anti-corrosive property, with built in slope, Standard edge to seat grating, with center spigot outlet of dia 110 mm, with built in groove to accommodate SS silt basket to trap kitchen debris for application in commercial kitchen complete in all respects as per manufacturers specifications . RMT 37557.80 10 375578.00

2 A.R.

Supplying of stainless steel anti slip mesh design grating of size of 298x298 mesh 25x25 bar 30x2 AISI304 to suit the above channel complete in all respect as per manfacturers specification. RMT 15252.50 10 152525.00

Page 147: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

147

3 A.R.

Supplying of stainless steel AISI 304 grade, box channel of 2mm thickness having the dimensions of 330x1030 , Pickle passivated for superior anti-corrosive property, with built in slope, Standard edge to seat grating, with center spigot outlet of dia 110 mm, with built in groove to accommodate SS silt basket to trap kitchen debris for application in commercial kitchen complete in all respects as per manufacturers specifications . RMT 51810.20 25 1295255.00

4 A.R.

Supplying of stainless steel anti slip mesh design grating of size of 298x498 mesh 25x25 bar 30x2 AISI304 to suit the above channel complete in all respect as per manfacturers specification. RMT 19037.70 50 951885.00

5 A.R.

Supplying of stainless steel AISI 304 grade, box channel of 2mm thickness having the dimensions of 330x1530 , Pickle passivated for superior anti-corrosive property, with built in slope, Standard edge to seat grating, with center spigot outlet of dia 110 mm, with built in groove to accommodate SS silt basket to trap kitchen debris for application in commercial kitchen complete in all respects as per manufacturers specifications . RMT 64556.10 20 1291122.00

6 A.R.

Supplying of stainless steel anti slip mesh design grating of size of 298x498 mesh 25x25 bar 30x2 AISI304 to suit the above channel complete in all respect as per manfacturers specification. RMT 19037.70 60 1142262.00

7 A.R.

Supplying of stainless steel AISI 304 grade, box channel of 2mm thickness having the dimensions of 330x530 , Pickle passivated for superior anti-corrosive property, with built in slope, Standard edge to seat grating, with center spigot outlet of dia 110 mm, with built in groove to accommodate SS silt basket to trap kitchen debris for application in commercial kitchen complete in all respects as per manufacturers specifications . RMT 41373.70 10 413737.00

8 A.R.

Supplying of stainless steel anti slip mesh design grating of size of 298x498 mesh 25x25 bar 30x2 AISI304 to suit the above channel complete in all respect as per manfacturers specification. RMT 19037.70 10 190377.00

9 A.R.

Supplying of stainless steel AISI 304 grade, box channel of 2mm thickness having the dimensions of 630x630 , Pickle passivated for superior anti-corrosive property, with built in slope, Standard edge to seat grating, with center spigot outlet of dia 110 mm, with built in groove to accommodate SS silt basket to trap kitchen debris for application in commercial kitchen complete in all respects as per manufacturers specifications . RMT 59884.10 2 119768.20

10 A.R.

Supplying of stainless steel anti slip mesh design grating of size of 598x598 mesh 25x25 bar 30x2 AISI304 to suit the above channel complete in all respect as per manfacturers specification. RMT 19037.70 2 38075.40

Page 148: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

148

11 A.R.

Supplying of stainless steel AISI 304 grade, box channel of 2mm thickness having the dimensions of 530x1030 , Pickle passivated for superior anti-corrosive property, with built in slope, Standard edge to seat grating, with center spigot outlet of dia 110 mm, with built in groove to accommodate SS silt basket to trap kitchen debris for application in commercial kitchen complete in all respects as per manufacturers specifications . RMT 66206.70 5 331033.50

12 A.R.

Supplying of stainless steel anti slip mesh design grating of size of 498x498 mesh 25x25 bar 30x2 AISI304 to suit the above channel complete in all respect as per manfacturers specification. RMT 29579.00 10 295790.00

13 A.R.

Supplying of stainless steel AISI 304 grade, box channel of 2mm thickness having the dimensions of 330x2030 , Pickle passivated for superior anti-corrosive property, with built in slope, Standard edge to seat grating, with center spigot outlet of dia 110 mm, with built in groove to accommodate SS silt basket to trap kitchen debris for application in commercial kitchen complete in all respects as per manufacturers specifications . RMT 75427.60 5 377138.00

14 A.R.

Supplying of stainless steel anti slip mesh design grating of size of 298x498 mesh 25x25 bar 30x2 AISI304 to suit the above channel complete in all respect as per manfacturers specification. RMT 19037.70 20 380754.00

15 A.R.

Supply of Stainless steel 304 grade shower channel for sanitary applications, with brushed silk gloss grating with wave design, Vertical center outlet, Flow rate of 1 l/s, channel body with lateral slope, without flange, 50mm dia outlet,having dimensions of 885mm in length ,70mm width, 18mm channel depth omplete in all respects as per manufacturers specifications .

RMT 17140.90 80 1371272.00

16 A.

R.

Supply of Grease separator plant HYDROJET-RAE ® NS 15 with sludge trap capacity 1950 according to DIN EN 1825 & DIN 4040-100,for free standing installation, of polyethylene, material PE-HD,with grease storage capacity 800 litres, total wastewater capacity 3610 litres, with integrated sludge trap 1950 l capacity, with high-pressure inner cleaning pump (crushing + mixing + rinsing), nominal pressure of pump 175 bar, delivery quantity 13 l/min, water storage basin for drinking water connection according to DIN 1988 (no warm water connection) with filling device (3/4”) and solenoid valve for automatic re-filling with direct suction DN 65 PN 10 and fixed fire hose coupling Storz B, with suction and disposal sump, with drain plug socket 1 1/2” with plug,with inspection window and wiper &with 2 odourproof maintenance openings DN 350 inlet and outlet DN 200. With max dimesnions: 2130mm & 2500mm omplete in all respects as per manufacturers specifications . Each 5158203.10 1 5158203.10

17 A.R.

Sampling pot for grease seperator - 1 No. Each 71187.80 1 71187.80

Page 149: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

149

TOTAL DSR ITEMS 105847780.20

TOTAL MR ITEMS 0.00

TOTAL 105847780.20

.

Page 150: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

150

NEW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY

ADMINISTRATION BLOCK , SECTOR - 6 , NOIDA NAME OF WORK : Plumbing work for Sector -39 (RESIDENTIAL BLOCKS) Noida

S. No.

DSR 2012 Code No.

Description of Work Item Unit Rate Qty Amount DSR 2012 Rate Amount Non DSR2010

SUB HEAD - I - SANITARY FIXTURES & INTERNAL PLUMBING

1

17.2

Providing and fixing white vitreous china pedestal type water closet (European type W.C. pan) with seat and lid, 10 litre low level white P.V.C. flushing cistern, including flush pipe, with manually controlled device (handle lever), conforming to IS : 7231, with all fittings and fixtures complete, including cutting and making good the walls and floors wherever required :

1.1

17.2.1

W.C. pan with ISI marked white solid plastic seat and lid

Nos. 2885.10 163 470271.30

2

17.7

Providing and fixing wash basin with C.I. brackets, 15 mm C.P. brass pillar taps,32 mm C.P. brass waste of standard pattern, including painting of fittings and brackets, cutting and making good the walls wherever require :

2.1

17.7.4

White Vitreous China Flat back wash basin size 550x400 mm with single 15 mm C.P. brass pillar tap. Make Hindware Hindustan Sanitaryware ,Parry ware Each 1923.00 55 105765.00

3

17.73

Providing and fixing PTMT towel rail complete with brackets fixed to wooden cleats with CP brass screws with concealed fitting arrangement of approved quality and colour.

17.7

3.2

600mm long towel rail with total length of 645mm, width 78mm and effective height of 88mm, weighing not less than190gms. [Continental (Jaquar) Make Cat. No. 1111] Each 415.20 163 67677.60

4

17.10

Providing and fixing stainless steel kitchen sink as per I.S.13983 with C.I brackets and stainless steel plug 40mm including painting of fittings and brackets, cutting and making good the walls wherever required.

4.1

17.10.1.3

Kitchen sink with drain board 510 x 1040 bowl depth 200 mm

Each 5640.10 36 203043.60

5

A.R.

Providing, fixing, testing and commissioning of C.P. brass single hole sink mixer with CP wall flange, swinging spout complete as required and making good. [Continental (Jaquar) Make Cat. No. 309] Each 2200.00 36 79200

Page 151: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

151

6

A.R.

Providing, fixing, testing and commissioning of star white colour vitreous china below / over counter Oval Wash Basin (Size 630 x 500 mm) with CP brass waste assembly, wall flanges and rubber adapters for water connection complete including CI / MS brackets duly painted, cutting and making good the walls floors wherever required. [Rhapsody (Hindware) Make Cat No. 10045] Each 3898.00 108 420984

7

A.R.

Providing, fixing, testing and commissioning of C.P. brass Single hole basin mixer including connecting pipe complete as required. [Continental (Jaquar) Make Cat. No. 167KNB] Each 2200.00 163 358600

8

A.R.

Providing and fixing CP brass bottle trap for wash basins and urinals. [Allied (Jaquar) Make Cat. No. 769]

8.1

A.R.

32 mm dia

Each 1170.00 163 190710

9

17.31

Providing and fixing 600 x 450mm beveled edge mirror of superior glass (of approved quality) complete with 6 mm thick hard board ground fixed to wooden cleats with C.P. brass screws and washers complete. Each 674.05 163 109870.15

10

A.R.

Providing, fixing, testing and commissioning of C.P Copper connection pipe 450 mm long including nuts and washers and making connection to fixtures and fittings complete as required. [Allied (Jaquar) Make Cat. No. 803 B] Each 221.00 489 108069.00

11

71.71

Providing and fixing PTMT liquid soap container 109mm wide, 125mm high and 112mm distance from wall of standard shape with bracket of the same materials with snap fittings of approved quality and colour. weighing not less than 105 gms. (Jaquar Make) Each 180.10 163 29356.30

12

17.34.1

Providing and fixing C.P. brass toilet paper holder.(Jaquar) Make

Each 250.95 163 40904.85

13

A.R.

Providing and fixing CP brass twin coat hooks fixed on toilet door/wall with CP brass screws. [Continental (Jaquar) Cat. No. 1161 N] Each 532.00 163 86716.00

14

A.R.

Providing and Fixing, testing & commissioning of CP brass angle valve [Continental (Jaquar) Make Cat. No. 053] wuth all necessary fitting. Nos. 1953.00 489 955017.00

15

A.R.

Providing, fixing, testing and commissioning of 15 mm dia two way C.P. brass bib cock (Jaquar) Make Cat. No. 041] with Hose union & C.P. wall flange ABS Health Faucet [Allied (Jaquar) Make Cat. No. 573] complete with hook and flexible SS tube min. Length 1.0 m as required. Nos. 2200.00 163 358600.00

Page 152: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

152

16

A.R.

Providing and Fixing, testing & commissioning of CP brass angle valve [Continental (Jaquar) Make Cat. No. 053] with ABS Health Faucet [Allied (Jaquar) Make Cat. No. 573] complete with hook and flexible SS tube min. Length 1.0 m as required. Nos. 1949.00 163 317687.00

17

A.R.

Providing and fixing Recessed type CP soap dish. [Hotelier (Jaquar) Make Cat. No. 1531] Nos. 948.00 163 154524.00

18

A.R.

Providing, fixing, testing and commissioning of bathing faucets including necessary wall chases and making good.

18.1

A.R.

Single lever wall mixer with spout, adjustable OH shower with arm and wall flange complete with wall flange diverter assembly with Non-return Valves. (Jaquar) Make Cat. No FUS-29421 Each 2171.00 163 353873.00

TOTAL D.S.R. RATE

956627.7

TOTAL MR RATE

3454241.15

TOTAL

4410868.80

SUB HEAD - II - SOIL, WASTE, RAIN WATER AND VENT PIPES

1.

A.R.

Providing, fixing, jointing, testing and commissioning spun/ centric C.I. pipe for soil, waste & vent installation conforming to IS:3989 cut to required lengths including all necessary fittings and specials such as Bends, junctions, offsets, access pieces (plain or door) & vent cowl. Fixing at wall/ceiling level supported by steel clamps & hangers etc. Making proper connection with refined pig lead joint of required depth as per BIS / manufacturer. Cutting, chases/holes in floors / walls / slab.

1.1

A.R.

75 mm dia. Centrifugally cast (spun) iron S&S

Metre 1630.00 585 953550.00

1.2

A.R.

100 mm dia. Centrifugally cast (spun) iron S&S

Metre 2460.00 1855.5 4564530.00

2

17.65

Painting sand cast iron / centrifugally cast (spun) iron soil, waste vent pipes and fittings with paint of any colour such as chocolate, grey, or buff etc. over a coat of primer (of approved quality) for new work:

2.1

17.65.2

75 mm diameter pipe

Metre 22.00 585 12870.00

2.2

17.65.1

100 mm diameter pipe

Metre 28.75 1855.50 53345.63

Page 153: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

153

3

18.10

Providing and fixing G.I.(class-C) pipes and fittings conforming to IS: 1239 clamps and hinges including cutting chases and holes and making good the walls and ceiling for waste pipes from wash basins, urinals kitchen sink and equipment waste connections pump deliveries & suction & condensate drainage as directed.

3.1

18.10.6+ 18.78

50 mm nominal bore

Metre 517.25 344 177934.00

3.2

18.10.5 + 18.78

40 mm nominal bore

Metre 427.70 435 186049.50

4

18. 40

Painting G.I./CPVC pipes and fittings with two coats of anti-corrosive bitumastic paint of approved quality

4.1

18.40.6

50 mm nominal bore

Metre 10.55 344 3629.20

4.2

18.40.5

40 mm nominal bore

Metre 8.90 435 3871.50

5

A.R.

Providing and fixing G.I. EXTENSION PIECE for 100 mm dia floor trap formed out of main pipe with multiple side inlets, suitable for various dia pipes, side connections, including all fixtures and fittings as per site conditions and as per standard details and water tight sealing of joints and area surrounding the grating and as directed. Each 2172.00 199 432228.00

6

A.R.

Providing and fixing cleaning eye on horizontal CI soil & waste pipes of 300 mm long GI medium class pipe with one plain end lead caulked in to the collar of CI pipe and the other end with flange which in covered by neoprene rubber gasket and blank flange, complete with nuts, bolts etc and hot dip galvanization after fabrication to the satisfaction of Engineer in Charge

6.1

A.R.

100 mm dia

Each 989.00 10 9890.00

6.2

A.R.

150 mm dia

Each 1530.00 10 15300.00

7

A.R.

Providing & fixing floor drain consisting of 100mm x 50mm G.I. waste with reducing elbow & nipple cutting chases, the floor / slab, repairs complete as required and connection to GI / CI waste pipe. Each 1195.00 163 194785.00

8

A.R.

Providing and fixing CP brass grating with frame of approved design including setting in floor with cement motor to match with floor finish as per architect requirement. 0

Page 154: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

154

8.1

A.R.

Size 100 mm X 100 mm

Each 1925.00 163 313775.00

9

A.R.

Providing and fixing Heavy Class SS grating with Cockroach proof SS strainer of approved design including setting in floor with cement motor to match with floor finish as per architect requirement suitable for waster and FT. Each 668.00 199 132932.00

10

A.R.

Providing and fixing P.V.C. WC connector (straight or bend type) with rubber lip ring. Including 110 mm dia PVC pipe / bend of required length and proper connection with M seal to C.I. pipe complete as required. Each 146.00 163 23798.00

11

18.27

Providing and laying S&S centrifugally cast (spun) iron pipes (Class LA) conforming to IS - 1536 :

11.1

18.27.3

150 mm Dia Pipe

Metre 1476.70 75 110752.5

11.2

A.R.

100 mm Dia Pipe

Metre 986.40 250 246600

12

Providing and fixing in position C.I trap conforming including providing necessary steel support and as per Specification. Making proper connection cutting chase / hole in floors / slabs and bringing the same in proper condition and shape after placing the trap in right position complete as required. The hopper and trap shall be set in cement concrete mix 1:2:4 complete as required.

12.1

A.R.

100 mm inlet and 100 mm outlet

Each

199 1057.00 210343.00

TOTAL D.S.R. RATE

796109.3

TOTAL MR RATE

6850074.00

TOTAL

7646183.33

SUB HEAD - III - WATER SUPPLY

1.

18.8

Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings i/c fixing the pipe with clamps at 1.00 m spacing. This includes jointing of pipes & fitting with one step CPVC solvent cement and the cost of cutting chases and making good the same including testing of joints complete as per direction of Engineer in Charge.

1.1

18.8.1

15 mm dia outer dia pipes

Metre 218.65 3479 760683.35

Page 155: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

155

1.2

18.8.2

20 mm dia outer dia pipes

Metre 243.05 364 88470.20

2.

18.10

Providing and fixing medium grade G.I. pipes complete with G.I. fittings and clamps, including cutting and making good the walls etc. (Internal work):

Exposed on Wall

2.1

18.10.1

15 mm dia nominal bore

Metre 161.60 73 11796.80

2.2

18.10.2

20 mm dia nominal bore

Metre 188.05 223 41935.15

2.3

18.10.3

25 mm dia nominal bore

Metre 243.15 350 85102.50

2.4

18.10.4

32 mm dia nominal bore

Metre 296.50 625 185312.50

2.5

18.10.5

40 mm dia nominal bore

Metre 364.10 220 80102.00

2.6

18.10.6

50 mm dia nominal bore

Metre 453.65 608 275819.20

3.

18.38

Painting G.I. pipes and fittings with white paint over a ready mixed priming coat, both of approved quality for new work..

3.1

18.38.1

15 mm dia nominal bore

Metre 7.35 73 536.55

3.2

18.38.2

20 mm dia nominal bore

Metre 8.65 223 1928.95

3.3

18.38.3

25 mm dia nominal bore

Metre 11.40 350 3990.00

3.4

18.38.4

32 mm dia nominal bore

Metre 13.45 625 8406.25

3.5

18.38.5

40 mm dia nominal bore

Metre 16.00 220 3520.00

3.6

18.38.6

50 mm dia nominal bore

Metre 18.80 608 11430.40

4

A.R.

Providing and fixing ball valve (brass ) of approved quality complete:-

High or low pressure with plastic floats

4A.R.

50 mm dia nominal bore

Each 3591.00 2 7182.00

Page 156: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

156

.1

5

A.R.

Providing & fixing full way lever operated forged brass ball valve of brass body with forged brass hard chrome plated steel ball tested to a pressure not less than 10 Kg / sqcm with threaded / flanged joints complete with nuts, bolts, gaskets, washers etc.

5.1

AR

15 mm dia.

Each 325.00 162 52650.00

5.2

AR

20 mm dia.

Each 417.00 163 67971.00

5.3

A.R.

32 mm dia.

Each 954.00 18 17172.00

5.4

A.R.

40 mm dia.

Each 1301.00 2 2602.00

5.5

A.R.

50mm dia.

Each 1918.00 22 42196.00

6

A.R.

Providing and fixing Butter fly valve PN 1.6 with nitrile seat and stainless steel stem with lever operation and cast iron body in powder coated finish with flanges, gaskets and necessary pad locking arrangement complete required.

6.1

A.R.

65 mm dia.

Each 1968.00 1 1968.00

6.2

A.R.

100 mm dia.

Each 2715.00 1 2715.00

7

A.R.

Providing and fixing Nitrile Rubber Insulation 9 mm thick on hot water supply / return pipes without outer mechanical protection

7.1

A.R.

15 mm dia.

Metre 70.00 1692 118440.00

8

Providing and fixing nitrle rubber insulation on hot water supply / return pipes complete with fire proof outer mechanical protection on nitrile rubber insulation.

8.1

A.R.

15 mm dia. (9 mm thickness)

Metre 86.00 13 1118.00

8.2

A.R.

20 mm dia. (9 mm thickness)

Metre 90.00 30 2700.00

8.3

A.R.

25 mm dia. (9 mm thickness)

Metre 101.00 20 2020.00

Page 157: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

157

8.4

A.R.

32 mm dia. (13 mm thickness)

Metre 179.00 104 18616.00

9

A.R.

Providing and fixing full way lever operated forged brass ball valve of brass body with forged brass hard chrome plated steel ball, union / flange, washer, nuts & bolt. Rated to temperature of 85 deg.C and testing to a pressure not less than 10 Kg/sq.cm including covering with nitrle rubber insulation 9 mm thick insulation as per specification.

9.1

A.R.

15 mm dia.

Each 325.00 72 23400.00

9.2

A.R.

32 mm dia.

Each 954.00 4 3816.00

9.3

A.R.

40 mm dia.

Each 1301.00 2 2602.00

10

A.R.

Providing, fixing, testing and commissioning of PRV in cold water supply drop pipes. To be installed inside shaft on-line type.

10.1

A.R.

20 mm dia.

Each 6812.00 22 149864.00

10.2

A.R.

25 mm dia.

Each 9486.00 22 208692.00

10.3

A.R.

32 mm dia.

Each 12592.00 22 277024.00

10.4

A.R.

50 mm dia.

Each 22374.00 22 492228.00

11

A.R.

Providing, fixing, testing and commissioning of PRV in hot water supply drop pipes. To be installed inside shaft on-line type.

11.1

A.R.

20 mm dia.

Each 6999.00 4 27996.00

11.2

A.R.

32 mm dia.

Each 12952.00 4 51808.00

TOTAL D.S.R. RATE

1559033.85

TOTAL MR RATE

1574780.00

TOTAL

3133813.85

Page 158: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

158

NEW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY ADMINISTRATION BLOCK , SECTOR - 6 , NOIDA

NAME OF WORK : FIRE FIGHTING SYSTEM FOR DISTRICT HOSPITAL (RESIDENTIAL BLOCKS) SECTOR-39, NOIDA, U.P.

S. No.

DSR 2012 Code No.

Description of Work Item Unit Rate Qty Amount DSR 2012 Amount Non DSR 2012

Sub Head - I - (Hydrants System)

1 Supplying and fixing Single Headed Internal Hydrant Valve oblique pattern with instantaneous Stainless Steel coupling of 63 mm dia with cast iron wheel ISI marked, conforming to IS : 5290 (Type A), with 80 mm dia flanged inlet, with ABS cap and chain complete with all accessories etc. as required.

Each 6941.00 20 138820

2

M.R.

Supply, Installation, Testing and Commissioning 100% synthetic flax canvas Non-percolating FIRE hose (Type A), I.S.I marked 63mm dia x 15m long with stainless steel male & female couplings (ISI marked) bound & riveted to hose pipes with copper rivets and copper wire as required. Each 6003.00 40 240120

3

M.R.

Supplying and fixing Stainless Steel branch pipe with 20mm dia nozzle conforming to IS:903. suitable for installation connections to hose coupling etc. as required. Each 2157.00 20 43140

4

Supplying and Fixing First Aid Hose Reel, wall mounting swinging type complete with drum & bracket of MS construction, spray painted in Post office Red, confirming to IS 884/1995 with upto date amendments, complete with the following as required.

(a)

36 Meter long 20 mm dia water hose Thermoplastic (Textile reinforced) Type - 2 as per IS : 12585

(b)

25 mm dia gun metal ball valve & nozzle.

(c)

Drum and brackets for fixing the equipments on wall.

(d) M.R.

Connection from riser with stop valve (gun metal) & M.S. Pipe

Each 9792.00 20 195840

5

SITC weather proof M.S cabinet size 1200 mm x 2100 mm x 800mm

Supplying, installation, testing and commissioning of weather proof M.S cabinet size 900 mm x 2100 mm x 600mm deep fabricated from 1.6mm thick M.S. sheets and M.S angle 40mmx40mmx6mm complete with glass, locking arrangements to accommodate the following: -

a)

Gunmetal single headed Hydrant valve - 1 No.

Page 159: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

159

b)

Fire Hoses 63mm, 15 M long with accessories - 2 Nos.

c)

Short branch - 1 No.

d)

First Aid hose Reel - 1 No.

e)

Fire Extinguisher - 2 Nos.

f)

Fireman's Axe - 1 No.

g)

Pressure Gauge - 1 No.

M.R.

The cabinet shall be painted with one coat of primer and 2 coats of synthetic enamel paint of approved shade. Each 23448.00 20 468960

6

M.R.

Providing and fixing single gunmetal suction collecting head as per IS: 904-1983, hose coupling (draw out connection) with female outlet as per 903 complete with 150 mm dia. G.I. Suction pipe (with puddle flange) with a foot valve with strainer complete as per drawings. Each 6143.00 2 12286

7

Providing and Fixing 15 mm dia gunmetal / brass quartzoid type Sprinkler Head with quartz bulb and set to operate at specified temperature.

7.1 M.R.

Side wall type, 68° C, Chrome plated

Each 375.00 324 121500

8

SITC of sprinkler installation valve

M.R.

Supplying, Installation, Testing and Commissioning of Sprinkler installation valve with water gong, pressure gauge, drain valve etc as required 200 mm dia size etc. complete as required. Each 84414.00 1 84414

9

M.R.

Supplying and fixing vane type water flow switch suitable for installation on 50 mm to 150 mm dia line for a service pressure upto 20 kg/sq. cm. of Potter / System sensor /Angus Each 6566.00 18 118188

TOTAL M.R. RATE

TOTAL D.S..R. RATE

TOTAL 1423268

0.00 1423268.00

Sub Head - II - (Piping, Valves and Accessories)

SLTC of M.S. pipe on surface

1.

Supplying, laying, fixing, testing and commissioning of following sizes (NB) of ISI marked heavy class M.S. pipes including cutting, threading, welding etc. and providing all fittings e.g. elbows, reducers, clamps, hangers, flanges, gaskets, nuts, bolts and washers etc. including painting of pipes and fittings with red paint over a coat of ready mixed primer, both of approved quality and shade including cutting holes and chases in brick or RCC walls/slabs and making good the same etc. complete in all respect as required.

1.1 M.R.

150 mm dia

Metre 2116.00 152 321632

Page 160: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

160

1.2 M.R.

80 mm dia

Metre 997.00 10 9970

1.3 M.R.

65 mm dia

Metre 820.00 90 73800

1.4 M.R.

50 mm dia

Metre 632.00 376 237632

1.5 M.R.

40 mm dia

Metre 477.00 108 51516

1.6 M.R.

32 mm dia

Metre 409.00 522 213498

1.7 M.R.

25 mm dia

Metre 323.00 596 192508

2

Supplying, Installation, Testing and Commissioning of Butterfly valves of PN 1.6 rating of following sizes with nitrile Bronze / G.M. seat duly ISI marked and stainless steel stem with lever/gear operation and cast iron body in powder coated finish for fire fighting application complete in all respects confirming to IS: 13095 as required.

2.1 M.R

150 mm dia

Each 6117.00 21 128457

2.2 M.R

65 mm dia

Each 2764.00 1 2764

3

Providing, Installation, Testing and Commissioning of double flanged cast iron Non-Return Valve, PN 1.6 of following sizes confirming to IS : 5312 complete with rubber gasket, Gl bolts, nuts, washers etc. as required.

3.1 M.R

150 mm dia

Each 13099.00 2 26198

4

Providing, Installation, Testing and Commissioning of Forgedl Ball Valves with brass body chrome plated of following sizes as required.

4.1 M.R

40 mm dia

Each 1799.00 18 32382

4.2 M.R.

50 mm dia

Each 2684.00 18 48312

Page 161: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

161

5

M.R

Supplying and Fixing Orifice Plate made of 6 mm thick, upto 200 mm outer dia. stainless steel with orifice (internal dia.) of required size in between flange & landing valve of external and internal hydrant to reduce pressure to working pressure of 3.5 Kg / cm2 complete as per specifications as required. Each 2814.00 38 106932

6

M.R.

Supply, Installation, Testing and Commissioning of 150 mm dia Bourden type, Stainless Steel dial type Pressure Gauge including brass isolation valve and siphon pipe having calibration of 0 - 16 Kg / cm2 . Each 1032.00 20 20640

7

M.R.

Supplying and Fixing of Fire Man's axe with heavy insulated rubber as per standard conforming to IS 926 Each 1313.00 20 26260

0

8

Providing & fixing double flanged Metallic expansion with M.S. fixed flanges (PN-1.6) joint (suitable for system test pressure) of standard length as per manufacturers specs including rubber gaskets, flanges, nuts, bolts and washers complete as required as per specifications.

8.1 M.R.

65 mm dia

Each 6654.00 2 13308

8.2 M.R.

150 mm dia

Each 11158.00 6 66948

TOTAL M.R. RATE

1572757

TOTAL D.S..R. RATE

TOTAL

0.00 1572757.00

Sub Head - III - (Fire Extinguishers)

1

M.R.

Supply, installation, testing and commissioning of ISI marked (IS:15638) portable chemical fire extinguisher, water (gas pressure) type capacity 9 litres with gun metal cap and nozzle and complete in all respects including initial fill and wall suspension brackets as required as per specifications. Each 4221.00 20 84420

2

Providing and fixing fire extinguisher of carbon dioxide type consisting of brand new high pressure steel cylinder bearing IS: 7285 mark and having the approval of controller of explosives Nagpur, wheel type valve bearing IS:3224 mark internal discharge tube, 1 meter long high pressure discharge hose, non conducting horn, suspension bracket, fully charged bearing IS: making fixed to wall as directed.

2.1 M.R.

4.5kg capacity cylinder

Each 9848.00 20 196960

TOTAL M.R. RATE

281380

TOTAL D.S..R. RATE

0.00

TOTAL

281380.00

Page 162: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

162

NEW OKHLA INDUSTRIAL DEVELOPMENT AUTHORITY ADMINISTRATION BLOCK , SECTOR - 6 , NOIDA

NAME OF WORK : FIRE FIGHTING SYSTEM FOR DISTRICT HOSPITAL (HOSPITAL BLOCKS) SECTOR-39, NOIDA, U.P.

S. No.

DSR 2012 Code No.

Description of Work Item Unit Rate Qty DSR 2012 Non DSR 2012

Sub Head - I - (Wet Riser System - Pumping Equipments )

1

Supply, Installation, Testing and Commissioning of Electric Driven Main Fire Pump (UL Listed) suitable for auto operation & consisting of following: complete in all respect as required.

a)

Horizontal Split casing type, centrifugal, multistage, pump of cast iron body and bronze impeller with stainless steel shaft, mechanical seal to ensure a minimum pressure of 3.5 kg/sq. cm. at highest and farthest outlet at specified flow of 2850 lpm at 125 Mtr. head confirming to IS 1520.

b)

Suitable HP (Minimum 85 hp) squirrel cage induction motor, TEFC synchronous speed 1500 RPM (with permissible slip), suitable for operation on 415 volts, 3 phase 50 Hz. AC with IP 55 protection for enclosure, horizontal foot mounted type with Class-' F' insulation, confirming to IS-325.

c)

M.R.

Common base frame fabricated out of M.S channel of suitable size, flexible coupling, coupling guard, foundation bolts and pressure gauge with valve etc. Suitable cement concrete foundation duly plastered, with anti vibration pads etc. complete as per manufacturer's design & standards and as per detailed specifications. Set 1840516.00 2 3681032

2

Supply, Installation, Testing and Commissioning of Diesel Engine Driven Main Fire Pump (UL Listed suitable for auto operation and consisting of following: complete in all respect as required.

Page 163: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

163

a)

Horizontal Split casing type, centrifugal, multistage pump of cast iron body and bronze impeller with stainless steel shaft, mechanical seal to ensure a minimum pressure of 3.5 kg/sq.cm. at highest and farthest outlet at specified flow of 2850lpm at 125 Mtr. head confirming to IS 1520.

b)

Suitable HP(Minimum 72 BHP) 1500 RPM, 4 stroke, cold starting type Diesel Engine with Heat Exchanger confirming to relevant BIS & IS Standards, complete with all required accessories / system, fuel oil filter, lubricant oil pump with filter, 2 Nos. starting batteries of 180 AH capacity each with suitable angle iron stand, engine starting panel having all the controls meters, gauges, tachometer, hour meters, starting switch with keys for manual starting, auto starting mechanism, 24 Volts electric starting equipment, Diesel Tank for 8 hrs continuous running of diesel engine, having minimum capacity of 200 Ltrs. (tank made out of 3mm thick M.S. Sheet with filling Cap, drain Cock, diesel indicator duly mounted on M.S. angle) exhaust pipe of minimum 30 Metre length, duly insulated with 50 mm. thick glass wool with 1.0 mm. thick aluminium sheet cladding, exhaust residential silencer, stop solenoid for auto stop in the event of fault with audio indications, painted with post office red colour etc. as required.

c)

M.R.

M.S. fabricated Common base frame, flexible coupling, coupling guard, foundation bolts and pressure gauge with valve etc. Suitable cement concrete foundation duly plastered, with anti vibration pads etc. complete as per manufacturer's design & standards and as per detailed specifications. Set 3088978.00 1 3088978

3

Supplying, Installation, Testing and Commissioning of Electric Driven Pressurization Pump (Jockey Pump) (UL Listed) suitable for auto operation and consisting of following: complete in all respects as required.

a)

Horizontal type, centrifugal end suction type pump of cast iron body and bronze impeller with stainless steel shaft, mechanical seal, gland packing and flow of 180 Ipm at 125 Mtr. head confirming to IS:1520.

b)

Suitable HP (Minimum 10 HP) squirrel cage induction motor TEFC type 2900 RPM suitable for operation on 415 volts, 3 phase 50 Hz. AC with IP 55 class of protection for enclosure, horizontal foot mounted type with Class -'F' insulation, confirming to IS:325.

Page 164: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

164

c)

M.R.

Common base frame fabricated out of M.S channel of suitable size, flexible coupling, coupling guard, foundation bolts and pressure gauge with valve etc. Suitable cement concrete foundation duly plastered, with anti vibration pads etc. complete as per manufacturer's design & standards and as per detailed specifications. Set 191326.00 1 191326

4

Supply, Installation, Testing and Commissioning of Electric Driven Fire Pump for Water Curtains (UL Listed) suitable for auto operation & consisting of following: complete in all respect as required.

Horizontal Split casing type, centrifugal, multistage, pump of cast iron body and bronze impeller with stainless steel shaft, mechanical seal to ensure a minimum pressure of 3.5 kg/sq. cm. at highest and farthest outlet at specified flow of 2850 lpm at 60Mtr. head confirming to IS 1520. 0

0

Suitable HP (Minimum 75 hp) squirrel cage induction motor, TEFC synchronous speed 1900 RPM (with permissible slip), suitable for operation on 415 volts, 3 phase 50 Hz. AC with IP 55 protection for enclosure, horizontal foot mounted type with Class-' F' insulation, confirming to IS-325.

M.R.

Common base frame fabricated out of M.S channel of suitable size, flexible coupling, coupling guard, foundation bolts and pressure gauge with valve etc. Suitable cement concrete foundation duly plastered, with anti vibration pads etc. complete as per manufacturer's design & standards and as per detailed specifications. Each 362153.00 1 362153

5

Fabricating, Supplying, Installation, Testing and Commissioning Air Vessel of continuous welded construction with flanged discharge header on the top of each riser fabricated out of 10 mm thick dished ends and 8 mm thick MS sheet, Air Release Valve complete with suitable drain arrangement with 25 mm dia gun metal wheel valve complete with all accessories etc. as required of the following sizes

5.1 M.R.

1.2 Meter high and 250 mm dia Each 48909.00 3 146727

Page 165: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

165

6

Fabricating, Supplying, Installation, Testing and Commissioning Air Vessel of continuous welded construction with flanged discharge header in pump house fabricated out of 10 mm thick dished ends and 8 mm thick MS sheet, Air Release Valve, complete with drain arrangement with 25 mm dia gun metal wheel valve complete with all accessories etc. as required of the following sizes 0

6.1

M.R.

2 Meter high and 450 mm dia suitable to operate Jockey Pump, Main Fire Pump & Diesel Engine Driven Fire Pump Each 78512.00 2 157024

7

M.R.

Supply, Installation, testing and commissioning of pressure switches for Hydrant / Diesel Engine Driven Pump / Jockey Pumps, diaphragm type, adjustable range from 0-9 bar and a regulation range of 0.1 1.5 bar direct mounted SNAP acting type made from die cast aluminium with epoxy powder coated finish and SS316 diaphragm and other wetted parts, including necessary wiring upto control panel & other materials as required as per specifications. Each 13514.00 5 67570

TOTAL M.R. RATE 0.00 7694810

TOTAL D.S..R. RATE

TOTAL 7694810.00

Sub Head - II - (Hydrants System)

1

M.R.

Supplying and fixing Single Headed Internal Hydrant Valve oblique pattern with instantaneous Stainless Steel coupling of 63 mm dia with cast iron wheel ISI marked, conforming to IS : 5290 (Type A), with 80 mm dia flanged inlet, with ABS cap and chain complete with all accessories etc. as required. Each 6941.00 54 374814

2

M.R.

Supply, Installation, Testing and Commissioning 100% synthetic flax canvas Non-percolating FIRE hose (Type A), I.S.I marked 63mm dia x 15m long with stainless steel male & female couplings (ISI marked) bound & riveted to hose pipes with copper rivets and copper wire as required. Each 6003.00 108 648324

3

M.R.

Supplying and fixing Stainless Steel branch pipe with 20mm dia nozzle conforming to IS:903. suitable for installation connections to hose coupling etc. as required. Each 2157.00 65 140205

4

Supplying and Fixing First Aid Hose Reel, wall mounting swinging type complete with drum & bracket of MS construction, spray painted in Post office Red, confirming to IS 884/1995 with upto date amendments, complete with the following as required.

Page 166: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

166

(a)

36 Meter long 20 mm dia water hose Thermoplastic (Textile reinforced) Type - 2 as per IS : 12585

(b)

25 mm dia gun metal ball valve & nozzle.

(c)

Drum and brackets for fixing the equipments on wall.

(d) M.R.

Connection from riser with stop valve (gun metal) & M.S. Pipe Each 9792.00 54 528768

5

SITC weather proof M.S cabinet size 1200 mm x 2100 mm x 800mm

Supplying, installation, testing and commissioning of weather proof M.S cabinet size 900 mm x 2100 mm x 600mm deep fabricated from 1.6mm thick M.S. sheets and M.S angle 40mmx40mmx6mm complete with glass, locking arrangements to accommodate the following: -

a)

Gunmetal single headed Hydrant valve - 1 No.

b)

Fire Hoses 63mm, 15 M long with accessories - 2 Nos.

c)

Short branch - 1 No.

d)

First Aid hose Reel - 1 No.

e)

Fire Extinguisher - 2 Nos.

f)

Fireman's Axe - 1 No.

g)

Pressure Gauge - 1 No.

M.R.

The cabinet shall be painted with one coat of primer and 2 coats of synthetic enamel paint of approved shade. Each 23448.00 54 1266192

6

M.R.

Providing and fixing single gunmetal suction collecting head as per IS: 904-1983, hose coupling (draw out connection) with female outlet as per 903 complete with 150 mm dia. G.I. Suction pipe (with puddle flange) with a foot valve with strainer complete as per drawings. Each 6143.00 2 12286

7

Providing and Fixing 15 mm dia gunmetal / brass quartzoid type Sprinkler Head with quartz bulb and set to operate at specified temperature.

7.1 M.R.

Upright, 68° C, Chrome plated Each 291.00 5658 1646478

7.2

Pendant Type,68° C, Chrome plated Each 258.00 2657 685506

7.3 M.R.

Side wall type, 68° C, Chrome plated Each 375.00 96 36000

8

SITC of sprinkler installation valve

M.R.

Supplying, Installation, Testing and Commissioning of Sprinkler installation valve with water gong, pressure gauge, drain valve etc as required 200 mm dia size etc. complete as required. Each 84414.00 1 84414

Page 167: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

167

9

M.R.

Supplying and fixing vane type water flow switch suitable for installation on 50 mm to 150 mm dia line for a service pressure upto 20 kg/sq. cm. of Potter / System sensor /Angus Each 6566.00 38 249508

10

M.R.

Supplying and fixing 4 way 63 mm instantaneous Fire Brigade Inlet Connection (FBIC) comprising of gunmetal body and gunmetal instantaneous male inlet coupling confirming to IS:904 with plug and cap with chain as required with nuts & bolts and high pressure rubber gasket, suitable for 150 mm dia MS pipe connection etc. complete as required. Each 11349.00 2 22698

TOTAL M.R. RATE 5695193

TOTAL D.S..R. RATE 0.00

TOTAL 5695193.00

Sub Head - III - (Piping, Valves and Accessories)

SLTC of M.S. pipe on surface

1.

Supplying, laying, fixing, testing and commissioning of following sizes (NB) of ISI marked heavy class M.S. pipes including cutting, threading, welding etc. and providing all fittings e.g. elbows, reducers, clamps, hangers, flanges, gaskets, nuts, bolts and washers etc. including painting of pipes and fittings with red paint over a coat of ready mixed primer, both of approved quality and shade including cutting holes and chases in brick or RCC walls/slabs and making good the same etc. complete in all respect as required.

1.1 M.R.

200 mm dia (6mm thick) Metre 3100.00 20 62000

1.2 M.R. 150 mm dia

Metre 2116.00 3425 7247300

1.3

M.R. 100 mm dia

Metre 1453.00 760 1104280

1.4 M.R. 80 mm dia

Metre 997.00 3278 3268166

1.5

M.R. 65 mm dia

Metre 820.00 1562 1280840

1.6 M.R. 50 mm dia

Metre 632.00 2183 1379656

1.7

M.R. 40 mm dia

Metre 477.00 3482 1660914

1.8 M.R. 32 mm dia

Metre 409.00 3783 1547247

1.9

M.R. 25 mm dia

Metre 323.00 13804 4458692

Page 168: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

168

2

Providing & fixing of heavy class class M.S . pipes conforming to IS: 1239 complete with fittings including trenching and refilling etc. (external work) including all fittings and accessories like tees, elbows, flanged joints, rubber insertion, nuts, bolts or cutting and welding joints. Cost shall be inclusive of excavation, dewatering, backfilling, ramming surrounding the pipe alround with minimum 150 mm thick compacted silver sand and providing thrust block at distance specified as per specifications. (Pipe shall be provided with anti crossive protective treatment confirming to IS: 10221 standard complete as per specification). All work complete as per specification and as directed by Engineer-In-Charge. (All the fitting i.e. tee /elbow etc. for Valve connections etc. will be flanged joints)

2.1 M.R.

150 mm dia Meter 2150.00 530 1139500

2.2 M.R.

80 mm dia Meter 1024.00 15 15360

3

Supplying, Installation, Testing and Commissioning of Butterfly valves of PN 1.6 rating of following sizes with nitrile Bronze / G.M. seat duly ISI marked and stainless steel stem with lever/gear operation and cast iron body in powder coated finish for fire fighting application complete in all respects confirming to IS: 13095 as required.

3.1 M.R

150 mm dia Each 6215.00 44 273460

3.2 M.R

65 mm dia Each 2809.00 1 2809

4

Providing, Installation, Testing and Commissioning of double flanged cast iron Non-Return Valve, PN 1.6 of following sizes confirming to IS : 5312 complete with rubber gasket, Gl bolts, nuts, washers etc. as required.

4.1 M.R

150 mm dia Each 13099.00 10 130990

4.2 M.R

50 mm dia Each 4881.00 1 4881

5

Providing, Installation, Testing and Commissioning of Forged Brass Ball Valves with brass body chrome plated of following sizes as required.

5.1 M.R

40 mm dia Each 1799.00 38 68362

0

5.2 M.R.

50 mm dia Each 2684.00 5 13420

Page 169: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

169

6

M.R

Supplying and Fixing Orifice Plate made of 6 mm thick, upto 200 mm outer dia. stainless steel with orifice (internal dia.) of required size in between flange & landing valve of external and internal hydrant to reduce pressure to working pressure of 3.5 Kg / cm2 complete as per specifications as required. Each 2814.00 92 258888

7

M.R.

Supply, Installation, Testing and Commissioning of 150 mm dia Bourden type, Stainless Steel dial type Pressure Gauge including brass isolation valve and siphon pipe having calibration of 0 - 16 Kg / cm2 . Each 1032.00 59 60888

8

Supplying, Installation, Testing and Commissioning of CI body flanged (both ends) type serviceable suction / Y strainer with (stainless steel / brass mesh) conforming to relevant IS specifications amended upto date complete including providing and fixing nuts, bolts, washers, gaskets etc. complete as required.

8.1 M.R

150 mm dia Each 13223.00 4 52892

8.2 M.R

65 mm dia Each 4376.00 1 4376

9

M.R.

Supplying and Fixing of Fire Man's axe with heavy insulated rubber as per standard conforming to IS 926 Each 1313.00 54 70902

10

Providing and fixing of Cast Iron Rising Spindle Gate Sluice valve PN 16 (Flanged) rating hand wheel operated, stain less steel stem with gun metal parts, Nut, bolts & washers etc.complete as required as per specification.

10.1

M.R. 65 mm dia

Each 8170.00

2 16340

10.2

M.R. 150 mm dia

Each 21656.00

13 281528

10.3 M.R.

200 mm dia Each 34934.00 1 34934

11 Providing & fixing double flanged Metallic expansion with M.S. fixed flanges (PN-1.6) joint (suitable for system test pressure) of standard length as per manufacturers specs including rubber gaskets, flanges, nuts, bolts and washers complete as required as per specifications.

11.1 M.R.

65 mm dia Each 6228.00 2 12456

11.2 M.R.

150 mm dia Each 10415.00 6 62490

Page 170: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

170

12

M.R.

Providing & fixing controlled percolation fire hose pipe (as per IS:8423) of 63 mm dia and 15 meter length rated for brust pressure of 3.5 Kg/sqcm. The hose shall be tested for flame resistance test in accordance to IS:8423. Hose shall be complete with ISI marked SS male & female coupling (IS:903) bound & riveted to hose pipe with copper rivets & 1.5 mm copper wire as required as per specifications. (Location : External fire hydrant) Each 5581.00 22 122782

13

M.R.

Providing and fixing weather proof lockable cabinet of size not less than 0.9 x 0.6 x 0.5 mtr made out of MS sheet 2mm thick having central opening and 6 mm thick glazed glass doors (Two nos.) suitably marked on the outside with the letters "FIRE HOSE" including necessary locking arrangement and shall be painted with one coat of primer and two coats of synthetic enamel paint of approved shade as required as per specifications. Each 9379.00 11 103169

14

M.R.

Supply, Installation, Testing and Commissioning External Yard Hydrant Stand Post comprising of MS pipe 80 mm dia (heavy duty C class) from existing ringmain to about 1 meter above ground level and Single Headed Yard Hydrant Valve with 80 mm dia flanged inlet, intantanneous SS coupling of 63 mm dia with cast iron wheel ISI marked, conforming to IS : 5290 (Type A), with ABS cap and chain etc.complete with all accessroies as required. Each 10922.00 11 120142

15

Providing and fixing flexible connectors consisting of flexible core 1.5 mtr. in lenghth of corrugated stainless steel tubing under the braid, (Braiding to be SS-304, tubing to be SS-304) for minimum working pressure rating of 200 PSI to be installed at connections from branch pipes to pendant sprinklers blow false ceiling as per specification of the manufacturers. Each 1016.00 2657 2699512

TOTAL M.R. RATE 27559176

TOTAL D.S..R. RATE 0.00

TOTAL 27559176.00

Sub Head - IV - (Fire Extinguishers)

1

M.R.

Supply, installation, testing and commissioning of ISI marked (IS:15638) portable chemical fire extinguisher, water (gas pressure) type capacity 9 litres with gun metal cap and nozzle and complete in all respects including initial fill and wall suspension brackets as required as per specifications. Each 4221.00 57 240597

Page 171: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

171

2

Providing and fixing fire extinguisher of carbon dioxide type consisting of brand new high pressure steel cylinder bearing IS: 7285 mark and having the approval of controller of explosives Nagpur, wheel type valve bearing IS:3224 mark internal discharge tube, 1 meter long high pressure discharge hose, non conducting horn, suspension bracket, fully charged bearing IS: making fixed to wall as directed.

2.1 M.R.

4.5kg capacity cylinder Each 9848.00 57 561336

3

M.R.

ISI marked 10 Kg. capacity dry powder fire extinguishers with high pressure discharge hose, squeeze grip nozzle , 120 grams carbon dioxide cartridge, gunmetal cap with initial charge of dry powder. Both extinguisher and dry powder to be ISI marked. Each 4221.00 13 54873

Water Curtain

4

M.R.

Providing and fixing 80 mm NB Motorized deluge valve (UL listed) suitable for a rated working pressure of 12.3 Kg.cm² with hydraulic wet pilot trim, water gong, including connection to the main supply line, manifold, detection line, nozzle system. The cost would include the cost of deluge valve, hydraulic trim 100mm water gong bell and all connections and gauges complete in all respects as required. Each 74175.00 24 1780200

5

M.R.

Providing and fixing of water curtain nozzles with rated pressure 12.33 Kg/cm² (for deluge system). Each 305.00 785 239425

TOTAL M.R. RATE 2876431

TOTAL D.S..R. RATE 0.00

TOTAL 2876431.00

Sub Head - V (Motor Control Panels)

1

Fabrication, Supplying, Installation, Testing & Commissioning of Electrical Fire Motor Control Panel of cubical construction, floor mounted type, fabricated out of 2mm. thick CRCA sheet, compartmentalized with hinged lockable doors, dust and vermin proof, powder coated of approved shade after 7 tank treatment process, cable alley, interconnection with solid aluminium strip / single core PVC insulated FRLS copper conductor cable, having suitable mountings for switchgears and accessories and internal control & power wiring with suitable rating PVC insulated FRLS copper conductor, earth terminals, numbering etc. complete in all respects, suitable for operation on 415 V, 3 phase 50 HZ

Page 172: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

172

AC supply with enclosure protection class IP 42 with 600 Amp aluminium bus bar etc complete as required.

Incoming

a)

MCCB, 4 Pole, 630 A, 50 KA with adjustable thermal magnetic release and rotary handle (ICS= ICU= 50 KA upto 415 V) - 2 sets.

b)

Digital Ammeter (0 - 600 A), 96 mm. sq. CT operated with inbuilt selector switch with 3 Nos. CT's of ratio 600/5 A, 15 VA burden and accuracy of class 1.0 - 2 Sets

c)

Digital Volt Meter (0-500 V) 96 mm. sq. with inbuilt selector switch and control MCBs - 2 Sets

d)

Phase Indicating coloured LED (RYB) with control MCBs - 2 Sets

Bus Bar :

Electrolytic high conductivity aluminium three phase and neutral busbars rated at 415V, 600 amps, 50Hz, AC, insulated with heat shrinkable coloured PVC sleeves & clip on shrouds for joints.

Outgoing for Main Fire Pump

a)

MCCB 3 Pole, 400 A (with adjustable thermal magnetic release and (Ics=Icu=25 KA upto 415 V), with CT operated digital Ammeter (0 - 400 A), with 3 CT's of 400/5 A, 10 VA, accuracy 1.0, ASS and coloured LED for on (Red) indication - 3Set (2 W + 1 Spare)

b)

Fully Automatic Star Delta Starter suitable for sprinkler Pump motor of minimum 65-75 KW and (as per the recommendation of pump manufacturer) complete with over load protection, current sensing type single phase preventer complete with contactors, push button, indicators LED type Auto/manual selector switches all accessories and FRLS copper conductor wiring etc. as required - 2 Set

Outgoing for Pressurization Pump(Jockey)

c)

MCCB 3 Pole, 63 A, 25 KA with CT operated digital Ammeter (0 - 60 A), with 3 CT's of 60/5 A, 10 VA, accuracy 1.0, ASS and coloured LED for on (Red) indication with adjustable thermal magnetic release and (ICS = 25 KA upto 433 V) - 2 Set

d)

Fully Automatic Star Delta Starter suitable for Jockey Pump (Minimum 15 HP capacity) complete with over load protection, current sensing type single phase preventer complete with contactors, push button, indicators LED type Auto/manual selector switch all accessories and wiring etc. as required - 1 Set

e)

MCB 4 Pole, 63 A, 10 KA 'C' - 1 Set

f)

MCB Double Pole, 16 A, 10 KA 'C' - 3 sets.

Diesel Engine Control

Page 173: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

173

g)

Auto / Manual selector switch and 3 attempt Starting device, Electronic timer, Relays, Auxiliary switches, Rotary switches, Tripping relays, Contactors, Push button for manual Start / Stop etc. to make the equipment automatic as per functional requirement.

i)

Battery charging unit suitable for 24 V DC with boost and trickle charger, selector switch, with suitable rating transformer, rectifier, RC filter network, fuses on AC and DC protection, 0 - 30 V DC Digital Volt meter, 0 - 20 A DC Digital Ammeter, the charger should be cut off when the engine is started and the batteries shall be charged from battery charging alternator provided in the engine.

j)

Suitable rating & type standard relays, contactors and other accessories for automatic operation of diesel engine

k)

Indication LED's for high / low lub, oil pressure, water temperature, engine on indicator, with suitable alarms, acknowledgement button etc.

System Controller

l)

Designing, Supply, Installation, Testing and Commissioning of system controller to control operation of Main Electric Fire Pumps, Diesel Engine Pump, Jockey Pumps, Terrace Pump in sequence as per specification consisting of relays, timers, sensors, annunciation window for fault indication, complete as per specification.

m)

First Jockey pump will start than hydrant and sprinkler pump start, in case of failure of power diesel pump will start.

n)

Colour coded internal wiring and connections etc. with suitable size Fire Retardant Low Smoke PVC insulated copper cable / solid aluminium strip / bus bar from incoming to bus bar and from bus bar to switch gears / MCCB, starters, meters, selector switches, indicating LED's, interlocking and sequence operation arrangements.

o)

Terminal facility for repeat indicator of various audio and visual indications.

p)

First Jockey pump will start than hydrant and sprinkler pump start, in case of failure of power diesel pump will start.

q)

Colour coded internal wiring and connections etc. with suitable size Fire Retardant Low Smoke PVC insulated copper cable / solid aluminium strip / bus bar from incoming to bus bar and from bus bar to switch gears / MCCB, starters, meters, selector switches, indicating LED's, interlocking and sequence operation arrangements.

r)

Terminal facility for repeat indicator of various audio and visual indications.

M.R.

Fire panel as above Set 613566.00 1 613566

TOTAL M.R. RATE 613566

Page 174: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

174

TOTAL D.S..R. RATE 0.00

TOTAL

613566.00

Sub Head - VI - (Cable Tray, Cabling and Earthing)

1

Fabricating and Installing following size of perforated Hot dip G.I cable tray including horizontal and vertical bends, reducers, tees, cross members and other accessories as required and duly suspended from the ceiling with MS suspenders and including painting etc. as required.

1.1 4.1.4

300 mm width x 50 mm depth x 1.6 mm thickness Metre 677 30 20310

1.2 4.1.2

150 mm width x 50 mm depth x 1.6 mm thickness Metre 464 30 13920

2

Supply, Laying, Fixing, Testing and Commissioning of following sizes of XLPE insulated PVC sheathed armoured Copper / aluminium conductor cable of 1.1 KV grade on existing cable tray / surface as required.

2.1 MR 4 core x 2.5 Sq mm copper conductor armoured control cable. Metre 371 100 37100

2.2 MR 3 core x 16 Sq.mm. Aluminium Armoured Metre 293 60 17580

2.3 MR 3 core x 95 Sq.mm. Aluminium Armoured Metre 792 80 63360

3

Supply and making end termination with brass compression gland and copper/ aluminium lugs for following size of XLPE insulated and PVC sheathed aluminium conductor cable of 1.1 KV grade as required.

3.1 9.1.32

4 core x 2.5 Sq mm copper conductor armoured control cable. Sets 146 8 1168

3.2 9.1.18

3 core x 16 Sq.mm. Aluminium Armoured Sets 145 2 290

3.3 9.1.13

3 core x 95 Sq.mm. Aluminium Armoured Sets 321 4 1284

4

Providing and fixing following size of GI strips/ GI wire etc. on surface or in recess for connections, including GI clamps etc. as required.

4.1 5.15 25 mm x 5 mm GI strip

Metre 120 60 7200

4.2 5.16 6 SWG dia G.I. wire

Metre 30 100 3000

TOTAL M.R. RATE 165212

TOTAL D.S..R. RATE 0.00

TOTAL 165212.00

Page 175: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

175

PRICE BID

Page 176: Project : District Hospital, Sector-39, Noida New Okhla · PDF file9 (c) The contractors must have completed one similar work (Multi-storied Building on RCC Framed structure) as principal

176

U.P. RAJKIYA NIRMAN NIGAM LTD.

NAME OF WORK CONSTRUCTION OF DISTRICT HOSPITAL AT SECTOR-39, NOIDA

PRICE BID

I/We hereby tender for the execution of above mentioned work according to the bill of quantities, specifications and terms and conditions referred to in the tender documents within the time frame as mentioned and in accordance with the specifications, designs, drawings and instructions in writing and with such materials as are provided for and in all other respect in accordance with such conditions so far as applicable.

I/We hereby agree to percentage mentioned (below/above) on the printed rates on the Bill of quantities for the executed of the above work.

ESTIMATED COST PUT TO TENDER

Rs.20384.0 Las (Rupees TwentyThousand Three Hundred Eighty Four Lacs) )

Percentage below/above on the Estimated Cost.

In figure In Words

ADDRESS OF TENDERER SIGNATURE & SEAL OF TENDERER