165
MAZAGON DOCK SHIPBUILDERS LIMITED (Formerly known as Mazagon Dock Ltd.) CIN : U35100MH1934GOI002079 (A Government of India Undertaking) Shipbuilders to the Nation Dockyard Road, Mazagon, Mumbai 400 010. INDIA CONSTRUCTION OF SECURITY COMPLEX AT MDL, MUMBAI. VOLUME-III Scope of Work List of Tender Drawings Price Bid (Part-II)

TENDER ENQUIRY FORM -VOL III-

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: TENDER ENQUIRY FORM -VOL III-

MAZAGON DOCK SHIPBUILDERS LIMITED (Formerly known as Mazagon Dock Ltd.)

CIN : U35100MH1934GOI002079 (A Government of India Undertaking)

Shipbuilders to the Nation Dockyard Road, Mazagon,

Mumbai 400 010. INDIA

CONSTRUCTION OF SECURITY COMPLEX AT MDL, MUMBAI.

VOLUME-III

Scope of Work List of Tender Drawings

Price Bid (Part-II)

Page 2: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 2 of 165

Table of Contents

Clause No.

PARTICULARS PAGE No.

1. SCOPE OF WORK 02

2. LIST OF TENDER DRAWINGS 21

3. BILL OF QUANTITIES PRICE BID (PART II) (Enclosure-1) 26

1. Scope of Work

A. CIVIL WORK:

Introduction

The Project consist of construction of Security Office Building which is an Intelligent Green Building located at the main entry of MDL. The proposed design is a Ground + Mezzanine + 2 Floors RCC framed structure of size 38.73 x 38.5m approx height of 25 m; with composite floors of structural steel & RCC, and Structural Glazing System. The building, from mezzanine floor level to second floor level will be occupied by various office and security departments, whereas, the ground level is used as an access point to the MDL premises. The works consist of Earthwork, Concrete work ,Shuttering, Reinforcement , Structural steel work, Block masonry, Plastering & Painting, Flooring, Carpentry work, Plumbing & Sanitary, waterproofing works , Horticulture & Site development works. All the works shall be done as per specification, drawings and Latest version of applicable Indian standard codes; manufacturer specifications and to the satisfaction of Engineer in charge. The Security complex is an Intelligent Building which provides a productive and energy-efficient environment through optimization of: structure, systems, services and management, and the interrelationship between them.

DEMOLITION WORK: Demolition/ Removal of Existing Ground floor structures in Proposed Security area.

The structures to be demolished are; First Floor Security Officer rooms in existing RCC Substation Building, Union office Building, reception portacabin office, punching area shed, underground tank structure, pump room, Fire fighting Store, gate office (next to substation), gate office (next to punching area). Demolition work also includes removal of existing Gate, removal & shifting of

underground pipes, cables; shifting of existing Portacabins, tree cutting/reallocation, existing open shed with steel column and roof over gate. (Note- Demolition work should be carried out using latest & less vibration tools and equipments.) CIVIL & INTERIOR WORK: The work includes Earthwork, Concrete work ,Shuttering, Reinforcement , Structural steel work, Block masonry, Plastering & Painting, Flooring, Carpentry work, underground piping systems, Plumbing & Sanitary, waterproofing works including substation terrace, construction of pump room, Signage works, Horticulture & Site development (Concrete road, pavers & security features related civil works). All the above construction and demolition works shall be done as per MDL construction safety rules and regulations; safety measures at construction sites.

Page 3: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 3 of 165

1. EARTH WORK The scope of work covered under this specifications pertains to excavation of foundations, trenches, pits and over areas, in all sorts of soils, soft and hard rock, correct to dimensions given in the drawing including shoring, protections of existing underground utilities if any, such as water lines, electric cables etc., dewatering and shoring if necessary, stacking the useful materials as directed within the lead specified, refilling around the foundation and into the plinth with selected useful excavated earth and disposing off the surplus earth/materials within specified lead and finishing the surface to proper levels, slopes and camber etc. all complete. 2. ANTITERMITE TREATMENT: The scope of preconstruction anti-termite treatment covers the soil treatment with approved chemicals in water emulsion in foundation trenches for columns, plinth beams, pile caps, brick walls, service trenches, lift pits, steps, ramps etc. in top surfaces of plinth filling, at junction of walls and floor, in expansion joints etc. in stages as detailed in this specifications and drawings. Unless otherwise stipulated, the anti-termite treatment will be carried out as per I.S.6313 (part II) 1981 and/or as per direction of the Engineer-in-Charge. 3. HARD CORE / SOLING UNDER FLOORS / FOUNDATIONS : The work covered under this specification includes all type of soling work either by bricks or by rubble stones laid under floors/foundations, hand packed, complete as per under mentioned specification and applicable drawings. 4. PLAIN / REINFORCED CONCRETE AND ALLIED WORKS: Scope of the specification deals with the structural and general use of plain and reinforced cement concrete. The specifications cover the qualitative and quantitative requirements in respect of selection of ingredients, proportioning, manufacture of concrete, transport, placing, consolidation, curing, finishing, acceptance criteria etc., and these specifications also cover the requirement of form work and reinforcement.

Unless otherwise specified, the manufacture and placing of concrete shall be done by weigh batching. However, in the specific cases where mechanized batching system (Ready mix concrete), mechanical transport and pumping is specified the same shall be followed as per the terms of the contract. 5. STEEL FOR CONCRETE REINFORCEMENT: The contractor shall make his own arrangement for procurement of Reinforcement steel bars and wires for use in Reinforced Cement Concrete works. Unless otherwise specified in drawings / Schedule of quantities, the steel bars shall be of “High strength deformed steel bars and wires” conforming to the IS 1786 (latest revision), in the following strength grades: a) Fe 415, Fe 415D; b) Fe 500, Fe 500D; c) Fe 550, Fe 550D; d) Fe 600. Where “Fe” stands for specified minimum 0.2% proof / yield stress in N/mm2 and “D” stands for same specified minimum 0.2% proof / yield stress but with enhanced specified minimum percentage elongation.

6. DAMP PROOF COURSE: The work covered under these specifications consists supplying and laying plain cement concrete as damp proof course with or without waterproofing admixture in accordance with this specification and applicable drawings.

7. STRUCTURAL STEEL:

Page 4: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 4 of 165

The work covered by this specification consists of furnishing and erecting of structural steel complete in strict accordance with this specifications and the applicable drawings.

8. BRICK WORK: The work covered under this specification pertains to procurement of well burnt clay bricks of class 35 unless otherwise specified and workmanship in building walls of various thickness, in strict compliance with the specifications and applicable drawings.

9. STONE MASONRY: The work covered under this specifications consists of supplying and erecting stone masonry walls with available best quality of stone in strict compliance with this specifications and applicable drawings.

10. PRECAST CEMENT CONCRETE SOLID BLOCK MASONRY: The work covered under this specifications pertains to procurement of best quality locally available or locally manufactured precast cement concrete solid block and workmanship in building walls of various thickness in strict compliance with the specifications and applicable drawings. 11. CEMENT CONCRETE FLOORING (IPS) : The work covered under this specification consists of providing and laying at all levels and floors, flooring of different types, strictly in accordance with these specifications and relevant drawings.

12. TILES IN STAIR TREADS AND LANDINGS: The work envisaged under these specifications consists of supplying and laying stepping tiles in the treads of staircase steps and over landings. 13. PRESSED STEEL DOOR FRAME: This specification lays down the requirements regarding material, dimensions and construction of steel door frames for internal and external use. 14. GLASS FIBRES REINFORCED PLASTIC (GRP) PANEL TYPE DOOR SHUTTERS (FOR INTERNAL USE) The specification for Glass Fiber Reinforced Plastic (GRP) Panel Type Door Shutters shall generally conforming to IS 14856 and other associated IS Codes as regards to types, sizes, material, construction, workmanship, finish, performance requirements and sampling etc. for use in residential and industrial buildings, except the large size door shutters for industrial and special buildings like workshops, garages, godowns, etc. 15. FITTINGS AND FIXTURES:

The work covered under these specifications consists of supplying different types of fittings and fixtures required for doors, windows, ventilators etc. The supply shall be in accordance with the specification, drawings / approved samples. Samples of various fittings and fixtures proposed to be incorporated in the work shall be submitted by the contractor for approval of the Engineer-in-charge before order for bulk supply is placed.

16. GLASS AND GLAZING: The work covered by this specification includes furnishing and fixing the glass panes to teak wood or steel doors and windows, strictly in accordance with these specifications and drawings.

17. STEEL DOORS, WINDOWS AND VENTILATORS: The work covered under these specifications consist of supplying steel windows and doors and ventilators, fixing, glazing etc. complete in strict accordance with the specifications and relevant detailed/shop drawings.

Page 5: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 5 of 165

18. ROLLING SHUTTERS: Item refers to supplying and fixing rolling shutters of size and type as specified in the description of item.

19. M. S. GRILLS / RAILINGS : The contractor shall submit 6 copies of shop drawings covering all types of work under these specifications before manufacture. The drawing shall show all dimensions, details of construction, installation relating to the adjoining work.

20. ALUMINIUM ENTRANCE DOORS, WALL SPANS, GLAZING ETC. The scope of work in the present tender item includes fabrication, supply and installation of white anodised matt finished aluminium entrance doors, glazing etc. strictly in accordance with these specifications and relevant detailed approved shop drawings. 21. ALUMINIUM WINDOWS, VENTILATORS, COMPOSITE UNIT ETC. : The scope of work in the tender item includes fabrication, supply and installation of anodized finished aluminum windows, ventilators, composite units, glazing etc. strictly in accordance with these specifications and relevant detailed approved shop drawings.

22. ALUMINIUM CURTAIN WALL SYSTEM Preliminary Requirements i) The contractor shall design, test, fabricate, deliver, install and guarantee all construction necessary to provide a complete curtain wall system, all in conformity with the drawings and approval of the Engineer-in-Charge. ii) Specification and all relevant construction regulations including providing any measures that may be required to that end, notwithstanding any omissions or inadequacies of the drawings, iii) The curtain wall system shall also include the following activities : (a) Metal frames, glass glazing, spandrels, ventilators, finish hardware, copings, metal closure, windows etc. (b) All anchors attachments, reinforcement and steel reinforcing for the systems required for the complete installations. (c) All thermal insulation associated with the system. (d) All fire protection associated with the system. (e) All copings and closure and metal cladding to complete the system. (f) All sealing and flushing including sealing at junctions with other trades to achieve complete water tightness in the system. (g) Isolation of dissimilar metals and moving parts, (h) Anticorrosive treatment on all metals used in the system, (i) Polyester powder coating aluminium sections, (iv) The contractor shall also be responsible for providing the following : (a) Engineering proposal, shop drawings, engineering data and structural calculations in connection with the design of the curtain wall system. (b) Mock-ups, samples and test units. (c) Performance testing of the curtain wall framing and glazing assembly. (d) Co-ordination with the work of other trade. (e) Insulation with glass wool 48 kg/cum at spandrels area. (f) Protection. (g) All final exterior and interior cleaning and finishing of the curtain wall system. (h) As built record drawings and photographs.

(i) Guarantees and warranties. (j) All hoisting, scaffolding, staging and temporary services. (k) Conceptualising and design of a suitable maintenance system for curtain glazing, (v) The water tightness and structural stability of the whole curtain wall system shall be the prime responsibility of the contractor. Any defect or leakage found within the guarantee period shall be sealed and made good all at the risk and cost of the contractor.

Page 6: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 6 of 165

(vi) The curtain wall system shall be designed to provide for expansion and contraction of components which will be caused by an ambient temperature range without causing buckling, stress on glass, failure of joint sealants, undue stress on structural elements or other detrimental effects, specific details should be designed to accommodate thermal and building movements. 23. STRUCTURAL GLAZING This shall be same as described in the para “Scope of work” for Aluminium Curtain Wall System. 24. CEMENT PLASTERING FOR WALLS & CEILINGS AND SAND FACE / ROUGH

CAST PLASTERS: The work covered under these specifications consists of supplying all materials and rendering all types of plaster/pointing finishes strictly in accordance with these specifications, applicable drawings etc. For all finishing works mentioned above, only blended cement shall be a used. 25. WALL CARE PUTTY Wall care putty consists of white cement, high quality polymers and specialty chemicals and mineral fillers and is formulated to make it suitable to apply even on damp surfaces. Being cement based putty, it has better compatibility with the base plaster and forms a durable base for paints. It can be applied on both, Interior and exterior plastered surfaces. It is a water resistant base coating to the plastered surfaces to provide fine leveling and a protective base for the surfaces to be painted.

26. PAINTING : The work covered under these specifications consist of furnishing the various types of paints and also the workmanship for these items, in strict compliance with these specifications, which are given in detail here-in-after with the item of schedule of quantities. 27. FALSE CEILING WITH FLEXO BOARDS / A.C. SHEETS: The work envisaged under these specifications refer to supplying and fixing in position false ceiling at any floor, any location and at any height. 28. FIBRE GLASS THERMAL INSULATION WORK AT CEILING WITH T.W. BATTENS

FRAME WORK AND COVERING WITH A.C. SHEET : The work envisaged under these specification covers providing and fixing fibre glass thermal insulation to ceiling at any floor, location and height as specified including T.W. battens frame work in required grid and insulation work covered with A.C. sheet/flexo board of specified thickness.

29. EXPANSION JOINTS: The work contemplated under these specifications consist of supplying the expansion joint fiber boards, sealing compound, aluminium plates etc. strictly as per these specifications and relevant drawings.

30. DISMANTLING AND DEMOLITION : The work envisaged under this sub-head is for dismantling and demolition of brick masonry in cement/lime mortar, reinforced cement concrete works, removing wooden chowkhats of doors, wooden or steel windows.

31. ROAD AND PAVEMENTS : The work contemplated under these specifications refers to Earth work in Excavation, Forming Embankments, Soling, W.B.M., Bituminous Macadam, Wearing Course/Sealing Coat etc. for road and pavement works.

Page 7: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 7 of 165

Concrete road shall be constructed as per IRC:15-2011 & IRC:44-2008, MORTH Specification & as per details shown in the drawing to the satisfaction of E.I.C

32. AUTOCLAVED CELLULAR (AREATED) CONCRETE BLOCK MASONRY The work covered under this specifications pertains to procurement of best quality locally available or locally manufactured precast AAC concrete solid block and workmanship in building walls of various thickness in strict compliance with the specifications and applicable drawings.

Contractor to note that, if the items mentioned in the specifications, drawings are not included in the BOQ, then the Contractor is required to provide the same without any additional cost and the same need to be included in the overall offered

price for the project. B. PLUBMING WORK:

1.0 SANITARY FIXTURES & C.P. FITTINGS: 1.1 Work under this section shall consist of transportation, furnishing, installation,

testing and commissioning and all labour as necessary as required to completely install all sanitary fixtures, brass and chromium plated fittings and accessories as required by the drawings and specified hereinafter or given in the Bill of Quantities.

2.0 WATER SUPPLY: 2.1.1 Work under this section consists of furnishing all labour, materials equipment and

appliances necessary and required to completely install the water supply system as required by the drawings, specified hereinafter and given in the bill of quantities.

2.1.2 Without restricting to the generality of the foregoing, the water supply system shall include the following:-

i. Pipe protection & painting. ii. Connections to all plumbing fixtures, tanks, pump etc. iii. Providing hot water pipe lines and supply point with isolation valves, wherever

required. iv. Control valves, masonry chambers and other appurtenances. v. Connections to all plumbing fixtures, tanks and appliances. vi. Excavation and refilling of pipe trenches, wherever necessary. vii. Internal galvanized water supply piping inside the toilets shaft/plant

room/terrace. viii.Testing all line and fixtures as specified.

3.0 INTERNAL DRAINAGE (SOIL, WASTE, VENT AND RAIN WATER PIPES): 3.1.1 Work under this section shall consist of furnishing all labour, materials,

equipment and appliances necessary and required to completely install all soil, waste, vent and rainwater pipes as required by the drawings, specified hereinafter and given in the Bill of Quantities.

3.1.2 Without restricting to the generality of the foregoing, the soil, waste, vent and

rainwater pipes system shall include the followings:-

Page 8: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 8 of 165

i. Cast Iron / UPVC vertical and horizontal soil waste and vent pipes, rainwater pipes and fittings, joints clamps and connections to fixtures.

ii. Floor traps, floor drain clean out plugs, inlet fittings and rainwater roof drain,

area/local drains, trench drain... iii. Waste pipes connections from all fixtures e.g. wash basins, sinks, kitchen

equipment. iv. Testing of all pipes. v. Connection of main.

4.0 EXTERNAL DRAINAGE SYSTEM (SEWERAGE AND STORM WATER): i. Work under this section shall consist of furnishing all labour, materials,

equipment and appliances necessary and required to completely install the drainage system as required by the drawings and specified hereinafter or given in the Bill of Quantities.

ii. Without restricting to the generality of the foregoing, the drainage system shall

include: Sewer lines including excavations, pipe lines, man holes, drop connections, underground storm water drains, including pipes, man holes, catch basins and open drains, thrust blocks

C. ELECTRICAL WORK: The scope of work covers the supply, Installation, Testing & Commissioning of the electrical

Panels, Switchgears, Distribution Boards, Cables, Lighting fixtures, Earthling, UPS, Fire

Alarm, Public Address, Telephone system, Rodent Repellent, Data Networking.

1.0 MAIN LT PANEL & DISTRIBUTION BOARDS

The scope of work for the Panel & Distribution Board covers the supply and Installation as described in the specification, as per drawings and schedule of quantities Prior to installation of Panel, the supplier/contractor shall submit for consultant’s approval the shop/vendor drawing consisting of G.A. drawing, sectional elevation, single line diagram, bill of material etc. and design calculations indicating type, size, short circuiting rating of all the electrical components used, bus bar size, internal wiring size, DB dimension, color, mounting details etc.. The contractor shall submit manufacturer’s catalogues of the electrical components installed in the DB’s. Contractor has to submit the 3 sets of as built drawings & drawings shall be provided by the contractor after successfully completion & commissioning of entire electrical system.

2.0 LT XLPE CABLES

The scope of work covers supply, laying, testing and commissioning of medium voltage XLPE cables. The specification provided in the technical specs gives the general requirement of cables. However, it is the responsibility of the vendor to take the joint measurement and obtain client’s approval before the placement of orders to the main supplier / manufacturer. Contractor shall submit the as built drawing of the cable laying drawing. Also, The supplier shall submit following: 1. Data sheet indicating results of tests. 2. Test report

Page 9: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 9 of 165

3.0 INTERNAL WIRING The scope of work coverss, definition of point wiring, system of wiring and supply, installation, connection, testing and commissioning of point wiring for light points, ceiling fan points, exhaust fan points, Air-conditioning units, convenience socket outlet points, power socket outlet points, bell outlet points etc. including fixing of light fixtures, ceiling fan, exhaust fan, ACs, wall fan, bell etc.

4.0 ELV WIRING

The scope of work covers the supply, installation, connection, testing and commissioning of the wiring for Telephone / Data & Networking / Fire detection / Public Address system. Scope include supply of telephone cables, Flexible wires, Shielded Wire, CAT-6 UTP computer signal wire, Fiber optical cable, Junction boxes, Outlet boxes, and other related accessories required to complete the wiring and installation.

5.0 LIGHT FIXTURE The scope of work covers the supply, installation and testing of various types of LED light fixtures are used in the project. Also, As per of the proposal the bidder furnish relevant descriptive and illustrative literature on lighting fixtures and accessories and following drawings/ data for the respective lighting fixtures:- 1 Dimensional Drawings 2 Mounting details cable entry facilities and weights. 3 Light distribution diagrams (Zonal &Isokandora) 4 Light absorption and utilization factors. 5 Lamp output V/S temp. curves.

6.0 EARTHING SYSTEM

The scope covers the Design, assembling, testing, painting, supply, delivery at site with all related accessories as per the specifications as specified in the technical specification sheet. Compliance with the provisions of this specification shall not relieve the Bidder of the responsibility of furnishing apparatus and accessories of proper design, electrically and mechanically suited to meet the operating requirements under the specified service conditions and be suitable for the purpose of which they are intended.

7.0 FIRE ALARM SYSTEM The scope of work covers the Supply, installation, testing & commissioning of

Intelligent Analog Addressable Fire Alarm System in accordance with the specifications, drawings & schedule of quantities. Microprocessor based addressable and intelligent (analog), fire detection and alarm system complete with addressable, intelligent (analog) heat and smoke sensors, Addressable Manual call point and hooters. The distributed Intelligent Fire Alarm Control Panel (FACP) shall function as fully stand-alone panel. FACP shall have its own microprocessor, software and memory complying with BS5839 Part 4 (1995) and should bear CE mark. The Fire Alarm Panel shall have the facility to integrate an emergency voice alarm communication system. Digitally stored message sequences shall notify the building occupants that a fire or life safety condition has been reported. Message generator(s) shall be capable of automatically distributing up to eight (8) simultaneous, unique messages to appropriate audio zones within the facility based on the type and location of the initiating event.

The supplier shall submit following: a. GA drawing. b. Data sheet indicating results of tests. c. Test reports.

Page 10: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 10 of 165

d. O & M manuals.

8.0 PUBLIC ADDRESS SYSTEM The scope of work under this head shall include designing supplying and installing of Public Address System. The work under this system shall consist of furnishing all materials, equipment’s and appliances and labour necessary to install the said system, complete with Speakers, Amplifiers, Mike and Zone selection Panel. The PA System is designed to serve the multipurpose of playing music, making general announcement or to transmit the fire tone under fire condition.

9.0 RODENT REPELLENT SYSTEM

The scope of work covers the supply, installation, testing and commissioning of RODENT REPELLENT system with relevant equipment and instruments. The work is to be carried out as per technical specification, BOQ & Drawings.

10.0 DATA & NETWORKING SYSTEM The scope of the work covers the supply, installation, testing and commissioning of Data & Networking system with relevant equipment and instruments. The work is to be carried out as per the technical specification, BOQ & Drawings. The scope of work also covers the supply, installation, testing & commissioning of the optical fiber cable from source network rack to Main Server room of Security complex Building. Scope shall also include SITC of Active & Passive components i.e. network switches, Transceiver& patch panels. Consultants Approval shall be taken Prior to procurement of all materials. Scanning of Data point to be included in installation of Data point.

11.0 MOTION SENSORS The scope of work covers the supply, Installation, testing & commissioning of the Motion sensors for Cabins to save energy. The Motion sensors will control ON/OFF of AC Indoor unit &Lights. Motion sensors shall be provided with Two way wiring system with 2way Switch as per the Single line diagram in order to override Motion sensors in case of failure of the same.

12.0 STANDALONE CALL BELL SYSTEM The scope of work covers the supply, Installation, testing & commissioning of the battery operated call bell system. The installation of the system is carried out as per technical specification & BOQ.

13.0 CABLING FOR SECURITY SYSTEMS (CCTV, ACCESS CONTROL, VEHICLE SYSTEM) The scope of work covers the supply &Laying of the Cat6 data cables & Power cables in Floor raceways, PVC Conduits for Vehicle scanning system, CCTV surveillance, Human access control system, and Networking system.

14.0 CABLING & SWITCHBOARD PROVISION FOR VIDEO WALL SYSTEM. The scope of work covers the supply & Laying of the Cat6 data cables & Power cables in Floor raceways, PVC Conduits for Video wall system. Also provision of power sockets, data sockets shall be made as per the requirement of the system.

15.0 DISMANTLING OF EXISTING FIXTURES, SWITCHGEARS & CABLES ETC.

The scope of work covers the dismantling of existing, Light fixtures, switchgears, distribution boards, switch boards, underground cables, cable trays etc. Removed items shall be handed over to MDL.

Note: Contractors to submit all materials technical specification / Data sheets /GA drawings /Catalogues for approval prior to procurement

Page 11: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 11 of 165

D. MECHANICAL WORK:

I. Scope of Work for Fire Fighting System:

1.1 Work under this section shall consist of furnishing all labour, materials, fabrication, equipment and appliances necessary and required to completely install wet riser, fire hydrant & sprinkler riser system as required by the drawings and specified here in after or given in the Bill of Quantities.

1.2 Without restricting to the generality of the foregoing,

1.3 The fire protection work shall include the following: - a) Yard hydrants, Landing valves, hose reels, hose cabinets, branch pipe, nozzles,

valves, orifice along with orifice flanges etc. b) Design of orifice and furnishing the same so as to allow required flow of water

at various locations and each hydrant. c) Fire brigade inlets d) Fire Hydrant pump with motor, Diesel Engine driven pump, Sprinkler pump

with motor ,Jockey pump with motor, Air Vessel & Priming Tank in the Fire Pump Room

e) Fire Booster Pump with Motor at Terrace Level for both staircase f) GI Class ‘C’ suction, delivery & header pipe, fittings, flanges, strainers, bellows

& valves, inside the Pump Room & terrace level g) GI Class ‘C’ pipe External Fire Hydrant, Wet Riser & Sprinkler line from Pump

Room to the Building shaft. h) Fire extinguishers & sand buckets for Pump House, Electrical Room, Lift

Machine Room etc. i) 4 Way & 2 Way Fire Brigade Inlet & Yard Hydrant with Single Headed Hydrant

Valve, Fire Hose & Hose Cabinet j) GI Class ‘C’ Wet risers, Sprinkler risers, air release valve, orifice plates etc. with

fittings. k) Double Headed Hydrant Valve, Fire Hose & Hose Reel Drum near both staircase

fire shaft. l) Fire Sprinklers & Flow Switches with accessories. m) Pressure Gauges, Pressure switches with accessories. n) Mounting hardwares, companion flanges, Nuts & bolts, Gaskets, etc. o) Supports, clamps, anchoring with wall, ceiling, slab p) Excavation, trenching, refilling, dewatering, etc., valve chambers & required

civil work to complete the job q) Painting, anti corrosive tape wrapping & coating, hydraulic testing at 1.5 times

the working pressure for minimum 2 hrs. r) Electrical System for the above installation like panel with starter, control,

protections & indications, pressure switches interlocking with pumps. s) Comprehensive all inclusive AMC for 3 years after completion of defect liability

period for all the pumps and its accessories as per AMC scope of work.

t) Contractor shall prepare detail drawings for FF systems and obtain prior approval of the same from the local fire authority. Contractor shall keep a constant liaison with the local fire authority to keep them aware of the progress and standards of work followed, and for the inspections to be carried out during execution work. Contractor shall obtain all NOC/Approvals/Completion certificates with respect to fire fighting system installation from the Local Fire Authority required for occupancy of the building.

u) Latest revisions including amendments of codes and standards to be followed. v) Contractor to note that, if the items mentioned in the specifications,

drawings are not included in the BOQ, then the Contractor is required to

Page 12: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 12 of 165

provide the same without any additional cost and the same need to be included in the overall offered price for the project.

Appointment of sub-contractor/agency for Fire Fighting work.

The Principal Contractor shall propose the sub-contractor/agency which it intends to appoint for execution of Fire Fighting (FF) works, with the submission of documentary proofs to prove the credentials of the agency and experience of earlier completed FF work for review and approval by the Consultant/MDL. The Principal Contractor shall appoint the sub-contractor/agency only after approval of the Consultant/MDL.

II. Scope of Work for HVAC System:

1.0 Description of the Project The Security Complex building having Ground Floor, Mezzanine Floor, First Floor & Second Floor & is located in the Mazagon Dock Shipbuilders Ltd. The Security Complex to have the new air conditioning system & ventilation system to ensure flexibility of operation, installation and maintenance of the HVAC system using latest state of the art technology and also the energy efficient one. 2.0 General Scope of Work The general character and the scope of work to be carried out under this contract is illustrated in Drawings, Specifications and Schedule of Quantities. The Contractor shall carry out and complete the said work under this contract in every respect in conformity with the contract documents and with the direction of and to the satisfaction of the Consultant / Architect/ Client. The contractor shall furnish all labour, materials and equipment as listed under Schedule of Quantities and specified otherwise, transportation and incidental necessary for supply, installation, testing and commissioning of the complete air conditioning system and ventilation system as described in the Specifications and as shown on the drawings. This also includes any material, equipment, appliances and incidental work not specifically mentioned herein or noted on the Drawings / Documents as being furnished or installed, but which are necessary and customary to be performed under this contract for completion of entire work. The central Heating, Ventilation and Air- Conditioning (HVAC) system shall comprise of following:

a. Ceiling Suspended Double Skin AHU as per drawing. b. VRV/VRF System Indoor & Outdoor Units as per drawing c. Precision ACs Indoor & Outdoor Units as per drawing d. Treated Fresh Air Units & fresh air ducting work. e. Refrigerant & condensate drain piping inclusive of all valves and fittings. f. Cable Tray work for External Refrigeration Piping work g. Control cabling between VRF Indoor to VRF Outdoor units & AHU units to VRF

Outdoor units h. Sheet metal ducts inclusive of insulation, Grilles, Diffusers, Dampers etc. i. Thermal & Acoustic Insulation of Ducting j. Under deck Insulation of exposed roof area k. Insulation of refrigeration pipes. l. Variable Air Volume Units (VAV) m. Flow Controllers

Page 13: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 13 of 165

n. AHU kit for connection of VRF ODU with Third Party AHU Integration o. Toilet Exhaust Inline Fan with sheet metal ducts & grill work p. Automatic controls and instruments. q. Vibration isolators for all HVAC equipment. r. Balancing, testing and commissioning of the entire HVAC system. s. Test reports, list of recommended spares, AS BUILT drawings, operation and

maintenance manual for the entire HVAC installation. t. Training of Client’s personnel.

u. Comprehensive all inclusive AMC for 3 years after completion of defect liability period.

Contractor to note that, if the items mentioned in the specifications, drawings are not included in the BOQ, then the Contractor is required to provide the same without any additional cost and the same need to be included in the overall offered price for the project. 2.1 Submission of program Contractor is required to submit planned detailed execution methodology & schedule for review / approval by consultant / Client within 14 days of placement of order.

Appointment of sub-contractor/agency for HVAC work The Principal Contractor shall propose the sub-contractor/agency which it intends to appoint for execution of HVAC works, with the submission of documentary proofs to prove the credentials of the agency and experience of earlier completed VRV/VRF systems for review and approval by the Consultant/MDL. The Principal Contractor shall appoint the sub-contractor/agency for HVAC work only after approval of the Consultant/MDL. 2.2 Dispatch of Materials to Site & their safe Custody At the time of execution, area shall be provided taking into consideration the space available at site, for storage of delivered material/equipment upon request of contractor. Contractor has to make his own arrangement for storage, safety & security of the material delivered at site and is responsible for the same till handing over of the work. Program of dispatch of material shall be framed keeping in view the progress of the construction of the building and its interior work. Safe custody of all machinery and equipment supplied by the contractor shall be the responsibility of the contractor till handing over of the work. 2.3 Coordination with Other Agencies The contractor shall co-ordinate with all other agencies involved in the work so that the work of other agencies is not hampered due to his work. Ducting, piping, cabling or any other work, which directly affect the progress of building work, shall be given priority. 2.4 Quality of Materials & Workmanship i) The components of the installation shall be of such design so as to satisfactorily function

under all conditions of operation. ii) The entire work of manufacture/fabrication, assembly and installation shall conform to

sound engineering practice. The entire installation shall be such as to cause minimum transmission of noise and vibration to the building structure.

Page 14: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 14 of 165

iii) All equipment’s and materials to be used in work shall be manufactured in factories of good repute having excellent track record of quality manufacturing, performance and proper after sales service.

2.5 PROTECTION OF WORK & MATERIAL

i) Copper tubes stored on site shall be supported clear of the ground and kept separate from all other stored ferrous materials & shall be suitably protected against the weather.

ii) All equipments and materials, fixed or unfixed shall be protected against ingress of dirt or moisture into working parts by means of Polythene covers or other equivalent measures.

iii) Precautions against mechanical damage by other trades shall be provided. iv) Precautions shall be taken and all necessary protection provided to safeguard the

work during bad weather. v) The inlet and discharges of all fan coils, and other terminal units shall be kept

covered until all local Plastering, Purging, etc. is completed and the units are ready to run.

vi) Equipment and material damaged shall be replaced by contractor at the discretion of the Consultant/MDL engineer. Equipment and materials are subject to rejection and replacement, if in the opinion of the Consultant/MDL Engineer, or in the opinion of the manufacturer's engineering department, the equipment has deteriorated or been damaged to the extent that its immediate use is questionable, or that its normal life expectancy has been curtailed.

The contractor shall be solely responsible to protect all the delivered materials from the time of delivery at site till satisfactory completion & handing over of the completed works from any mode/type of damage/loss that may occur during this period. 2.6 Care of the Building Care shall be taken by the contractor during execution of the work to avoid damage to the building. He shall be responsible for repairing all such damages and restoring the same to the original finish at his cost. He shall also remove all unwanted and waste materials arising out of the installation from the site of work from time to time. 2.7 Inspection & Testing All the equipments / materials shall be supplied with relevant quality / conformance / factory inspection documents. All the works under or in course of execution or executed in pursuance of the contract shall at all times be open to inspection & supervision of the MDL engineer / executives & the contractor at all times during the usual working hours offer assistance for the inspection of work. The contractor shall raise inspection call to MDL in the agreed format for the works undertaken at below mentioned stages – a. After delivery of material at site before starting of installation works

b. Testing & commissioning of the completed works

The contractor shall submit supporting documents such as delivery challan(s), packing lists, Factory Test reports for the HVAC items in requisite sets as relevant along with the invoice for the purpose of certification by MDL engineer. 2.8 Project Execution Team

Page 15: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 15 of 165

The Contractor shall ensure that senior planning and erection personnel from his organization are assigned exclusively for this project. The Contractor shall appoint one Project manager. He shall be assisted on full time basis by erection engineers & supervisors. The entire staff shall be posted at site on full time basis.

The Contractor shall arrange to have mechanized& modern facilities of transporting material to place of installation for speedy execution of work.

2.9 Performance Guarantee The contractor shall carry out the work in accordance with the Drawings, Specifications, Schedule of Quantities and other documents forming part of the Contract. The contractor shall be fully responsible for the performance of the selected equipment (installed by him) at the specified parameters and for the efficiency of the installation to deliver the required result. Complete set of drawings is appended with this tender and reference may be made to same for any details or information. The contractor shall also guarantee that the performance of various equipment individually, shall not be less than the quoted capacity; also, actual power consumption shall not exceed the quoted rating, during testing and commissioning, handing over and guarantee period. 2.10 Drawings The HVAC Drawings issued with tenders, are diagrammatic only and indicate arrangement of various systems and the extent of work covered in the contract. These Drawings indicate the points of supply and of termination of services and broadly suggest the routes to be followed. Under no circumstances shall dimensions be scaled from these Drawings. Shop/execution drawings to be prepared by the Contractor based on

the HVAC system configuration offered by them for approval by Consultant/Client The interiors drawings and details shall be examined for exact location of equipment, controls, grilles and diffusers. The contractor shall follow the tender drawings in preparation of his shop/execution drawings, and for subsequent installation work. He shall check the drawings of other trades to verify spaces in which his work will be installed. Maximum headroom and space conditions shall be maintained at all points. Where headroom appears inadequate, the contractor shall notify the Client – MDL/ Architect / Consultant before proceeding with the installation. In case installation is carried out without notifying, the work shall be rejected and contractor shall rectify the same at his own cost. The contractor shall examine all interior, structural, plumbing, and electrical and other services drawings and check the existing works. Before starting the work, Contractor shall report to the Client / Architect / Consultant about any discrepancies and obtain clarification. Any changes found essential to coordinate installation of his work with other services and trades, shall be made with prior approval of the Client – MDL / Architect / consultant without additional cost to the Client – MDL. 2.11 Technical Data Sheet Contractor shall submit the technical data sheet for all items after award of Contract and get it approved before procurement of the items. Technical data sheet of indoor & outdoor units to have parameters mentioned but not limited to those listed at Annexure A.

Page 16: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 16 of 165

2.12 Shop/Execution Drawings All the shop drawings shall be prepared on computer through AutoCAD System based on tender drawings, site measurements and Interior Designer’s Drawings. Contractor to

design & select various refrigerant piping sizes based on HVAC system configuration offered by them & accordingly incorporate in the shop drawings. Within two week of the award of the contract, contractor shall furnish, for the approval of the Client – MDL / Architect / Consultant, three sets of detailed shop drawings in A1 color printout of all equipment and materials including detailed ducting drawings showing exact location of supports, flanges, bends, tee connections, reducers, guide vanes, silencers, distribution grids, air flow controller, VAV boxes, TFA units, volume control dampers, collars, grilles, diffusers; detailed piping drawings showing exact location and type of supports, valves, fittings etc. Acoustic lining and external insulation details for ducts, pipe insulation etc; electrical panels inside / outside views, power and control wiring schematics, cable trays, supports and terminations. These shop drawings shall contain all information required to complete the Project as per specifications and as required by the Client – MDL/ Architect / consultant. These Drawings shall contain details of construction, size, arrangement, operating clearances, and capacity of all items of equipment, also the details of all related items of work by other contractors. Each shop drawing shall contain tabulation of all measurable items of equipment / materials / works and progressive cumulative totals from other related drawings to arrive at a variation-in-quantity statement at the completion of all shop drawings. Minimum 4 sets

of drawings ‘A1’ size color printout shall be submitted after final approval along with softcopy. Each item of equipment / material proposed shall be a standard catalogue product of an established manufacturer strictly from the manufacturers given in list of preferred makes and quoted by the tenderer in technical data part. When the Client – MDL / Architect / Consultant makes any amendments in the above drawings, the contractor shall supply three fresh sets of drawings with the amendments duly incorporated along with check prints, for approval. No material or equipment may be delivered or installed at the job site until the contractor has in his possession, the approved shop drawing for the material / equipment / installation. No claims for extension of time shall be entertained because of any delay in the work due to his failure to produce shop drawings at the right time, in accordance with the approved program. Manufacturer’s drawings, catalogues, pamphlets and other documents submitted for approval shall be in four sets. Each item in each set shall be properly labeled, indicating the specific services for which material or equipment is to be used, giving reference to the governing section and clause number and clearly identifying in ink the items and the operating characteristics. Data of general nature shall not be accepted. Also, wherever directed a mockup or sample installation shall be carried out for approval before proceeding for further installation. Approval of shop drawings shall not be considered as a guarantee of measurements or of building dimensions. Where drawings are approved, said approval does not mean that the drawings supersede the contract requirements, nor does it in any way relieve the contractor

Page 17: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 17 of 165

of the responsibility or requirement to furnish material and perform work as required by the contract. Where the contractor proposes to use an item of equipment, other than that specified or detailed on the drawings, which requires any redesign of the structure, partitions, foundation, piping, wiring or any other part of the mechanical, electrical layouts; all such re-design, and all new drawings and detailing required therefore, shall be prepared by the contractor at his own expense and gotten approved by the Client – MDL / Architect / Consultant. Any delay on such account shall be at the cost of and consequence of the Contractor. Where the work of the contractor has to be installed in close proximity to, or will interfere with work of other trades, he shall assist in working out space conditions to make a satisfactory adjustment. If so directed by the Client – MDL/Architect/Consultant, the contractor shall prepare composite working drawings and sections at a suitable scale, not less than 1:100, clearly showing how his work is to be installed in relation to the work of other trades. Within two weeks of approval of all the relevant shop drawings, the contractor shall submit four copies of a comprehensive anticipated variation in quantity statement to Consultant/MDL.

2.13 Quiet Operation and Vibration Isolation All equipment shall operate under all conditions of load without any sound or vibration which is objectionable in the opinion of the Client – MDL / Architect / Consultant. In case of rotating machinery sound or vibration noticeable outside the room in which it is installed, or annoyingly noticeable inside its own room, shall be considered objectionable. Such conditions shall be corrected by the Contractor at his own expense. The contractor shall guarantee that the equipment installed shall maintain the specified NC levels. Further, any noise & vibration above specified industrial Standards / values shall not be accepted.

2.14 Accessibility The Contractor shall verify the sufficiency of the size of the shaft openings, clearances in cavity walls and suspended ceilings for proper installation of his equipments, ducting and piping. His failure to communicate insufficiency of any of the above shall constitute his acceptance of sufficiency of the same. The Contractor shall locate all equipment which must be serviced, operated or maintained in fully accessible positions. The exact location and size of all access panels, required for each concealed control damper, valve or other devices requiring attendance, shall be finalized and communicated in sufficient time, to be provided in the normal course of work. Failing this, the Contractor shall make all the necessary repairs and changes at his own expense. Access panel shall be standardized for each piece of equipment / device / accessory and shall be clearly marked.

2.15 Materials and Equipment All materials and equipment shall conform to the relevant Indian / International Standards and shall be of the approved make and design. Makes shall be strictly in conformity with list of preferred makes/manufacturers as per BOQ & attached list.

Page 18: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 18 of 165

2.16 Electrical Installation The electrical work related to air conditioning and ventilation system, shall be carried out in full knowledge of, and with the complete coordination of the contractor. The electrical installation shall be in total conformity with the control wiring drawings prepared by the contractor and approved by the Consultant/Client – MDL. All air conditioning equipment shall be connected and tested in the presence of an authorized representative of the Contractor, Consultant & MDL. The system shall be commissioned only after the contractor has certified in writing that the electrical installation work for air conditioning services has been thoroughly checked, tested and found to be totally satisfactory and in full conformity with the contract. Drawings, Specifications and manufacturer’s instructions. It is to be clearly understood that the final responsibility for the sufficiency, adequacy and conformity to the contract requirements, of the electrical installation work for air conditioning services, lies solely with the contractor.

2.17 Completion Certificate: On completion of the Electrical installation for air conditioning, a certificate shall be furnished by the contractor, counter signed by the licensed supervisor, under whose direct supervision the installation was carried out. 2.18 Testing & Commissioning The performance, testing & commissioning of the complete HVAC system is required to be carried out by the HVAC Contractor to comply with the various parameters specified in the tender documents. Contractor shall submit Testing & Commissioning methodology for complete HVAC system for review & approval of Client / Consultant. Testing & commissioning of HVAC system shall be done strictly in accordance with approved methodology. Contractor shall also provide four copies of record of all safety and automatic control settings for the entire installation. The installation shall be tested again after removal of defects and shall be commissioned only after approval by the Client – MDL/ Architect / Consultant. All tests shall be carried out for satisfactory performance in the presence of the representatives of the Client – MDL / Architect / Consultant. All instruments, services needed for the tests shall be furnished by the Contractor themselves. All testing instruments shall be calibrated and the Contractor shall produce calibration certificates in support. Contractor shall raise call for inspection sufficiently in advance for witness by Consultant /MDL via officially acceptable means such as e-mail & letters.

2.19 GENERAL FEATURES: - BMS Compatible central controller is required for control of VRV/VRF based System and BMS Compatible VFD based PLC Panel for control of AHU Units. Following features shall be provided for central controller of VRV/VRF system & PLC based panel of AHUs.

ON / OFF Control ON / OFF control for AHU unit & VRF Indoor & Outdoor Unit.

Mode Selection Simulated COOL/FAN operation.

Page 19: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 19 of 165

Temperature setting range

Temperature selection for AHU Unit from 19Deg to 28Deg.C in cooling mode & For Outdoor Unit from 10 Deg to 43 Deg. C in cooling mode. Fan Speed Setting HIGH-MEDIUM-LOW.

Timer Multiple daily time ON/OFF settings where temperature, fan speeds can be selected.

Fault Status If a fault occurs, the screen shall display the fault details within 3 minutes and a fault log shall be created. Provision to print the log automatically shall be provided.

System Status Actual operating conditions for each indoor and outdoor unit shall be monitored on the system display graphics.

Search Where many indoor units are controlled by NETWORK, a search function shall be available to find specific unit locations.

Language ENGLISH

Help Files Help files shall be provided in ENGLISH language.

Error Log All faults reports shall be stored with date and time information providing a historical record.

Unit Registration

Information concerning the unit models, serial numbers shall be printed / marked on each unit for better after sales services.

Filter Maintenance

An indication shall appear, at selected time intervals, when it is necessary to inspect the filter.

2.20 As Built Drawings Contractor shall submit as built drawings as and when work in all respects is completed in a particular area. These drawings shall be submitted in the form of two sets of CD’s and four set of Hard copy – ‘A1’ Size color printout. These drawings shall clearly indicate complete HVAC system Equipment layouts, ducting and piping layouts, location of wiring and sequencing of automatic controls, location of all concealed piping, valves, controls, dampers, wiring and other services. 2.21 Operating Instruction & Maintenance Manual Upon completion and commissioning of system the contractor shall submit a draft copy of comprehensive operating instructions, maintenance schedule and log sheets for all systems and equipment included in this contract. This shall be supplementary to manufacturer’s operating and maintenance manuals. Upon approval of the draft, the contractor shall submit four (4) complete bound sets of type written operating instructions and maintenance manuals; one each for retention by Consultant and Client – MDL / Architect / Consultant and two for Client – MDL’s Operating Personnel. These manuals shall also include basis of design, detailed technical data for each piece of equipment as installed, spare parts manual and recommended spares for period of maintenance of each equipment.

2.22 On Site Training Upon completion of all work and all tests, the Contractor shall depute necessary operators, labor and helpers for operating the entire HVAC installation for a period of ten (10) working days, to enable the Client’s personnel to get acquainted with the operation of the

Page 20: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 20 of 165

system. During this period, the contractor shall train the Client’s nominated personnel in the operation, adjustment and maintenance of all equipment installed. 2.23 Servicing of HVAC System during Defect Liability Period

Contractor to arrange free of cost quarterly servicing of the entire HVAC system installed

during Defect liability period to keep the system in good and trouble free operating conditions. The servicing agency appointed should be OEM or authorized agency of OEM. It is preferred to appoint the AMC Contractor as a servicing agency/Contractor.

III. Scope of Work for Lift Work:

a) Design, manufacture, transport, supply at MDL site, installation, testing, commissioning & obtaining licenses to operate the lifts from PWD Inspector of Lifts of 2 Nos. Passenger Lifts conforming to MDL Technical Specifications.

b) The scope of work shall be inclusive of following: i) Preparation of engineering data and preliminary layout drawings (03 sets)

including shaft details and get it approved from the Consultant/Client, relevant to the scope of work for each lift as per site conditions prevailing in MDL premises i.e. suiting to existing Lift Shafts (Well sizes), Travel Length, examination of lift Pits and carrying out changes (increase/decrease) as per lift norms including water proofing of pit if required etc. for each lift prior to manufacturing of each lift.

ii) Erecting necessary scaffolding, working platform required for installation and

commissioning of lifts. iii) Lifting and shifting of items. Necessary hoisting beams/hooks to be provided. iv) All associated civil works, wherever required for lift doors, masonry works, buffer

blocks in lift pit, grouting LPB boxes, digital position indicators and painting of Lift Shaft, including waterproofing of Lift Pits, if required, except chipping of RCC column/beam for opening of lift doors, if necessary. Adequate ventilation for Head room with rain protected windows or Louvers.

v) Supply and installation of suitable power cable/earthling through lift shaft (i.e.

through car travelling path) from MDL Switches, lift shaft lighting as per codes and standards.

vi) Supply and installation of suitable ELCB & Fuse switches wherever required for

all the lifts. vii) All moving parts of lift machine viz. motor, governor, moving wheel etc. should be

provided with safety guards. viii) The quality of work must be of highest standard as prevailing in the lifts

industry. The contractor will conduct all mandatory and routine tests during manufacturing of the lifts as per Specifications and relevant IS codes for quality assurance. He will submit the reports of tests carried out by him for different parts of the lift and manufacturer’s Tests Certificates to Engineer-in-charge of the work.

ix) After completion of work the lift will be put to trial run. During this period the

contractor will appraise the MDL staff with various parts of the lifts and their functioning. He will train 2-3 representatives of the MDL regarding operation & preventive maintenance of the lifts.

Page 21: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 21 of 165

x) Obtaining licenses to operate the above lifts from PWD Inspector of Lifts

including payment of all fees and incidental expenses thereof.

2. LIST OF TENDER DRAWINGS

SR.NO DRAWINGS DRAWING NUMBER

ARCHITECTURAL DRAWINGS

1 DEMOLITION PLAN MDL-SC TD-2500

2 SETTING OUT PLAN MDL-SC TD-2501

3 CENTRE LINE LAYOUT MDL-SC TD-2502

4 PUMP ROOM DRAWING MDL-SC TD-2505

5 GA PLAN GROUND FLOOR MDL-SC TD-2511

6 MASONRY PLAN GROUND FLOOR MDL-SC TD-2512

7 FLOORING PLAN GROUND FLOOR MDL-SC TD-2513

8 RCP GROUND FLOOR MDL-SC TD-2514

9 GA PLAN MEZZANINE FLOOR MDL-SC TD-2521

10 MASONRY PLAN MEZZANINE FLOOR MDL-SC TD-2522

11 FLOORING PLAN MEZZANINE FLOOR MDL-SC TD-2523

12 RCP MEZZANINE FLOOR MDL-SC TD-2524

13 GA PLAN 1ST FLOOR MDL-SC TD-2531

14 MASONRY PLAN 1ST FLOOR MDL-SC TD-2532

15 FLOORING PLAN 1ST FLOOR MDL-SC TD-2533

16 RCP 1ST FLOOR MDL-SC TD-2534

17 GA PLAN 2ND FLOOR MDL-SC TD-2541

18 MASONRY PLAN 2ND FLOOR MDL-SC TD-2542

19 FLOORING PLAN 2ND FLOOR MDL-SC TD-2543

20 RCP 2ND FLOOR MDL-SC TD-2544

21 TERRACE FLOOR PLAN MDL-SC TD-2551

22 ROOF PLAN MDL-SC TD-2552

23 SECTION - AA MDL-SC TD-2561

24 SECTION - BB MDL-SC TD-2562

25 SECTION - CC MDL-SC TD-2563

26 SECTION - DD MDL-SC TD-2564

27 ELEVATION-P MDL-SC TD-2571

28 ELEVATION-Q MDL-SC TD-2572

29 ELEVATION-R MDL-SC TD-2573

30 ELEVATION-S MDL-SC TD-2574

Page 22: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 22 of 165

31 DOOR DETAIL/DOOR SCHEDULE & WINDOW DETAIL/WINDOW SCHEDULE

MDL-SC TD-2581

32 GLAZING DETAIL/GLAZING SCHEDULE MDL-SC TD-2582

33 TOILET DETAILS MDL-SC TD-2584

34 TOILET DETAILS MDL-SC TD-2585

35 TOILET DETAILS MDL-SC TD-2586

36 GLASS SANDWICH PANEL DETAIL MDL-SC TD-2587

37 RAILING DETAILS MDL-SC TD-2588

38 LANDCAPE TERRACE DETAILS MDL-SC TD-2589

39 LIFT LOCATION PLAN MDL-SC TD-2590

40 LIFT SHAFT SECTION MDL-SC TD-2591

41 PARTITION DETAIL MDL-SC TD-2592

42 PARTITION DETAIL MDL-SC TD-2593

PLUMBING DRAWING LIST

1 INTERNAL PLUMBING LAYOUT FOR GROUND FLOOR PLAN

INI-MD-SB-PL-GR-01

2 INTERNAL SEWAGE DISPOSAL LAYOUT FOR MEZZANINE FLOOR PLAN

INI-MD-SB-SEW-MF-01

3 INTERNAL WATER SUPPLY LAYOUT FOR MEZZANINE FLOOR PLAN

INI-MD-SB-WS-MF-01

4 INTERNAL SEWAGE DISPOSAL FOR 1ST FLOOR PLAN

INI-MD-SB-SEW-1ST-01

5 INTERNAL WATER SUPPLY LAYOUT FOR 1ST FLOOR PLAN

INI-MD-SB-WS-1ST-01

6 INTERNAL SEWAGE DISPOSAL FOR 2ND FLOOR PLAN

INI-MD-SB-SEW-2ND-01

7 INTERNAL WATER SUPPLY LAYOUT FOR 2ND FLOOR PLAN

INI-MD-SB-WS-2ND-01

8 RAIN WATER DISPOSAL FOR TERRACE LEVEL INI-MD-SB-PL-TER-01

9 INTERNAL WATER SUPPLY LAYOUT FOR TERRACE FLOOR PLAN

INI-MD-SB-WS-TER-01

10 WATER SUPPLY SCHEMATIC LAYOUT INI-MD-SB-PL-WS-SCH-01

11 EXTERNAL PLUMBING SERVICES LAYOUT INI-MD-SB-PL-EX-GR-01

12 DETAIL OF UNDER GROUND WATER TANK & PUMP ROOM

INI-MD-SB-UGT-01

STRUCTURAL DRAWINGS

1 LAYOUT AT FIRST FLOOR LEVEL 8470-WD-01-01

2 LAYOUT AT SECOND FLOOR LEVEL 8470-WD-02-01

3 FOOTING LAYOUT 8470-WD-FT-01

4 LAYOUT AT GROUND FLOOR 8470-WD-GR-01

5 LAYOUT AT MEZZANINE FLOOR 8470-WD-MZ-01

6 G.A SECTION 8470-WD-SEC-01

7 G.A SECTION 8470-WD-SEC-02

8 G.A SECTION 8470-WD-SEC-03

9 G.A SECTION 8470-WD-SEC-04

Page 23: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 23 of 165

10 G.A SECTION 8470-WD-SEC-05

11 G.A SECTION 8470-WD-SEC-06

12 SECURITY PUMP ROOM DETAIL 8577-WD-SPR-01

13 LAYOUT AT TERRACE LEVEL 8470-WD-TER-01

ELECTRICAL DRAWING LIST

1 SECURITY COMPLEX GROUND FLR EXTERNAL AREA LIGHTING LAYOUT SHEET-1

INI-MD-SB-EL-EXT-LTG-01

2 SECURITY COMPLEX GROUND FLR EXTERNAL AREA LIGHTING LAYOUT SHEET-2

INI-MD-SB-EL-EXT-LTG-01

3 SECURITY COMPLEX TERRACE FLOORLIGHTING LAYOUT

INI-MD-SB-EL-EXT-LTG-03

4 SECURITY COMPLEX GROUND FLOOR PLAN LIGHTING LAYOUT

INI-MD-SB-EL-LTG-01

5 SECURITY COMPLEX GROUND FLOOR PLAN LIGHTING DB DETAIL LAYOUT

INI-MD-SB-EL-LTG-01

6 SECURITY COMPLEX MEZZANINE FLOOR PLAN LIGHTING LAYOUT

INI-MD-SB-EL-LTG-02

7 SECURITY COMPLEX FIRST FLOOR PLANLIGHTING LAYOUT

INI-MD-SB-EL-LTG-03

8 SECURITY COMPLEX SECOND FLOOR PLAN LIGHTING LAYOUT

INI-MD-SB-EL-LTG-04

9 SECURITY COMPLEX GROUND FLOOR PLAN ELECTRICAL & ELV PANEL LAYOUT

INI-MD-SB-EL-01

10 SECURITY COMPLEX GROUND FLOOR PLAN CABLE TRAY LAYOUT

INI-MD-SB-EL-CT-01

11 SECURITY COMPLEX MEZZANINE FLOOR PLAN ELECTRICAL & ELV PANEL LAYOUT

INI-MD-SB-EL-02

12 SECURITY COMPLEX MEZZANINE FLOOR PLANCABLE TRAY LAYOUT

INI-MD-SB-EL-CT-02

13 SECURITY COMPLEX 1st FLOOR PLAN ELECTRICAL & ELV PANEL LAYOUT

INI-MD-SB-EL-03

14 SECURITY COMPLEX 1st FLOOR PLAN CABLE TRAY LAYOUT

INI-MD-SB-EL-CT-03

15 SECURITY COMPLEX 2nd FLOOR PLAN ELECTRICAL & ELV PANEL LAYOUT

INI-MD-SB-EL-04

16 SECURITY COMPLEX 2nd FLOOR PLAN CABLE TRAY LAYOUT

INI-MD-SB-EL-CT-04

17 SECURITY COMPLEX GROUND FLOOR PLAN AC POWER LAYOUT

INI-MD-SB-EL-AC-POW-01

18 SECURITY COMPLEX MEZZANINE FLOOR PLAN AC POWER LAYOUT

INI-MD-SB-EL-AC-POW-02

19 SECURITY COMPLEX FIRST FLOOR PLAN AC POWER LAYOUT

INI-MD-SB-EL-AC-POW-03

20 SECURITY COMPLEX SECOND FLOOR PLAN AC POWER LAYOUT

INI-MD-SB-EL-AC-POW-04

21 SECURITY COMPLEX GROUND FLOOR PLAN CCTV & ACCESS CONTROL SYSTEM LAYOUT

INI-MD-SB-EL-CCTV-ACS-01

22 SECURITY COMPLEX MEZZANINE FLOOR PLAN CCTV & ACCESS CONTROL SYSTEM LAYOUT

INI-MD-SB-EL-CCTV-ACS-02

23 SECURITY COMPLEX 1st FLOOR PLAN CCTV & ACCESS CONTROL SYSTEM LAYOUT

INI-MD-SB-EL-CCTV-ACS-03

24 SECURITY COMPLEX 2nd FLOOR PLAN FIRE ALARM SYSTEM LAYOUT

INI-MD-SB-EL-FAS-04

25 SECURITY COMPLEX GROUND FLOOR PLAN INI-MD-SB-EL-EP-01

Page 24: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 24 of 165

EARTH PIT LAYOUT

26 SECURITY COMPLEX GROUND FLOOR PLAN FIRE ALARM SYSTEM LAYOUT

INI-MD-SB-EL-FAS-01

27 SECURITY COMPLEX GROUND FLOOR PLAN PUBLIC ADDRESS SYSTEM LAYOUT

INI-MD-SB-EL-PAS-01

28 SECURITY COMPLEX GROUND FLOOR PLAN RODENT LAYOUT

INI-MD-SB-EL-ROD-01

29 SECURITY COMPLEX MEZZANINE FLOOR PLAN FIRE ALARM SYSTEM LAYOUT

INI-MD-SB-EL-FAS-02

30 SECURITY COMPLEX MEZZANINE FLOOR PLAN PUBLIC ADDRESS SYSTEM LAYOUT

INI-MD-SB-EL-PAS-02

31 SECURITY COMPLEX MEZZANINE FLOOR PLAN RODENT LAYOUT

INI-MD-SB-EL-ROD-02

32 SECURITY COMPLEX 1st FLOOR PLAN FIRE ALARM SYSTEM LAYOUT

INI-MD-SB-EL-FAS-03

33 SECURITY COMPLEX 1st FLOOR PLAN PUBLIC ADDRESS SYSTEM LAYOUT

INI-MD-SB-EL-PAS-03

34 SECURITY COMPLEX 1st FLOOR PLAN RODENT LAYOUT

INI-MD-SB-EL-ROD-03

35 SECURITY COMPLEX 2nd FLOOR PLANFIRE ALARM SYSTEM LAYOUT

INI-MD-SB-EL-FAS-04

36 SECURITY COMPLEX 2nd FLOOR PLAN PUBLIC ADDRESS SYSTEM LAYOUT

INI-MD-SB-EL-PAS-04

37 SECURITY COMPLEX 2nd FLOOR PLAN RODENT LAYOUT

INI-MD-SB-EL-ROD-04

38 SECURITY COMPLEX GROUND FLOOR PLAN POWER LAYOUT

INI-MD-SB-EL-PWR-01

39 SECURITY COMPLEX GROUND FLOOR PLAN POWER SINGLE LINE DIAGRAM

INI-MD-SB-EL-PWR-SLD-01

40 SECURITY COMPLEX MEZZANINE FLOOR PLAN POWER LAYOUT

INI-MD-SB-EL-PWR-02

41 SECURITY COMPLEX MEZZANINE FLOOR PLAN POWER SINGLE LINE DIAGRAM

INI-MD-SB-EL-PWR-SLD-02

42 SECURITY COMPLEX 1st FLOOR PLAN POWER LAYOUT

INI-MD-SB-EL-PWR-03

43 SECURITY COMPLEX 1st FLOOR PLAN POWER SINGLE LINE DIAGRAM

INI-MD-SB-EL-PWR-SLD-03

44 SECURITY COMPLEX 2nd FLOOR PLAN POWER LAYOUT

INI-MD-SB-EL-PWR-04

45 SECURITY COMPLEX 2nd FLOOR PLAN POWER SINGLE LINE DIAGRAM

INI-MD-SB-EL-PWR-SLD-04

46 SECURITY COMPLEX GROUND FLOOR PLAN RACEWAY ROUTING LAYOUT

INI-MD-SB-EL-RAC-01

47 SECURITY COMPLEX MEZZANINE FLOOR PLAN RACEWAY ROUTING LAYOUT

INI-MD-SB-EL-RAC-02

48 SECURITY COMPLEX 1st FLOOR PLAN RACEWAY ROUTING LAYOUT

INI-MD-SB-EL-RAC-03

49 SECURITY COMPLEX 2nd FLOOR PLAN RACEWAY ROUTING LAYOUT

INI-MD-SB-EL-PWR-04

50 SECURITY COMPLEX MAIN SINGLE LINE DIAGRAM

INI-MD-SB-EL-SLD-01

51 SECURITY COMPLEX FIRE ALARM SYSTEM SCHEMATIC DIAGRAM

INI-MD-SB-EL-SCH-FAS-01

52 SECURITY COMPLEX PUBLIC ADDRESS SYSTEM SCHEMATIC DIAGRAM

INI-MD-SB-EL-SCH-PAS-01

Page 25: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 25 of 165

53 SECURITY COMPLEX DATA, TELEPHONE & CCTV SYSTEM SCHEMATIC DIAGRAM

INI-MD-SB-EL-SCH-D/V/CCTV-01

54 SECURITY COMPLEX EARTHING SCHEMATIC DIAGRAM

INI-MD-SB-EL-SCH-EP-01

FIRE FIGHTING DRAWING LIST

1

SECURITY COMPLEX FIRE FIGHTING LAYOUT FOR GROUND FLOOR PLAN

INI-MD-SB-FF-GR-01

2 SECURITY COMPLEX FIRE FIGHTING LAYOUT FOR MEZZANINE FLOOR PLAN

INI-MD-SB-FF-MEZ-01

3 SECURITY COMPLEX FIRE FIGHTING LAYOUT FOR 1ST FLOOR PLAN

INI-MD-SB-FF-1st-01

4 SECURITY COMPLEX FIRE FIGHTING LAYOUT FOR 2ND FLOOR PLAN

INI-MD-SB-FF-2nd-01

5 SECURITY COMPLEX FIRE FIGHTING LAYOUT FOR TERRACE FLOOR PLAN

INI-MD-SB-FF-TER-01

6 GROUND FLOOR EXTERNAL FIRE FIGHTING LAYOUT

INI-MD-SB-FF-GR-01

7 SECURITY COMPLEX FIRE FIGHTING SCHEMATIC LAYOUT

INI-MD-SB-FF-SCH-01

8 DETAIL OF UNDER GROUND WATER TANK & PUMP ROOM

INI-MD-SB-UGT-01

HVAC DRAWING LIST

1 HVAC DRAWING FOR GROUND FLOOR LEVEL M-101

2 HVAC DRAWING FOR MEZZANINE FLOOR LEVEL M-102

3 HVAC DRAWING FOR FIRST FLOOR LEVEL M-103

4 HVAC DRAWING FOR SECOND FLOOR LEVEL M-104

5 HVAC DRAWING FOR TERRACE FLOOR LEVEL M-105

Page 26: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 26 of 165

Enclosure-1

PRICE BID (PART-II) BILL OF QUANTITIES

(To be submitted online)

Sub: CONSTRUCTION OF SECURITY COMPLEX AT MDL, MUMBAI.

Ref: MDL Tender No. 1800000056 INSTRUCTION TO THE BIDDER:

1. The Goods & Service Tax IS NOT INCLUDED in the rates indicated below for this section. The Goods & Service Tax as applicable, which is 18% at present, shall be paid over & above the item rates.

2. Bidder to note Clause No. 2 (Defect Liability Period), Clause No 3 (Performance bank

Guarantee), Clause No 5 (Safety and Training), Clause No 6 (Terms of Payment), Clause

No 7 (Prices and Taxes, Stamp Duty), Clause No 12 (Housekeeping), Clause No 15 (Insurance), Clause No 16 (Water proofing Bank Guarantee) & Clause No 11.10 (Availability of construction material) of Volume II before quoting.

3. MDL reserves the right to increase the quantity of any item in the BOQ to any extent

provided the increase in the total Estimated Amount due to this change in the quantity over BOQ quantity multiplied by specified rate for all the items put together do not exceed 25% of the Accepted Contract Value. Bidder to note Clause No 13.1 of Volume II before quoting.

4. Bidder should note (Point no D/I/1.3 (t)) in Scope of work for Fire Fighting System in Vol

III.

5. Bidder should also note Clause No. 27 (Integrity Pact Bank Guarantee) in Vol I before

quoting.

Page 27: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 27 of 165

S.N. Description Unit Qty Rate(`̀̀̀) Amount (`̀̀̀)

I CIVIL & ARCHITECTURAL WORK

Part I DEMOLITION WORK

A DEMOLITION:-

The Contractor shall visit site prior to quoting and collect all the necessary information required for carrying out demolition work.MDL will be removing all the Servicable material needed for MDL from the structures which are to be demolished prior to handing over the work site to the contractor .The contractor will get all the unservicable

material got from the demolished structures; Contractor has to take away all generated scrap like Steel Reinforcement,structural steel, wooden scrap,electrical wire,Roofing sheets etc. . The work includes disposal of unservicable material outside MDL site to approved Muncipal location , contractor shall take into account the time required for necessary gate pass and security checks required for taking out the demolished material from the MDL site , all activities shall be done as per MDL factory rules. The demolition equipments,safety measures to be

adopted shall be specified in writing by the contractor to MDL prior to start of work . The contractor shall use less vibration demolition tools /equipments during the demolition work. Signage's (Safety instructions related) shall be displayed in areas of demolition .Safety nets , temporary barricading etc. & all other safety related measures shall be adopted as per standard safety practices in construction industry and safety measures required by MDL factory rules.The work includes identification of required working underground lines (connected to the structures which are to be demolished ) which are to be removed,

this shall be based on site visit , & as per inputs and discussion with MDL authorities . The serviceable pipes etc. and unserviceable items regarding underground facilities shall be listed separately. The unservicable pipes generated out of this activity shall be taken away from site .The underground working lines if any required shall be diverted from locations away from Proposed location of buildings; this work to be conducted in consultation with MDL. The unserviceable items debris while carting away in trucks shall be measured and noted checked by MDL

Engineering in charge & MDL Security.

1 Demolition of only First Floor of Total Each 1.00 281064.00 281064.00

Page 28: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 28 of 165

floor area size approx. 12.25 x 14.34 mx 4.5 m height Security Officer rooms in Existing RCC Sub station Building , including external steel stair from first to Ground, removal of electrical wiring & all fittings; underground facilities rerouting / removal based on MDL instructions. The work includes carting away all unservicable debris to approved

Muncipal alloted area outside MDL Premises. Note:- 1) Ground floor transformer rooms, HT Breaker room & LT Breaker room in Existing Substation Building are to be retained 2) The flooring on the First floor should not be removed .( to avoid leakage Problem) 3) External walls should be retained as parapet upto sill height of window ) All demolition works to be as directed by E.I.C.

2 Demolition of Existing Union office Building Ground floor structure Total floor area size approx. 8 x 3 m x 5 m height , including removal of electrical wiring & all fittings; underground facilities rerouting / removal based on MDL instructions . The work includes carting away unserviceable debris to approved Municipal allotted area outside MDL Premises.

Each 1.00 36000.00 36000.00

3 Demolition of Existing Reception Portacabin office Ground floor structure Total floor area size approx. 6 x 10 m , including removal of electrical wiring & all fittings; underground facilities rerouting / removal based on MDL instructions . The work includes carting away unserviceable debris to approved Municipal allotted area outside MDL Premises.

Each 1.00 90000.00 90000.00

4 Demolition of Existing Punching area shed (side of reception) Ground floor structure Total floor area size approx. 21 x 9 mx 5 m height , including removal of electrical wiring & all fittings;

underground facilities rerouting / removal based on MDL instructions . The work includes carting away unserviceable debris to approved Municipal allotted area outside MDL Premises.

Each 1.00 283500.00 283500.00

5 Demolition of Existing Under Ground tank structure approx tank area of size 5 x 5 m ; work includes removal of underground pipe , rerouting / removal based on MDL instructions . The work includes carting away unserviceable debris and unwanted items to approved Municipal allotted area outside MDL Premises.

Each 1.00 37500.00 37500.00

6 Demolition of Existing Pump Room/House Ground floor structure Total floor area size approx. 5 x 4 mx

Each 1.00 30000.00 30000.00

Page 29: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 29 of 165

5 m height , including removal of electrical wiring & all fittings; underground facilities rerouting / removal based on MDL instructions . The work includes carting away unserviceable debris to approved Municipal allotted area outside MDL Premises.

7 Demolition of Existing Fire fighting Store Ground floor structure with structural steel truss and roof sheet Total floor area size approx. 5 x 7 mx

5 m height , including removal of electrical wiring & all fittings; underground facilities rerouting / removal based on MDL instructions . The work includes carting away unserviceable debris to approved Municipal allotted area outside MDL Premises.

Each 1.00 52500.00 52500.00

8 Demolition of Existing Punching area shed (side of Pump house) Ground floor structure Total floor area size approx. 14 x 6 m x 5 m height , including removal of electrical wiring & all fittings; underground facilities rerouting / removal based on MDL instructions . The work includes carting away unserviceable debris to approved Municipal allotted area outside MDL Premises.

Each 1.00 126000.00 126000.00

9 Demolition of Existing Gate office (side of sub station) Ground floor Portacabin structure Total floor area size approx. 3 x 2.5 m x 5 m height , including removal of electrical wiring & all fittings; underground facilities rerouting / removal based on MDL instructions . The work includes carting away unserviceable debris to approved Municipal allotted area outside MDL Premises.

Each 1.00 11250.00 11250.00

10 Demolition of Existing Gate office (side of Punching area) Ground floor Porta cabin structure Total floor area size approx. 3 x 2.5 m x 5 m height , including removal of electrical wiring & all fittings; underground facilities rerouting / removal based on MDL

instructions . The work includes carting away unserviceable debris to approved Municipal allotted area outside MDL Premises.

Each 1.00 11250.00 11250.00

11 Removal of Existing Gate of approx. 8m long x 2.5 m height including supports clamps etc. as per MDL instructions . The work includes carting away unserviceable debris to approved Municipal allotted area outside MDL Premises.

Each 1.00 5000.00 5000.00

12 Removal of open Existing shed with steel column & Roofing sheet over Gate of approx. 12m long x 6x 12 m height including supports clamps etc. as

Each 1.00 10000.00 10000.00

Page 30: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 30 of 165

per MDL instructions . The work includes carting away unserviceable debris to approved Municipal allotted area outside MDL Premises.

13 Felling trees of the girth (measured at a height of 1 m above ground level), including cutting of trunks and branches, removing the roots and stacking of serviceable material and disposal of unserviceable material

13.1 Beyond 30 cm girth upto and including 60 cm girth

Each 1.00 314.35 314.35

13.2 Beyond 60 cm girth upto and including 120 cm girth

Each 1.00 1394.93 1394.93

13.3 Beyond 120 cm girth upto and including 240 cm girth

Each 3.00 6459.43 19378.29

13.4 Above 240 cm girth Each 5.00 12949.91 64749.55

14 Excavating trenches of required width for pipes, cables, etc including excavation for sockets, and dressing of sides, ramming of bottoms, depth upto 1.5 m, including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m :All kinds of soil

14.1 Pipes, cables etc, not exceeding 80 mm dia.

RM 365.00 197.98 72262.70

14.2 Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia

RM 260.00 323.32 84063.20

14.3 Pipes, cables etc. exceeding 300 mm dia but not exceeding 600 mm

RM 80.00 504.80 40384.00

15 Removal of unserviceable water pipe line and carting away out of site

Kg 2200.00 15.18 33396.00

16 Removal of the unidentified cables which are unserviceable , and carting away from site

RM 130.00 12.31 1600.30

17 Removal of the sewer line which are unserviceable , and carting away from site

RM 110.00 11.46 1260.60

18 Shifting of the reusable electrical cables to nearby excavated area (Note :-

Excavation is paid separately)

RM 240.00 12.31 2954.40

19 Shifting of Existing Porta cabins upto 150

m lead within site premises

Each 2.00 10000.00 20000.00

PART

II

CIVIL WORKS -FOR EXTERNAL

WORKS ROAD ,EXTERNAL SECURITY, U/G PIPELINE & PUMP HOUSE & EXISTING SUB STATION TERRACE PART ONLY

SUB STRUCTURE WORKS

A EARTHWORK

20 Earth work in excavation by Mechanical means (Hydraulic excavator) / Manual means over areas (exceeding 30cm in depth, 1.5m in width as well as 10 sqm

on plan) including disposal of excavated earth, lead upto 50 m and lift upto 1.5 m, disposed earth to be levelled and neatly

m3 242.88 180.63 43871.41

Page 31: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 31 of 165

dressed. All kinds of soil

21 Earth work in excavation by Mechanical means (Hydraulic excavator) / Manual means over areas (exceeding 30cm in depth, 1.5m in width as well as 10 sqm on plan) including disposal of excavated earth, dewatering whenever required, lead upto 50 m and lift upto 1.5 m, disposed earth to be levelled and neatly dressed.-Hard rock (blasting prohibited)

m3 5.00 686.28 3431.40

22 Excavating trenches of required width for pipes, cables, etc including excavation for sockets, and dressing of sides, ramming of bottoms, depth up to 1.5 m, including getting out the excavated soil, and then returning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a lead of 50 m : All kinds of soil

22.1 Pipes, cables etc, not exceeding 80 mm dia.

RM 115.50 197.98 22866.69

22.2 Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia

RM 11.00 323.32 3556.52

23 Extra for every additional lift of 1.5 m or part thereof in excavation /banking excavated or stacked materials.-All kinds of soil

m3 39.00 50.10 1953.90

24 Extra for every additional lift of 1.5 m or part thereof in excavation /banking

excavated or stacked materials.-Ordinary or hard rock

m3 5.00 89.88 449.40

25 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 50m and lift up to 1.5m.

m3 168.16 180.34 30325.97

26 Filling in plinth with murrum/ selected earth approved by Engineer-in-charge excavated from nearby borrow areas including all leads up to 2 Km, lifts, loading, unloading, stacking, leveling, spreading, in layers not exceeding 150 mm thick, watering, compaction to give 95% proctor density etc. complete as per specifications, drawings & as directed by

the Engineer-in-charge.(Provisional Qty.)

m3 5.00 409.61 2048.05

27 Carriage of excavated earth by

mechanical transport including loading, unloading and staking outside MDL premises to municipal dumping ground etc complete.

m3 73.72 542.70 40007.84

28 Providing and laying dry rubble stone soling/ packing handset in regular lines, interstices being filled in with small pieces of stones, thoroughly rammed, consolidated and watered complete as directed.-230 mm thickness

m2 20.00 277.46 5549.20

Page 32: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 32 of 165

B CONCRETE WORK

29 Providing and laying in position cement concrete of specified grade excluding the cost of centering and shuttering - All work up to plinth level :1:2:4 (1 cement : 2 coarse sand (zone-III) : 4 graded stone aggregate 20 mm nominal size)

m3 15.03 7861.53 118158.80

C REINFORCED CEMENT CONCRETE

30 DESIGN MIX CONCRETE:-Providing & laying in position machine batched, machine mixed Design Mix M-25 grade cement concrete for reinforced cement concrete work, using cement content as per approved design Mix, including pumping of concrete to site of laying but excluding the cost of centering , shuttering, finishing and reinforcement, including admixtures in recommended proportions as per IS :9103 to accelerate, retard setting of concrete, improve workability without impairing strength and durability as per direction of Engineer-in -charge. (Note :- Cement content considered in this item is @ 330 Kg/cum. Excess/less cement used as per design mix is payable/recoverable separately). All works upto plinth level

m3 53.58 9244.69 495330.49

31 Extra for providing richer mixes at all floor levels. Note:- Excess/less cement over the specified cement content used is payable /recoverable separately. Providing M-30 grade concrete instead of M-25 grade BMC/ RMC. (Note:- Cement content considered in M-30 is @ 340 kg/cum)

m3 53.58 99.67 5340.32

32 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete upto plinth level. Thermo-

mechanically Treated bars Grade FE 500D or more

kg 19414.36 81.17 1575863.60

33 Providing and fixing Centering & shuttering including strutting, propping etc. and removal of form for Foundations, footings, bases of columns, etc. for mass concrete

m2 107.30 278.14 29844.42

D STEEL WORK

34 Structural steel work in single section, fixed with or without connecting plate, including cutting, hoisting, fixing in position and surface preparation , applying a priming coat of approved steel primer all complete.

kg 541.35 83.83 45381.37

35 Providing and fixing mild steel round holding down bolts with nuts and washer plates complete.

kg 24.51 97.52 2390.22

E MASONRY WORK

36 Brick work with common burnt clay modular bricks of with minimum crushing strength shall not be less than 35 kg/cm2 in foundation and plinth in:

m3 14.43 6586.56 95044.06

Page 33: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 33 of 165

Cement mortar 1:4 (1 cement : 4 coarse sand)

SUPER STRUCTURE STRUCTURAL WORKS

F MASONRY WORK

37 Providing Brick masonry with conventional / IS type bricks of greater than one brick thickness including scaffolding, watering, racking out joints

etc. complete-SET IN CEMENT MORTAR ( 1 : 4 )--In Foundation & Plinth ; with minimum crushing strength shall not be less than 35 kg/cm2

Cum 2.00 5359.41 10718.82

G BLOCK MASONRY WORK

38 Providing and laying precast autoclaved aerated cement block masonry with approved factory made concrete solid blocks in super structure at all level and locations of all geometrical shapes using autoclaved aerated cement blocks of approved quality of Grade 1 as per IS 2185 Part III - latest revision and dry density not less than 651-750 kg/m3 and

minimum average compressive strengths 4.0 to 5.0 N/mm2 at 28 days using premixed mortar of 3-4mm thickness of sound fixo kare or equivalent make to correct line, level and plumb including ranking out joints, curing, scaffolding etc. complete as per specification, drawings and as directed by Engineer-in-charge.(with 150mm/230mm/300 mm thick AAC blocks in super structure above plinth level up to floor V level with RCC band at sill level and lintel level with approved block laying polymer modified adhesive mortar all complete as per direction of Engineering-Charge). (The payment of RCC band and reinforcement

shall be made for separately).

cu.m 12.00 8155.73 97868.76

H DOORS AND DOOR FRAMES

Providing & fixing metal door frame and shutter of following sizes, consisting of:a) Pressed Steel Door Frame conforming IS 4351 latest made of 1.6mm thick galvanized steel sheet coated with 120grams / sqm including both sides conforming to IS 277 latest revision formed to double rebate profile of size as mentioned, with a maximum bending radius 1.4mm. fixed with 3 no.s of hold fast on each side of the frame grouted with cement concrete of 1:3:6 fully

poured inside the hollow space. Fire rating 120 minutes/60 minutes as specified in respective item.b)Providing & fixing GI flush door shutter of following constructed from 1.20 mm thk galvanized steel sheet coated with 120grams / sqm including both sides conforming to IS 277 latest revision fully flush ,double skin

Page 34: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 34 of 165

door shell with lock seam joints and stile edges. internal reinforcements / stiffeners are provided at top, Bottom and stile edges for fire rating. The internal construction of the door is a specially designed Honey Comb structure with reinforcements / stiffeners at top, bottom and stile surrounds. Rate should also include (but excluding the cost of fittings

and fixtures with screws which shall be paid separately under relevant item)complete as per drawings & specification and as directed by Engineer-in-charge.Note :- Rate includes1. G.I. sheet coated with 120grams / sq.m including both sides conforming to IS 277 Latest revision.2. Make of G.I. sheet - SAIL, TATA, LLOYD.3. Cost of priming with zinc phosphate solving primer & finished with 2 or more coats of polyurethane Aliphatic grade or epoxy paint of approved make, shade and colour.4. Providing and fixing approved fire rated vision panel of 8 mm thick clear

glass wherever required as per the drawings. 5. Labour for fixing of the fittings & fixtures as per the drawings with appropriate packing pieces if necessary.

39 Factory made 45 mm thk G.I. flush door shutter out of 1.2mm thick G.I.sheet of following sizes, fixed to fire rated 16 BWG galvanised frame/shutter of approved finish, bottom and stile edges, finished with approved PVDF coating to match Asian RAL shade 8512(Almond Sand), including labour for fixing of the fittings & fixtures as per the drawings (but excluding the cost of fittings and fixtures with screws which shall be paid separately under relevant item) complete

as per drawings & specification and as directed by Engineer-in-charge.--Single leaf, single swing with fire rating 120 minutes shutter suitable for opening size 1200mm x 2250mm with galvanised frame size of 125mm x 75mm single rebate with vision panel of 8mm thick fire rated toughened glass of size 300mm x 650mm of approved type & thickness as per architectural design and as directed by Engineer-in-charge.

Sqm. 3.00 15455.81 46367.43

I ALUMINIUM WINDOWS

40 Supply & fixing in position at all floors anodised of approved shade and colour

finished aluminium work for windows with locking arrangements, sliding doors, ventilators, louvers with extruded builtup standard sections of Jindal / Aluminax /Hindalco conforming IS: 733 & IS: 1285 fixing with dash fastners of required size, including filling up the gaps at junctions

Kg 17.00 595.22 10118.74

Page 35: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 35 of 165

i.e. top, bottom & sides with required EPDM rubber / neoprene / polysulphide clear sealant etc. Aluminum section shall be smooth, rust free, straight and jointed mechanically wherever required, including cleat angle, aluminum snap beading for glazing / paneling, stainless steel screws all complete as per drawings & manufacturers specification and as

directed by Engineer-in-charge. The Aluminum consisting of following as described herein under : All fixing shall be concealed and anodized finished as per aluminum.--For shutters of sliding/openable/top hung/fixed windows and ventilators including providing and fixing hinges / pivots and making provision of locking arrangement and for fixing of fittings wherever required including the cost of PVC / neoprene gasket required.

41 Providing & fixing glass panes with putty and glazing clips in steel doors, windows, clerestory windows, all complete with :5.5 mm thick glass panes

Sqm. 4.00 1361.95 5447.80

J FLOORING, SKIRTING AND DADO

42 Providing & laying mirror finished machine cut & machine polished Kotah stone at super structure at all location as mentioned below necessary cement mortar bedding /backing, close jointed & grouted with matching cement slurry and finished to line, level, curing etc. as required, including cutting of stone slab, wastage, making cut outs, wherever required, machine polishing /hand polishing(where machine cannot have access) etc. complete all as per specifications, drawings ,including finish surface shall cover with 2-3mm thick POP protection over polythene covering sheet to flooring area and POP coating shall be removed and disposed of prior to handing over and cleaning all as per specifications and as directed by Engineer-in-charge.

42.1 In flooring kotah stone slab upto 555mm x 555mm size of minimum thickness 25mm laid over & including upto 30mm.thick cement mortar (1:4) bedding.(Provisional)

Sqm. 2.17 1639.55 3557.82

42.2 In skirting kotah stone slab with 555 mm x 75mm high of minimum thickness 18mm as shown in the drg laid over and including upto 15mm thick cement mortar (1:3) backing to match with floor joints and vertical face of the skirting to flush with the finished surface of the wall.

Sqm. 4.00 1775.68 7102.72

42.3 Providing and fixing mirror finished patterned flooring consisting of kotah

stone for treads having thickness 18mm

Sqm. 2.00 1775.68 3551.36

Page 36: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 36 of 165

in required size, shade upto 1200 mm length in single piece in length and upto 300mm wide laid over upto 35mm thick cement mortar of CM 1:4 bedding, including providing two nos. of antiskid grooves at top of of 6mm wide x 3mm deep & prefinished nosing the edges etc. complete ,finish surface shall cover with 2-3mm thick POP protection over

polythene covering sheet to flooring area and POP coating shall be removed and disposed of prior to handing over and cleaning all as per specifications and as directed by Engineer-in-charge.

42.4 Providing and fixing mirror finish patterned flooring consisting of kotah stone for riser having thickness 18mm in required size, shade upto 1200 mm length in single piece in length and upto 180mm high laid over upto 25mm thick cement mortar of CM 1:4 bedding, etc. complete as per specification, drawing & as directed by Engineer in Charge .

Sqm. 1.00 1775.68 1775.68

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

m2 33.00 796.27 26276.91

K FINISHING WORKS

PLASTERING WORKS

44 Plaster to Walls - External & internal Duct : Providing and applying 20 mm thick external sandface plaster in CM 1:4 in two coats factory manufactured premix/ Ready mix cement plaster of M/s Ultratech Cement Ltd/Soundplast PMC-1 or other equivalent make having minimum composition of CS:: 1:4 using fully treated dry, well graded natural sand conforming to IS 383 suitable for external plastering, having low rebound properties, low water demand for curing properties, mechanical mixing with water in a metallic tray only to make good consistency as per the specification of the Manufacturer with base coat of 12 mm thickness with approved waterproofing compound and second layer of 8 mm thickness, including curing, scaffolding etc., complete ready to receive wall finish. The rates shall also include moulding and grooves wherever specified,

Sqm. 121.23 496.98 60248.89

Page 37: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 37 of 165

scaffolding, curing etc complete as per drawings & specification and as directed by Engineer-in-charge. with sponge finish

45 Providing and applying on internal surfaces of Block masonry / concrete, in CM 1:4 factory manufactured premix/ Ready mix cement plaster of M/s Ultratech Cement Ltd/Soundplast PMC-1 or other equivalent make having minimum composition of CS:: 1:4 using fully treated dry,well graded natural sand

conforming to IS 383 suitable for external plastering, having low rebound properties, low water demand for curing properties, mechanical mixing with water in a metallic tray only to make good consistency as per the specification of the Manufacturer and applied on internal wall of one coat of plaster up to 12 mm thick including curing, scaffolding etc., complete ready to receive wall finish. The rates shall also include moulding and grooves wherever specified complete as per drawings & specification and as directed by Engineer-in-charge.

Sqm. 72.00 485.00 34920.00

46 Providing and applying 6 mm cement plaster of mix :1:3 (1 cement : 3 fine sand) faced finished for R.C.C slabs & beams complete in all respects including scaffolding, curing and as directed by Engineer-in-charge.1:3 (1 cement : 3 fine sand)

Sqm. 35.00 206.22 7217.70

PAINTING WORK Note :- All Paints shall be Low VOC Paints

47 Providing & applying Acrylic plastic paint having VOC (Volatile Organic Compound ) content less than 50 grams/ liter, of approved brand and manufacture and approved shade finished with roller to ceilings surfaces, in 2 coats over a coat of approved quality primer on the plastered / POP surface, POP board / gypsum board surfaces including scaffolding, preparation of surface, sanding, light sanding, work platform, painting equipment / apparatus etc.

required to complete interior grade finish etc. at all heights & levels complete as per drawings & specification and as directed by Engineer-in-charge.

Sqm. 107.00 148.50 15889.50

48 Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade: New work (Two or more coats applied @ 1.43 ltr/10 sqm over and including priming coat of exterior primer applied @ 2.20 kg/10 sqm)

Sqm. 93.00 138.82 12910.26

L WATERPROOFING

49 Providing and laying APP (Atactic Polypropylene Polymer) modified prefabricated five layer 3 mm thick water

M2 277.80 598.16 166168.85

Page 38: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 38 of 165

proofing membrane, black finished reinforced with non-woven polyester matt consisting of a coat of bitumen primer for bitumen membrane @ 0.40 litre/sqm by the same membrane manufacture of density at 25°C, 0.87-0.89 kg/litre 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 as under : Joint strength in longitudinal and transverse direction at 23°C as 650/450N/5cm. Tear strength in longitudinal and transverse direction as300/250N. Softening point of membrane not less than 150°C. Cold flexibility shall be upto -2°C when tested in accordance with ASTM,D - 5147. The laying of membrane shall be got done through the authorized applicator of the manufacturer of membrane :--3 mm thick

50 Extra for providing additional thickness of brick bats over average thickness of 100mm in 1:5 cement mortar mixed with waterproofing compound of approved make as per manufacturers specification as directed.

Cum. 24.32 5250.00 127680.00

M MISCELLANEOUS

51 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings This includes jointing of pipes & fittings with one step CPVC solvent cement, trenching, refilling & testing of joints complete as per direction of Engineer in Charge.62.50 mm nominal inner dia Pipes

rm 20.00 1551.31 31026.20

52 Providing and fixing P.V.C. waste pipe for sink or wash basin including P.V.C. waste fittings complete. Flexible pipe--40 mm dia

each 7.00 108.42 758.94

53 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings; pipe sleeve with end cap. This includes jointing of pipes& fittings with one step CPVC solvent cement, trenching, refilling &testing of joints complete as per direction of Engineer in Charge-External work

i) 50 mm nominal inner dia Pipes rm 242.00 694.46 168059.32

ii) 150 mm nominal inner dia Pipes rm 20.00 3454.33 69086.60

54 Providing and mixing integral crystalline admixture for leakage. waterproofing treatment to RCC structures like basement raft, retaining walls, reservoir,

kg 8.38 539.79 4523.44

Page 39: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 39 of 165

sewage & water treatment plant, tunnels / subway and bridge deck etc. at the time of transporting of concrete into the drum of the ready-mix truck, using integral crystalline admixture @0.80% (minimum) to the weight of cement content per cubic meter of concrete) or higher as recommended by the manufacturer's specification in reinforced cement

concrete at site of work.

55 Providing and placing in position 100 mm

thick factory made machine batched & machine mixed Precast RCC Rectangular Covers on drains of footpath of various sizes, of M-25 grade cement concrete for RCC work, including cost of centering, shuttering, reinforcement of 8 mm dia TMT bars of Fe 500 grade @ maximum 100mm c/c on both ways , neat cement punning on finished surface, properly encased on all edges with 1.6 mm thick , 100 mm wide MS sheet duly painted over priming coat , reinforcement to be welded at edges with MS sheet and providing 2 Nos. 12 mm dia bar for hooks etc i/c cost of cartage, all leads & lift, handling at site etc. all complete as per direction of Engineer-in-Charge

m2 4.68 2736.15 12805.18

56 Providing and laying cement concrete in retaining walls, return walls, walls (any thickness) including attached pilasters, columns, piers, abutments, pillars, posts, struts, buttresses, string or lacing courses, parapets, coping, bed blocks, anchor blocks, plain window sills, fillets, sunken floor etc., up to floor five level, excluding the cost of centering, shuttering and finishing :--1:2:4 (1 Cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size)

cum 1.84 9389.89 17277.40

57 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: 3coarse sand) and jointed with grey cement slurry mixed with pigment to

match the shade of the slabs, including rubbing and polishing complete.

sqm 18.62 1775.68 33063.16

58 Providing & fixing GI Sheet fencing Temporary Barricading for a height of 4.0 m including providing and fixing of 113.5 x 113.5mm x 4.8 mm vertical M.S Medium duty square pipe supports at every 1.8 m c/c & horizontal support pipe 50x50x2.6 mm @ 3 locations in position with GI Sheet of 4.0 mt ht. properly fixed & removing after completion of project; taken away by contractor .(foundation paid separately)

Rm 202.66 7549.79 1530040.44

59 Refitting of existing G.I. pipe to new location including all necessary washers, threading etc. complete

Each 1.00 267.14 267.14

SITE DEVELOPMENT WORKS -

Page 40: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 40 of 165

N PAVING ,ROADS

60 Providing and laying 60mm thick factory made cement concrete interlocking paver block of M -30 grade made by block making machine with strong vibratory compaction, of approved size, design& shape, laid in required colour and pattern over and including 50mmthick compacted bed of coarse sand, filling the joints with line sand etc. all complete as per the direction of Engineer-in-charge.

Sqm. 103.00 882.96 90944.88

61 Earth work excavation by mechanical means / labour means over areas (exceeding 1.50m in width as well as 10sqm in plan and exceeding 30 cm in depth) including disposal of excavated earth, lead upto 2 km and lift upto 1.5 m, disposed earth to be levelled and neatly dressed. In all kind of soil.

Cum 469.00 180.63 84715.47

62 Earth work excavation over areas for roads ,storm water drain ,compound wall, retaining wall etc. in all soils other than soft & hard rock depth up to 1.5m from ground level to required profile, level, grade, camber etc. including

inherent lifts, dressing of excavated area, filling the low spots / areas with approved excavated materials in layers not exceeding 250mm watering, consolidation etc. and stacking / disposing the surplus excavated materials within a lead of 50 mtrs. etc. complete all as per specifications and drawings and as directed by the Engineer-in-charge.(Provisional qty)

Cum 10.00 129.22 1292.20

63 Providing dry/ trap/ granite/ quartzite/ gneiss rubble stone soling 15 cm to 20 cm thick including hand packing and compacting etc. complete

cum 154.00 516.00 79464.00

64 Providing and casting in situ or precast tapering R.C.C. M-20Barrier type Kerb without gutter ( as per IRC 86 1983) embedded125mm below ground level over

M-10 PCC finished neatly with C.M. 1:2, setting the same in C.M. 1:2, including the required excavation in any strata and removing the excavated stuff anywhere in city and redoing the surface as specified and directed by Engineering In-charge. Using Concrete Batching and Mixing Plant

rm 100.00 339.00 33900.00

65 Providing and casting in situ or precast tapering R.C.C. M-20Barrier type Kerb with gutter ( as per IRC 86 1983) embedded125mm below ground level over M-10 PCC finished neatly with C.M. 1:2, setting the same in C.M. 1:2, including the required excavation in any strata and removing the excavated stuff anywhere in city and redoing the surface as specified and directed by Engineering In-charge.

Using Concrete Batching and Mixing

rm 95.00 574.00 54530.00

Page 41: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 41 of 165

Plant

66 Cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 40 mm nominal size) in pavements, laid to required slope and camber in panels as required including consolidation finishing and tamping complete.

cum 60.00 7892.86 473571.60

67 "Providing and laying design mix cement concrete of M-30 grade, inroads/ taxi tracks/ runways, using cement content as per design mix, using coarse sand and graded stone aggregate of 40 mm nominal size in appropriate proportions as per approved & specified design ncriteria, providing dowel bars with sleeve/ tie bars wherever required, laying at site, spreading and compacting mechanically by using needle and surface vibrators, levelling to required slope/ camber, finishing with required texture, including steel form work with sturdy M.S. channel sections, curing, making provision for contraction/expansion, construction &

longitudinal joints ( 10 mm wide x 50 mm deep) by groove cutting machine, providing and filling joints with approved joint filler and sealants, complete all as per direction of Engineer-in-charge (Item of joint fillers, sealants, dowel bars withsleeve/ tie bars to be paid separately). All complete as per drawing & IRC Code & MORTH specification Note:- Cement content considered in M-30 is @ 340 kg/cum. Excess/less cement used as per design mix is payable/ recoverable separately.--Cement concrete prepared with batch mixing machine

cum 180.00 9885.44 1779379.20

68 Add for using extra cement in the items of design mix over and above the specified cement content therein.

quintal 36.00 964.78 34732.08

69 Providing and filling 20 mm thick compressible fibre board in expansion joint complete as per drawings and technical expansion joint complete as per drawings and technical specifications etc. complete.

Rm 110.00 432.00 47520.00

70 Providing and filling joint sealing compound with coarse sand and 6% bitumen by weight as per drawings and technical specifications etc. complete.

Rm 170.00 27.00 4590.00

71 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and binding all complete upto plinth level--Mild steel and Medium Tensile steel bars

kg 3276.00 27.00 88452.00

72 Road Marking with Hot Applied Thermoplastic Compound with Reflector zing Glass Beads on Bituminous Surface- Providing and laying of hot applied thermoplastic compound 2.5 mm thick including reflector zing glass beads @ 250 gms per sqm area, thickness of 2.5 mm is

Sqm. 30.00 495.00 14850.00

Page 42: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 42 of 165

exclusive of surface applied glass beads as per IRC:35 .The finished surface to be level, uniform and free from streaks and holes. complete.

73 Providing and laying cement concrete pipe of IS 458:2003 NP-2class of 450mm diameter in proper line, level and slope including providing and fixing collars in cement mortar 1:2 and curing etc. complete.

Rm 12.00 1369.00 16428.00

74 Providing and laying cement concrete pipe of IS 458:2003 NP-2class of 600mm diameter in proper line, level and slope

including providing and fixing collars in cement mortar 1:2 and

Rm 36.00 1934.00 69624.00

75 Taking out existing CC interlocking paver blocks from footpath/ central verge, including removal of rubbish etc., disposal of unserviceable material to the dumping ground, for which payment shall be made separately and stacking of serviceable material within 50 metre lead as per direction of Engineer-in-Charge.

sqm 600.00 77.37 46422.00

76 Supplying hard murum/ kankar at the road site, including conveying and stacking complete

cum 180.00 248.00 44640.00

Part III

CIVIL WORKS FOR SECURITY BUILDING (ARCHITECTURAL)

SUB STRUCTURE WORKS

A MASONRY WORK

77 Providing Brick masonry with conventional / IS type bricks of greater than one brick thickness including scaffolding, watering, racking out joints etc. complete-SET IN CEMENT MORTAR ( 1 : 4 )--In Foundation & Plinth

Cum 2.99 7685.80 22980.54

78 Providing and fixing random rubble masonry with hard stone in foundation and plinth including levelling up with cement concrete M 10 upto required level with cement mortar 1:6 to correct line, level and plumb including raking out joints/simultaneous flush pointing with cement mortar 1:4, curing etc. complete as per specifications, drawings and as directed by Engineer-in-charge.(Provisional)

Cum 5.00 5687.33 28436.65

B STEEL WORK

79 Providing and fixing M.S structural Steel work welded in built up sections/ framed work, including cutting, welding structural steel work at all levels ,including supplying cutting ,fabricating, welding ,erecting ,fixing in position including painting with 2 coats of epoxy paint of approved make, shade & colour over a coat of approved steel epoxy primer for followings,-- All structural steel sections (Angles, flats , tees, channels, pipes, joints etc.) (Provisional qty)

Kg 10.00 123.26 1232.60

Page 43: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 43 of 165

C FINISHING WORK

80 Providing & applying external cement plaster as specified below at all heights and locations including scaffolding, preparing the surfaces, neat cement sponge finishing to correct line or as required to receive architectural finish , level and plumb, curing where ever required complete as per specifications and drawings.--20 mm. thick in two coats for block/concrete surfaces ( internal) (under layer of 12mm thick cement plaster 1:3 (1 cement : 3 coarse sand) and finished with top layer of 8 mm. thick cement plaster 1:3 (1 cement : 3 coarse sand)) with waterproofing agent @ 2% by weight of cement etc. complete and as a directed by Engineer-in-charge. (provisional)

Sqm. 50.00 496.98 24849.00

D WATERPROOFING WORKS

81 Providing and laying integral cement based treatment for water proofing on horizontal surface at all depth below ground level for under ground structures as directed by Engineer-in-Charge and consisting of, all complete as per approved manufacturers specification consisting of :(iii) Finishing top with stone aggregate of 10 mm to 12 mm nominalsize spreading @ 8 cudm/sqm thoroughly embedded in the2nd layer.(i) Ist layer of 22 mm to 25 mm thick

approved and specified rough stone slab over a 25 mm thick base of cement mortar 1:3 (1 cement :3 coarse sand) mixed with water proofing compound conforming toIS:2645 in the recommended proportion over the leveling course(leveling course to be paid separately). Joints sealed and grouted with cement slurry mixed with water proofing compound.(ii) 2nd layer of 25 mm thick cement mortar 1:3 (1 cement: 3 coarse sand) mixed with water proofing compound in recommended proportions.

a) Using rough kota stone. (Provisional Quantity)

Sqm. 5.00 1499.26 7496.30

b) To Vertical Surfaces --Providing and laying integral cement based treatment for waterproofing on the vertical surface by fixing specified stone slab 22 mm to 25 mm thick with cement slurry mixed with water proofing compound conforming to IS:2645 in recommended proportions with a gap of 20 mm (minimum) between stone slabs and the receiving surfaces and filling the gaps with neat cement slurry mixed with water proofing compound and finishing the

Sqm. 5.00 1846.62 9233.10

Page 44: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 44 of 165

exterior of stone slab with cement mortar 1:3 (1 cement : 3 coarse sand) 20 mm thick with neat cement punning mixed with water proofing compound in recommended proportion complete at all levels and as directed by Engineer-in-charge :(Provisional Quantity)

82 18 mm cement plaster in two coats under layer 12 mm thick cement sponge. plaster 1:5 (1 cement : 5 coarse sand) and a top layer 6 mm thick cement

plaster 1:3 (1 cement : 3 coarse sand) finished rough with sponge

Sqm. 23.00 390.14 8973.22

83 Providing and mixing integral crystalline admixture for waterproofing treatment to RCC structures like basement raft, retaining walls, reservoir, sewage & water treatment plant, tunnels / subway and bridge deck etc. at the time of transporting of concrete into the drum of the ready-mix truck, using integral crystalline admixture @0.80% (minimum) to the weight of cement content per cubic meter of concrete) or higher as recommended by the manufacturer's specification in reinforced cement concrete at site of work. The material shall meet the requirements as specified in ACI-212-3R-2010 i.e. by reducing permeability of concrete by more than 90%,compared with control concrete as per DIN 1048 and resistant to 16 bar hydrostatic pressure. The crystalline admixture shall be capable of self-healing of cracks up to a width of 0.50mm.The work shall be carried out all complete as per specification and the direction of the Engineer-in-charge. The product performance shall carry guarantee for 10 years against any leakage.

kg 3.00 539.79 1619.37

SUPER STRUCTURE STRUCTURAL WORKS

E BLOCK MASONRY WORK

84 Providing and laying precast autoclaved aerated cement block masonry with approved factory made concrete solid blocks in super structure at all level and locations of all geometrical shapes using autoclaved aerated cement blocks of approved quality of Grade 1 as per IS 2185 Part III - latest revision and dry density not less than 651-750 kg/m3 and minimum average compressive strengths 4.0 to 5.0 N/mm2 at 28 days using premixed mortar of 3-4mm thickness of sound fixo kare or equivalent make to correct line, level and plumb including ranking out joints, curing, scaffolding etc. complete as per specification, drawings

and as directed by Engineer-in-charge.--Providing and fixing Siporex concrete block masonry 100 mm thick with 1:4

Sqm. 40.00 1035.00 41400.00

Page 45: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 45 of 165

cement sand mortar including curing etc. complete as directed.

85 Providing and laying autoclaved aerated cement blocks masonry with 150mm/230mm/300 mm thick AAC blocks in super structure above plinth level up to floor V level with RCC band at sill level and lintel level with approved block laying polymer modified adhesive mortar all complete as per direction of Engineer-in-Charge. (The payment of

RCC band and reinforcement shall be made for separately).

cu.m 354.00 8155.73 2887128.42

86 Providing Brick masonry with conventional / IS type bricks one brick thick including scaffolding, watering, racking out joints etc. complete- SET IN CEMENT MORTAR ( 1 : 4 )-- In superstructure upto floor V level

Sqm. 12.00 754.94 9059.28

87 Providing Brick masonry with conventional / IS type bricks of greater than one brick thickness including scaffolding, watering, racking out joints etc. complete-SET IN CEMENT MORTAR ( 1 : 4 )--In superstructure up to floor V level

cu.m 12.00 6439.61 77275.32

F DOORS AND DOOR FRAMES

88 "Providing & fixing in position 38 mm thk solid core approved brand flush door,

finished with 1.5 mm thk. Laminate of approved pattern from bothside,38X12mm T W beading all around the shutter, and with steel plate at bottom inclusive of heavy duty brass hinges of 100 x 25mm along with approved make cylindrical lock, S. S. finish Handles-300mm, S. S. finish Tower bolt-200mm, door stopper, door closure, etc as per approval and complete all as per drg., details and as directed. all complete & as directed by Engineer / Architect

i) Wooden flushed Handicap Toilet door D04- with Door closure, butt hinge, door lever handle, Panic handle, dead lock,

door stopper

Sqm. 2.88 14127.80 40688.06

ii) Wooden flushed Toilet door D05- with

Door handle, butt hinge, Indicator bolt, dead lock, door stopper

Sqm. 47.25 14127.80 667538.55

89 Providing and fixing Fully Glazed Door Shutters with 12mm thick toughened glass fixed on patch fittings includes top pivot, bottom patch , top patch , Patch lock of approved make and as per design and details given by the architect/ including accessories door handle, floor spring-DORMA or approved equivalent make etc. complete as directed.(D2,D7,D1)

Sqm. 221.00 10673.41 2358823.61

90 Providing and fixing 12/18mm thick compact cubicle door of Merino/Greenlam make; thickness of

Sqm. 51.00 21000.00 1071000.00

Page 46: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 46 of 165

door and fittings requirement as per E.I.C & Architectural drawing including SS 316 - 12mm box, SS 304 latch box & indicator, SS 304 door knob, SS 304 hinges with cover, SS 304 coar hook RG, rubber strip for groove, SS 304 top rail, SS privacy thumb turn, SS 316 adjustable foot, SS 'U' channel etc. complete. As per manufacturer

specifications.

91 Providing and fixing 12/18mm thick

compact cubicle partition of Merino/Greenlam make; thickness of Partition and fittings requirement as per E.I.C & Architectural drawing including SS 316 - 12mm box, SS 304 latch box & indicator, SS 304 hinges with cover, SS 304 coar hook RG, rubber strip for groove, SS 304 top rail, SS privacy thumb turn, SS 316 adjustable foot, SS 'U' channel etc. complete. As per manufacturer specifications.

m2 78.00 21000.00 1638000.00

92 Providing and fixing 46 mm thickness G.I. flush door shutter out of 1.2mm thick G.I.sheet of size 650mm x2400mm with galvanized frame size of 125 x 75 mm, single leaf with, bottom and stile edges for fire rating with vision panel of approved fire rated glass ,metal frame having fire rating of 120 minutes fabricated out of 16BWG thickness GI sheet with suitable rebate finished with 2 coats of synthetic enamel paint and 2 coats of bitumen paint with proper access control , including cylindrical lock, ss handle, ss tower bolt, floor spring or as per the drawings complete as per drawings & specification and as directed by Engineer-in-charge.(D09)

Sqm. 105.00 12862.50 1350562.50

93 Providing and fixing 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 and the back side of the frame

shall be painted with two coats of black japan paint and the front side of frame finished with two coats of melamine polish matching with the shutter laminate as approved etc. all complete & as directed by Engineer / Architect :-Second class teak wood "

Cum 0.05 118125.00 5906.25

94 Providing and fixing in position GI rolling shutters made of 75 x 1.25 mm or any other suitable size of G.I. laths concave corrugation complete in one piece construction interlocked together through their entire length and joined together at the end by end by end locks mounted on specially designed pipe shaft with brackets, side guides and arrangements for inside and outside locking ; 900 mm

Sq.m 267.00 6821.40 1821313.80

Page 47: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 47 of 165

to max. 1200mm grill in height at one or two locations all as per Architectural drawing/ EIC requirement grill made of 8 mm dia. M.S bar instead of laths partly in shutter .complete including providing and fixing 275 mm long wire spring grade No. 2 ball bearings and M.S. top cover 1.25 mm thick including providing and

applying two coats of synthetic enamel paint of approved make and shade over two coats of zinc phosphate primer etc. complete including motor, mechanical reduction gear and crank assembly and any or all accessories as may be required for the automation of the rolling shutters including remote & etc. complete or as directed by EIC.(RS1 TO RS7)

95 Providing and fixing Motorised Bi Parting Sliding Door of Size 11500 mm (clear width) x 7000 mm (clear height) comprising of Two Leafs on Both Sides,Panel made of Laser cut 2 mm thick M.S cladding sheet on one side with two coats of polyurethane paint, wicket doors of size 900mm (clear width) X 2000 mm (clear height) -2 numbers .European electromechanical actuator sonic 3000, chain drive system, Pair of Photocells with anodized aluminum vertical mountings, three station push button all complete as per architectural drawings, Manufacturer specification and to satisfaction of EIC. Motorised Bi Parting Sliding Door Panel :-100mm * 100mm * 3.0mm M.S. Square pipe encased in 100mm * 100mm * 3mm M.S square pipe frame with Laser cut 2mm thick M.S cladding sheet (design as per Architectural Drawing) & 100X100X3mm

M.S pipe for top, side & bottom frame; 100X100X3mm M.S pipe for inner horizontal & verticle for sheet support including top Roller Assemby, Bottom track assembly, Sliding rollers, Roller Stopper, Limit Stop . Leaves Four (Two equal Leaf on Each side) .Travel control system -Magnetic mechanical stop to sense open & close positions. Opening / Closing Speed 0.16 m/s. Warranty for automation system against manufacturing defect will be provided for a period of 12 months from the date of installation. CE marked according to the European Machinery Directive 2006/42/CE and type tested according

to standard European Norm 13241-1.Manual operation in case of power failure. Obstacle detection with adjustable sensitivity.

Each 2.00 2885973.34 5771946.68

96 Wooden Partition:

Page 48: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 48 of 165

96.1 Providing and fixing aluminium work for doors, windows, ventilators and partitions & sliding door with extruded built up standard tubular sections/appropriate Z sections and other sections of approved make conforming to IS: 733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the

gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/neoprene gasket etc. Aluminium sections shall be smooth, rustfree, straight, mitred and jointed mechanically wherever required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing, paneling and dash fasteners to be paid for separately) :--Anodised aluminium (anodised transparent or dyed to required shade according to IS:1868, Minimum anodic

coating of grade AC 15)

kg 3112.55 509.39 1585501.84

96.2 Skin : 12mm Marine Plywood on one side screwed to frame work with joints as shown or directed including Trims on all edges. (Basic Rate of plywood 1090/-Sq.mt)

Sqm. 894.00 1091.06 975407.64

96.3 LAMINATE : Not less than 1.5mm thk laminate on one side fixed to plywood skin with glue having joints and grooves as shown or directed. (Basic rate of laminate of Rs. 647/- Sqmt)

Sqm. 894.00 1140.50 1019607.00

97 Glazed Partitions: Providing and fixing fully glazed partition for External/Internal, using 12mm thick toughened glass, fixed with aluminium 'U' channel in the floor and partition, as per detailed drawings, etc complete in all respects.

Sqm. 387.00 3439.21 1330974.27

98 Providing and fixing in position anodised extruded aluminum partitions, partly glazed and partly laminated having frame made out of extruded tubular section of size 40 mm x 60 mmwith 12 mm thick

three layered flat pressed teak wood particleboard bonded with BWP type exterior grade phenol formaldehyde synthetic resin conforming to IS 128231990,laminated on both sides, Nova teak or equivalent and 5 mm thick selected quality plain/ float glass panels fixed with aluminum glass clips 12 mm x 12 mm and rubber cushioning beading to glass partitions as per approved drawing etc. compete

Sqm. 32.00 2680.00 85760.00

G ALUMINIUM WINDOWS

Note: - i) The contractor shall submit 6 copies of shop drawings for each

windows, ventilators showing dimension

Page 49: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 49 of 165

details of construction etc. for approval of the Engineer - in - charge. According to the approved shop drawing a sample of each of windows with all fittings and fixtures with locking arrangement including glass panes etc. complete as per schedule of quantities, specifications and drawings, shop drawing should be submitted for

preliminary inspection for approval. After preliminary inspection and approval of the sample. ii) All doors, windows, ventilators section shall be 15 micron anodized of approved colour extruded section of M/s Jindal / M/s Indal or or any other makes specified in the list of approved makes along with certificate of primary biller manufacturer of Hindalco/ Jindal/Vedanta.iii) All fittings / fixtures shall be of approved make / quality and as approved by engineer- in -charge. iv) All dimensions mentioned in the drawing are approximate. Necessary allowance for fixing over granite frame

and also necessary allowances for fixing tolerances to be considered while manufacturing. While manufacturing, actual site measurement shall be considered. Necessary planning for fixing the unit has to be carried out by the contractor without any extra cost to the department and rate quoted by the contractor shall hold good. v) Payment shall be made per Kg basis. Aluminium sections such as shutter frames, track window / door frame/beading channel for glass adjustable louvers ,all necessary hardware etc., shall only be measured linearly as per actual / finished cutting

size nearest to centimeter and multiplied with approved sectional weight of the individual section and the total quantity of aluminum section will be arrived at for payment without any allowance for wastage.vi) All glass panels shall be of approved makes specified in the list of approved makes. The glasses will be measured for payment separately under relevant item. vii) Glass panes shall be fixed with approved EPDM gasket ting, beading, to be free from settling. Necessary polysulphide sealant to be provided against seepage of rain water. viii) All top hung/side hung shutters to be provided with approved quality of

stainless steel friction hinges.ix) In case of damage of any existing work, the same has to be made good/restored to original condition by the contractor at his own cost. x) Tenderer are required to consider while quoting the rates shall inclusive of the cost of all fittings,

Page 50: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 50 of 165

fixtures, locking arrangement , handles, pegstays, gaskets, screws, hinges and all necessary hardwares etc., while quoting the rate for unit weight of aluminum sections for window/sliding doors .xi) Shall furnish guarantee of one year on a stamp paper for performance of smooth operation and leakage.

Note-For measurement Aluminum window subframe, window track are to be considered as fixed portion. :Supply &

fixing in position at all floors anodised of approved shade and colour finished aluminum work for windows with locking arrangements, sliding doors, ventilators, louvers with extruded builtup standard sections of Jindal / Aluminax /Hindalco conforming IS: 733 & IS: 1285 fixing with dash fasteners of required size, including filling up the gaps at junctions i.e. top, bottom & sides with required EPDM rubber / neoprene / polysulphide clear sealant etc. Aluminum section shall be smooth, rust free, straight and jointed mechanically wherever required, including cleat angle, aluminum snap beading for glazing / paneling, stainless steel screws all complete as per drawings & manufacturers specification and as directed by Engineer-in-charge. The Aluminum consisting of following as described herein under : All fixing shall be concealed and anodized finished as per aluminum.'- EPDM / Neoprene purpose made beading shall be provided.'- Fixing shall be with SS screws.- All sections shall be extruded, heavy duty and shall have minimum anodic film thickness of 0.015mm.'- All beading shall be snap on type.'- All beading shall be snap on type.'- All

beading shall be snap on type.'- Glazing beading shall be from inside only.'- Minimum thickness of glass shall be 8mm when not specified.

Sliding Windows/Doors'- Anti-lifting device.'- Bottom rail shall be with self cleaning gutter section unless noted otherwise.'- Stainless steel ball bearings rollers.'- Concealed locking arrangement. '- In louvered windows, extruded sections only shall be used. All fitting and fixtures shall be of approved make. They shall be finished in matching coating or as approved Fitting of S.S.Mosquito net in single shutter with SS screws etc. complete. Cost of net shall be paid under relevant item.- Supply and fixing of aluminum work shall be carried out from

'approved agency.'- Prior to start of work supplier shall submit detailed full scale Shop drawings including plan, elevation

Page 51: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 51 of 165

and detail of fixing with structure for approval of the EIC. Samples of each item on full scale or smaller scale as directed by the EIC shall be submitted for approval.'- Work shall proceed only on approval of shop drawing, samples of each extruded section, neoprene beading, gaskets, wool pile, fittings and fixtures by the EIC in writing.

99 For shutters of sliding/open able/top hung/fixed windows and ventilators

including providing and fixing hinges / pivots and making provision of locking arrangement and for fixing of fittings wherever required including the cost of PVC / neoprene gasket required.

Kg 167.00 595.22 99401.74

100 Providing and fixing SGU 6mm thick frosted glass for toilet windows without SHGC value as per Architectural design etc. complete as directed by Engineer-in-charge. Note : Aluminum frame shall be paid under relevant item.

Sqm. 24.00 339.81 8155.44

101 Providing & fixing glass panes with putty and glazing clips in steel doors, windows, clerestory windows, all complete with :5.5 mm thick glass panes (Provisional Qty)

Sqm. 5.00 1361.95 6809.75

102 Supplying & Fixing of Semi-Unitized Str. Glazing Systems Comprising of anodized/ coated Mullions /Transoms & Sash sections including all necessary aluminum extrusions having proper

interlocking with the main sections with required cleats, SS 304 Anchors, through bolts & screw, MS hot dipped galvanise brackets, Structural & Weather Sealants EPDM gaskets and complete hardware required (Note :Semi Unitized System should be designed for 1.5 kpa wind pressure)as per approved manufacturer specification & design

i) Semi-Unitised Str. Glazing Systems-Vision Glass - 24mm D.G.U. Consisting of 6mm KT 455 HS Glass + 12mm AG + 6mm Clear HS Glass

Sqm. 850.00 9580.67 8143569.50

ii) Spandrel panel : Supplying and Fixing shadow box of required size and shape, for fixing in the spandrel portion of the structural glazing, by providing semi-rigid, inorganic, non-combustible fiber glass wool insulation 50 mm thick, 1mm GI Sheet backing and complete Fixtures.

Spandrel Glass - 6mm St 450 HS Glass

Sqm. 110.00 8881.67 976983.70

iii) Openable D.G.U:-Smoke release

Openable Vent - Supply and Fixing of aluminium sub-frame around the perimeter with fixed sashes fixed with SS Friction stay and Multi point Cremone ( complete set) with interface details, sealants and brackets; with 24mm D.G.U. Consisting of 6mm KT 455 HS Glass + 12mm AG + 6mm Clear HS Glass

Sqm. 75.00 10589.67 794225.25

iv) Fire Rated Double Glazed Unit for Sqm. 1.27 38605.00 49028.35

Page 52: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 52 of 165

Staircase Area .6mm Planitherm toughened+14mm Argon gas gap+ 14mm . CONTRAFLAM LITE 120 Climaplus of Saint Gobain make or approved equivalent ,All Accessories should be fire rated and glass to be smoke tight (Provisional Quantity)

H FLOORING, SKIRTING AND DADO

103 Providing & laying mirror finished machine cut & machine polished Kotah stone at super structure at all location as mentioned below necessary cement mortar bedding /backing, close jointed & grouted with matching cement slurry and finished to line, level, curing etc. as required, including cutting of stone slab, wastage, making cut outs, wherever required, machine polishing /hand polishing(where machine cannot have access) etc. complete all as per specifications, drawings ,including finish surface shall cover with 2-3mm thick POP protection over polythene covering

sheet to flooring area and POP coating shall be removed and disposed of prior to handing over and cleaning all as per specifications and as directed by Engineer-in-charge.

a) In flooring kotah stone slab upto 555mm x 555mm size of minimum thickness 25mm laid over & including upto 30mm.thick cement mortar (1:4) bedding.(Provisional Qty)

Sqm. 2.00 1639.55 3279.10

b) In skirting kotah stone slab with 555 mm x 75mm high of minimum thickness 18mm as shown in the drg laid over and including upto 15mm thick cement mortar (1:3) backing to match with floor joints and vertical face of the skirting to flush with the finished surface of the wall. (Provisional Qty)

Sqm. 2.00 1775.68 3551.36

104 Providing and fixing mirror finished patterned flooring consisting of kotah

stone for treads having thickness 18mm in required size, shade upto 1200 mm length in single piece in length and upto 300mm wide laid over upto 35mm thick cement mortar of CM 1:4 bedding, including providing two nos. of antiskid grooves at top of of 6mm wide x 3mm deep & prefinished nosing the edges etc. complete ,finish surface shall cover with 2-3mm thick POP protection over polythene covering sheet to flooring area and POP coating shall be removed and disposed of prior to handing over and cleaning all as per specifications and as directed by Engineer-in-charge. (Provisional Qty)

Sqm. 2.00 1775.68 3551.36

105 Providing and fixing mirror finish patterned flooring consisting of kotah

stone for riser having thickness 18mm in

Sqm. 2.00 1775.68 3551.36

Page 53: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 53 of 165

required size, shade upto 1200 mm length in single piece in length and upto 180mm high laid over upto 25mm thick cement mortar of CM 1:4 bedding, etc. complete as per specification, drawing & as directed by Engineer in Charge . (Provisional Qty)

106 Providing and fixing Stepping Stone for treads Full body vitrified double (full) bull nosed with tread lines (self embossed Tread lines) for tread part of Johnson

Endura Stepping Stone series or approved equivalent make, upto 1200 mm length in single piece in length and upto 300mm widex15mm thick laid over upto 35mm thick cement mortar of CM 1:4 bedding etc. complete ,finish surface shall cover with 2-3mm thick POP protection over polythene covering sheet to flooring area and POP coating shall be removed and disposed of prior to handing over and cleaning all as per specifications and as directed by Engineer-in-charge.

Sqm. 181.00 2358.20 426834.20

107 Providing and fixing Full body vitrified for riser & for skirting & landing of Johnson Endura Stepping Stone series or approved equivalent make, upto 1200 mm length in single piece in lengthx15mm thick and upto 180mm high laid over upto 25mm thick cement mortar of CM 1:4 bedding, etc. complete as per specification, drawing & as directed by Engineer in Charge .

Sqm. 117.00 2358.20 275909.40

108 Providing and laying vitrified floor tiles, cladding, skirting in different sizes (thickness to be specified by the 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), cladding fixed with approved adhesive, including grouting the joints with white cement and matching pigments etc., complete. (Basic Rate of Vitrified tile of

Rs. 1200/-Sq.mt.)--Size of Tile 600x600 mm

Sqm. 1947.00 2075.38 4040764.86

109 Providing and laying Anti-skid vitrified floor tiles, cladding, skirting in different sizes (thickness to be specified by the 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), cladding fixed with approved adhesive, including grouting the joints with white cement and matching pigments etc., complete. (Basic Rate of Vitrified tile of Rs. 1200/-Sq.mt.)Size of Tile 600x600 mmMatt finish - Location : Changing rooms at first floor Recommended

Sqm. 217.00 2373.50 515049.50

Page 54: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 54 of 165

Manufacturers : Kajaria:Eternity series : Cairo Beige ,RAK: Gem LGY

110 Providing and laying machine cut, mirror polished, Italian Marble stone flooring, staircase tread & risers, skirting with groove laid in required pattern in linear portion of the building all complete as per architectural drawings, with 18 mm thick stone slab laid over 20 mm (average) thick base of cement mortar 1:4 (1 white cement : 4 coarse sand) laid and jointed

with white cement slurry @ 4.4 kg/sqm including pointing with white cement slurry admixed with pigment to match the marble shade including rubbing, curing and polishing etc. all complete as specified and as directed by the Engineer-in-Charge. a. 18 mm thick Italian Marble stone slab, Perlato, Rosso verona, Botichino, CREMA, Fire Red or Dark Emperadore etc.(Basic rate of Italian marble of Rs. 6500/-Sq.mt.)

Sqm. 796.00 12825.60 10209177.60

111 Providing and fixing machine cut, mirror / eggshell polished , Marblestone work for wall lining (veneer work) including dado, skirting, risers of steps etc., in required design and pattern wherever required, stones of different finished surface texture, on 12 mm (average) thick cement mortar 1:3 (1 white cement : 3 oarse sand) laid and jointed with white cement slurry @ 3.3 kg/sqm including pointing with white cement slurry admixed with pigment of matching shade, including rubbing, curing, polishing etc. all complete as per Architectural drawings, and as directed by the Engineer-in-Charge.--18 mm thick Italian Marble stone slab, Perlato, Rosso verona, Botichino, CREMA, Fire Red or Dark Emperadore etc. (Basic rate of Italian marble of Rs. 6500/-Sq.mt.)

Sqm. 2.00 11833.75 23667.50

112 Providing and fixing 18 mm thick Granite stone slab gang saw cut, mirror polished, premoulded and prepolished, machine

cut for kitchen platforms, vanity counters, window sills, facias and similar locations of required size, approved shade, colour and texture laid over 20 mm thick base cement mortar 1:4 (1 cement : 4 coarse sand), joints treated with white cement, mixed with matching pigment, epoxy touch ups, including rubbing, curing, moulding and polishing to edges to give high gloss finish etc. complete at all levels. (Basic cost of Granite =RS 2500/-)

Sqm. 268.00 4947.31 1325879.08

113 Providing & fixing in position Phenol bonded Bamboo wood in wall skirting with planks of sizes 14mm thick, 1900mm length (minimum) and 85mm wide(minimum), in approved colour,

Sqm. 3.00 6839.89 20519.67

Page 55: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 55 of 165

texture and finish, having Performance Appraisal Certificate (PAC) issued by Building Materials & Technology Promotion Council (BMTPC). The skirting shall be fixed with SS screws & rawl plugs, over underlayment of 4mm thick, expanded poly ethylene foam sheets having 40kg/cum density over prepared surface. The bomboowood planks shall

have minimum density of 1000 Kg/cum & minimum Hardness 1000 Kgf. with Eco friendly UV coating, all complete as per direction of Engineer in-charge.

114 Providing and laying wooden finish Vitrified floor tiles of size 600x600 mm (thickness to be specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved make in approved colours & texture , laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse sand), jointing with grey cement slurry @ 3.3kg/sqm including pointing the joints with white cement and matching pigment etc., complete.(Basic rate of tile = Rs 700/-)

Sqm. 339.00 1427.94 484071.66

115 Providing and laying stone finish Ceramic glazed floor tiles of size 300x300 mm (thickness to be specified by the manufacturer) of 1st quality conforming to IS : 15622 of approved make in colours such as White, Ivory, Grey, Fume Red Brown, laid on 20 mm thick cement mortar 1:4 (1 Cement : 4 Coarse sand), jointing with grey cement slurry @ 3.3kg/sqm including pointing the joints with white cement and matching pigment etc., complete.(Basic rate of tile = Rs 600/-)

Sqm. 124.00 1320.52 163744.48

116 Providing and fixing removable raised/false access flooring with system and its components of approved make for different plenum height with possible height adjustment upto 50 mm, comprising of modular load bearing floor panels supported on G.I. rectangular

stinger frame work and G.I. Pedestal etc. all complete, as per approved manufacturer specification ,the architectural drawings, as specified and as directed by Engineer-in-charge consisting of

a) Providing at required spacing to form modular framework, pedestals made out of GI tube of thickness minimum 2 mm and 25 mm outer diameter, fully welded on to the G.I. Base plate of size 100mm x 100mmx 3mm at the bottom of the pedestal tube, G.I. pedestal head of size 75mmx75mmx3.5 mm welded with GI fully threaded stud 16mm outer diameter with two GI Check nuts screwed on the stud for level adjustment upto 50mm,

Page 56: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 56 of 165

locking and stabilizing the pedestal head in position at the required level. The pedestals shall be fixed to the subfloor (base) through base plate using epoxy based adhesive of approved make or the machine screw with rawl plug.

b) Stringers system in all steel construction hot dipped galvanized of rectangular size 570x20x30x0.80mm thick having holes at both ends for securing the stringers on to the pedestal

head using fully threaded screws ensuring maximum lateral stability in all directions, the grid formed by the pedestal and stringer assembly shall receive the floor panel, this system shall provide adequate solid, rigid support for access floor panel, the system shall provide a minimum clear uninterrupted clearance between the bottom of the floor for electrical conduits and wiring etc. all complete as per the architectural drawings, as specified and as directed by the Engineer-in-charge.

c) Providing and fixing Access Floor panel of 600x600x32 mm medium grade Filled Steel anti static high pressure Lamination of 800H grade (FS800H). Access Floor panel shall be steel welded construction with an enclosed bottom pan with uniform pattern of 64 hemispherical cones. The top and bottom plates of Steel Gauges: top 0.6 mm and bottom 0.7 mm fused spot welded together (minimum 64 welds in each dome and 20 welds along each flange). The panel should be corrosion resistant epoxy coated for lifetime rust protection and cavity formed by the top and bottom plate is filled with Pyrogrip noncombustible Portland cementitious core mixed with lightweight foaming compound. The access floor shall be

factory finished with Anti-static High Pressure laminate with Non Warp technology upto 1mm thickness for superior adhesion and Surface flatness within 0.75mm.The panel is to withstand a Concentrated Load of 363 kgs applied on area 25mm x 25mm without collapse in the centre of the panel which is placed on four steel blocks. The panel will withstand and Uniformly Distributed Load (UDL) minimum 1250 kg/sqm and, an impact load of 50kg all complete as per the approved manufacturers specification and as per the direction of Engineer-in-charge. All specification must be printed on the side of the panel

to ensure the quality of the product.

i) 300 mm Finished Floor Height (FFH) sqm 100.00 5771.44 577144.00

ii) 450 mm Finished Floor Height (FFH) sqm 10.00 6131.24 61312.40

Page 57: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 57 of 165

I FINISHING WORKS

PLASTERING WORKS

117 Plaster to Walls - External & internal Duct : Providing and applying 20 mm thick external sand face plaster in CM 1:4 in two coats factory manufactured premix/ Ready mix cement plaster of M/s Ultratech Cement Ltd/Soundplast PMC-1 or other equivalent make having minimum composition of CS:: 1:4 using fully treated dry, well graded natural sand conforming to IS 383 suitable for external plastering, having low rebound properties, low water demand for curing properties, mechanical mixing with water in a metallic tray only to make good consistency as per the specification of the Manufacturer with base coat of 12 mm thickness with approved waterproofing compound and second layer of 8 mm thickness, including curing, scaffolding etc., complete ready to receive wall finish. The rates shall also include moulding and grooves wherever specified, scaffolding, curing etc complete as per drawings & specification and as directed by Engineer-in-charge.--with sponge finish

Sqm. 2499.00 496.98 1241953.02

118 Providing and applying on internal surfaces of Block masonry / concrete, in CM 1:4 factory manufactured premix/ Ready mix cement plaster of M/s Ultratech Cement Ltd/Soundplast PMC-1 or other equivalent make having minimum composition of CS:: 1:4 using

fully treated dry, well graded natural sand conforming to IS 383 suitable for external plastering, having low rebound properties, low water demand for curing properties, mechanical mixing with water in a metalic tray only to make good consistency as per the specification of the Manufacturer and applied on internal wall of one coat of plaster up to 12 mm thick including curing, scaffolding etc., complete ready to receive wall finish. The rates shall also include moulding and grooves wherever specified complete as per drawings & s per approved manufacturer specification, specification

and as directed by Engineer-in-charge.

Sqm. 4160.00 485.00 2017600.00

119 Providing and applying 6 mm cement

plaster of mix : 1:3 (1 cement : 3 fine sand) faced finished for R.C.C slabs & beams complete in all respects including scaffolding, curing and as directed by Engineer-in-charge.--1:3 (1 cement : 3 fine sand)

Sqm. 3710.00 206.22 765076.20

Painting Works

Note :- All Paints shall be Low VOC Paints

Page 58: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 58 of 165

120 Providing & applying Acrylic plastic paint having VOC (Volatile Organic Compound ) content less than 50 grams/ liter, of approved brand and manufacture and approved shade finished with roller to ceilings surfaces, in 2 coats over a coat of approved quality primer on the plastered / POP surface, POP board / gypsum board surfaces including

scaffolding, preparation of surface, sanding, light sanding, work platform, painting equipment / apparatus etc. required to complete interior grade finish etc. at all heights & levels complete as per drawings & specification and as directed by Engineer-in-charge.

Sqm. 3710.00 148.50 550935.00

121 Providing and Applying 3 coats of luster paint of approved make on wall and partitions upto 3200mm height from finish floor level as per design and approved shade by the Architect. Cost to include preparing the surface, applying primer, putty, etc. complete. All jambs, trims, edges, grooves to be included in rate etc. complete as directed and as per instruction of Engineer-in-charge.

Sqm. 4160.00 213.47 888035.20

122 Finishing walls with Premium Acrylic Smooth exterior paint with Silicone additives of required shade:--New work (Two or more coats applied @ 1.43 ltr/10 sqm over and including priming coat of exterior primer applied@ 2.20 kg/10 sqm)

Sqm. 2499.00 138.82 346911.18

J CARPENTRY & STAINLESS STEEL WORKS

123 Providing and fixing stainless steel ( Grade 316) railing made of Hollow tubes, S.S wires, 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 2095.00 822.49 1723116.55

124 Providing wood work in frames of doors, windows, clerestory windows and other frames for handrail top, 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).--Second class teak wood

cum 1.13 125472.08 141783.45

125 Providing and fixing Toughened Glass Panel for hand railing (Provisional Quantity)

Sqm. 8.00 6235.32 49882.56

Page 59: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 59 of 165

126 Providing and fixing 50mm high, 1.5mm thick SS brush finished skirting fixed on 9mm thick marine plywood including all hardware etc. complete as per drawing.

Rmt 169.00 932.15 157533.35

K FALSE CEILING WORK / MISCELLANEOUS WORKS

127 GYPSUM FALSE CEILING

Providing and fixing suspended false ceiling of Saint gobain/Armstrong or

equivalent make consisting of 12.5mm thick Gypsum plaster board suspended on GI framework with staggered joints. GI framework to consist of GI perimeter channels 0.55mm thick 20mm x 30mm along perimeter of false ceiling of ceiling, screw fixed to wall/partition with nylon sleeves and screws @ 600mm c/c. Suspending GI intermediate channels of size 0.9mm thick 45mm x 15mm from the soffit at max dist 1220mm c/c with ceiling angle 0.55mm thick 25mm x 10mm fixed to soffit using proprietary supplied GI cleats and steel expansion fasteners.

Sqm. 2084.00 948.74 1977174.16

Ceiling section 0.55mm thick web size 51.5mm and flanges 26mm each and 10.5mm lips are fixed to perpendicular to

intermediate channel @ 457mm c/c using connecting clips.12.5mm thk gypsum plasterboard (IS 2095-1982) is screw fixed to ceiling section with 25mm SS drywall screws @ 230mm c/c. Boards to be finished with proprietary supplied jointing tape and jointing compound and sand papered to achieve a smooth and seamless finish. and 2 coats of primer suitable for plasterboard applied and two coats of Acrylic emulsion plastic paint to be applied as per manufacturer specification. Rate quoted to include vertical drops as per site condition and all cut-outs required for light fixtures, smoke detectors and other services cut-outs complete as directed by Architect. (Contractor to account for additional supports as required).Rate quoted to include cost of providing support framework formed of perimeter channels for fixing light fixtures, AC grills/diffusers etc., Also to provide concealed perimeter channel support as required to support modular grid ceiling sections at junction between gypboard false ceiling and modular grid tile ceiling. Proprietary supplied ceiling suspension system to consist of 2mm or 3mm GI suspension rod / wire with adjustable butterfly clip

or adjustable threaded "J" bolt of 3mm dia securely affixed to structural ceiling using soffit angle fixing bracket and 10mm dia hook type anchor fastener. Ceiling suspension system to be fixed at

Page 60: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 60 of 165

interval (Grid) of 1200mm in both directions. Proprietary supplied Grid System to consist of Main Runners @ 600mm and joined by Cross Tees @ 600mm to form overall grid opening of 600mm x 600mm. Additional cross tees are to be placed where appropriate for light fixtures, AC diffusers. The grid system used shall be hot dipped

galvanized steel sections, with exposed surfaces chemically cleaned and capped prefinished in high-gloss polyester enamel with two coat system on cold rolled steel.

Grid member sizes: Main runners: 15mm x 15mm x 0.45mmCross tees: 15mm x 15mm x 0.45mmPerimeter section: 18mm x 18mm x 0.45mmTile specification :Lay-in-tile type: Saint gobain or as approved manufacturers as per specs & as approved by engineer in charge. Tile size: 600mm x 600mm x 15mm thk. Edge detail: Regular Edge with Micro look Light reflectance: 0.83Colour: White Surface burning characters: Euro Class A2-S1,d0 NRC: 0.50CAC: In the range of 34 dB False ceiling will be measured on horizontal plane only. Horizontal plane measurements are to be inclusive of all vertical drops, edge moldings, fascias, Axium etc. All extra tiles occupied by lights and diffusers to be returned to Owner. Rate quoted to include all cut-outs required for light fixtures, speaker, smoke detectors, ply supports for light fittings and other services cut-outs complete as directed by Engineer-in-charge.

128 Providing and fixing false ceiling at all heights with integral densified calcium silicate reinforced with fibre and natural filler false ceiling tiles of Size 595x595

mm of approved texture, design and patterns having NRC (Noise Reduction coefficient) of 0.50 (minimum) as per IS 8225:1987, Light reflectance of 85% (minimum). Non combustible as per BS:476 (part-4), fire performance as per BS:476 (part 6 &7), humidity resistance of 100%, thermal conductivity < 0.043 W/m K as per ASTM 518:1991, in true horizontal level suspended on interlocking metal powder coated T-Grid of hot dipped galvanised iron section of 0.40 mm thick on Silhouette profile, rotary stitched double webbed white with 6 mm reveal profile (white/black),comprising of main-T

runners of size 15x42 mm of length 3000 mm, cross - T of size 15x42 mm of length 1200 mm and secondary intermediate

Sqm. 153.00 2525.62 386419.86

Page 61: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 61 of 165

cross-T of size 15x42 mm of length 600mm to form grid module of size 600 x 600 mm, suspended from ceiling using galvanised mild steel items (galvanizing @ 80 grams per sqm) i.e. 50 mm long, 8 mm outer diameter M-6 dash fasteners, 6 mm dia fully threaded hanger rod upto 1000 mm length and L-shape level adjuster of size 85x25x2 mm. Galvanised iron

perimeter wall angle of size 22x19x0.40 mm of length 3000 mm to be fixed on periphery wall /partition with the help of plastic rawl plugs at 450 mm center to center and 40mm long dry wall S.S screws. The work shall be carriedout as per specifications, drawing and as per directions of the Engineer-in-Charge.--With 15 mm thick integral densified micro edge lightweight calcium silicate false ceiling tiles

129 Modular False Ceiling : Armstrong Modular ceiling grid(hot dipped galvanized steel section) shall have Mineral Fibre Board 595 x595 mm x 15mm fine fissured tiles(lay-in type) in true horizontal level using a 15mm T bar section suspended from the ceiling slab using 2 mm wire at every 1200mm interval. And shall have fire rating of 60 minutes as per BS 476/23 of 1987, Noise reduction Coefficient (NRC) of 0.50-0.60, to resist temperature and humidity conditions up to 40 degree (104deg. F) and humidity of 99% RH.complete as per architectural drawing & as per approved manufacturer specification

Sqm. 428.00 1750.44 749188.32

130 Providing and fixing Dry cladding of size 1000 X 3000 X 3mm thick Techlam / H.R Johnson or approved equivalent porcelain sheet as approved by Project Architect with matt & slipresistant finish, framework with aluminium channel of 40X50X2 to 3mm thick @ 500mm C/C

with powdercoated angle of size 5X25X2mm thick fixed with anchor fastener, & SS self tapping screws.tile should be clean& structural silicon is applied & gaps between the tiles should be sealed with weather silicon etc. complete asper manufacturer specifications

Sqm. 1112.00 6569.40 7305172.80

131 "Providing and filling styrofill geofoam of approved size etc. complete as per manufacturer specifications.

Cum. 49.00 1554.10 76150.90

132 Providing and laying cement concrete in retaining walls, return walls,walls (any thickness) including attached pilasters, columns, piers,abutments, pillars, posts, struts, buttresses, string or lacing courses,parapets, coping, bed blocks, anchor blocks, plain window sills, fillets,sunken floor etc., up to floor five

Cum. 6.00 8858.39 53150.34

Page 62: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 62 of 165

level, excluding the cost of centering,shuttering and finishing :--1:2:4 (1 Cement : 2 coarse sand : 4 graded stone aggregate20 mm nominal size).

133 Providing core cuts in RCC slabs/RCC wall etc--100 mm dia" (Provisional quantity)

Each 8.00 5000.00 40000.00

134 Providing core cuts in RCC slabs/RCC wall etc.--50 mm dia" (Provisional quantity)

Each 6.00 4300.00 25800.00

135 Steel reinforcement for R.C.C. work including straightening, cutting,bending, placing in position and binding all complete upto plinth level.--Hard drawn

steel wire-mesh 12 mm thick at 200mm Spacing bothways

kg 1154.00 95.66 110391.64

136 Providing and fixing stone slab with table rubbed, edges rounded and polished, of size 75x50 cm deep and 1.8 cm thick, fixed in urinal partitions by cutting a chase of appropriate width with chase cutter and embedding the stone in the chase with epoxy grout or with cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 6 mm nominal size) as per direction of Engineer-in-charge and finished smooth. Granite Stone of approved shade

sqm 7.00 4061.23 28428.61

137 Providing and fixing mirror panelling with 25X40x1.5mm aluminium box section @ 600X600mm C/C @ horizontal & vertically, 9mm thick marine plywood

fixed on aluminium framework, & 6mm thick mirror of approved make, including all hardware etc. complete as per drawing or as directed.

sqm 20.00 4269.36 85387.20

138 Providing and erecting 600mm deep Pantry counter in shape and design as directed. With approved 20mmthk granite top of approved shade, including 18MM cement mortar and LOCAL marble base, with LOCALmarble verticals and shelves as indicated, making cut-outs for sink, plumbing fixtures, gas cylinder pipes, etc,cost to include for all granite vertical patties, facias, splash - back patties, granite skirting etc. Polishingincluding edge polishing, washing, cleaning, and finishing the wall surface below the counter with 200mm x200mm ceramic

white colour tile including necessary cement mortar backing complete details as directed.running length of counters to be measured along their centre lines and paid for. (Basic cost of granite Rs.2000/- Sq.mt.)

rmt 5.00 5906.30 29531.50

139 Providing and fixing Teakwood frames 25mm x 40mm with Shutters to pantry counter/ wash basin counters /counter for Cupboards made out of 18mm Marine Plywood finished with 1.0mm approved

Sqm. 5.00 4743.74 23718.70

Page 63: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 63 of 165

laminate on all exposed faces and all inner surfaces to be finished with 1.0 mm thick laminate, including all hardware (concealed hinges, magnetic stopper, concealed handles for shutter opening) shall be as per drawings and directed Engineer-in-charge.

140 Rough cast plaster upto 10 m height above ground level with a mixtureof sand and gravel or crushed stone from 6 mm to 10 mm nominalsize, dashed over and

including the fresh plaster in two layers, underlayer 12 mm cement plaster 1:4 (1 cement : 4 coarse sand) and toplayer 10 mm cement plaster 1:3 (1 cement : 3 fine sand) mixed with10% finely grounded hydrated lime by volume of cement.--Ordinary cement finish using ordinary cement (Provisional Qty)

sqm 25.00 629.42 15735.50

141 Laying Plaster of Paris along with Separation Membrane of impermeable plastic sheeting 125 micron thick on flooring & removal & cleaning after all work is completed

sqm 3127.00 137.19 428993.13

142 Designing, fabricating, testing, installing and fixing in position Curtain 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 drawingsfor pressure equalisation or rain screen principle as required,proper drainage of water to make it watertight includingchecking of all the structural and functional design.(b) Providing, fabricating and supplying and fixing panels ofaluminium composite panel cladding in pan shape in metaliccolour of approved shades made out of 4mm thick aluminiumcomposite panel material consisting of 3mm thick FR grademineral core sandwiched between twoAluminium sheets (each0.5mm thick). The aluminium

composite panel cladding sheetshall be coil coated, with Kynar 500 based PVDF / Lumiflonbased fluoropolymer resin coating of approved colour and shadeon face # 1 and polymer (Service) coating on face # 2 asspecified using stainless steel screws, nuts, bolts, washers,cleats, weather silicone sealant, backer rods etc.(c) The fastening brackets of Aluminium alloy 6005 T5 / MS withHot Dip Galvanised with serrations and serrated washers toarrest the wind load movement, fasteners, SS 316 Pins andanchor bolts of approved make in SS 316, Nylon separators toprevent bi-metallic contacts all complete required to performas per specification and drawing

Page 64: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 64 of 165

The item includes cost of allmaterial & labour component, the cost of all mock ups at site,cost of all samples of the individual components for testing inan approved laboratory, field tests on the assembled working

curtain wall with aluminium composite panel cladding, cleaningand protection of the curtain wall with aluminium compositepanel cladding till the handing over of the building for occupation.Base

frame work forACP cladding is payable under the relevant aluminium item.s The Contractor shall provide curtain wall withaluminium composite panel cladding, having all theperformance characteristics all complete , as per theArchitectural drawings, as per item description, as specified,as per the approved shop drawings and as directed by theEngineer-in-Charge. However, for the purpose of payment, onlythe actual area on the external face of the curtain wall withAluminum Composite Panel Cladding (including width ofgroove) shall be measured in sqm. up to two decimal places."(Provisional qty)

sqm 15.00 4884.32 73264.80

143 Providing and fixing double scaffolding system (cup lock type) onthe exterior side, up to seven story height made with 40 mm diaM.S. tube 1.5 m centre to centre, horizontal & vertical tubes joiningwith cup & lock system with M.S. tubes, M.S. tube challies, M.S.clamps and M.S. staircase system in the scaffolding for workingplatform etc. and maintaining it in a serviceable condition for therequired duration as approved and removing it there after .--Thescaffolding system shall be stiffened with bracings, runners,connection with the building etc wherever required for inspection ofwork at required locations with essential safety

features for theworkmen etc. complete as per directions and approval of Engineerin-charge .The elevational area of the scaffolding shall be measuredfor payment purpose .The payment will be made once irrespectiveof duration of scaffolding.Note: - This item to be used for maintenance work judicially, necessary deduction for scaffolding in the existing item to be done. (Provisional qty)

sqm 15.00 229.67 3445.05

L WATERPROOFING WORKS

144 Providing water proof bedding for flooring of Bath and WC 25 mm thick in C.M. 1:3 including using approved water proofing

compound in specified proportion as per manufacturers specifications for per bag of cement including leveling, curing and covering 10 years guarantee on court fee stamp paper of Rs.500/ including

Sqm. 175.00 396.44 69377.00

Page 65: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 65 of 165

ponding test etc. complete.

145 Providing and laying water proofing treatment in sunken portion ofWCs, bathroom etc., by applying cement slurry mixed with waterproofing cement compound consisting of applying : (a) First layer of slurry of cement @ 0.488 kg/sqm mixed with waterproofing cement compound @ 0.253 kg/ sqm. This layer will beallowed to air cure for 4 hours. (b) Second layer of slurry of cement @ 0.242 kg/sqm mixed withwater proofing cement compound @ 0.126 kg/sqm. This layerwill be allowed to air cure for 4 hours followed with water curingfor 48 hours. The rate includes preparation of surface, treatmentand sealing of all joints, corners, junctions of pipes and masonrywith polymer mixed slurry

Sqm. 399.00 439.52 175368.48

146 Providing & laying water proofing treatment to the toilet flooring by giving injections with cement solution with waterproofing compound into the floor

slab so as to make it consistent, homogenous and impervious against leakage, seepage etc. The sunk portion shall then be covered with necessary brick bat waterproof coba inC.M.(1:5) of 100mm average thickness in required slope mixed with approved waterproofing compound as per manufacturer's specifications finished rough with joint less waterproof cement plaster in C.M.(1:3) 12mm to 15mm thk in all positions extending the water proofing upto 300 mm height, curing, leakage test afterimpounding the water for 7 days, etc. complete with 5 years guarantee

etc.(Measurement in plan area ) (Provisional quantity)

Sqm. 20.00 1836.60 36732.00

147 Extra for providing additional thickness of brick bats over average thickness of 100mm in 1:5 cement mortar mixed with waterproofing compound of approved make as per manufacturers specification as directed.

Cum. 47.00 5250.00 246750.00

148 WATERPROOFING ON TERRACE :

i) Providing and laying integral cement based water proofing treatmentincluding 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 ofcement admixed with water proofing compound conforming toIS. 2645 and approved by Engineer-in-charge over the RCC slabincluding adjoining walls upto 300 mm height including cleaningthe surface before treatment.(b) Laying brick bats with mortar using broken bricks/brick bats 25mm to 115 mm size with 50% of

Sqm. 1063.00 1483.77 1577247.51

Page 66: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 66 of 165

cement mortar 1:5 (1 cement : 5coarse sand) admixed with water proofing compound conformingto IS : 2645 and approved by Engineer-in-charge over 20 mm thicklayer of cement mortar of mix 1:5 (1 cement :5 coarse sand) admixed with water proofing compound conforming to IS : 2645 and approvedby Engineer-in-charge to required slope and

treating similarly theadjoining walls upto 300 mm height including rounding of junctionsof walls and slabs.(c) After two days of proper curing applying a second coat of cementslurry using 2.75 kg/ sqm of cement admixed with water proofingcompound conforming to IS : 2645 and approved by Engineerin-charge.(d) Finishing the surface with 20 mm thick joint less cement mortarof mix 1:4 (1 cement :4 coarse sand) admixed with water proofingcompound conforming to IS : 2645 and approved by Engineering-charge including laying glass fibre cloth of approved qualityin top layer

of plaster and finally finishing the surface with trowelwith neat cement slurry and making pattern of 300x300 mmsquare 3 mm deep.(e) The whole terrace so finished shall be flooded with water for aminimum period of two weeks for curing and for final test. Allabove operations to be done in order and as per approved manufacturer specification & as directed and specified by the Engineer-in-Charge :--With average thickness of 120 mm and minimumthickness at khurra as 65 mm.

149 Crazy ceramic tile flooring, with under layer 12 mm thick cement mortar 1:4 (1 cement: 4 coarse sand), with joints not exceeding 5 mm, including filling the gaps with ordinary cement mixture &

mixing with synthetic polyester fibre, triangular in shape having specific gravity of 1.34 to 1.40, cross section size ranging from 10 to 40 micron & length upto 6 mm , mixing fibre @ 125 grams per 50 kg of cement in cement mortar, including providing and mixing water proofing material in mortar @ 1 kg per 50 kg of cement , all complete as per direction of Engineer-in-charge.

Sqm. 424.00 683.48 289795.52

150 Providing and mixing integral crystalline admixture forwaterproofing treatment to RCC structures like basement raft,retaining walls, reservoir, sewage & water treatment plant,tunnels / subway and bridge deck etc. at the time oftransporting of concrete into the drum of the ready-mix truck,using integral

crystalline admixture @0.80% (minimum) to theweight of cement content per cubic meter of concrete) or higheras

kg 2.00 539.79 1079.58

Page 67: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 67 of 165

recommended by the manufacturer's specification inreinforced cement concrete at site of work. The material shallmeet the requirements as specified in ACI-212-3R-2010 i.e. byreducing permeability of concrete by more than 90%,compared with control concrete as per DIN 1048 and resistantto 16 bar hydrostatic pressure. The crystalline

admixture shallbe capable of self-healing of cracks up to a width of 0.50mm.The work shall be carried out all complete as per specificationand the direction of the Engineer-in-charge. The productperformance shall carry guarantee for 10 years against any leakage.

151 ANTI-ROOT WATERPROOFING TREATMENT: Cleaning existing Terrace Surface, Providing and Laying Waterproofing Treatment to Terrace with ANTI-ROOT APP (Atactic Polypropylene Polymer) Modified Pre-Fabricated Five Layer 4mm Thick and Minimum 5 Kg./m2 Weight Water Proofing Membrane HYDROSTOP PLUS 4PYM GARDEN of TIKI TAR DANOSA make or Approved equivalent , Finished on Top with Calibrated Minerals pressed Mechanically in to APP Modified Bitumen Binder and Under Surface Coated with a Plastic Polyethylene Film and having Reinforcement of Non-Woven Polyester Matt at Core, including a Coat of Bitumen Primer TIKI PRIMER OB for Bitumen Membranes Manufactured to IS:3384. Over the dried Primer Coat, laying 4mm ANTI-ROOT APP Membrane HYDROSTOP PLUS 4PYM GARDEN using Butane Torch, while maintaining the Side Overlaps 100mm and End Overlaps

150mm, Sealing all Overlaps etc. complete, including treatment at all Junctions and Corners to accomodate Stresses with 300mm Wide Strip of 3mm Polyester Reinforced APP Membrane HYDROSTOP PLUS 3PYP and treatment over the Vertical Plane up to 150 mm height above the Greenscape Top Level with same Waterproofing Membrane HYDROSTOP PLUS 4PYM GARDEN, the Waterproofing Membrane terminated by tucking it into the groove made on Vertical Plane, the groove sealed with Cement-Sand Mortar etc., all complete. The Waterproofing Membrane so laid shall have Tensile Strength in

Longitudinal & Transverse Direction @230C 750N/5cm and 450 N/5cm, when Tested in accordance with ASTM D 5147, High Temperature Flow Resistance >1200C, when Tested in accordance with

Sqm. 1074.00 945.00 1014930.00

Page 68: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 68 of 165

ASTM D 5147 and Dimensional Stability <0.5%, when Tested in accordance with ASTM D 5147.The Laying of Membrane shall be done through the Authorised Applicator of the Manufacturer of Membrane 4mm Thick.All complete as per approved manufacturer specification.

152 PROTECTION, FILTERING and DRAINAGE LAYER: Providing and Laying Protection, Filtering and Draingae Layer over the laid Waterproofing Membrane

with HDPE Nodular Drainage Sheet having 1907 Nodules per m2 of Size 7.3mm and in-built Non-Woven Calendered Polypropylene Geo-Textile of 120 gsm as Filter Media on top DANODREN GARDEN of TIKI TAR DANOSA make or approved equivalent make for Protecting Waterproofing Membrane from Damage during Soil Filling and Diverting Water Flow towards the Drain Outlet, laid loose with Filtering Geo-Textile facing the installer, while maintaining overlaps of 100mm, including treatment over the Vertical Plane up to minimum 25mm above the Greenscape Top Level, with the same Drainage Sheet etc., all complete.All complete as per approved manufacturer specification.The Protection and Drainage Sheet so Laid shall carry “Conformite Europeenne” Marking ("CE") Supplied by the Same Membrane Manufacturer and shall have Compressive Strength 200 KN/m2 when Tested in accordance with UNE EN ISO 604, Tensile Strength 700N/60mm when Tested in accordance with UNE EN ISO 12311-1 and Drainage Capacity 5 Ltr. / Sec. / Mtr.The Laying of Protection and Drainage Sheet shall be done through the Authorised Applicator

of the Manufacturer of Membrane 4mm Thick.

Sqm. 1074.00 505.00 542370.00

153 Providing and laying damp-proof course 40mm thick with cement concrete 12.5mm nominal size)1:2:4 (1 cement : 2 coarse sand (zone-III): 4 graded stone aggregate with water proofing compound

Sqm. 259.00 377.31 97723.29

M HORTICULTURE & SIGNAGES

154 LAWN:-Providing and planting lawn as specified including installation of irrigation system,aquaduct drain cells for drainage, geonet and white sand (1-2 inch) for filtration and providing & filling the pit with fresh garden soil manure at 3:1 proportion to a required height and mixing garden soil manure thoroughly

well, leveling, as directed, watering previous night, planting required variety of lawn grass as directed ,per specification and maintaining till well established by watering, weeding, stirring

Sqm. 665.00 2703.00 1797495.00

Page 69: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 69 of 165

of soil replacing of casualty's etc. complete including the cost of manure and mixing with good quality of earth and manure as directed.

155 SHRUBS:- Providing and planting well routed shrubs as specified including installation of irrigation system, aquaduct draincells for drainage, geonet and white sand (1-2 inch) for filtration and providing and filling the pit with with fresh garden soil and manure thoroughly

well, levelling as directed, watering previous night, planting shrubs as specified in the drawings and sapling as per specification and maintaining till well established by watering, weeding,stirring of soil replacing of casualty's etc. complete including the cost of manure and mixing with good quality of earth and manure in 3:1 as directed and staking with flat bamboo of 11/2" - 2" thickness and 1.3mtrs height bamboo. Type of shrubs includes Dombeya Wallichi, Calliandra Haemotocephata, Pellionia pulchera, Hamelia patens,Hibiscus pink tips ,ixora chinensis Furcraea glgantia 'Medico-Picta', Allamanda Scnotti,Golden duranta, Lantana camera red, Duranta plumeril, Russelia juncea, Nerium Olender,Areca lutenscenes, Mussaenda philiphica Galphimia Glauca or equivalent price range shrubs.

Sqm. 200.00 3314.50 662900.00

156 TREES:- Providing and installation of irrigation system, aquaduct draincells for drainage, geonet and white sand (1-2 inch) for filtration and providing and filling with fresh garden soil and manure thoroughly well, levelling, as directed, watering previous night, providing and planting 1.5mts height healthy trees sapling as per specification and maintaining till well established by watering, weeding, stirring of soil

replacing of casualty's etc. complete including the cost of manure and mixing with good quality of earth and manure in 3:1as directed. and staking with 2.0mtrs long and 11/2" - 2" dia bamboo. Type of plants includes Peltophonom Ferrugineum, Acocia Aurculiformis, Cordia Sebestena,Spathodea Campanulata, Brassia Actinophylla, Michelia Campaca, Pisonia Alba,Plumeria Alba, Alstonia Scholaris, Ravenala Madagas Cariensrs, Ficus benjamina,bauhinia blakeana, ficus panda, plumeria rubra or equivalent price range plants.

Nos. 54.00 3503.50 189189.00

157 GROUND COVERS :- Providing and planting ground covers as specified including installation of irrigation system,aquaduct drain cells for drainage,

Sqm. 155.00 2955.50 458102.50

Page 70: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 70 of 165

geonet and white sand (1-2 inch) for filtration and providing & filling the ground with fresh garden soil manure at 2:1 proportion to a required heigh and mixing garden soil manure thoroughly well,leveling, as directed, watering previous night, planting ground covers as specified in the drawings and sapling as per specification and maintaining till well

established by watering, weeding, stirring of soil replacing of casualty's etc. complete including the cost of manure and mixing with good quality of earth and manure as directed.

158 "Aluminium mesh Anti Bird Net " ( Mkd. F6) Providing and fixing aluminium jali with 50X25mm thick aluminium framework with aluminium mesh as per design etc. complete as per design or as directed.

Sqm. 165.00 3365.00 555225.00

159 At Terrace "Concrete Paver Square Tiles " ( Mkd. F7)Chequerred precast cement concrete tiles 22 mm thick in footpath &courtyard, jointed with neat cement slurry mixed with pigment to matchthe shade of tiles, including rubbing and cleaning etc. complete, on 20mm thick bed of cement mortar 1:4 (1 cement: 4 coarse sand--Medium shade pigment using 50% white cement 50% Greycement

Sqm. 10.00 1210.72 12107.20

160 FEATURE GLASS POOL -Framework Sandwich Glass Floor :-Designing , furnishing , fabricating, packing, deliver (to jobsite) and install complete: System comprises of Steel box profile at both side, EPDM Gasket, Weather sealant, SteelConnection plate, S.S. Nut & Bolt of (316 grade) for connecting steel structure. Glass willbe supported from top and bottom with help of Stainless steel frame Steel 'U' Channel.

Sqm. 93.00 20982.00 1951326.00

161 FEATURE GLASS POOL -Sandwich Glass Floor :- Supply of 33.04 mm thick sentry plus laminated glass unit for Vision as perSpecifications. Rate will include all taxes and landing cost on site.

( 10mm thick clearToughened glass + 1.52mm Sentry plus interlayer + 10mm thick clear Toughened glass +1.52mm Sentry plus interlayer + 10mm thick clear Toughened glass )

Sqm. 183.00 17754.00 3248982.00

162 Signage work for the Proposed areas :-Providing and fixing LOGO of size approx. as mentioned below made up of 2mm thick aluminium base plate with colour PU coat as per the creative design with backlite glow. Letters L& D English and Marathi will be in 3D letters with inside LED with front colour coat as per the colour, rest logo design will be colour coat Electronic

Page 71: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 71 of 165

material , Samsung LED with 3 year warranty, water proof power supply with 2 year warranty & timerwith 1 year warranty.

a) 1500 mm dia Each 2.00 32812.50 65625.00

b) Entry signage -450 x 150 mm Each 15.00 1253.99 18809.85

c) Fire exit signage-450x150 mm Each 20.00 1253.99 25079.80

d) Building Identification Signage-1800 x 200mm

Each 2.00 6687.90 13375.80

e) Traffic control /User movements-800 x 200mm

Each 10.00 2972.40 29724.00

f) Caution/Warning Signage -400 x 400 mm

Each 5.00 2972.40 14862.00

163 Providing and installing "Area map showing MDL Plant Buildings location" of size 1200 x 800 mm with frame and Clear Glass including installation of the frame on wall.

Each 1.00 10000.00 10000.00

164 Providing and fixing in position at all floors and levels, UPVC fins of size 150mm length, 50 mm wide & 2/3mmthick @ 200mm C/C of approved design and pattern etc. complete as per manufacturer specifications.

sqm 72.00 4700.00 338400.00

TOTAL OF ARCHITECTURAL & CIVIL WORK (I)

93103271.28

II CIVIL WORK FOR STRUCTURAL PART

I SUB STRUCTURE WORKS

Note : - i)All the items of substructure include the cost of dewatering, wherever necessary during the progress of work till its completion without any extra cost to MDL. Tenderers are advised to visit site of work to acquaint themselves about the level of subsoil water, drainage facility for dewatering, accessibility to the site

& quote the rates accordingly.ii) Stacking distance should be considered from nearest building edge.

A EXCAVATION & EARTH WORKS

1 Earth work excavation by mechanical means (Hydraulic excavator)/manual means in foundation trenches or drains (not exceeding 1.5 m in width or 10 sqm on plan), including dressing of sides and ramming of bottoms, lift upto 1.5m, including getting out the excavated soil and disposal of surplus excavated soil as directed, within lead of 50 m.

a) Depth not exceeding 1.50 m. from ground level.

Cum 1349.66 238.63 322069.37

b) Hard rock (Blasting prohibited)/ Ordinary or hard rock

Cum 1587.02 1074.84 1705792.58

2 Filling avilable excavated earth (excluding rock) in trenches ,plinth sides of foundations etc. in layers not exceeding

20cm in depth, consolidating each deposited layer by raming and watering , lead up to 50 m and lift upto 1.5 m.

Cum 1675.08 180.34 302083.93

Page 72: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 72 of 165

3 Providing and laying dry rubble stone hard core soling of 200mm thickness consolidated thickness in sub base to below footing,plinth,floor on grade and in plinth protection to required levels and lines with first quality rubble, hand set, well packed including filling the interstices with smaller stone chips, Supplying and fixing & finishing/binding

the surfaces with approved binding quality murrum including watering, consolidation etc. complete as per specifications, drawings & as directed by Engineer-in-charge. --a) 200 mm thick with contractor supply of stone

Cum 137.91 701.72 96774.21

4 Providing preconstructional antitermite treatment as per I.S.6313 (Part-II) by treating the bottom surface and sides ofexcavation at the rate of 5 litres of emulsion concentrate of 1.0percent of chlorophyrifos per square meter of surface area covering 10 years guarantee on bond paper.

Sqm. 1304.52 63.60 82967.47

5 Disposing off the surplus excavated materials by mechanical transport lead up to 44 Km to the nearby dumping pits/ dumping areas out side identified by Engineer in charge , including all lifts, loading, unloading, stacking,royalty,octroi etc. complete as per specifications & as directed by the Engineer-in-charge. 1. Voids @ 20% for all type of soils and for Soft rock and Hard rock 50% shall be deducted from stack/truck measurements to arrive at the net quantity for payment in case direct measurements is not possible. 2. Approval from concerned authorities is the responsibility of contractor & quoted rate shall be inclusive of all

charges if any from the statutory authorities such as royalty etc 3) Transport lead upto 20 km anywhere away from MDL.

a) all type of Soil Cum 150.00 669.03 100354.50

b) Soft rock & Hard rock Cum 150.00 1070.50 160575.00

B PLAIN CEMENT CONCRETE & PLUM CONCRETE

6 Providing and laying in position ready mixed plain cement concrete, using fly ash and cement content as per approved design mix and manufactured in fully automatic batching plant and transported to site of the work in transit mixer for all leads, having continuous agitated mixer, manufactured as per mix design of specified grade for plain cement concrete work, including pumping of R.M.C. from transit mixer to site of laying

Page 73: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 73 of 165

of curing, excluding the cost of centering, shuttering and finishing, including cost of curing, admixtures in recommended proportions as per IS :9103 to accelerate /retard setting of concrete, improve workability without imparing strength and durability as per direction of the engineer in charge. sand and aggregate derived from natural sources.(Note : Fly

ash confirming to grade I of IS 3812 ( Part-1) only be used as part replacement of OPC as per IS :456. Uniform blending with cement is to be ensured in accordance with clauses 5.2 and 5.2.1 of IS :456-2000in the items of BMC & RMC." Note :- The laying of PCC shall be in panels, the sequence and the arrangement of construction joints and the surface finish of which shall be as directed and approved by the Engineer -in- charge.

a) Foundation Plain cement concrete of Grade M-15

Cum 103.43 8699.53 899792.39

b) Floor P.C.C.(Grade Slab+non structural wall),plinth protection of concrete of Grade M-15

Cum 354.95 8699.53 3087898.17

7 Providing and laying in below U.G tank,

grey water tank,below footings and lift shaft at all locations and depths with Ready Mixed Concrete conforming to IS 4926 (latest revision) as per specifications Plum concrete course in plain cement concrete M-15 and evenly distributed plums with 30% (Plus or Minus 2%) plums of basalt or trap of size 150mm to 230mm size at foundation and plinth levels including conveying, placing in position, Supplying and fixing, stacking and placing the plums, mechanical consolidation,finishing, curing, necessary form work etc. all as per specifications , drawings and as directed by the engineer-in-charge.Note : 30% of plums

in concrete shall be premeasured from the stacks with 50% deduction for voids.

Cum 613.69 6089.67 3737169.58

C REINFORCED CEMENT CONCRETE

a) All RCC shall be as specified and shall be carried out strictly in accordance with the drawings and specifications. b) The rates for RCC works shall be inclusive of all depths below G.L slabs at all heights as detailed in the drg but exclusive of cost of reinforcement unless otherwise mentioned.c) All coarse aggregate to be 20 mm maximum size and uniformly graded unless otherwise mentioned.d) For all RCC items, the rates

quoted shall include the following without any extra cost to the Dept.i) Spacers to maintain clear cover for reinforcement.ii)

Page 74: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 74 of 165

Fixing at correct level & in proper alignment the inserts, pipe sleeves, pipe bends, fan hooks, other pipe specials etc. supplied by Department or Contractor unless otherwise mentioned in a separate item iii) Test for concrete shall be done as per IS 456-2000 and the cost of the testing to be carried out shall be borne by the contractor.e) Precaution

to be taken to avoid uplifting forces on the raft of water tanks. f)Rate shall be inclusive of providing factorymade cover blocks. Cover blocks shall be made of the grade upto M50 of concrete of structural member in which the blocks are to be used. As per the soil report, water table is expected near the ground level and contractor is advised to use following sequence during concreting of the water tank. 1) Dewatering to keep the area dry during

construction 2) Plum concrete to be completed as shown in the drawing. 3) Backfilling in layers and compaction for full height of the backfill as directed by the EIC, over the raft projection. 4) Keeping the tank filled with water for at least half the depth.

8 Providing & laying in position machine batched mis design Mix M-25 grade cement concrete for reinforce cement concrete work, using cement content as per approved design mix, including pumping of concrete to site of laying but excluding the cost of centering, shuttering, finishing & reinforcement, including admixtures in recommended

propertions as per IS : 9103 to accelerate, retard setting of concrete, improve workability without imparing strength and durability as per direction of Engineer-in-charge. (Note :-Cement content considered in this item is @ 330kg/cum. ). Inspection and Idenfying the Services Below the Existing Transformer area before starting the foundation work. The fondation Quantities may change as per site condition

a) Providing M-30 grade concrete instead of M-25 grade BMC/RMC(Note: Cement content considered in M-30 is 340 kg/cum)

Cum 96.30 9432.51 908350.71

b) Providing M-40 grade concrete instead of M-25 grade BMC/RMC(Note: Cement content considered in M-40 is 360 kg/cum)

Cum 544.48 9633.66 5245335.20

Page 75: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 75 of 165

9 Reinforcement for RCC work including Supplying and fixing, delivering and storing of various diameters as required at site of work transporting, decoiling, straightening, cutting, bending, placing in position at all depths, levels and binding with 18-20 gauge, soft drawn locations annealed steel binding wire, welding etc. complete as per

specifications and drawings. (Cost of binding wire shall be borne by the contractor & binding wire shall not be measured for payment. Rate includes cost of tests of materials by Contractor as specified in the Specifications and IS) and preparing and obtaining prior approval of bar bending schedule. (a) Thermo Mechanically Treated bars of grade Fe-500D manufactured by recommended list of manufacturers conforming to IS 1786 - latest revision as per specifications of works and drgs.

KG 66962.69 81.17 5435361.55

10 Providing, erecting, fixing in position removing and cleaning steel / plywood or any other approved material shuttering and centering for formwork in substructure at all depths for all geometrical shapes, as per details shown in drawings and as required for specific design of formwork wherever specified, including proper bracing, ties, anchors, bolts, nuts, washers, packing plates, fasteners of adequately designed capacities, producing finished concrete surfaces. at all locations including chamfers, splays, keys, wedges, props, rails,bracings,brackets,cutting holes if specified for pipes etc.providing and applying approved form oil on all surfaces of formwork coming in contact with

concrete including close hacking of all exposed concrete work wherever required to receive other type of finishing after removal of form work,all materials,labour etc.complete as per specifications,drawings and as directed by the Engineer-in-Charge. (Area of formwork in contact with concrete shall only be measured for payment and stop boards for construction joints will not be measured for payment). Note : - Prior approval of Engineer - in - charge to be obtained for clearance of form work for laying RCC.

10.1 For Foundation Area a)Foundations, footings, bases of columns, etc. for massconcrete and Raft.

Sqm. 494.03 278.14 137409.50

10.2 For U.G.Tank (Pump Room)

a) Foundations, footings, bases of columns, etc. for massconcrete and Raft.

Sqm. 12.58 278.14 3499.00

b) Walls (any thickness) including attached Sqm. 374.35 542.95 203253.33

Page 76: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 76 of 165

pilasters, butteresses, plinth and string courses etc.

c) Lintels, beams, plinth beams, girders, bressumers & cantilevers

Sqm. 37.83 491.75 18602.90

d) Suspended floors, roofs, landings, and access platform

Sqm. 62.72 605.61 37983.86

e) Columns of any size and shapes Sqm. 24.48 670.94 16424.61

10.3 Extra for additional height in centering, shuttering where ever required with adequate bracing , propping etc. including cost of deshuttering and

decentering at all levels over a height of 3.5 mtr for every additional height of 1 mtr or part thereof (Only plan area to be measured).

Sqm. 4128.19 245.95 1015328.33

II SUPER STRUCTURE STRUCTURAL WORKS

Super structure items included in this schedule pertains to all the works above plinth level upto roof including parapets, water tanks, machine room, terrace level works etc. unless specified otherwise. a) All RCC shall be as specified in the respective items and shall be carried out strictly in accordance with the drawings and specifications. b) All coarse aggregate to be 20 mm maximum size and uniformly graded unless otherwise mentioned c) For all RCC items, the rates quoted shall include the following without any

extra cost to the Dept. i) Spacers to maintain clear cover for reinforcement. ii) Fixing at correct level & in proper alignment the inserts, pipe sleeves, pipe bends, fan hooks, other pipe specials etc. supplied by Department or Contractor unless otherwise in a specified separate item . iii) Test for concrete shall be done as per IS 456-2000 and the cost of the same shall be borne by the contractor. d) For concrete or masonary surfaces in the areas of expansion joints, the

expansion joint dimension shall be maintained within tolerance of ± 1.5mm for the entire height of the structure and special care to be taken in formwork to ensure proper line and level without any additional cost on this account. e)Rate shall be inclusive of factory made cover blocks. Cover blocks shall be made of the grade upto M40 of concrete of structural member in which the blocks are to be used.

A CONCRETE WORK

11 Providing & laying in position machine batched mis design Mix M-25 grade

cement concrete for reinforce cement concrete work, using cement content as

Cum 1627.88 10696.05 17411885.87

Page 77: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 77 of 165

per approved design mix, including pumping of concrete to site of laying but excluding the cost of centering, shuttering, finishing & reinforcement, including admixtures in recommended propertions as per IS : 9103 to accelerate, retard setting of concrete, improve workability without imparing strength and durability as per direction of

Engineer-in-charge. (Note :-Cement content considered in this item is @ 330kg/cum. ).--Providing M-40 grade concrete instead of M-25 grade BMC/RMC(Note: Cement content considered in M-40 is 360 kg/cum)

12 Reinforcement for RCC work at contractor's own cost including Supplying and fixing, delivering and storing of various diameters as required at site of work transporting, decoiling, straightening, cutting, bending, placing in position at all heights ,locations levels and binding with 18-20 gauge, soft drawn annealed steel binding wire complete as per specifications and drawings. (Cost of binding wire shall be borne by the contractor & binding wire shall not be measured for payment. Rate includes cost of tests of materials by Contractor as specified in the Specifications and IS) and obtaining prior approval of bar bending schedule . --(a) Thermo Mechanically Treated bars of grade Fe-500D manufactured by recommended list of manufacturers conforming to IS 1786 - latest revision as per specifications of works and drgs.

KG 237769.00

81.17 19299709.73

13 Providing, erecting, fixing in position removing and cleaning shuttering and centering with plastic coated plywood for form work at all depths & locations, other structural members at all heights for all geometrical shapes, of approved

material including providing moulds, as per drawings and as required for specified including proper bracing, ties, anchors, bolts, nuts, washers, packing plates, fasteners of adequately designed capacities, producing finished concrete surfaces at all locations , for all shapes, sizes, curves etc including chamfers, splays, keys, wedges, props, rails, bracings, brackets, cutting holes for pipes etc. providing and applying approved form oil on all surfaces of formwork coming in contact with concrete ,including finishing concrete surfaces to all exposed concrete work after removal of form works by filling

form-tie holes and hacking surfaces( other than ceiling and soffit ), removal of fins, ridges and irregularities by

Page 78: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 78 of 165

grinding, filling air holes with sack rubbed finish with cement mortar 1:1½(1 Cement :1½ fine sand) including cleaning up of loose and disposing the debris etc., rendering smooth with a floating coat of cement including cost of removal of form work, all materials, labour etc. complete as per specifications, drawings and as directed by the Engineer-in-charge. Note :

- Prior approval of Engineer - in - charge to be obtained for clearance of form work for laying RCC.

a) Columns of any size and shape. Sqm. 4083.99 670.94 2740112.25

b) Lintels, beams, girders, bressumers and cantilevers etc complete.

Sqm. 2842.22 491.75 1397661.69

c) Suspended floors,flat slab with drop panel, roofs, landings, balconies and access platform, staircase landings.( Upto 4.5 meter height )

Sqm. 2063.69 605.61 1249791.30

B STEEL WORK

14 Structural steel work in single section, fixed with or without connecting plate, including cutting, hoisting, fixing in

position and applying priming coat of approved steel primer all complete. The launching scheme of trusses needs to be prepared prior to Execution considering the Existing Transformer at site.

14.1 a) Structural steel in single section, fixed with or without connecting plate, including cutting,hoisting, fixing on position and applying a priming coat of approved steel primer all complete

Kg 42263.38 83.83 3542939.15

14.2 b) Structural steel work riveted, bolted or welded in built up sections, trusses and framework, including cutting,hoisting ,fixing in position and applying a priming coat of approved steel primer all complete.

Kg 64418.34 96.95 6245358.06

15 Designing for specified spans as shown in structural drawings as a composite floor for the design loads mentioned herein, providing, delivering at site, cutting to required size, laying, installing, securing to floor beams with appropriate shear

connectors / studs, laying reinforcement if required, propping if necessary before concreting (concrete and reinforcement item paid separately under Concrete tender) etc. complete. (Material conforming to EN 100147:1992 or ASTM 1653 with minimum yield strength of Fy = 440 N/sqmm. Galvanization to be min. zinc coating mass of 275 gm/sqmm or as per ASTM A653)

Sqm. 968.81 1000.00 968810.00

16 All shear connector studs shall be 19 mm in diameter unless noted otherwise. Shear connector studs shall be automatically end welded in shop or field with equipment recommended by manufacturer of studs. Steel stud

NO 3875.22 110.00 426274.20

Page 79: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 79 of 165

material, welding, and inspection shall be in accordance with AWS D1.1m. Shear studs shall be placed at a maximum spacing of 300 mm on centre for all beams supporting a steel deck with concrete fill or a cast-in-place concrete slab. This spacing shall also apply when the number of studs is not indicated on the plans. Steel deck shop drawings

detailing the shear stud placement shall be submitted to the engineer for review before installation. Also providing the shear studs inside the column,tubes, column section,if required

TOTAL OF STRUCTURE WORKS (II) 76799568.44

III PLUMBING WORK

A SANITARY FIXTURES & CP FITTING

1 Providing & fixing Vitreous China European Water Closet of pure china white as per approved sample by Eng-in-charge with P trap & with necessary fittings as per direction of Engineer in Charge. (Make : Roca, Model No : RS34664L OR Equivalent Model of Hindware /Parryware Make) Basic Rate of Sanitary Fixtures & CP Fitting Rs. 9000

Nos 32.00 10497.53 335920.96

2 Providing & fixing Dual Flow Flush Valve - 32 mm including inlet / outlet connections, G.I. fittings fixtures, cutting hole, testing etc (Make : Jaquar, Model No : METROPOLE FLV-CHR-1089G OR Equivalent)Basic Rate of Sanitary Fixtures & CP Fitting Rs. 2900

Nos 32.00 3674.67 117589.44

3 Providing & fixing Health Faucet with PVC / flexible tube with check nuts, wall

hook etc. of following type & fixing using white Zinc, spun yarn etc. and wall hook on the wall at the appropriate location using 40 mm long CP brass screws, rawl plug etc. including testing the joints for leak proofness all complete & with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No : ALLIED ALD-CHR-563G, 1.0 mtr long Tube in Crome Finish & Wall Hook OR Equivalent) Basic Rate of Sanitary Fixtures & CP Fitting Rs. 1000

Nos 32.00 1346.20 43078.40

4 Providing & fixing of 2 way Bib cock with wall flanges & necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No : FON-CHR-40041GA OR Equivalent)Basic Rate of

Sanitary Fixtures & CP Fitting Rs. 1500

Nos 32.00 1971.60 63091.20

5 Providing & Fixing White glazed Vitreous

China Wash Hand Basin with necessary fittings as per direction of Engineer in Charge. (Make : Roca, Model No : RS32711S, Make : Parryware, Model No : C844S, Make : Jaquar , Model No : JDS-WHT-25501)Basic Rate of Sanitary

Nos 32.00 5052.67 161685.44

Page 80: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 80 of 165

Fixtures & CP Fitting Rs. 4200

6 Providing & Fixing C.P brass Pillar Cock with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No : Jaquar - FON-CHR-40011GA OR Equivalent Make) Basic Rate of Sanitary Fixtures & CP Fitting Rs. 3500

Nos 32.00 4049.20 129574.40

7 Providing and fixing Stainless Steel Sink having overall size of 510 mm x 510 mm & bowl size of 460 mm x 460 mm x 230 mm. The scope also include civil work of cutting & making good in the wall / counter wherever required : (Make : Parryware, Model No : C856799, OR Nirali Omni Model OR Equivalent) Basic Rate of Sanitary Fixtures & CP Fitting Rs. 3000

Nos 1.00 3826.60 3826.60

8 Poviding, Fixing, Testing and Commissioning of Pantry Sink Tap. (Make : Jaguar, Model No : Jaquar - ARI-CHR-39173B OR Equivalent Make)Basic Rate of Sanitary Fixtures & CP Fitting Rs. 3600

Nos 1.00 5052.67 5052.67

9 Providing & Fixing C.P brass Angular Stop Cock with necessary fittings as per direction of Engineer in Charge. (Make :

Jaquar, Model No : VIGNETTE VGP-CHR-81053 OR Equivalent Make ) (For Wash Basin & Pantry)Basic Rate of Sanitary Fixtures & CP Fitting Rs. 900

Nos 33.00 1190.73 39294.09

10 Providing and fixing P.V.C. waste pipe for wash basin & Pantry Sink including-P.V.C. waste fittings complete. Size : 40 mm dia, rigid pipe

Nos 33.00 116.73 3852.09

11 Providing and fixing PTMT Waste Coupling for wash basin & Pantry Sink of approved quality and colour.Waste coupling 38 mm dia of 83 mm length and 77mm breadth, weighing not less than 60 gms (Make : JAQUAR, CERA, ROCA)

Nos 33.00 141.69 4675.77

12 Providing and fixing PTMT Bottle Trap for Wash basin & Pantry Sink, Bottle trap 38 mm single piece moulded with height of 270 mm, effective length of tail pipe 260 mm from the centre of the waste coupling, 77 mm breadth with 25 mm

minimum water seal, weighing not less than 263 gms (Make : Parryware, Model No : T3202A1, Make : Jaquar, Model No. : ALD-CHR-769L300x190)

Nos 33.00 438.18 14459.94

13 Providing & fixing Concealed bath shower divertor with built in NRV & divertor handle, faucet, 115 mm long bend pipe, wall flanges and overhead shower single flow 120mm dia with necessary fittings as per direction of Engineer in Charge.(Make : Jaquar, Model No : SHA-CHR-477 for Overhead Shower Arm, Make : Jaquar, Model No : OHS-CHR-1989 for Overhead Shower, Make :

Nos 10.00 6600.27 66002.70

Page 81: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 81 of 165

Jaquar, Model No : HSH-CHR-1717 for Hand Shower, Make : Jaquar, Model No : VIGNETTE-VGP-CHR-81227 for Single Lever Divertor OR Equivalent Model of CERA / ROCA Make)Basic Rate of Overhead Showe Arm Rs. 350Basic Rate of Overhead Shower Rs. 900Basic Rate of Hand Shower Rs. 1750Basic Rate of Single Lever Divertor Rs. 2250Total Basic

Rate of Sanitary Fixtures & CP Fitting Rs. 5250

14 Providing & Fixing Bathroom Spout with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No : FLR-CHR-5139 OR Equivalent Model of CERA / ROCA Make)Rs. 1950Total Rate of Sanitary Fixtures & CP Fitting Rs. 1950

Nos 10.00 2415.03 24150.30

15 Providing and fixing of Electrical Storage type water Geyser having capacity of 6 Liter including providing and fixing screws, cutting and making good the walls. (Make : Jaquar / Racold)Total Basic Rate of Sanitary Fixtures & CP Fitting Rs. 5200

Nos 10.00 7038.40 70384.00

16 Providing & fixing, testing and commissioning of white viterous china large flat back / half stall urinal SIZE : 270 x 360 x 440 including Push tap for

flushing after use, providing & fixing CI / MS bracket (duly painted with 2 coats of paints over a coat of primer),including CP cast brass bottle trap, extension piece, wall flanges with urinal partition including providing & fixing concealed complete with all accessories. (Make For Urinal : Parryware, Model No : Flat Back C0501 - 270x360x440mm;Hindware - Flat Back Small CAT NO-60001) (Make For Push Tap for Urinal : Jaquar, Model No : Pressmatic PRS077 G Urinal Valve with Auto Closing system with 65 mm Extension Body;Hindware - F310003 OR Equivalent Make)BasicRate of Urinal Rs. 2800Basic Rate of Angle cock with self

closing system Rs. 2200Total Basic Rate of Sanitary Fixtures & CP Fitting Rs. 5000

Nos 15.00 7038.40 105576.00

17 Providing & Fixing Towel Holder Ring with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No :ACN-CHR-1121BN OR Make : ROCA, Model No. : RA816711001 OR Make : Parryware, Model No. T6402A1)Total Rate of Sanitary Fixtures & CP Fitting Rs. 1450

Nos 11.00 1763.13 19394.43

18 Providing & Fixing Soap Dish Holder with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No : ACN-CHR-1131N OR Make : ROCA, Model No. : RA816701001 OR Make : Parryware, Model No.

Nos 11.00 913.37 10047.07

Page 82: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 82 of 165

T6403A1)Total Basic Rate of Sanitary Fixtures & CP Fitting Rs. 750

19 Providing & Fixing Toilet Roll Holder with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No : AKP-CHR-35753P OR Make : ROCA, Model No. : RA816662001 OR Make : Parryware, Model No. T6514A1)Total Basic Rate of Sanitary Fixtures & CP Fitting Rs. 1450

Nos 32.00 1752.53 56080.96

20 Providing & Fixing Soap Dispenser with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar,

Model No : AACN-CHR-1137N OR Make : ROCA, Model No. : RA816070105 OR Make : Parryware, Model No. T6413A1) Total Basic Rate of Sanitary Fixtures & CP Fitting Rs. 800

Nos 20.00 980.50 19610.00

21 Providing & Fixing Double Coat Hook with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No : AKP-CHR-35761P OR Make : ROCA, Model No. : RA816650001 OR Make : Parryware, Model No. T6007A1)Total Basic Rate of Sanitary Fixtures & CP Fitting Rs. 480

Nos 43.00 607.73 26132.39

22 Providing & fixing of Hand Dryer with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No : HDR-WHT-M14A OR Equivalent Make)Total Basic Rate of

Sanitary Fixtures & CP Fitting Rs. 18000

Nos 12.00 20659.40 247912.80

23 Providing & fixing of Swing handicap

Grab Bar with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No : WAC-SAP-BG0800CS OR Equivalent Make)Total Basic Rate of Sanitary Fixtures & CP Fitting Rs. 18000

Nos 1.00 8921.67 8921.67

24 Providing & fixing of Disabled Grab Bar (Straight) with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No : WAC-SAP-BR0750CS OR Equivalent Make)Total Basic Rate of Sanitary Fixtures & CP Fitting Rs. 11000

Nos 2.00 13002.67 26005.34

25 Providing & fixing of L Shape Disabled Grab Bar with necessary fittings as per direction of Engineer in Charge. (Make : Jaquar, Model No : WAC-SAP-BAI090CS OR Equivalent Make) Total Basic Rate of Sanitary Fixtures & CP Fitting Rs. 10000

Nos 2.00 12649.33 25298.66

B DRAINAGE WORK

1 Providing, fixing, testing and commissioning in position SWR PVC PIPE TYPE-B(4Kg/cm2.) self fit pipe comforming to IS:13592 including all fittings such as bends, junctions, inspection doors, offests, cowl, access pieces/plugs, including all vertical and horizonal hevay duty MS pipe supports & clamps, wall etc. jointing with PVC Adhesive joints including cutting holes in walls and making good the same with

Page 83: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 83 of 165

necessary fittings as per direction of Engineer in Charge. (Make : Supreme/ Finolex/ Astral Makes) (Inside the Toilet & Soil, Waste Water & Rain Water Downtake Inside the Shaft)

1.1 160 mm dia. Rmt 100.00 840.05 84005.00

1.2 110 mm dia. Rmt 300.00 684.76 205428.00

1.3 75 mm dia. Rmt 245.00 458.64 112366.80

1.4 50 mm dia. Rmt 185.00 261.82 48436.70

1.5 40 mm dia. Rmt 70.00 219.08 15335.60

2 Providing & fixing PVC Nahni Trap / Floor Drain of 75mm dia diameter, with necessary distance piece of 75mm dia pipe and 150x150mm SS grating, making necessary SLAB /WALLholes and cutting walls, etc complete. (Supreme/ Finolex/ Prince/ Astral Makes)

Nos. 61.00 1211.93 73927.73

3 Constructing brick masonry manhole in cement mortar 1:4 ( 1 cement : 4 coarse sand ) with 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 (1 cement : 4 coarse sand : 8 graded stone aggregate 40 mm nominal size), inside plastering 12 mm thick with cement mortar 1:3 (1 cement : 3 coarse sand) finished with

floating coat of neat cement and making channels in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) finished with a floating coat of neat cement complete as per standard design & as per direction of Engineer in Charge.

3.1 Inside size 90x80 cm and 45 cm deep including C.I. coverwith frame (light duty) 455x610 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) as per direction of Engineer in Charge.With Sewer bricks conforming to IS : 4885

Nos 5.00 12446.11 62230.55

3.2 Inside size 30x30 cm and 45 cm deep including C.I. coverwith frame (light duty) total weight of cover and frame to be not less than 38 kg(weight of cover 23 kg and

weight of frame 15 kg) as per direction of Engineer in Charge.

Nos 6.00 3823.08 22938.48

4 Providing and fixing square-mouth S.W. gully trap class SP-1complete with C.I. grating brick masonry chamber with water tightC.I. cover with frame of 300 x300 mm size (inside) the weight ofcover to be not less than 4.50 kg and frame to be not less than 2.70kg as per standard design as per direction of Engineer in Charge.: --100x100 mm size P type, With Sewer bricks conforming to IS : 4885

Nos 7.00 2322.55 16257.85

5 Making connection of drain or sewer line with existing manholeincluding breaking

Nos 3.00 560.94 1682.82

Page 84: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 84 of 165

into and making good the walls, floors with cementconcrete 1:2:4 mix (1 cement : 2 coarse sand : 4 graded stoneaggregate 20 mm nominal size) cement plastered on both sideswith cement mortar 1:3 (1 cement : 3 coarse sand), finished with afloating coat of neat cement and making necessary channels forthe drain etc. complete as per direction of Engineer in

Charge. : For pipes 100 to 250 mm diameter

6 Providing and laying non-pressure NP2 class (light duty) R.C.C.pipes with collars jointed with stiff mixture of cement mortar in theproportion of 1:2 (1 cement : 2 fine sand) including testing of jointsetc. complete as per direction of Engineer in Charge. --150 mm dia

Rmt 45.00 511.53 23018.85

7 Providing and fixing C. I. vertical jalli at the collection point of RWP on terrace to be with material and labour including provision of lead sheet flashing of 6mm thickness as per details etc. complete as per directions of engineer-in-charge. --Size 200 mm x 200 mm

Nos 6.00 2466.28 14797.68

C WATER SUPPLY WORK

1 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith one step CPVC solvent cement and testing of joints completeas per direction of Engineer in Charge.(Make -Ajay Flowgaurd / Astral) Concealed work, including cutting chases and making good the walls etc.- 15 mm dia

Rmt 135.00 353.07 47664.45

2 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply,

including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith one step CPVC solvent cement and testing of joints completeas per direction of Engineer in Charge.(Make -Ajay Flowgaurd / Astral) Concealed work, including cutting chases and making good the walls etc.- 20 mm dia

Rmt 80.00 408.50 32680.00

3 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith

one step CPVC solvent cement and

Rmt 20.00 478.41 9568.20

Page 85: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 85 of 165

testing of joints completeas per direction of Engineer in Charge.(Make -Ajay Flowgaurd / Astral) Concealed work, including cutting chases and making good the walls etc.- 25 mm dia

4 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe

withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith one step CPVC solvent cement and testing of joints completeas per direction of Engineer in Charge.(Make -Ajay Flowgaurd / Astral) Concealed work, including cutting chases and making good the walls etc.- 32 mm dia

Rmt 55.00 592.13 32567.15

5 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith one step CPVC solvent cement and testing of joints completeas per direction of Engineer in Charge.(Make -Ajay Flowgaurd / Astral) Concealed work, including cutting chases and making good the walls etc.- 40 mm dia

Rmt 15.00 731.40 10971.00

6 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith one step CPVC solvent cement and testing of joints completeas per direction of Engineer in Charge.(Make -Ajay Flowgaurd / Astral)

Concealed work, including cutting chases and making good the walls etc.- 50 mm dia

Rmt 20.00 1024.68 20493.60

7 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith one step CPVC solvent cement and testing of joints completeas per direction of Engineer in Charge.(Make -Ajay Flowgaurd / Astral) Internal work - Exposed on wall.- 20 mm dia

Rmt 20.00 258.06 5161.20

8 Providing and fixing Chlorinated Polyvinyl Rmt 15.00 310.05 4650.75

Page 86: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 86 of 165

Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith one step CPVC solvent cement and testing of joints completeas per direction of Engineer in Charge.(Make -Ajay

Flowgaurd / Astral) Internal work - Exposed on wall.- 25 mm dia

9 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith one step CPVC solvent cement and testing of joints completeas per direction of Engineer in Charge.(Make -Ajay Flowgaurd / Astral) Internal work - Exposed on wall.- 32 mm dia

Rmt 40.00 414.52 16580.80

10 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith one step CPVC solvent cement and testing of joints completeas per direction of Engineer in Charge.(Make -Ajay Flowgaurd / Astral) Internal work - Exposed on wall.- 40 mm dia

Rmt 25.00 552.84 13821.00

11 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith

one step CPVC solvent cement and testing of joints completeas per direction of Engineer in Charge.(Make -Ajay Flowgaurd / Astral) Internal work - Exposed on wall.- 50 mm dia

Rmt 15.00 786.66 11799.90

12 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith one step CPVC solvent cement and testing of joints completeas per direction of Engineer in Charge.(Make -Ajay Flowgaurd / Astral)

Rmt 200.00 1317.93 263586.00

Page 87: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 87 of 165

Internal work - Exposed on wall.- 65 mm dia

13 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes,having thermal stability for hot & cold water supply, including allCPVC plain & brass threaded fittings, including fixing the pipe withclamps at 1.00 m spacing. This includes jointing of pipes & fittingswith one step CPVC solvent cement and testing of joints completeas per direction

of Engineer in Charge.(Make -Ajay Flowgaurd / Astral) Internal work - Exposed on wall.- 80 mm dia

Rmt 10.00 1723.56 17235.60

14 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass threaded fittings This includes jointing of pipes & fittings with one step CPVC solvent cement ,trenching ,refilling & testing of joints complete as per direction of Engineer in Charge. External Work - 32 mm nominal outer dia Pipes

Rmt. 200.00 359.31 71862.00

15 Providing and fixing Chlorinated Polyvinyl Chloride (CPVC) pipes, having thermal stability for hot & cold water supply including all CPVC plain & brass

threaded fittings This includes jointing of pipes & fittings with one step CPVC solvent cement ,trenching ,refilling & testing of joints complete as per direction of Engineer in Charge. External Work - 25 mm nominal outer dia Pipes

Rmt. 140.00 274.84 38477.60

16 Supply, installation, testing and commissioning of gunmetal Gate Valve with CI wheel of approved quality (screwed end), confirming to IS 778, PN 1.0, with necessary specials, unions, nipple etc., to complete the job. Also SITC of Gate Valve as per Dwg or as directed by Er. I/C.( Make : Zoloto/ Audco) 20 mm dia

No 9.00 568.68 5118.12

17 Supply, installation, testing and commissioning of gunmetal Gate Valve with CI wheel of approved quality (screwed end), confirming to IS 778, PN 1.0, with necessary specials, unions,

nipple etc., to complete the job. Also SITC of Gate Valve as per Dwg or as directed by Er. I/C.( Make : Zoloto/ Audco) 25 mm dia

No 6.00 614.07 3684.42

18 Supply, installation, testing and commissioning of gunmetal Gate Valve with CI wheel of approved quality (screwed end), confirming to IS 778, PN 1.0, with necessary specials, unions, nipple etc., to complete the job.Also SITC of Gate Valve as per Dwg or as directed by Er. I/C. ( Make : Zoloto/ Audco) 32 mm dia

No 7.00 718.11 5026.77

Page 88: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 88 of 165

19 Supply, installation, testing and commissioning of gunmetal Gate Valve with CI wheel of approved quality (screwed end), confirming to IS 778, PN 1.0, with necessary specials, unions, nipple etc., to complete the job.Also SITC of Gate Valve as per Dwg or as directed by Er. I/C. ( Make : Zoloto/ Audco) 40 mm dia

No 2.00 838.50 1677.00

20 Supply, installation, testing and commissioning of gunmetal Gate Valve

with CI wheel of approved quality (screwed end), confirming to IS 778, PN 1.0, with necessary specials, unions, nipple etc., to complete the job.Also SITC of Gate Valve as per Dwg or as directed by Er. I/C. ( Make : Zoloto/ Audco) 50 mm dia

No 7.00 1075.41 7527.87

21 Supply, installation, testing and commissioning of gunmetal Gate Valve with CI wheel of approved quality (screwed end), confirming to IS 778, PN 1.0, with necessary specials, unions, nipple etc., to complete the job.Also SITC of Gate Valve as per Dwg or as directed by Er. I/C. ( Make : Zoloto/ Audco) 65 mm dia

No 6.00 1845.37 11072.22

22 Supply, installation, testing and commissioning of gunmetal Gate Valve

with CI wheel of approved quality (screwed end), confirming to IS 778, PN 1.0, with necessary specials, unions, nipple etc., to complete the job.Also SITC of Gate Valve as per Dwg or as directed by Er. I/C. ( Make : Zoloto/ Audco) 80 mm dia

No 2.00 2752.71 5505.42

23 Supplying and fixing Constructing brick masonry chamber (for housing valves, Meters etc.) of brick work with bricks of class 35 with cement mortar 1:4 (1 cement: 4 coarse sand) plastering internal face 12mm thick with cement mortar 1:3 (1 cement: 3 fine sand) and rough plaster 15mm thick on outer face including 100mm thick PCC (1:2:4) with medium duty CI cover and frame and total weight of cover and frame shall

not be less than 90 kg. (Cover wt. 45kg & frame wt. 45kg.) Including excavation, dewatering, refilling, watering, ramming and removing the surplus excavated material complete as required. (All sizes are clear internal sizes). Plaster should be water Proof --Internal Size 900 x 900 x 1200 mm deep (For Water Meter)

No. 1.00 30916.68 30916.68

24 Providing, fixing , testing and commissioning Cast Iron water meter mechanical type of approved make with direct reading dial in KL with all necessary fitting such as threaded pieces, unions pressure gauge, isolation cock,

No. 1.00 17419.33 17419.33

Page 89: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 89 of 165

flanges piece for future removal, flanges / unions complete with all necessary testing charges and obtaining test certificates from municipal authorities, on following size pipe lines (1 no. strainer shall be provided at inlet and cost shall be inclusive for the same). The meter shall comply to IS 779 standard, feasible for class B or Class A installation.

Calibration certificate shall be obtained & submitted for each water meter wherever required Testing the system to the full satisfaction of the E.I.C. The Scope also include the Isolation valve for the Water Meter line. --32 mm dia. (CI) (For Domestic Water)

25 Providing, fixing , testing and commissioning C.I. Butterfly valve (Body : Grey Cast Iron, shaft : SS, Disc : SG Iron (Rilson coated), Liner : HT - EPDM) of approved make with union / flange, washer, nuts & bolts. Tested to a pressure not less than 10 Kg/Sq.cm. --32 mm dia. (For Water Meter Bypass)

No. 2.00 3710.00 7420.00

26 Providing and fixing in position 25 mm diameter mosquito proof couplingof approved municipal design. (For Each Domestic & Flushing OHT & UGT_Drain, Vent & Overflow & Fire OHT & UGT_Drain & Vent)

No. 26.00 862.13 22415.38

27 Providing and fixing Duty Ductile Iron Manhole Covers with frame including all necessary supports, grouting of the frame in RCC, making arrangements for recessed locking of the Manhole cover etc. complete as directed by engineer-in-charge.(For UGT) Circular shape 560 mm dia precast R.C.C. manhole cover with frame - H.D. - 20

No. 6.00 16871.68 101230.08

28 Providing and fixing Light Duty Ductile Iron Manhole Covers with frame including all necessary supports, grouting of the frame in RCC, making arrangements for recessed locking of the Manhole cover etc. complete as directed by engineer-in-charge.(For OHT)

Circular shape 560 mm dia precast R.C.C. manhole cover with frame - L.D. - 20

No. 6.00 10529.33 63175.98

29 Supplying & fixing in position galvanised iron puddle flanges of approx. 60 cm length with flange on one / both ends and welded to mild steel plate (8mm thick) in the centre etc. complete as directed by engineer-in-charge. (For UGT & OHT) Flange on Both End

29.1 50 mm dia puddle No. 4.00 3950.28 15801.12

29.2 100 mm dia puddle No. 2.00 5388.33 10776.66

29.3 150 mm dia puddle No. 1.00 7363.48 7363.48

Page 90: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 90 of 165

29.4 200 mm dia puddle No. 1.00 11730.68 11730.68

Flange on One End

29.5 32 mm dia puddle No. 4.00 2314.33 9257.32

29.6 50 mm dia puddle No. 12.00 3943.20 47318.40

29.7 80 mm dia puddle No. 8.00 5038.53 40308.24

29.8 150 mm dia puddle No. 4.00 6755.73 27022.92

30 Digital water level indicators for the following including wall mounting stands, necessary fixing materials etc., complete. The quoted rate shall exclude the necessary AC and DC wiring.

30.1 For Underground Tank No. 8.00 40364.80 322918.40

30.2 For Overhead Tank No. 6.00 40364.80 242188.80

TOTAL OF PLUMBINBG WORKS (III) 3922037.92

IV ELECTRICAL WORK

A MEDIUM VOLTAGE PANELS AND SWITCHGEARS

1.1 MAIN LT PANELS

Supply, installation,testing & commissioning of floor mounting front operated front access cubicle type, totally enclosed, dust and vermin proof with IP-54 protection with hinged and lockabale

doors. Switchboards fabricated from 2 mm thick CRCA sheets including interconnections, tinned copper crimping lugs, bonding to earth and painting suitable for use at 415 V, 3 phase 4 wire 50 Hertz system, and suitable for a fault level of as indicated in SLD symmetrical at 415 V complete as per specifications, as required and as below : All switchboards shall have provision for entry of cables from the top/bottom as required. All live accessible parts shall be shrouded and all equipment shall be finger touch proof. The bus bars insulation shall be with heat shrinkable

sleeves. SMC/DMC shrouds and busbar supports shall be used.

Note :- 1) All G.A. & fabrication drawings shall be got approved from the E.I.C\Consultants. Final painting of panel to be done with powder coating. Necessary touch up may be done at site, incase if required. The scope includes all tests Heat run test ( On main LT Panel only) , relevant I.S. and as required by E.I.C, shall have to be performed at factory in the presence of users & at installation site and shall be included in the quoted rate. 2) GA drawing shall be submitted for Conultant / client Approval. 3) Stagewise inspection & High voltage

test is to be offered 4) The equipment shall be designed to ensure complete safety during operation

Page 91: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 91 of 165

inspection, connection of cables etc. 5) Control wires shall be of 1.1 KV 2.5 sq.mm FRLS copper wires and neatly bunched separately and adequately supported so as to prevent sagging and strain on termination. 6) A minimum of 10% spare terminals shall be provided on each terminal block. 7) Space heater, LED lamp & 1no.6A

Socket with switch shall be provided for maintanance purpos. 8) All non current carrying metallic parts of the equipment shall be earthed with copper material. 9) All concealed hinged doors and covers shall be provided with suitable flexible earthing connections. 10) The size of the earth bus chosen shall be to withstand full fault current as mentioned panel wise. 11) Earth bus bar shall be supported at suitable intervals. 12) All the current transformers are resin cast type class-I only.

13) Scope includes cable end boxes, reverse entry boxes as per site conditions and extension of bus bars as required for terminating the number of cables as per schematic diagram. 14) G.A. & detailed fabrication drawing and short circuit forces and temp rise calculation for panel including the panel fabricator shall be submitted for dept. approval. 15) Bimetallic washers to be used for all aluminium to copper joints & it shall be of approved make & quality. 16) Indication lamp shall be cluster type LED.

17) All MCCB shall have minimum breaking capacity (Ics=Icu) as mentioned panelwise

1.1 MAIN LT PANEL

A. INCOMER: 1 Nos. 1250 amps, 4P, 415V, 50HZ, AC, Ics=Icu=Icw = 65kA for 1 sec., EDO operated fully drawout type air circuit breaker with built in microprocessor based release unit for total LSING protections & with RS485, Modbus Ports, indications and measurement as per specification and with following accessories :

i) Three nos. phase indicating light through protected by 2 amps MCB’s. - 1 set ii) Breaker ON / OFF / TRIP /SPRING CHARGE/TRIP CIRCUIT HEALTHY indicating lights with control MCB’s. - 1 set iii) Under voltage release - 1 set iv) 24 V DC Shunt trip coil - 1 set

Page 92: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 92 of 165

v) Electronic Digital Load manager with ready RS485 communication port and MODBUS protocol. - 1 set

B. Bus Bars 1250 Amps uniformly rated, continuous duty, 415 V AC, 3 Phase and Neutral Aluminium (Throughout the length) busbars with colour coded heat shrink sleeves supported on SMC type grip supports, 36 KA for 1 sec.

C. Outgoing i) 1 nos. 630 amps 4 pole MCCB with microprocessor based release for

complete LSIG protections and suitable for 415V, 50 Hz, A.C Supply and having Ics = Icu= 36 KA. The MCCB shall be complete as per technical specifications and single line daigram. ii) 1 nos. 400 amps 4 pole MCCB with microprocessor based release for complete LSIG protections and suitable for 415V, 50 Hz, A.C Supply and having Ics = Icu= 36 KA. The MCCB shall be complete as per technical specifications and single line daigram. iii) 2 no. 315 amps 4 pole MCCB with microprocessor based release for complete LSIG protections and suitable for 415V, 50 Hz, A.C Supply and having Ics = Icu= 36 KA. The MCCB shall be complete as per technical specifications and single line daigram. iv) 2 no. 200 amps 4 pole MCCB with microprocessor based release for complete LSIG protections and suitable for 415V, 50 Hz, A.C Supply and having Ics = Icu= 36 KA. The MCCB shall be complete as per technical specifications and single line daigram. v) 1 no. 40 amps 4 pole MCCB with T/M based release for O/L, S/C & E/F protections and suitable for 415V, 50 Hz, A.C Supply and having Ics = Icu= 36 KA.

The MCCB shall be complete as per technical specifications and single line daigram.

D. Spare feeders : i) 1no. 200 amps 4 Pole MCCB, with microprocessor based release for complete LSIG protections and suitable for 415V, 50 Hz, A.C Supply and having Ics = Icu= 36 KA. The MCCB shall be complete as per technical specifications and single line daigram. ii) 1 no. 100 amps 4 Pole MCCB, with microprocessor based release for complete LSIG protections and suitable for 415V, 50 Hz, A.C Supply and having Ics = Icu= 36 KA. The MCCB shall be complete as per technical specifications and single line daigram.

E. Notes :

Page 93: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 93 of 165

1. Electrical & Mechanical interlocking shall be provided between two incomers and Bus-coupler as shown in SLD. 2. Incoming Breaker shall be provided with RS485 & Modus ports for BMS integration. 3. All outgoing feeders shall have suitable range of followings:- i) a. Digital electronic KWH meter with RS

485 port. ii) All outgoing Breakers shall be provided with RS485 ports for BMS integration. iii) All MCCB’s shall be rated for minimum 36 KA (Icu=Icw=Ics) breaking capacity. iv) All ACB's shall be suitable for 65kA ( Icu=Ics=Icw for 1 sec.) v) Wiring with space heater, thermostat and control MCB’s shall be provided in all vertical sections of main LT panel. vi) suitable danger board shall be provided. vii) All bus bar section / backside panels shall have pad locking facility and hinged

type door

The Main LT panel-1 described above complete with wiring, line diagram, specifications and approvals, painting and as per direction and final approval of Owner / Consultant.

No. 1.00 1499304.50 1499304.50

1.2 FLOOR PANEL-1

A. INCOMER : 1. 1 no. 200 amps Four Pole MCCB with T/M based release for overload, short circuit & Earth Fault protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories: i) 3 nos. Phase indicating light protected by 2 amps SP MCB's.- 1 set ii) Electronic Digital Multifunction Meter with ready RS485 communication port and MODBUS protocol. - 1 set 2. Bus Bars: 200 Amps uniformly rated, continuous duty, 415 V AC, 3 Phase and Neutral Aluminium (Throughout the length) busbars with colour coded heat shrink sleeves supported on SMC type grip supports, 25 KA for 1 sec.

B. OUTGOINGS : i) 1 nos. 63 amps FP, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram

ii) 4 nos. 40 amps FP, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram

Page 94: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 94 of 165

iii) 8 nos. 25 amps FP, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram

C. Spare MCB’s of following rating : i) 1 nos. 63 amps FP, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram

ii) 1 nos. 40 amps FP, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram

The Floor Panel-1 described above complete with wiring, line diagram, specifications and approvals, painting and as per direction and final approval of Owner / Consultant.

No. 1.00 148469.00 148469.00

1.3 FLOOR PANEL-2

A. INCOMER : 1. 1 no. 200 amps Four Pole MCCB with T/M based release for overload, short circuit & Earth Fault protections and suitable for 415V, 50 Hz, A.C supply and

having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories: i) 3 nos. Phase indicating light protected by 2 amps SP MCB's.- 1 set ii) Electronic Digital Multifunction Meter with ready RS485 communication port and MODBUS protocol. - 1 set 2. Bus Bars: 200 Amps uniformly rated, continuous duty, 415 V AC, 3 Phase and Neutral Aluminium (Throughout the length) busbars with colour coded heat shrink sleeves supported on SMC type grip supports, 25 KA for 1 sec.

B. OUTGOINGS :

i) 5 nos. 40 amps FP, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram ii) 8 nos. 25 amps FP, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram

C. Spare MCB’s of following rating : i) 1 nos. 40 amps FP, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram ii) 1 nos. 25 amps FP, C curve, MCB suitable for 415V, 50 Hz, A.C supply and

having breaking capacity of 10 kA. The

Page 95: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 95 of 165

MCB shall be complete as per technical specifications and single line daigram

The Floor Panel-2 described above complete with wiring, line diagram, specifications and approvals, painting and as per direction and final approval of Owner / Consultant.

No. 1.00 145402.50 145402.50

1.4 EMERGENCY PANEL

A. INCOMER :

A.1 1 no. 400 amps Four Pole Auto transfer switch with Microprocessor based controller and suitable for 415V, 50 Hz, A.C supply. The ATS shall be BMS compatible & complete as per technical specifications, single line daigram and with following accessories: A.2 1 no. 400 amps Four Pole MCCB with Microprocessor based release for overload, short circuit & Earth Fault protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories: i) 3 nos. Phase indicating light protected

by 2 amps SP MCB's.- 1 set ii) Breaker ON / OFF / TRIP indicating lights with control MCB’s.- 1 set. iii) Electronic Digital Multifunction Meter with ready RS485 communication port and MODBUS protocol. - 1 set Bus Bars: 400 Amps uniformly rated, continuous duty, 415 V AC, 3 Phase and Neutral Aluminium (Throughout the length) busbars with colour coded heat shrink sleeves supported on SMC type grip supports, 25 KA for 1 sec.

B. OUTGOINGS : i) 1 no. 250 amps Four Pole MCCB with thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications and single line daigram. ii) 1 no. 200 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications and single line daigram. iii) 2 no. 63 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply

and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications and single line daigram. iv) 3 nos. 25 amps Four pole, C curve, MCB with thermal magnetic trip unit for

Page 96: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 96 of 165

overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram v) 3 nos. 25 amps Double Pole, C curve, MCB suitable for 230V, 50 Hz, A.C supply and having breaking capacity of

10 kA. The MCB shall be complete as per technical specifications and single line daigram

C. Spare MCB’s of following rating : 2 no. 63 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications and single line daigram.

D. Notes:- All MCCB's shall be of 25 KA (Ics) breaking capacity. All MCB's shall be of 10KA breaking capacity.

The Main Emergency Panel described above complete with wiring, line diagram, specifications and approvals, painting and as per direction and final approval of

Owner / Consultant.

No. 1.00 595320.00 595320.00

1.5 HVAC PANEL-1

A. INCOMER: 1. 1 no. 315 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 16 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories: i) 3 nos. Phase indicating light protected by 2 amps SP MCB's.- 1 set ii) Breaker ON / OFF / TRIP indicating

lights with control MCB’s.- 1 set. iii) Electronic Digital Multifunction Meter with ready RS485 communication port and MODBUS protocol. - 1 set 2. Bus Bars: 315 Amps uniformly rated, continuous duty, 415 V AC, 3 Phase and Neutral Aluminium (Throughout the length) busbars with colour coded heat shrink sleeves supported on SMC type grip supports, 16 KA for 1 sec.

B. OUTGOING: i) 9 nos. 63 amps TPN, C curve, MCB with 9nos 63A Four pole RCCB 300mA for Earth leakage protection suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram

ii) 1 nos. 40 amps TPN, C curve, MCB

Page 97: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 97 of 165

with 1no. 40A Four pole RCCB 300mA for Earth leakage protection suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram

C. Spare MCB’s for the following : i) 2 nos. 63 amps TPN, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical

specifications and single line daigram ii) 2 nos. 40 amps TPN, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram

The HVAC Panel-1 as described above complete with wiring, line diagram, specifications and approvals, painting and as per direction and final approval of Owner / Consultant.

No. 1.00 158752.00 158752.00

1.6 HVAC PANEL-2

A. INCOMER: 1. 1 no. 315 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections

and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 16 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories: i) 3 nos. Phase indicating light protected by 2 amps SP MCB's.- 1 set ii) Breaker ON / OFF / TRIP indicating lights with control MCB’s.- 1 set. iii) Electronic Digital Multifunction Meter with ready RS485 communication port and MODBUS protocol. - 1 set 2. Bus Bars: 315 Amps uniformly rated, continuous duty, 415 V AC, 3 Phase and Neutral Aluminium (Throughout the length) busbars with colour coded heat shrink sleeves supported on SMC type grip supports, 16 KA for 1 sec.

B. OUTGOING: i) 8 nos. 63 amps TPN, C curve, MCB with and 8nos 63A Four pole RCCB 300mA for Earth leakage protection suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram ii) 4 nos. 40 amps TPN, C curve, MCB with and 4nos 40A Four pole RCCB 300mA for Earth leakage protection suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical

specifications and single line daigram

C. Spare MCB’s for the following :

i) 2 nos. 63 amps Four pole, C curve,

Page 98: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 98 of 165

MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram ii) 2 nos. 40 amps Four pole, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per

technical specifications and single line daigram

The HVAC Panel-2 as described above complete with wiring, line diagram, specifications and approvals, painting and as per direction and final approval of Owner / Consultant.

No. 1.00 164525.00 164525.00

1.7 UPS Output Panel

A. INCOMER: 1. 1 no. 200 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and

with following accessories: i) 3 nos. Phase indicating light protected by 2 amps SP MCB's.- 1 set ii) Breaker ON / OFF / TRIP indicating lights with control MCB’s.- 1 set. iii) Electronic Digital Multifunction Meter with ready RS485 communication port and MODBUS protocol - 1 set 2. Bus Bars: 200 Amps uniformly rated, continuous duty, 415 V AC, 3 Phase and Neutral Aluminium (Throughout the length) busbars with colour coded heat shrink sleeves supported on SMC type grip supports, 25 KA for 1 sec.

B. OUTGOING: i) 2 no. 63 amps Four pole, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram ii) 1 no. 40 amps Four pole, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram iii) 1 no. 25 amps Four pole, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line

daigram

C. Spare MCB’s for the following :

i) 1 no. 63 amps Four pole, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of

Page 99: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 99 of 165

10 kA. The MCB shall be complete as per technical specifications and single line daigram ii) 1 no. 40 amps Four pole, C curve, MCB suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCB shall be complete as per technical specifications and single line daigram

The UPS Output Panel as described above complete with wiring, line diagram,

specifications and approvals, painting and as per direction and final approval of Owner / Consultant.

No. 1.00 102647.50 102647.50

1.8 APFC PANEL

A. INCOMER: 1. 1Nos. 630 amps, 4P, 415V, 50HZ, AC, Ics=Icu=Icw = 25kA for 1 sec., MDO operated fully drawout type air circuit breaker with built in microprocessor based release unit for total LSING protections, RS485 & Modbus ports, indications and measurement as per specification and with following accessories :

i) Three nos. phase indicating lamps protected by 2 amps MCB’s. - 1 set ii) Breaker ON / OFF / TRIP indicating lights with control MCB’s. - 1 set iii) 1no. 8 stage Automatic power factor control relay with Capacitor over-current and panel over-heating protection, BMS compatible with all required accessories. iv) Electronic Digital Multifunction Meter with ready RS485 communication port and MODBUS protocol. - 1 set 2. Bus Bars: 630 Amps uniformly rated continuous duty, 415 V AC, 3 Phase and Neutral Aluminium (Throughout the length) busbars with colour coded heat shrink sleeves supported on SMC type grip supports, 25 KA for 1 sec.

B. OUTGOING: 1. 3 no. 100 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories: i) 3 no.100A, TP, contactor suitable for capacitor duty, with 2NO + 2NC auxiliary contacts. The coil voltage shall be 240V, single phase, 50Hz, AC. ii) 3 set of ON/OFF indicating lamps and push buttons for ON / OFF control of the

capacitors. iii) 3no.50 kVAR, TP, capacitor with internal wiring, fuses etc complete as required. 2. 4 no. 63 amps Four pole MCCB with

Page 100: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 100 of 165

thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories: i) Breaker ON / OFF / TRIP indicating lights with control MCB’s. - 4 set

ii) 4 no.63A, TP, contactor suitable for capacitor duty, with 2NO + 2NC auxiliary contacts. The coil voltage shall be 240V, single phase, 50Hz, AC. iii) 4 set of ON/OFF indicating lamps and push buttons for ON / OFF control of the capacitors. iv) 4 no.25 kVAR, TP, capacitor with internal wiring, fuses etc complete as required.

C. Spare MCB’s for the following : 1 no. 63 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories:

The APFC Panel as described above complete with wiring, line diagram, specifications and approvals, painting and as per direction and final approval of Owner / Consultant.

No. 1.00 941147.00 941147.00

1.9 FIRE FIGHTING PANEL

REFER SINGLE LINE DIAGRAM Notes: i) Separate neutral link to be provided wherever TP MCCB are used. ii) All MCCB shall have breaking capacity of 25 KA unless otherwise specified. iii) Necessary cabling, wiring, earthing from panel to individual equipment shall be included in the quoted price. iv) following provisions to be made in the fire panel: v) Audio visual alarm and indications having disconnect/reset facilities with a range of 1/2 Km. The indication shall come on when electrical driven pump set fails to start on pressure drop vi) Facility for more selections i.e auto or manual. vii) Protection failiure and control cabling. viii) The above requirement is general, in addition to that the vendor shall provide all the componnet/system/work for the proper operation of fire pumps as per fire

rules & regulations

A. INCOMER:

1. 1 no. 250 amps Four pole MCCB with Microprocessor based release for overload and short circuit protections with

Page 101: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 101 of 165

additional NO/NC contacts & RS485 ports and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories: i) 3 nos. Phase indicating light protected by 2 amps SP MCB's.- 1 set ii) Breaker ON / OFF / TRIP indicating

lights with control MCB’s.- 1 set. iii) Electronic Digital Multifunction Meter with ready RS485 communication port and MODBUS protocol. - 1 set 2. Bus Bars: 250 Amps uniformly rated, continuous duty, 415 V AC, 3 Phase and Neutral Aluminium (Throughout the length) busbars with colour coded heat shrink sleeves supported on SMC type grip supports, 25 KA for 1 sec.

B. OUTGOINGS: i) 1 nos. 200 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB is connected to Star Delta starter & Overload relay (Type 2 coordination) .One Set of ON/OFF/TRIP indicating Lamps & one set of Start/Stop Push Buttons shall be provided. The MCCB & Star delta starter shall be complete as per technical specifications, single line daigram and with accessories as shown in SLD. ii) 3 no. 32 amps Four pole, MCCB with thermal magnetic trip unit for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 25 kA. The MCB is connected to D.O.L Starter & overload relay starter(Type 2 coordination).One Set of ON/OFF/TRIP indicating Lamps & one

set of Start/Stop Push Buttons shall be provided. The MCB & starter shall be complete as per technical specifications, single line daigram and with accessories as shown in SLD.The cost shall include provision for remote ON/OFF for each Booster Pump. (Each Booster Pump control switch will be provided at each floor lift lobby).

C. Spare MCB’s for the following : i) 1 no. 200 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories:

ii) 1 no. 32 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections

Page 102: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 102 of 165

and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories:

The Fire Fighting Panel as described above complete with wiring, line diagram, specifications and approvals, painting and as per direction and final approval of Owner / Consultant. Note: All outgoing Breakers shall be

provided with RS485 ports.

No. 1.00 498806.00 498806.00

1.9 a Providing and fixing local push button

control station with lockable arrangement with on/off indication complete with base support including suitable size of cable from Fire fighting panel to push buttons on Ground floor panel room. (For Main Pump & Jockey pump)

No. 2.00 5150.00 10300.00

1.9 b Providing and fixing local push button control station with lockable arrangement with on/off indication complete with base support including suitable size of cable from Fire fighting panel to push buttons on Ground floor panel room. (For Booster Pump at each floor)

No. 10.00 5150.00 51500.00

1.10 PLUMBING PANEL

Refer SLD layout Following items shall be included

alongwith Plumbing Panel: a) Probe in water tank with suitable electrical connection for operation with starter and with suitable change over arrangements to motivate either of the two pumps, (WITH THE USE OF CYCLIC TIMER) b) Indicator panel in the pump room for the water level at U.G.Tank. c) Control circuit suitable for low voltage drive through control transformer 240 V. d) High and low level probes of approved make for preventing dry running of pumps (SS. Probes).

e) Auto manual starter switch to all sets. f) Control wiring probes to control and indicator unit to the motor starter at the pump room as required. g) Auxillary contacts for indicator lamps, level switches, pump changeover facility, dry run protection control / selector switches for ON/OFF/AUTO operation

A. INCOMER: 1. 1 no. 40 amps Four pole MCCB with thermal magnetic based release for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories:

i) 3 nos. Phase indicating light protected

Page 103: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 103 of 165

by 2 amps SP MCB's.- 1 set ii) Electronic Digital Multifunction Meter with ready RS485 communication port and MODBUS protocol. - 1 set 2. Bus Bars: 100 Amps uniformly rated, continuous duty, 415 V AC, 3 Phase and Neutral Aluminium (Throughout the length) busbars with colour coded heat shrink sleeves supported on SMC type

grip supports, 16 KA for 1 sec.

B. OUTGOINGS:

04 nos. 32 amps Four pole, Motor protection, MCCB with thermal magnetic trip unit for overload and short circuit protections and suitable for 415V, 50 Hz, A.C supply and having breaking capacity of 10 kA. The MCCB is connected to D.O.L Starter & overload relay. MCCB & Starter shall be as per Type 2 coordination. One Set of ON/OFF/TRIP indicating Lamps & one set of Start/Stop Push Buttons shall be provided. The MCCB & D.O.L starter shall be complete as per technical specifications, single line daigram and with accessories as shown in SLD.

C. Spare MCB’s for the following : 2 no. 32 amps Four pole MCB suitable for 415V, 50 Hz, A.C supply and having Ics=Icu= 25 KA. The MCCB shall be complete as per technical specifications, single line daigram and with following accessories:

The Plumbing Panel as described above complete with wiring, line diagram, specifications and approvals, painting and as per direction and final approval of Owner / Consultant.

No. 1.00 220809.50 220809.50

2 SWITCHGEARS WITH ENCLOSURES

2.1 Supply, installation,testing & commissioning of Switchgear enclosures, wall mounting front operated front access, totally enclosed, dust and vermin

proof with IP-42 protection with hinged and lockabale doors. Switchboards fabricated from 2 mm thick CRCA sheets suitable for use at 415 V, 3 phase 4 wire 50 Hertz system, and suitable for a fault level of as indicated in SLD & specifications. All switchboards shall have provision for entry of cables from the top/bottom as required.

2.1.1 200A TPN MCCB in Metal enclosure No. 2.00 38058.00 76116.00

2.1.2 63A FP MCB+RCCB 30mA in Metal enclosure

No. 2.00 12207.50 24415.00

2.1.3 25A FP MCB in metal enclosure No. 1.00 4667.50 4667.50

B DISTRIBUTION BOARDS

READYMADE DISTRIBUTION BOARDS Fabrication, inspection at works Supply, installation, testing & commissioning of following readymade distribution boards,

Page 104: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 104 of 165

double door, IP 42 degree protection complete with necessary, MCB isolators , MCBs, earth leakage circuit breaker (ELCB) etc including interconnections with appropriate capacity size of PVC insulated copper conductor wires (ISI marked),suitable for concealed mounting /wall mounting with MS frame work of 40 x 40 x 5 mm MS angle iron, with M.S.

enclosure fabricated out of min 16 SWG thick M.S. CRCA sheet with concealed hinged door, locking arrangement etc. including earthing clamps for both incoming & outgoing circuits, interconnections, per phase isolation kit as required,cable end box & wire way box if required, continuous copper earth wire in the wire way box with single/duplicate brass earthing terminals, danger board, name plate, flexible earthing for the door, metal treatment & powder coated painting, Phase Distribution drawing etc. all as per drawings (G.A. & fabrication drawing to be got approved), etc. relevant

IS & instruction of Engineer-in-charge. Note: 1.MCBs shall be minimum 10 KA breaking capacity (Type –C) 2. Blanking Plates shall be included in scope of work. 3. DB shall be of standard readymade type as per catalouge No. from approved manufacturers as indicated in preferred makes of material. All Electrical component should have IS mark

1 LIGHTING DBs

1.1 8 way TPN DB

a) DB enclosure: Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 24 ways, on iron frame/wooden board.(Horizontal type) as per specification No. SW-SWR/MCBDB.

Nos 1.00 4324.33 4324.33

b) Incomer: Supplying, erecting & marking FPMCB 6A to 32A in provided distribution board as per specification No. SW-SWR/MCB

Nos 1.00 1277.79 1277.79

c) Sub-incomer: Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 16/25 A. 2 pole complete as per specification No.SW-RCCB/RCCB

Nos 3.00 2483.47 7450.41

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification No. SW-SWR/MCB

Nos 18.00 201.48 3626.64

1.2 6 way TPN DB

a) DB enclosure: Supplying & erecting triple Nos 7.00 5780.50 40463.50

Page 105: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 105 of 165

pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 18 ways, on iron frame/wooden board.(Horizontal type).

b) Incomer: Supplying, erecting & marking FPMCB 6A to 32A in provided distribution board as per specification No. SW-SWR/MCB

Nos 7.00 1277.79 8944.53

c) Sub-incomer: Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 16/25 A. 2 pole complete as per specification

No.SW-RCCB/RCCB

Nos 21.00 2483.47 52152.87

d) Outgoing: Supplying, erecting & marking

SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification No. SW-SWR/MCB

Nos 84.00 201.48 16924.32

1.3 4 way TPN DB

a) DB enclosure: Supplying & erecting triple pole and neutral distribution board (TPNDB) surface/ flush mounted, suitable for SPMCB of 12 ways, on iron / G.I. frame/wooden board.(Horizontal type) as per specification No. SWSWR/ MCBDB

Nos 2.00 2381.67 4763.34

b) Incomer: Supplying, erecting & marking FPMCB 6A to 32A in provided distribution board as per specification No. SW-SWR/MCB

Nos 2.00 1277.79 2555.58

c) Sub-incomer: Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 16/25 A. 2 pole complete as per specification No.SW-RCCB/RCCB

Nos 6.00 2483.47 14900.82

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification No. SW-SWR/MCB

Nos 12.00 201.48 2417.76

1.4 8 way SPN DB (Pump room DB)

a) DB enclosure: Supplying and erecting single pole and neutral distribution board (SPNDB) with door surface/flush mounted with 2 ways for incoming and 6 ways for outgoing SP MCB’s on iron/ G.I. frame/wooden board as per specification No. SW-SWR/MCBDB

Nos 1.00 1516.38 1516.38

b) Incomer: Supplying, fixing and commissioning RCBO (Residual Current Breaker with Overcurrent Protection), type AC with 30/100/300 mA sensitivity and having capacity of 6/10/16/20/25A, 2 Pole, 1 Phase as per specification SW-RCCB/RCBO

Nos 1.00 4117.55 4117.55

c) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification

Nos 4.00 201.48 805.92

Page 106: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 106 of 165

No. SW-SWR/MCB

2 POWER DBs

2.1 12 way TPN DB

a) DB enclosure: supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 12 ways (36 Poles) on iron frame/wooden board. (Horizontal Busbar type) as per specification no. SW-SWR/MCBDB.

Nos 1.00 5770.72 5770.72

b) Incomer: Supplying, erecting & marking FPMCB 40A to 63A in provided distribution board as per specification No. SW-SWR/MCB

Nos 1.00 1655.29 1655.29

c) Sub-incomer: Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 63 A. 2

pole complete as per specification No.SW-RCCB/RCCB

Nos 3.00 3448.43 10345.29

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution board as per specification No. SW-SWR/MCB

Nos 30.00 202.54 6076.20

2.2 12 way TPN DB

a) DB enclosure: supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 12 ways (36 Poles) on iron frame/wooden board. (Horizontal Busbar type) as per specification no. SW-SWR/MCBDB.

Nos 2.00 5770.72 11541.44

b) Incomer: Supplying, erecting & marking FPMCB 40A to 63A in provided distribution board as per specification

No. SW-SWR/MCB

Nos 2.00 1655.29 3310.58

c) Sub-incomer: Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 40 A. 2 pole complete as per specification No.SW-RCCB/RCCB

Nos 6.00 3448.43 20690.58

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution board as per specification No. SW-SWR/MCB

Nos 60.00 202.54 12152.40

2.3 8 way TPN DB

a) DB enclosure: Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 24 ways, on iron frame/wooden board.(Horizontal type) as per specification No. SW-SWR/MCBDB.

Nos 2.00 4324.33 8648.66

b) Incomer: Supplying, erecting & marking FPMCB 40A to 63A in provided distribution board as per specification No. SW-SWR/MCB

Nos 2.00 1655.29 3310.58

c) Sub-incomer: Providing, erecting & Nos 6.00 2582.08 15492.48

Page 107: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 107 of 165

commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 40 A. 2 pole complete as per specification No.SW-RCCB/RCCB

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution board as per specification No. SW-SWR/MCB

Nos 36.00 202.54 7291.44

2.4 6 way TPN DB

a) DB enclosure: Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 18 ways, on iron frame/wooden board.(Horizontal type).

Nos 1.00 5780.50 5780.50

b) Incomer: Supplying, erecting & marking FPMCB 40A to 63A in provided distribution board as per specification No. SW-SWR/MCB

Nos 1.00 1655.29 1655.29

c) Sub-incomer: Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 40 A. 2 pole complete as per specification No.SW-RCCB/RCCB

Nos 3.00 2582.08 7746.24

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution board as per specification No. SW-SWR/MCB

Nos 12.00 202.54 2430.48

2.5 6 way TPN DB

a) DB enclosure: Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 18 ways, on iron frame/wooden board.(Horizontal type).

Nos 1.00 5780.50 5780.50

b) Incomer: Supplying, erecting & marking FPMCB 6A to 32A in provided distribution board as per specification No. SW-SWR/MCB

Nos 1.00 1277.79 1277.79

c) Sub-incomer: Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 16/25 A. 2 pole complete as per specification No.SW-RCCB/RCCB

Nos 3.00 2582.08 7746.24

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution

board as per specification No. SW-SWR/MCB

Nos 12.00 202.54 2430.48

2.6 4 way TPN DB (PDB-GF1)

a) DB enclosure: Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 12 ways, on iron frame/wooden board.(Horizontal type).

Nos 1.00 2381.67 2381.67

b) Incomer: Supplying, erecting & marking FPMCB 6A to 32A in provided distribution board as per specification

Nos 1.00 1277.79 1277.79

Page 108: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 108 of 165

No. SW-SWR/MCB

c) Sub-incomer: Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 16/25 A. 2 pole complete as per specification No.SW-RCCB/RCCB

Nos 3.00 2483.47 7450.41

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution board as per specification No. SW-SWR/MCB

Nos 12.00 202.54 2430.48

2.7 4 way TPN DB (ELV DB-2F)

a) DB enclosure: Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 12 ways, on iron frame/wooden board.(Horizontal type).

Nos 1.00 2381.67 2381.67

b) Incomer: Supplying, erecting & marking FPMCB 6A to 32A in provided distribution board as per specification No. SW-SWR/MCB

Nos 1.00 1277.79 1277.79

c) Sub-incomer: Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA

sensitivity and having capacity of 16/25 A. 2 pole complete as per specification No.SW-RCCB/RCCB

Nos 3.00 2483.47 7450.41

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution board as per specification No. SW-SWR/MCB

Nos 12.00 202.54 2430.48

3 UPS DBs

3.1 12 way TPN DB

a) DB enclosure: supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 12 ways (36 Poles) on iron frame/wooden board. (Horizontal Busbar type) as per specification no. SW-SWR/MCBDB.

Nos 1.00 5770.72 5770.72

b) Incomer: Supplying, erecting & marking FPMCB 40A to 63A in provided distribution board as per specification No. SW-SWR/MCB

Nos 1.00 1655.29 1655.29

c) Sub-incomer: Supplying, erecting & marking DPMCB 40A to 63A, C- series (for motor/power) in provided distribution board as per specification No. SWSWR/ MCB

Nos 3.00 839.84 2519.52

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution board as per specification No. SW-SWR/MCB

Nos 30.00 202.54 6076.20

3.2 8 way TPN DB

a) : Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of

Nos 2.00 4324.33 8648.66

Page 109: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 109 of 165

24 ways, on iron frame/wooden board.(Horizontal type) as per specification No. SW-SWR/MCBDB.

b) Incomer: Supplying, erecting & marking FPMCB 40A to 63A in provided distribution board as per specification No. SW-SWR/MCB

Nos 2.00 1655.29 3310.58

c) Sub-incomer: Supplying, erecting & marking DPMCB 40A to 63A, C- series (for motor/power) in provided distribution board as per specification No. SWSWR/ MCB

Nos 6.00 839.84 5039.04

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution

board as per specification No. SW-SWR/MCB

Nos 36.00 202.54 7291.44

3.3 8 way TPN DB

a) DB enclosure: Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 24 ways, on iron frame/wooden board.(Horizontal type) as per specification No. SW-SWR/MCBDB.

Nos 1.00 4324.33 4324.33

b) Incomer: Supplying, erecting & marking FPMCB 6A to 32A in provided distribution board as per specification No. SW-SWR/MCB

Nos 1.00 1277.79 1277.79

c) Sub-incomer: Supplying, erecting & marking DPMCB 6A to 32A, C- series (for motor/power) in provided distribution board as per specification No. SWSWR/MCB

Nos 3.00 617.16 1851.48

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution board as per specification No. SW-SWR/MCB

Nos 18.00 202.54 3645.72

4 AC DBs

4.1 4way VTPN DB (ACDB-MF-1 & 2)

a) Supplying & erecting triple pole and neutral distribution board (TPNDB) surface/ flush mounted SP /TP MCBs of total 12 ways, on iron / G.I. Frame/wooden board.(Vertical Busbar

type) as per specification No. SWSWR/ MCBDB

2.00 4740.01 9480.02

b) Incomer: Supplying, fixing and commissioning RCBO (Residual Current Breaker with Overcurrent Protection), type AC with 30/100/300 Ma sensitivity and having capacity of 32A/40A 4 Pole 3 phase as per specification SWRCCB/ RCBO

Nos 2.00 5650.89 11301.78

c) Outgoing: Supplying, erecting & marking TPMCB 6 A to 32A in provided distribution board as per specification No. SW-SWR/MCB

Nos 2.00 935.28 1870.56

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution

Nos 18.00 202.54 3645.72

Page 110: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 110 of 165

board as per specification No. SW-SWR/MCB

4.2 4way VTPN DB (ACDB-1F-1 & 2)

a) Supplying & erecting triple pole and neutral distribution board (TPNDB) surface/ flush mounted SP /TP MCBs of total 12 ways, on iron / G.I.

Frame/wooden board.(Vertical Busbar type) as per specification No. SWSWR/ MCBDB

2.00 4740.01 9480.02

b) Incomer: Supplying, fixing and commissioning RCBO (Residual Current Breaker with Overcurrent Protection), type ACwith 30/100/300 mA sensitivity and having capacity of 6A/10A/16A/20A/25/A 4 Pole 3 phase as per specification SW-RCCB/RCBO

Nos 2.00 5458.96 10917.92

c) Outgoing:Supplying, erecting & marking TPMCB 6 A to 32A in provided distribution board as per specification No. SW-SWR/MCB

Nos 2.00 935.28 1870.56

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution board as per specification No. SW-SWR/MCB

Nos 18.00 202.54 3645.72

4.3 8way VTPN DB (ACDB-2F-1 & 2)

a) Supplying & erecting triple pole and neutral distribution board (TPNDB) surface/ flush mounted SP / TP of total 24 ways on iron / G.I. frame/wooden board. (Vertical Busbar type) as per specification No. SWSWR/MCBDB

2.00 6271.23 12542.46

b) Incomer: Supplying, fixing and commissioning RCBO (Residual Current Breaker with Overcurrent Protection), type AC with 30/100/300 Ma sensitivity and having capacity of 32A/40A 4 Pole 3 phase as per specification SWRCCB/ RCBO

Nos 2.00 5650.89 11301.78

c) Outgoing: Supplying, erecting & marking TPMCB 6 A to 32A in provided distribution board as per specification No. SW-SWR/MCB

Nos 4.00 935.28 3741.12

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C- series (for Power/motor) in provided distribution board as per specification No. SW-SWR/MCB

Nos 24.00 202.54 4860.96

5 TERRACE & LANDSCAPE DB

Terrace DB-1 & 2, LDB-Landscape 8 way TPN DB

a) DB enclosure: Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 24 ways, on iron frame/wooden board.(Horizontal type) as per specification No. SW-SWR/MCBDB.

Nos 3.00 4324.33 12972.99

b) Incomer: Supplying, erecting & marking FPMCB 6A to 32A in provided distribution board as per specification

Nos 3.00 1277.79 3833.37

Page 111: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 111 of 165

No. SW-SWR/MCB

c) Sub-incomer: Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 16/25 A. 2 pole complete as per specification No.SW-RCCB/RCCB

Nos 9.00 2483.47 22351.23

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification No. SW-SWR/MCB

Nos 54.00 201.48 10879.92

6 EXTERNAL LIGHTING DB 12Way TPN DB

a) Supplying & erecting triple pole and neutral distribution board (TPNDB) with door surface/ flush mounted SPMCB of 36 ways, on iron frame/wooden board.(Horizontal type) as per specification No. SW-SWR/MCBDB.

Nos 1.00 3968.03 3968.03

b) Incomer: Supplying, erecting & marking FPMCB 6A to 32A in provided distribution board as per specification No. SW-SWR/MCB

Nos 1.00 1277.79 1277.79

c) Sub-incomer: Providing, erecting & commissioning RCCB only of electro magnetic type with 30/100/300 mA sensitivity and having capacity of 16/25 A. 2 pole complete as per specification No.SW-RCCB/RCCB

Nos 3.00 2483.47 7450.41

d) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, B- series (for lighting) in provided distribution board as per specification No. SW-SWR/MCB

Nos 30.00 201.48 6044.40

7 LIFT M/C ROOM DB 8Way SPN DB

a) DB enclosure: Supplying and erecting single pole and neutral distribution board (SPNDB) with door surface/flush mounted with 2 ways for incoming and 6 ways for outgoing SP MCB’s on iron/ G.I. frame/wooden board as per specification No. SW-SWR/MCBDB

Nos 2.00 1516.38 3032.76

b) Incomer: Supplying, fixing and commissioning RCBO (Residual Current Breaker with Overcurrent Protection), type AC with 30/100/300 mA sensitivity and having capacity of 6/10/16/20/25A, 2 Pole, 1 Phase as per specification SW-RCCB/RCBO

Nos 2.00 4114.37 8228.74

c) Outgoing: Supplying, erecting & marking SPMCB 6A to 32A, C-series (for motor/power) in provided distribution board as per specification No.

SWSWR/MCB

Nos 8.00 201.48 1611.84

C L.T CABLES, CABLE TRAYS,

TRENCHES

1 LT. Cables

Supply, handling, laying effecting proper connections testing and commissioning of

Page 112: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 112 of 165

following sizes of 1.1 KV grade PVC / XLPE core insulated, extruded PVC inner sheath, armoured / unarmoured extruded outer sheath FRLS PVC, Copper / Aluminium conductor cables as per IS 7098 Part I laid over MS supports, cable racks, trenches, or fixing on walls including clamping the cable to supports in an approved manner along with cable

. (Earthing will be measured separately and need not be quoted under this item). All complete as required and as per final instruction as given by E.I.C / Consultants.

1.1 Supplying, erecting & terminating PVC armoured cable 3½ core 300 sq mm aluminium conductor with continuous 12.97 sq mm (8 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL (For Main LT Panel)

Rmt. 400.00 1710.43 684172.00

1.2 Supplying, erecting & terminating PVC armoured cable 3½ core 240 sq mm aluminium conductor with continuous 12.97 sq mm (8 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL (For APFC & HVAC Panels)

Rmt. 200.00 1515.32 303064.00

1.3 Supplying, erecting & terminating PVC armoured cable 3½ core 120 sq mm aluminium conductor with continuous 12.97 sq mm (8 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL (For Floor Panels & Fire fighting panel)

Rmt. 200.00 827.12 165424.00

1.4 Supplying, erecting & terminating PVC armoured cable 3½ core 70 sq mm aluminium conductor with continuous 12.97 sq mm (10 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL (For Rate only)

Rmt. 15.00 548.23 8223.45

1.5 Supplying, erecting & terminating PVC armoured cable 3½ core 35 sq mm

aluminium conductor with continuous 12.97 sq mm (10 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/AL (For Rate only)

Rmt. 15.00 311.76 4676.40

1.6 Supplying, erecting & terminating PVC armoured cable 3½ core 25 sq mm aluminium conductor with continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-

Rmt. 60.00 257.68 15460.80

Page 113: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 113 of 165

LT/AL (For Rate only)

1.7 Supplying, erecting & terminating PVC armoured cable 3 core 35 sq mm aluminium conductor with continuous 5.48 sq mm (12SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no.CB-LT/AL (For Fire pumps)

Rmt. 100.00 283.13 28313.00

1.8 Supplying, erecting & terminating PVC armoured cable 4core 16 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU (For UPS DBs)

Rmt. 200.00 936.34 187268.00

1.8 Supplying, erecting & terminating PVC armoured cable 4core 10 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU (For HVAC Units)

Rmt. 800.00 656.39 525112.00

1.9 Supplying, erecting & terminating PVC armoured cable 4core 6 sq mm copper

conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU (For HVAC Units)

Rmt. 1000.00 441.13 441130.00

1.1 Supplying, erecting & terminating PVC armoured cable 4core 4 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU (For HVAC Units)

Rmt. 1100.00 327.66 360426.00

1.11 Supplying, erecting & terminating PVC armoured cable 3core 6 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected

with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU (For Fire pumps)

Rmt. 300.00 352.05 105615.00

1.12 Supplying, erecting & terminating PVC armoured cable 3core 4 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU (For Plumbing pumps)

Rmt. 400.00 266.16 106464.00

1.13 Supplying, erecting & terminating PVC armoured cable 3core 2.5 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole

Rmt. 500.00 207.84 103920.00

Page 114: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 114 of 165

or laid in provided trench/ pipe as per specification no. CB-LT/CU (For Security system)

1.14 Supplying, erecting & terminating PVC Unarmoured cable 1 core 95 sq. mm copper conductor complete erected with provided lugs, laid in provided control panel /distributionboards / pipe as per specification no. CBLT/CU (For UPS)

Rmt. 200.00 1507.89 301578.00

2 CABLE TRAYS Notes: 1) Standard accessories shall typically include following:

a) 'Z' section support -30 x 35 mm in size - 312 mm in length - 6 nos. support for onepiece ladder of 2.5 m in length each. b) Anchor fastner & nut bolts of adequate size - 16 nos.( 2 nos. per support) c) Coupler plates with hardware - 70 x 200 x 3 mm thick - 2 nos. for each piece of 2.5 m Ladder complete with neccesory accessories such as Reducer, Horizontal Elbow & Tee, Up & Down Vertical Elbow & bend, Cross Piece complete erected in approved manner. 2) Provision for resting arrangement or support for perforated type Cable tray shall be made separetly as per iron work Item

2.1 LADDER TYPE CABLE TRAY 1000mm Width X 75mm Depth X 2mm Thickness

Rmt. 20.00 1331.50 26630.00

2.2 PERFORATED TYPE CABLE TRAY

i. Providing & erecting Hot dipped Galvanised Perforated type Cable tray manufactured from 16 swg (1.6 mm thick) GI sheet of 750 mm width & 75 mm height complete with necessary coupler plates & hardware in approved manner.

Rmt. 65.00 1010.50 65682.50

ii. Providing & erecting Hot dipped Galvanised Perforated type Cable tray manufactured from 16 swg (1.6 mm thick) GI sheet of 500 mm width & 75

mm height complete with necessary coupler plates & hardware in approved manner.

Rmt. 40.00 1128.27 45130.80

iii. Providing & erecting Hot dipped Galvanised Perforated type Cable tray manufactured from 16 swg (1.6 mm thick) GI sheet of 300 mm width & 75 mm height complete with necessary coupler plates & hardware in approved manner.

Rmt. 140.00 812.27 113717.80

iv. Providing & erecting Hot dipped Galvanised Perforated type Cable tray manufactured from 16 swg (1.6 mm thick) GI sheet of 200 mm width & 75 mm height complete with necessary coupler plates & hardware in approved manner.

Rmt. 70.00 654.27 45798.90

Page 115: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 115 of 165

v. Providing & erecting Hot dipped Galvanised Perforated type Cable tray manufactured from 16 swg (1.6 mm thick) GI sheet of 100 mm width & 50 mm height complete with necessary coupler plates & hardware in approved manner.

Rmt. 80.00 490.00 39200.00

3 UNDER FLOOR RACEWAY / TRUNKING

Supply and laying of Fabricated hot dip galvanised, GI under floor trunking system as per relavent IS. Trunks to be laid in the floor/Wall for the power & LV cableswith all necessary acessories to complete the job. (Necessary civil work is part of job)

i. 200 (W) x 38 (H) mm - 2 mm thick Rmt. 90.00 985.00 88650.00

ii. 100 (W) x 38 (H) mm - 2 mm thick Rmt. 240.00 733.00 175920.00

iii. 50 (W) x 38 (H) mm - 2 mm thick Rmt. 960.00 379.50 364320.00

4 UNDER FLOOR RACEWAY / TRUNKING JUNCTION BOX

Supply and installation of Hot dip galvanised, GI fabricated floor junction boxes as per relevent IS. The job includes aligning of boxes with the raceways and making necessary arrangement to take the knock outs from them to lay the wires, with all necessary accessories required to complte the job. (The civil work like cutting of the floor to ambedded in junction boxes in the floor to be inlcuded in the rate). Top cover shall be made up from 2.5 mm thick GI steel

plate.

i. 300 (L) x 300 (W) x 65 (H) mm JB - 2 mm

thick

No. 27.00 1389.00 37503.00

ii. 150 (L) x 150 (W) x 65 (H) mm JB - 2 mm

thick

No. 71.00 772.00 54812.00

iii. 100 (L) x 100 (W) x 65 (H) mm JB - 2 mm thick

No. 242.00 631.50 152823.00

5 UNDERGROUND CABLING

a) Making the trench in Hard murum/Tar road of suitable width and depth as per IS for laying provided L.T cable of 25 sq mm & bove and covered with Half round hume pipe complete. As per specification no. CW-EXN-CTR

Mtr 40.00 347.81 13912.40

b) Constructing Electrical masonry Chamber 600x600x750 mm inside, in brick work in cement mortar 1:4 (1 cement :4 coarse sand), with including necessary excavation,foundation concrete 1:5:10 ( 1 cement : 5 fine sand : 10 graded stone aggregate 40mm nominal size ) and inside plastering with cement mortar 1:3 (1 cement : 3 coarse sand) 12mm thick, finished with a floating coat of neat cement with a 8mm MS chequered plate cover along with a frame made out of 40x40x5mm angle iron fixed in cement concrete slab 1:2:4 mix (1 cement:2 coarse sand:4 graded stone

No. 5.00 4420.00 22100.00

Page 116: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 116 of 165

aggregate 20mm nominal size) complete as per standard design :

c) Providing, laying and fixing following dia RCC pipe NP2 class (light duty) in ground complete with RCC collars, jointing with cement mortar 1:2 (1 cement : 2 fine sand) including trenching (75 cm deep) and refilling etc. as required. --150mm Dia.

Rmt. 70.00 707.50 49525.00

D POINT WIRING

GENERAL NOTES Point wiring for light/ceiing fan/6A/ 16A/ socket outlet /6A outlet for exhaust fan , bell point etc. with 1.1 KV grade FRLS PVC insulated multistranded copper conductor wire(ISI marked), in 25 to 40 mm dia High mechanical stress (HMS) rigid PVC conduit / PVC trunking having ISI marked IS 9537 Part - 3, including fixing accessories & hardware concealed /exposed in slab/wall or on 5mm. thick G.I. spacers fixed with no. 10 nettle within the box piece fold wood screws with nylon plug complete with all conduit accessories 20 SWG G.I.

Saddles, ready made MS switchboxes, socket outlet boxes of approved makes zinc chromate passivated, brass earthing stud 1/2 nos, controlling modular switches & sockets with moulded front plate and inner plate etc. including appropriate size of FRLS PVC insulated copper earth wire , brass/bakelite (straight / angular) lamp holders, 3 plate ceiling rose,16 A, connectors, painting etc. as per specifications and drawings. (sample switch Box etc. to be got approved before fabrication) as per specification. Note:- These notes shall apply to all the relevant wiring items described in the schedule of items given below :- a) All points wiring, circuit wiring, sub mains wiring shall be done using rigid FR PVC CONDUITS as required, conduits of minimum 2 mm thickness and shall comply with IS 2509 of 1973 or amendments there of and FIA approval. b) All switch boards under the point wiring shall be the standard boxes available and the same shall be suitable for concealed work/surface mounted work as per site. The boxes should be of Electro Zinc Plated/pvc as per the Manufactures standard practice

as per site and should be suitable to accommodate number of control switches fan regulators, sockets, etc. as indicated in drawings. c) The Sub Main wiring shall have continuous 2.5 sq.mm. wire of approved make. FR Copper conductor earth wire

Page 117: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 117 of 165

for earth continuity having Green colour in 660/1100 volts grade. d) The point wiring shall comply to IS 732. e) All materials under this schedule shall deemed to be included by the Contractor in his scope. f) The entire work of the point wiring may be split into two parts i.e. partially to be

laid on MS angle brackets ceiling supported or through existing floorings. It is understood that the bidder have included all the costs towards chasing the floors, removing the debris and redoing the flooring using cement mortar. All such costs shall be deemed to have been included.

1 CIRCUIT WIRING & CONDUITS

1.1 Supplying & erecting mains with 2x2.5 sq.mm.and earth wire 1.5 sq.mm FRLS PVC copper wire, in rigid PVC conduit min.20mm dia, as per specification No: WG-MA/PC, para no. 1.4.1

R.Mtr. 3400.00 162.24 551616.00

1.2 Supplying & erecting mains with 2x2.5 sq.mm FRLS copper PVC insulated wire

laid in provided conduit/trunking/inside pole/Bus bars or any other places. as per specification No: WG-MA/BW

R.Mtr. 6165.00 69.99 431488.35

1.3 Supplying & erecting mains with 2x1.5 sq.mm FRLS copper PVC insulated wire laid in provided conduit/trunking/inside pole/Bus bars or any other places. as per specification No: WG-MA/BW

R.Mtr. 3850.00 46.66 179641.00

1.4 Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 25 mm. dia. with necessary accessories in wall/floor with chiselling appropriately as per specification No: WG-MA/CC, para no. 1.2.1

R.Mtr. 4700.00 139.97 657859.00

1.5 Supplying and erecting UPVC reinforced flexible conduit 25 mm in dia. conforming to I.S. and approved make with required number of couplings, PVC bushes, check nuts etc.complete.

R.Mtr. 680.00 107.10 72828.00

2 POINT WIRING, SWITCHES, SOCKETS & ACCESSORIES

2.1 Point wiring for light/fan/bell /exhaust fan Hybrid type (Surface type under false ceiling and concealed type for drops &

switch boards on walls) in min 20 mm PVC conduit / casing n caping with 1.5 sq.mm. (2+1E) FR grade copper wires, moduler type switch, earthing and required accessaries as per specification No:WG-PW/CW

Point 379.00 716.83 271678.57

2.2 Secondary Point wiring for additional light/ Bell point, concealed type in min 20 mm PVC conduit with 1.5 sq.mm. (2+1E) FR/FRLS grade copper wires with required accessaries as per specification No: WG-PW/CW

Point 488.00 224.81 109707.28

Page 118: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 118 of 165

2.3 Supplying and erecting modular type switch 6A / 10A ISI mark approved make duly erected on provided plate and box with wiring connections complete.

Nos 158.00 94.38 14912.04

2.4 Supplying and erecting modular type switch 16A ISI mark approved make duly erected on provided plate and box with wiring connections complete.

Nos 541.00 132.55 71709.55

2.5 Supplying and erecting modular type 3 pin 6A multi socket with safety shutter ISI mark approved make

duly erected on provided plate and box with wiring connections complete.

Nos 440.00 123.01 54124.40

2.6 Supplying and erecting modular type 3 pin 6/16A multi socket with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete.

Nos 400.00 189.81 75924.00

2.7 Supplying and erecting modular type Two way switch 6A / 10A (2 Module) ISI mark, approved make, duly erected on provided plate and box with wiring connections complete.

Nos 32.00 119.83 3834.56

2.8 supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 3 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as

per required to match the background in an approved manner.

Nos 592.00 289.49 171378.08

2.9 supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 6 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner.

Nos 141.00 434.77 61302.57

2.10 Supplying and erecting modular type blanking plate one module ISI mark approved make duly erected on provided plate & box.

Nos 141.00 22.27 3140.07

2.11 supplying and erecting unbreakable concealed type modular switch box with double mounting plate for 8 module duly erected flush to wall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner.

Nos 1.00 512.18 512.18

2.12 Supplying & erecting original 1.25 mm CRCA sheet metal enclosures with 20A. 2 pin plug & earth socket and 20A. 3 pin plug top with 20A/30A single pole MCB complete erected on angle iron/ G.I. frame

12.00 1020.11 12241.32

2.13 Supplying & erecting original 1.6 mm Nos 26.00 1522.50 39585.00

Page 119: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 119 of 165

CRCA thick sheet metal IP65 outdoor type weather proof enclosures with 20A. 2 pin plug & earth socket and 20A. 3 pin plug top with 20A/30A single pole MCB complete erected on angle iron/ G.I. frame.

3.0 WIRELESS CALL BELL SYSTEM

3.1 SITC of battery operated Wireless call bell system with receiver unit with indicator & buzzing sound of approved make :Forbix Semicon/ Gold metal

Nos 22.00 13476.50 296483.00

3.2 Remote control units approved make :Forbix Semicon/ Gold metal

Nos 22.00 381.00 8382.00

4 LIFT MACHINE ROOM & LIFT SHAFT

4.1 LIFT MACHINE ROOM:

1 Point wiring in PVC trunking (casingcapping) with 1.5 sq.mm (2+1E) FRLS grade copper wire, flush type switch,earthing and required accessories as per specification No:WG-PW/SW

Point 2.00 359.48 718.96

2 Secondary Point wiring for additional light/ Bell point in PVC trunking (casing-

capping) with 1.5 sq.m (2+1E) FR / FRLS grade copper wire with required accessories as per specification No:WG-PW/SW

Point 2.00 224.81 449.62

3 Supplying and fixing following modular switch/ socket on the existing modular plate & switch box including connections but excluding modular plate etc. as required.

a) Supplying and erecting modular type switch 16A ISI mark approved make duly erected on provided plate and box with wiring connections complete.

Nos 2.00 189.81 379.62

b) Supplying and erecting modular type 3 pin 6 /16A multi socket with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete.

Nos 2.00 132.55 265.10

c) Supplying and erecting PVC Surface modular switch box with double mounting plate for 3 module duly erected in an approved manner.

2.00 85.89 171.78

4.2 LIFT SHAFT

1 Supplying and erecting bulkhead fitting suitable for upto LED upto 12W fixed on wall. As per specification no.FG-IDF/BHF

Nos 12.00 217.38 2608.56

2 Supplying and erecting modular type switch 16A ISI mark approved make duly erected on provided plate and box with wiring connections complete.

Nos 12.00 189.81 2277.72

3 Supplying and erecting modular type 3 pin 6 /16A multi socket with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete.

Nos 12.00 132.55 1590.60

4 Supplying and erecting PVC Surface modular switch box with double mounting plate for 3 module duly erected in an approved manner.

Nos 12.00 85.89 1030.68

Page 120: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 120 of 165

5 Supplying, erecting & terminating PVC armoured cable 3 core 2.5 sq mm copper conductor continuous 5.48 sq mm (12 SWG) G.I. earth wire complete erected with glands & lugs, on wall/ trusses/pole or laid in provided trench/ pipe as per specification no. CB-LT/CU

Rmt 60.00 207.84 12470.40

E LIGHT FIXTURES, FANS AND ACCESSORIES

1 Light Fixtures

Supply, installation, testing & commissioning of fixtures & fittings, ceiling fans, exhaust fans, etc. complete with accessories, tube/lamp etc in on surface of slab/beam by 2 nos (minimum) of 6 mm anchor fasteners or on wall with 2 nos of wood screws, nylon plug etc., suitable supporting frame fixed with rag bolts grouted on the wall/anchor fastener on the beam/on the column & other fixing accessories etc provision & connection with 1.5 sq.mm multistranded copper conductor FRLS PVC wires etc., all as per drawing,

specifications & as per the instruction of E.I.C. Notes: 1) System efficacy shall not be less than 85 lumens/watt, 2) CRI shall be more than 70. 3) Total Harmonic Distortion Voltage and Current shall be less than 15% 4) Operating range shall be 140V to 270V 5) Power Factor of Luminiare shall be more than 0.95 6) Luminaire and Lamp shall be LM79,LM80 compliant respectively 7) Luminaire shall conform respective IS. 8) Luminaire Shall withstand surge protection upto 4 kV 9) Luminaire shall carry minimum three years warranty. 10) Color temperature shall be as requires between 4000K-6500K.

1.1 Supply, Installation, Testing & Commissioning of the Suspended 4 Ft 25 W Linear LED luminaire with all necessary accessories.

Nos 82.00 7891.50 647103.00

1.2 Supply, Installation, Testing & Commissioning of the 4 Ft 25 W Linear LED wall mounted luminaire with all necessary accessories.

Nos 8.00 3392.50 27140.00

1.3 Supplying and erecting square shaped CRCA /die-cast aluminium powder coated housing LED Panel light (slim edge-lit) 600X600mm suitable for 28W with provision for plane front frame with translucent cover fixed to the housing complete.

Nos 62.00 8168.00 506416.00

1.4 Supplying and erecting LED square / circular 9 to 12 W downlighter

Nos 198.00 1208.86 239354.28

Page 121: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 121 of 165

having pressure die-cast aluminium housing, opal translucent cover, mounting arrangement with board for surface type or spring loaded mounting clips for flush type complete.

1.5 Supplying and erecting LED square / circular 13 to 15 W downlighter having pressure die-cast aluminium housing, opal translucent cover, mounting arrangement with board for surface type or spring loaded mounting

clips for flush type complete.

Nos 420.00 1409.28 591897.60

1.6 Supplying and erecting CRCA /die-cast

aluminium powder coated housing LED Panel light (slim edge-lit) square / round shape suitable for 19 to 24 W with provision for plane front frame with translucent cover fixed to the housing complete.

Nos 52.00 2079.45 108131.40

1.7 Supplying and erecting CRCA /die-cast aluminium powder coated housing LED Track light suitable for 20 W with all accessories.

Nos 32.00 10053.00 321696.00

1.8 (PIR) presence detection sensor of range 12.0 m Dia coverage 360 ° view recessed mounting at height of 2.5 - 3 meter to control 10A lighting load. Manually Programmable for OFF delay time 10 sec- 59 min, With Zero crossing detection for long life. Input voltage 230V AC. The sensor should also have inbuilt battary

back up to retain the pre settings & memory back up

Nos 23.00 8168.00 187864.00

2 Ceiling & Exhaust Fans

2.1 Supplying and erecting regular/ standard model Ceiling fan of 1200 mm. sweep complete erected in position as per specifcation no. FG

Nos 1.00 2025.37 2025.37

2.2 Supplying and erecting Exhaust fan medium duty 230 V A.C. 50cycles 225 mm. 1400RPM with condensor complete erected in position with necessary materials. Fanmotor with moisture proof treatment and‘E’ class insulation and marking Sr. No. & date of erction.

Nos 12.00 2015.83 24189.96

3 Accessories for Light fixtures & Fans

3.1 Supplying and erecting double suspension heavy duty lacquered iron chain with hooks for erecting fluo.tube light fitting with necessary shielded copper flexible wire three core of 1 sq mm for connecting leads. (for measurements half of the actual length used)

Nos 298.00 36.05 10742.90

3.2 Supplying and erecting ‘B’ grade G.I.pipe/M.S. pipe down rod dulypainted for fan complete erected with PVC three core flexible cable 1 sq.mm copper PVC wire.

Nos 1.00 229.05 229.05

F Lightning Protection System LIGHTNING PROTECTION SYSTEM ESE type based on French Standard NFC 17-

Page 122: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 122 of 165

102

1 Supply, Installation,Testing & Commissioning of INDELEC Prevectron Controlled Early Streamer Emission (CESE) lightning conductor or as specified in the list of approved makes Model : Indelec Prevectron2 S 6.60 T ( remote testing ) millenium - M20 or as specified in the list of approved makes with radius of protection minimum equal to 47 Mtrs. ( Level I ) when installed at 3 Mts height above top of building and equipped with a tinned copper central pick up rod. Full electrical continuity between the tip and the earth point. Fully autonomous (no battery, no external power supply required). Collect ambient energy through a lower series of electrodes. Timing of the streamer emission controlled with an electronic device that detects the lightning and

triggers a streamer (3.5 KV and 20 A). Manufactured as per NFC 17-102.A tester/testing process corresponding specifically to the air-terminal shall be available for the maintenance and ensure the healthiness of the unit. An external solar panel shall energise the integrated test circuit, during testing process. This test should preferably be carried out with a wireless remote control within a distance of 50 Mts so no access to the air-terminal is required. Tested in high voltage laboratory (CPRI) as well as in real lightning conditions. Real Lightning Test Videos / Certificates available on

request.

Nos 1.00 451598.50 451598.50

2 Supply,Installation,Testing &

Commissioning of 3 mtr. height GI elevation pole with a dia of 35mm to 50mm. supplied with a reducer to fix the LA unit, Base Plate, Clamps and other fixing accessories ( Ready to Install ). Should have provision for Guy wire clamping system, termination arrangement for the Down-Conductor.

Nos 1.00 20520.50 20520.50

3 Supply, Installation,Testing & Commissioning of Indelec or as specified in the list of approved makes Lightning Flash Counter. Electronically controlled, register every strike between 1000 A to 100 KA for a 8/20 microsecond peak current. Tested in High Voltage Laboratory (CPRI). Reports available on request.

Nos 1.00 29115.00 29115.00

4 Supply, Installation,Testing & Commissioning of 1C x 70Sqmm

multistrand Copper down conductor with suitable mounting accessorries.

Rmt. 150.00 1067.00 160050.00

5 Providing earthing with Copper earth plate size 60 x 60 x0.315 cm with funnel with a wire mesh for watering and brick

Nos 2.00 19510.37 39020.74

Page 123: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 123 of 165

masonry block C.l. cover with minimum 25 kg of maintenance free earth conductivity enhancing mineral earthing compound complete with all materials, testing & recording the results as per specification no ESE -LA

6 Supply,Installation,Testing & Commissioning of Test Clamp in weather proof 1.6 mm thick lockable MS box of approved make & design to connect the down conductor to the earth termination

and disconnect the down conductor from the earth termination for regular checks of the earth termination resistance value.

No. 1.00 4514.00 4514.00

G EXTERNAL & LANDSCAPE LIGHTING Supply, installation, testing & commisioning of Light Fixtures,fittings & lamps with weather proof Housing and all accessories

1 Supplying and erecting Bushes spot light with 6W LED lamp with IP65 protection.

Nos 35.00 4441.50 155452.50

2 Supplying and erecting 15W Linear Led wallwashers with Aluminium diecast powder coated body IP65 protection suitable for outdoor application.

Nos 54.00 2538.00 137052.00

3 Supplying and erecting Floor mounted 3W LED inground Deck light suitable for outdoor application.

Nos 264.00 6979.50 1842588.00

4 Supplying and erecting 13W Tree spot light Aluminium diecast powder coated body with IP65 protection suitable for outdoor application.

Nos 34.00 4441.50 151011.00

5 Supplying and erecting 18W Under water Led luminaire,with water proof housing with all accessories.

Nos 12.00 3807.00 45684.00

6 Supplying and erecting 25W decorative type ceiling suspended Led light fixture.

MTR 6.00 6345.00 38070.00

7 Supplying and erecting 3W Wall mounted Led luminaire with Aluminium diecast powder coated body IP65 protection suitable for outdoor application.

Nos 18.00 4441.50 79947.00

8 Supplying and erecting LED flexible strip light with driver,5m length (12W/meter)

conforming IP 65 of any colour with driver complete.

MTR 64.00 7360.50 471072.00

9 Supplying and erecting LED Warm white flexible strip light with driver, 5m length (12W/meter) conforming IP 65 protection with driver complete. (L01-as indicated in drawing)

Nos 162.00 7360.50 1192401.00

10 Supplying and erecting LED Royal blue color flexible strip light, 5m length (12W/meter) conforming IP 65 protection with driver complete. (L02-as indicated in drawing)

Nos 18.00 7360.50 132489.00

11 Supplying and erecting LED Snow white color flexible strip light, 5m length (12W/meter) conforming IP 65 protection with driver complete. (L03-as indicated in drawing)

Nos 198.00 7360.50 1457379.00

12 Supplying and erecting LED Saffron color flexible strip light, 5m length

Nos 49.00 7360.50 360664.50

Page 124: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 124 of 165

(12W/meter) conforming IP 65 protection with driver complete. (L04-as indicated in drawing)

13 Supplying and erecting LED green color flexible strip light, 5m length (12W/meter) conforming IP 65 protection with driver complete. (L05-as indicated in drawing)

Nos 49.00 7360.50 360664.50

14 Supplying and erecting LED Warm white flexible strip light with driver, 5m length (12W/meter) conforming IP 65 protection with driver complete. (L06-as indicated in drawing)

Nos 57.00 7360.50 419548.50

15 Supplying and erecting LED flexible strip light with driver, 5m length (12W/meter)

conforming IP 65 of any colour with driver complete. (L07-as indicated in drawing)

Nos 145.00 7360.50 1067272.50

H ONLINE UPS

Supply Install Commission 100 kVA Modular Online UPS Input: Voltage 380/220, 400/230, 415/240 Vac (3 phase, 4-wire + G), Harmonics: 3% (full load) > 0.99, 50 or 60 ± 5 Hz Output: 380/220, 400/230, 415/240 Vac (3 phase, 4-wire + G), AC to AC efficiency 96%, Eco mode 99% featuring high efficiency, hot-swappable modular structure and N+X redundancy.

the NH Plus series delivers remarkably low total cost of ownership in terms of both capital expense and operating expense.With N+X module and system redundancy to guarantee reliability and availability

1 •Modular UPS frame: future expandable type • 5 x 20 kva module. Redundancy at module and system level.• Hot-swappable function ensures uninterrupted operations during maintenance• Redundant auxiliary power and control circuit ensures higher reliability.• Inbuilt maintenance and static bypass switch.

Set 1.00 2613811.00 2613811.00

2 Battery Bank for 20 minutes Back up Supply, Installation, Testing & Commissioning of Battery set of SMF

batteries Rocket / Quanta / equi. 40 nos each of 100 AH for 20 mins Total Backup time and supply custom made MS rack to suit your UPS room, battery connecting cables etc.

Set 1.00 677957.50 677957.50

I Earthing System

Supply, installation, testing & commissioning of earthing system & associated accessories, etc. complete all as per the instructions of E.I.C. Note : 1) Measurements of resistance of each earth station & resistance of complete scheme of earthing layout must be

Page 125: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 125 of 165

measured recorded & got approved by E.I.C. 2) Jointing of the earth strip shall be with brass nuts bolts and also with solder joints. 3) Jointing of the earth wire shall be with solder joints with tinned cable sockets

1 EARTH PITS

1.1 Earthing with copper earth plate 600 mm X 600 mm X 3 mmthick including accessories, and providing masonry enclosurewith cover plate having locking arrangement and watering pipeof 2.7 meter long etc. with charcoal/ coke and salt as required.

Set 9.00 17427.00 156843.00

1.2 Providing earthing with Galvanized cast iron earth plate size 60 x 60 x 0.6 cm with funnel with a wire mesh for watering and brick masonry block C.l. cover complete with all materials, testing & recording the results as perspecification No. EA-EP

Set 8.00 6462.10 51696.80

2 GI & COPPER EARTH STRIPS

2.1 Supplying and erecting copper strip of required size used for earthing on wall and/or any other purpose with necessary copper clamps fixed on wall painted with bituminous paint in an approved manner with joints required. As perspecification No EA-EP. (25x6mm Strip)

Kg 400.00 902.40 360960.00

2.2 Supplying and erecting Annealed bare copper wire of high purity of different sizes used for earthing on wall with necessary copper clamps fixed on wall/cable/conduit with screws in an approved manner. (8Swg Cu.wire)

Kg 130.00 946.94 123102.20

2.3 Supplying and erecting GI strip of required size used for earthing on wall and/or any other purpose with necessary GI clamps fixed on wall painted with bituminous paint in an approved manner with joints required. As per specificationNo EA-EP. (75x6mm,

50x6mm, 25x6mm)

Kg 2720.00 201.48 548025.60

2.4 Supplying and erecting G. I. Earth Wire

of high purity of different sizes used for earthing or any other purposes on wall with necessary G. I. Clamps fixed on wall/cable/ conduit with screws in an approved manner. (8Swg GI wire)

Kg 840.00 187.69 157659.60

3 Supply & Laying & Termination of 1C 50sqmm pvc insulated multistrand copper cable in Hume pipe / trench / shaft and connection to UPS and earth pit with 5mm. Thick G.I. Spacers & 2mm thick G.I. Saddle

Rmt. 200.00 733.00 146600.00

4 CU. Earth Bus bar of 1 meter length with 8nos tappings, shall be fixed on insulators & housed in a Metal enclosure with front acrylic glass.

Nos 2.00 2228.50 4457.00

J DISMANTLING ITEMS

Page 126: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 126 of 165

Notes: Rates shall be inclusive of transportation tothe storage place as directed by sectionalofficer

1 Dismantling the existing ceiling fan/exhaust fan/cabin fan/bracket fan complete with accessories, G.I. down rod, frame etc. and making the site clear.

No. 30.00 38.17 1145.10

2 Dismantling of existing fluorescent fittings of any type & size.

No. 35.00 15.91 556.85

3 Dismantling the existing W.T.fluoroscent fitting / S.V./ M.V/MH. lamp fitting from wall with brackets and making the site as original complete.

No. 40.00 47.72 1908.80

4 Dismantling the existing light, fan, bell, clock, independent plug point, wiring including circuit mains of all types along

with accessories etc.complete as per specification No: WG-DM/PW

Point 60.00 8.48 508.80

5 Dismantling the existing switchgears, DB, and Bus bar of any size complete with/ without board or angle iron frame

Nos. 10.00 95.44 954.40

6 Dismantling the existing cables of all types & size upto 10 sq mm.

Mtr. 70.00 14.85 1039.50

7 Dismantling the existing cables of all types & size above 10 sq mm upto 50 sq.mm.

Mtr. 55.00 22.27 1224.85

8 Dismantling the existing cables of all types & size above 50 sq.mm.

Mtr. 45.00 29.69 1336.05

9 Dismantling the existing underground cable without damaging it with glands, cable end box including refilling the trench up to ground level and making coils complete.

Mtr. 60.00 93.32 5599.20

TOTAL OF ELECTRICAL WORKS (IV) 29079530.10

V ELV SYSTEM

A DATA, TELEPHONE AND NETWORKING

SYSTEM

Supply, installation, testing & commissioning of LAN/Wi-Fi system comprising of passive & active components like CAT-6 UTP or improved data cable, patch panels,racks with wire manager ,flexible G.I pipe, PVC Conduit HMS variety conforming to IS 9537 Part - III, etc complete with labeling/identification on the cable ,patch panels etc required as per standards, drawings, specifications and instructions of E-I-C. Note: 1. All LAN passive components shall be of same make. 2. EPABX shall be provided by MDL.

3. Main Router shall be provided by MDL. 4..Mode of measurement shall be as per point/per device basis as applicable.The extent of wires/cables required will be as per the dimensional details available in the respective drawings.

1 DATA & IP BASED VOICE SYSTEM

Page 127: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 127 of 165

1.1 Supplying & installing UTP networking Cat-6 cable suitable for LAN / WAN Computer net-working as per specification No. WG-COC/NC (For Data system)

Rmt 4615.00 53.02 244687.30

1.2 Supplying & installing UTP networking Cat-6 cable suitable for LAN / WAN Computer net-working as per specification No. WG-COC/NC (For Telephone system)

Rmt 4310.00 53.02 228516.20

1.3 Supplying, installing & testing UTP Connector (RJ-45) as per specification No. WG-NAS/UTPC. (For

Data system)

Nos 166.00 98.62 16370.92

1.4 Supplying and erecting modular type

computer Jack RJ 45 with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. (For Data system)

Nos 166.00 127.25 21123.50

1.5 supplying and erecting unbreakable concealed type modular switchbox with double mounting plate for 2 module duly erected flush towall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. (For Data system)

Nos 166.00 253.44 42071.04

1.6 Supplying, installing & testing UTP Connector (RJ-45) as perspecification No. WG-NAS/UTPC. (For Telephone system)

Nos 153.00 98.62 15088.86

1.7 Supplying and erecting modular type computer Jack RJ 45 with safety shutter ISI mark approved make duly erected on provided plate and box with wiring connections complete. (For Telephone

system)

Nos 153.00 127.25 19469.25

1.8 supplying and erecting unbreakable

concealed type modular switchbox with double mounting plate for 2 module duly erected flush towall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. (For Telephone system)

Nos 153.00 253.44 38776.32

1.9 Supplying and fixing 3 meter length, UTP Patch cord of Cat 6 type inposition as per specification No. WG-COC/PC (For Data system)

Nos 166.00 378.56 62840.96

1.10 Supplying and fixing 1 meter length, UTP Patch cord of Cat 6 type inposition as per specification No. WG-COC/PC (For Data system)

Nos 166.00 273.58 45414.28

1.11 Supplying and fixing 3 meter length, UTP Patch cord of Cat 6 type inposition as per specification No. WG-COC/PC (For Telephone system)

Nos 153.00 378.56 57919.68

1.12 Supplying and fixing 1 meter length, UTP Patch cord of Cat 6 type inposition as per specification No. WG-COC/PC (For Telephone system)

Nos 153.00 273.58 41857.74

1.13 Supplying and fixing 24 port Patch Panel withtool-less keystone jacks in provided

Nos 9.00 11907.28 107165.52

Page 128: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 128 of 165

U Rackcomplete as per specification no. WG-NAS/PP (For Data system)

1.14 Supplying, fixing, and configuring GBManaged Ethernet Layer 2 Switch of 20 Ports+ 4 SFP Combo and WebView/CLI as perspecification in approved manner (For Data system)

Nos 9.00 59801.48 538213.32

1.15 Supplying and fixing 24 port Patch Panel withtool-less keystone jacks in provided U Rackcomplete as per specification no. WG-NAS/PP (For Telephone system)

Nos 8.00 11907.28 95258.24

1.16 Supplying, fixing, and configuring GBManaged Ethernet Layer 2 Switch of 20 Ports+ 4 SFP Combo and WebView/CLI as perspecification in

approved manner (For Telephone system)

Nos 8.00 59801.48 478411.84

1.17 Supplying and fixing Wall Mount 12 Ports,Light guide unloaded Interconnect Unit withadapter Panel as per specification in approvedmanner

Nos 18.00 4783.48 86102.64

1.18 Supplying and fixing SC/LC type MultimodeDuplex Adaptor to couple two connectorsbetween OFC & Fibre switch/Fibre module asper specification no. WG-NAS/MMA

Nos 16.00 558.83 8941.28

1.19 Supplying and fixing SC/LC type MultimodePigtails (OM3) as per specification in approvedmanner

No. 48.00 841.96 40414.08

1.20 Supplying, fixing, and configuring 1-port mini-GBIC SX Mutli-mode Fiber Transceiver (upto 550m, support 3.3V power) as perspecification in approved manner

Nos 4.00 10841.57 43366.28

1.21 Supplying and erecting FR grade, PVC armoured multimode armouredmultimode Optical Fibre Cable with 6 fibres, with core dia 50/125 µm(OM3) suitable for 1 GBps ethernet

distance at 850 nm of wavelength,on wall/ceiling or laid in provided pipe/trench as per specification No.WG-COC/OFC LSZH

Rmt 700.00 238.59 167013.00

1.22 Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 25 mm. dia. with necessaryaccessories in wall/floor with chisellingappropriately as per specification No: WGMA/CC, para no. 1.2.1

Rmt 6900.00 139.97 965793.00

1.23 Supplying and fixing 6U Wall Mount Rack(Dimension-DxWXH - 450X550X367 mm) asper specification in approved manner

Nos 4.00 6985.94 27943.76

1.24 Supplying and fixing 9U Wall Mount Rack(Dimension-DxWXH - 450X550X500 mm) asper specification in approved manner

Nos 5.00 8985.86 44929.30

1.25 Supplying and fixing 15U Wall Mount Rack(Dimension-DxWXH - 450X550X767 mm) asper specification in approved manner

Nos 4.00 11395.10 45580.40

Page 129: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 129 of 165

1.26 Supplying and fixing 42U Floor Mount Rack(Dimension-DxWXH - 800X600X1866 mm)

Nos 3.00 74509.29 223527.87

2 CONVENTIONAL TELEPHONE SYSTEM

2.1 Supply, Installation, Testing & Commissioning in G.I. powder coated enclosure, MDF Box including supply of

1 No., punching tool complete with interconnections for incoming and outgoing telephone cables including ferruling, testing the joints, including all frame works for mounting the tag block systems.

a) Supplying, erecting & commissioning MDF Box 200 x 200 pairs as perspecification No. WG-TW

Nos 1.00 7259.53 7259.53

b) Supplying, erecting & commissioning Junctionbox suitable for 50 pairs as per specification No.WG-TW

Nos 5.00 1502.59 7512.95

c) Supplying, erecting & commissioning Junctionbox suitable for 20 pairs as per specification No.WG-TW

Nos 5.00 831.36 4156.80

2.2 Supply, Installation, Testing & Commissioning in surface PVC insulated, PVC sheathed, armoured Jelly filled telephone armoured cables having minimum conductor cable size 0.51 dia tinned copper conductor of the following pairs complete with all fixing accessories such as G.I. saddles, G.I. screws, G.I. spacers /G.I. clamps etc. complete to

above mentioned Krone Box.

a) Supplying & erecting telephone cable 100 pair with 0.5 mm dia. laid in provided PVC casing / conduit asper specification No. WG-TW

Rmt 150.00 338.27 50740.50

b) Supplying & erecting telephone cable 50 pair with 0.5 mm dia. laid in provided PVC casing / conduit asper specification No. WG-TW

Rmt 290.00 338.27 98098.30

c) Supplying & erecting telephone cable 20 pair with 0.5 mm dia. laid in provided PVC casing / conduit asper specification No. WG-TW

Rmt 370.00 75.29 27857.30

d) Supplying & erecting telephone cable 2 pair with 0.5 mm dia. laid inprovided PVC casing / conduit asper specification No. WG-TW

Rmt 4310.00 24.39 105120.90

2.3 Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 25 mm. dia. with necessaryaccessories in wall/floor with hisellingappropriately as per specification No: WGMA/CC, para no. 1.2.1

Rmt 6900.00 139.97 965793.00

2.4 Supplying and erecting modular type telephone socket one gang with safety shutter ISI mark approved make duly erected on provided plate and box with

wiring connections complete.

Nos 153.00 100.74 15413.22

2.5 supplying and erecting unbreakable

concealed type modular switchbox with double mounting plate for 2 module duly

Nos 153.00 253.44 38776.32

Page 130: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 130 of 165

erected flush towall with required chiselling and finishing with cement morter / POP as per required to match the background in an approved manner. (For Telephone system)

B SMART TV SYSTEM

1 Supply, connection, testing and

commissioning of 55 inch LED Smart TV. with following features: UHD (Resolution: 3840 x 2160)Connectivity Ports: 3 HDMI, 2 USBAudio Output: 20W, Dolby Digital Plus, 2.0 Ch (Down Firing w/ Bass Reflex)Wall-Mount: Standard wall-mount Bright Pictures & Fine Details with HDR Smart TV with Free AppsScreen Mirroring & Bluetooth 2-Way AudioActive Crystal ColorPremium Metal DesignOne Remote Control(Make: Samsung / Sony / LG)

Set 1.00 80819.00 80819.00

2 Supply, Laying. connection, testing and commissioning of HDMI cable in provided Raceway/Conduit etc.

Rmt 50.00 631.50 31575.00

3 Supply ,testing and commissioning of HDMI Sockets and connectores at both end with all necessary accessories.

Nos 2.00 1894.00 3788.00

4 Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 32 mm. dia. with necessary accessories in wall/floor with chisellingappropriately as per

specification No: WGMA/CC, para no. 1.2.1

Rmt 40.00 179.21 7168.40

C SECURITY SYSTEM CABLING

1 Supplying & installing UTP networking Cat-6 cable suitable for LAN / WAN Computer net-working as per specification No. WG-COC/NC

Rmt 3100.00 53.02 164362.00

2 Supplying, installing & testing UTP Connector (RJ-45) as perspecification No. WG-NAS/UTPC. (For Telephone system)

Nos 130.00 98.62 12820.60

3 Supply, installation, testing & commissioning of 4C x 1.5Sqmm Cu. PVC armoured cable (For Access control)

Rmt 1380.00 95.00 131100.00

4 Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 25 mm. dia. with necessaryaccessories in wall/floor with chisellingappropriately as per specification No: WGMA/CC, para no. 1.2.1

Rmt 1270.00 139.97 177761.90

D FIRE DETECTION SYSTEM

GENERAL NOTES All items of work under this Contract shall be executed strictly to fulfill the requirements laid down under “Basis of Design” in the specifications. Type of equipment, material specification, methods of installation and testing and type of control shall be in accordance with the specifications, approved shop drawings and the relevant Indian Standards, however capacity of each component and their quantities shall be

Page 131: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 131 of 165

such as to fulfill the above mentioned requirement. The rate for each item of work included in the Schedule of Quantities shall, unless expressly stated otherwise, include cost of : All materials, fixing materials, accessories, appliances tools, plants, equipment, transport, labour and

incidentals required in preparation for and in the full and entire execution, testing, balancing, commissioning and completion of work called for in the item and as per Specifications and Drawings. Wastage on materials and labour. Loading, transporting, unloading, handling/double handling, hoisting to all levels, setting, fitting and fixing in position, protecting, disposal of debris and all other labour necessary in and for the full and entire execution and for the job in accordance with the contract documents, good practice and recognize principles.

Liabilities, obligations and risks arising out of Conditions of Contract. All requirements of Specifications, whether such requirements are mentioned in the item or not. The Specifications and Drawings where available, are to be read as complimentary to and part of the Schedule of Quantities and any work called for in one shall be taken as required for all. In the event of conflict between Schedule of Quantities and other documents including the Specifications, the most stringent shall apply. The interpretation

of the Architect / Engineer shall be final and binding. All equipments, quantities and technical data indicated in this Schedule are for the Contractor’s guidance only, these are based on the documents prepared by the Services Consultant. This schedule must be read in conjunction with other documents. The Contractor shall be paid for the actual quantity of work executed by him in accordance with the approved Shop Drawings at the contract rates. This Schedule shall be fully priced and the extensions and totals duly checked. No alteration whatsoever is to be made to the text or quantities of this Schedule

unless such alteration is authorised in writing by Services Consultant. Any such alterations, notes or additions shall, unless authorized in writing, be disregarded when tender documents are considered. In the event of an error occurring in the

Page 132: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 132 of 165

amount of the Schedule, as a result of wrong extension of the unit rate and quantity, the unit rate quoted by the tenderer shall be regarded as firm and the extensions shall be amended on the basis of rates. Any error in totaling in the amount column and in carrying forward total shall be corrected. Any error, in

description or in quantity, omission of items from this Schedule shall not vitiate this Contract but shall be corrected and deemed to be variation required by the Services Consultant/Project Manager. The Contractor shall procure and bring Materials/Equipment to the site only on the basis of drawings approved for construction and shop drawings and not on the basis of Schedule of Quantities which are approximate only. This also applies to the Contractor’s requisition for Owner supplied materials. The unit rate for all local equipment or materials (not being procured against

duty benefit) in Indian Rupees shall include cost of equipment and materials including all taxes and duties and also including forwarding, freight, insurance and transport into Contractor’s store at site, storage, installation, testing, balancing, commissioning and other works required. The rates for item being procured against duty benefit shall be quoted under following heads.

1 Supply,installation ,testing and commissioning of Microprocessor based 2 loop panel, Networkable analog addressable type fire alarm control panel with 640 character LCD display.The panel shall equiped with sufficient no. of

loops,each loop shall have capacity of 250 analog devices in each loop four access levels,capable of taking flash scan devices,Flash EPROM sufficient no. of programmable relay controls for controlling AHU's,pressurization fans,ventilation fans at fire pump room,monitoring of fire hydrant and fire sprinkler,240v AC power supply,automatic battery charger,24v sealed lead acid battery sufficient for 24hrs normal working and 2hrs during emergency as required according to specification.The panel shall be UL864 9th edition listed with response time less than 10sec.The Panel shall be able to

Integrate with BMS & Security System on Common TCP/IP Ethernet Communication Bus using BACnet Transfer protocol.The panel shall have the web enabled facility which can able to

Set 1.00 837821.50 837821.50

Page 133: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 133 of 165

send or receive e-mails with memory of 1000 events recording.Note:The vendor shall provide panel UL 9th edition listing certificate.

2 Supply, Installation , Testing and commissioning of Fire Alarm Graphics Software (FAS) as per specifications.

Nos. 1.00 187572.00 187572.00

3 Supply, installation, connecting, testing and commissioning of UL listed addressable Active Repeater panel.

Set 1.00 72528.00 72528.00

4 Supply, installation, connecting, testing and commissioning of addressable photoelectric type Smoke Detectors with mounting base, blinking LED etc. complete as required.

Nos. 180.00 3126.00 562680.00

5 Supply, installation, connecting, testing and commissioning of addressable Type

Multi Sensor Smoke Detectors with mounting base etc. complete as required.

Nos. 18.00 3502.00 63036.00

6 Supply, installation, connecting, testing and commissioning of addressable rate of rise cum fixed temperature Heat Detectors with mounting base, blinking LED etc. complete as required.

Nos. 1.00 2795.50 2795.50

7 Supply, installation, connecting, testing and commissioning of Addressable Hooters cum strobe min. 80 db output and 110 candelas complete with control modules. The strobes shall be synchronised for better evacuation.

Nos. 10.00 10070.00 100700.00

8 Supply, installation, connecting, testing and commissioning of Addressable Manual Call Box in ABS plastic as required complete.

Nos. 8.00 4939.00 39512.00

9 Supply, installation, connecting, testing and commissioning of addressable fault Isolator

Nos. 6.00 2319.50 13917.00

10 Supply, installation, connecting, testing and commissioning of addressable control module.

Nos. 8.00 2357.00 18856.00

11 Supply, installation, connecting, testing and commissioning of addressable monitor module

Nos. 4.00 2357.00 9428.00

12 Supply, installation, connecting, testing and commissioning of addressable Relay

interface Module for Gas detectors

Nos. 3.00 3126.00 9378.00

13 Supplying, installing, testing and commissioning of shielded, Electron Beam Cross Link Mineral Insulated Fire Survival Cable 2 core of 0.8 sqmm to 1.5 sq. mm size cable through 25mm FR PVC conduit of approved make (as recommended by Consultant.) The cable shall be confirming to IS standards and specifications.

Rmt 2140.00 69.00 147660.00

14 Supplying & erecting I.S.I. mark Rigid P.V.C. conduit 25 mm. dia. with necessaryaccessories in wall/floor with chisellingappropriately as per specification No: WGMA/CC, para no. 1.2.1

Rmt 1712.00 139.97 239628.64

Page 134: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 134 of 165

E PUBLIC ADDRESS SYSTEM (Bidder shall submit execution drawings prior to execution for approval to Consultants)

1 Supply, installation, Testing & Commisioning of 8 zone Standalone Voice Alarm Controller with LCD display, Its comes along with 8zone Paging system with pre-recorded messages for voice evacuation. It should have functions like the audio playing, zone control etc.

Controller shall have additional ports for BMS integration. The Voice alarm controller should also have the following functions: . Built in Loud speaker . 1Line input . 1Microphone input . Built in 240W Power Amplifier . Provide 8broadcast ZONE function, peak power for is zone is 500Watts, total wattage of all the 8zone is 1000Watts . 1 trigger inputs/ Fire outputs

Set 1.00 321825.50 321825.50

2 Supplying, Installation, Testing & Commissioning 3"/ 6 watt ceiling complete Metal speaker with metal grill recessed speaker with line matching transformer, Effective frequency range 70-15,000Hz , SPL@1m/1W=83dB, 180 deg dispertion, snap on spring mounting, complete with necessary mounting hardware & accesories.

Nos. 99.00 1306.50 129343.50

3 Supply, installation, testing and commissioning of 6 zone microphone with Call station.The call station shall provide facilities to make calls to up to six selected zones in a PA system and also have single button all-call selection. Selected zones shall be indicated with amber LEDs on the call station, and two additional LEDs shall give visible feedback on the active state of the microphone and the system. A green LED shall indicate microphone on or chime active (flashing LED); amber shall indicate that the system is occupied by a source with a higher priority or operation

error (flashing LED).

Nos. 1.00 35939.50 35939.50

4 Supply, installation, testing &

commissioning of Rack Mount Booster Amplifiers (500W) with all required accessories etc.., complete as per directions of Engineer In charge.

Nos. 1.00 53910.00 53910.00

5 Supply and laying of the 2c X 1.5 sq mm coper, stranded, shielded cable in provide PVC Conduit.

Mtrs. 980.00 68.50 67130.00

6 Supply, laying, testing and commisioning of 25 mm dia Rigid PVC medium duty conduit.

Mtrs. 784.00 90.00 70560.00

7 Supply, Installation, Testing & Commissioning of Background music source CD/DVD, AM-FM Tuner

Nos. 1.00 16336.50 16336.50

8 Supplying and fixing 15U Wall Mount Rack(Dimension-DxWXH - 450X550X767

Nos. 1.00 11395.10 11395.10

Page 135: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 135 of 165

mm) asper specification in approved manner

F RODDENT REPELLENT SYSTEM

1 Supplying & erecting mains with 2x1.5 sq.mm F.R copper PVCinsulated wire laid in provided conduit/trunking/inside pole/Bus bars orany other places as per

specification No: WG-MA/BW

Rmt 1400.00 44.54 62356.00

2 Supply, Installation, Testing and

commissioning of Rodent Repellent Controller which has capacity to connect min 17 transducers.The cost shall include all the necessary accessories to complete the job.The controllers should have variable frequency selection VHFO.(Make:Maser / Ultrasonic Electronic or equivalent)

No. 4.00 8524.00 34096.00

3 Supply, Installation, Testing and commissioning of Transducer.(Make:Maser / Ultrasonic Electronic or equivalent)

No. 106.00 1199.50 127147.00

4 Supply, Installation of MS stand to mount controller.

No. 4.00 631.50 2526.00

TOTAL OF ELV SYSTEM WORK (V) 8874998.04

VI FIRE FIGHTING SYSTEM

A FIRE PUMP ROOM EQUIPMENT

1 STANDBY DIESEL ENGINE PUMP

Supply, installation, testing & commissioning of Diesel Engine driven Centrifugal Pump with diesel tank, capable of delivering 2280 LPM against head of 70 M & to ensure minimum pressure required as per code at highest

and farthest outlet at specified flow & at specified head. Fire pump shall have C.I. casing, Cast Steel diffusers, bronze impeller (hard finished and dynamically balanced) and S.S. (304) Shaft with mechanical seal. The installation shall be complete with necessary pressure gauges with gun metal shut off cock on delivery side. The pump type should be horizontal mounted, centrifugal, split casing type, side suction & top discharge. The pump shall coupled to suitable BHP of Diesel engine radiator water cooled

type with speed of 1500 RPM confirming to relevant BS & IS standard complete with exhaust pipe, silencer, small instrument panel consisting of starter switch, ammeter, RPM gauge, water/oil temp. & other indications as per standards, instruments and protection , stop solenoid for auto stop in the event of fault, auto starting mechanism and complete set shall be mounted on common base frame, anti vibration pads. Batteries & battery leads with stand, Fuel tank ( for 6 Hrs. operation ) with stand &

Set 1.00 645474.50 645474.50

Page 136: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 136 of 165

gauge glass, Fuel piping with valves. Fuel Tank shall be provided with inlet, outlet, overflow, air vent, drain connections, filling connection and level indicator. Tank shall be provided with isolation valave at bottom of gauge glass. Tank shall be coated with with two or more coats of synthetic enamel paint over coats of primer. The quoted rate shall includes

radiator water cooling piping(if required) coupling gaurd, M.S fabricated common base plate and other standard accessories etc. complete. Pump shall be capable of furnishing not less than 150% of rated capacity at a head of not less than 65% of the rated head. The shut off head shall not exceed 120% of rated head. Also includes heat exchanger with necessary piping connections & fittings, vibration isolator ,flexible coupling, coupling guard , exhaust pipe connection complete as required. Diesel Engine must meet the requirement of latest emission standards in india and

also meet the rules and regulations prevailing on date. Make of Pump : KBL / KSB / GRUNDFOSS / WILO - MATHER & PLATT Make of Motor : SIEMENS / CGL / ABB Make of Diesel Engine : KOEL / KIRLOSKAR / GREAVES / CUMMINS Note: Pump manufacturer to furnish the civil foundation details required for installation of Diesel Engine driven Centrifugal Pump along with its base frame. Civil work of foundation will be paid as per rates in the Civil BOQ items.

2 JOCKEY PUMP 0.00

Supply, erection, testing & commissioning of Electrical motor driven Centrifugal Jockey pump suitable for automatic operation at 415 volts ± 6%, 3 phase, 50 HZ A.C supply. The installation shall be complete with Flexible coupling and coupling guard, complete as required. Jockey pump shall have C.I. casing, bronze impeller (hard finished and dynamically balanced) and S.S. (304) Shaft with mechanical seal. The pump shall be provided with mechanical seal. The system shall be complete with necessary pressure gauge

with gun metal shut off cock on delivery side & capable to deliver 180LPM at 70 M.The pump shall be coupled to TEFC motor of suitable HP with speed of 2900 RPM , conforming to IP 55 protection & class F insulation.The motor shall conform to IS 325-1978 (up to date) and complete set shall mounted on common base frame . The quoted rate shall

Set 1.00 183516.67 183516.67

Page 137: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 137 of 165

includes providing & fixing of coupling, M.S base frame, vibration isolator ,flexible couplings coupling guard etc. Make of Pump : KBL / KSB / GRUNDFOSS / WILO - MATHER & PLATT, Make of Motor : SIEMENS / CGL / ABB Note: Pump manufacturer to furnish

the civil foundation details required for installation of Electrical motor driven Centrifugal Pump along with its base frame. Civil work of foundation will be paid as per rates in the Civil BOQ items.

3 MAIN HYDRANT PUMP 0.00

Supply, installtion, testing & commissioning of Electrical motor driven Main Hydrant Pump suitable for automatic operation, Horizontal In Line Type, split casing and capable to deliver 2280 LPM against head of 70 M & to ensure minimum pressure required as

per code at highest and farthest outlet at specified flow & at specified head. Fire pump shall have C.I. casing, bronze impeller (hard finished and dynamically balanced) and S.S. (304) Shaft with mechanical seal. The installation shall be complete with necessary pressure gauge with gun metal shut off cock on delivery side. The pump shall be coupled to suitable HP Squirrel cage induction motor, TEFC type suitable for operation on 415 volts, 3 phase 50 HZ A.C supply, for the above pump with synchronous speed of 2900

RPM, conforming to IP 55 protection & class F insulation. The motor shall conform to IS 325-1978 (up to date) and complete set shall mounted on common base frame. The quoted rate shall includes providing & fixing of coupling, coupling gaurd, M.S base frame and Vibration isolator, flexible couplings etc. Pump shall be capable of furnishing not less than 150% of rated capacity at a head of not less than 65% of the rated head. The shut off head shall not exceed 120% of rated head. Make of Pump : KBL / KSB / GRUNDFOSS / WILO - MATHER &

PLATT Make of Motor : SIEMENS / CGL / ABB Note: Pump manufacturer to furnish the civil foundation details required for installation of Electrical motor driven Centrifugal Pump along with its base frame. Civil work of foundation will be paid as per rates in the Civil

Set 1.00 459800.00 459800.00

Page 138: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 138 of 165

BOQ items.

4 Supplying, installing, testing and commissioning of class ‘C’ class GI Pipe as per IS:1239(I) for above ground pipes with flanged/ welded and with heavy clamps,hangers, brackets or pipe supports (all with flanged/welded joints) as required including pipe of shorter lengths, tapering connecting pieces, short or long bends, blind flanges, GI specials like sockets, union nuts, elbows, reducers, plugs, Tees, bends, etc. complete to make the system operative as required by LFA authorities the pipes will have to be laid and fixed in trenches on walls, ceilings, into brick walls or RCC with lead anchor fastners.The work includes making holes in brick or RCC walls, slabs/ roofs and making good the damages by bringing to the original condition to the satisfaction of the

Consultant/Client and painting two coats of approved shade(Post office red)of enamel paint over a coat of approved primer. The scope includes to consider all companion flanges required for installation of all valves & strainers. Note : The piping installation has to be put to hydraulic test to1.5 times the working pressure (for minimum 2 hrs.) before applying paint etc. comple Make of GI Pipes : TATA / JINDAL Make of G.I. Fittings : R BRAND / SANT-H / UNIK / K.S.

0.00

4.1 200 mm nominal dia (Suction Header, Delivery Header & Main Pump Suction)

Rmt 20.00 5021.50 100430.00

4.2 150 mm nominal dia (Pump Delivery) Rmt 15.00 3569.50 53542.50

4.3 100 mm nominal dia (Test line) Rmt 5.00 2101.37 10506.85

4.4 65 mm nominal dia (jockey suction) Rmt 5.00 1512.50 7562.50

4.5 50 mm nominal dia (jockey delivery) Rmt 5.00 1177.73 5888.65

5 SLUICE VALVE 0.00

Supply, installation,testing and commisioning of double flanged Isolation Sluice valves conforming to IS 14846 tested to ISI marked ,PN 1.6 with CI body, bonnet & brass trim parts with bolts, nuts, gasket packing, support and any other spares, including indicator for open and shut position. (Make : KIRLOSKAR/LEADER / L&T / AUDCO)

0.00

5.1 200 mm nominal dia Nos. 3.00 36380.67 109142.01

5.2 150 mm nominal dia Nos. 4.00 32149.70 128598.80

5.3 100 mm nominal dia Nos. 1.00 24369.40 24369.40

5.4 65 mm nominal dia Nos. 1.00 18331.50 18331.50

5.5 50 mm nominal dia Nos. 1.00 10922.27 10922.27

6 Y-STRAINER 0.00

Supplying, installing, testing and commisioning of CI flanged "Y" type

0.00

Page 139: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 139 of 165

strainer with SS mesh, nuts, bolts, gaskets etc. complete as per technical specifications. (Make : KIRLOSKAR/ZOLOTO / SANT / LEADER)

6.1 200 mm nominal dia Nos. 2.00 29253.77 58507.54

6.2 65 mm nominal dia Nos. 1.00 8659.57 8659.57

7 NON RETURN VALVE 0.00

Supplying, installing, testing and commissioning of flanged Non-return valves conforming to IS 5312 (swing type) with CI body & brass trim part, PN 16 having necessary CS hardwares. Gaskets, arrow indicating direction of flow, etc. complete. It shall be ISI Marked and approved make.

(Make : KIRLOSKAR/LEADER / L&T / AUDCO)

0.00

7.1 150 mm nominal dia Nos. 2.00 18682.40 37364.80

7.2 50 mm nominal dia Nos. 1.00 5933.03 5933.03

8 Design and manufacuring as per IS 2825 code for Air Vessel, fabricating, Supplying, Installing, Testing and Commissioning of precharged air vessel of suitable size at site with adequate pressure switches(as per design/requirement) with valves to

operate as per operating sequence including 25 mm drain valve, air release valve with stop cock on top, 25 mm inlet with isolation valve, necessary nipples, union, elbow including necessary connecting pipes and connecting the same to main pipeline. Also including necessary M.S supports/angle frame work and necessary cement concrete anchor blocks as required at site for proper installtion & functioning of Air Vessel. The vessel shall be painted inside & outside. The vessel shall be fabricated from minimum 8 to 10 mm thick MS plate with primer & painting or as per IS

2825 code for Air Vessel design. Design code will be full and final.

Job 1.00 171820.00 171820.00

9 Supplying, installing, testing and commissioning of ISI mark 1000 Ltr Capacity PVC Tank for Priming along with Float valve, valves on intake and downtake pipes for PVC tank, necessary piping, fittings etc., supports for tank and pipes & valve connection up to suction Header.

Job 1.00 20295.73 20295.73

10 PRESSURE SWITCH Supply, installation, testing & commissioning of Pressure switches of suitable range for pump sets with fittings like unions / collars / reducers etc. (Make : SWITZER / INFOSS / DANFOSS)

Set 2.00 5307.87 10615.74

11 PRESSURE GAUGES Supply, installation, testing &

Set 8.00 2206.23 17649.84

Page 140: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 140 of 165

commissioning of Pressure gauges of suitable range for pump sets and pipe lines with siphon, fittings like unions / collars / reducers etc. Glycerine filled pressure gauges to use on pump discharge lines. (Make : H GURU/PRICOL/BELLS/FIEBIG )

12 EXHAUST PIPE FOR DIESEL ENGINE Supply, installation, testing & commissioning of additional length of MS

Class ‘B’ diesel engine exhaust pipe (including long radius bend, all fittings, clamps, steel support and canopee at the termination point as directed by consultant / client) of suitable dia for the engine as per manufacturer's instruction. The pipe shall be provided with fibre glass insulation covered with 22 guage aluminium cladding

Rmt 12.00 6622.73 79472.76

B EXTERNAL FIRE FIGHTING SYSTEM (UNDERGROUND PIPE)

0.00

1 Supplying, installing, testing and commissioning of ‘C’ class GI Pipe as per IS 1239/ IS3589 for undegound pipes with welded / flanged connection with saddles, supports (all with screwed/welded joints) as required including GI pipe of shorter lengths,

tapering connecting pieces, short or long bends, specials like sockets, union nuts, elbows, reducers, plugs, Tees etc.Complete to make the system operative as required by LFA the pipes will have to be laid. The work includes coat of approved primer for underground pipes and providing and fixing corrosion protection tape including supply and application of pipe coating and spiral Wrapping for underground piping (wrapping should have overlap of 15 to 20 mm) etc. complete as required as per ASTM standards/IS:10221 for corrosion protection of pipes for the under ground installation and as per manufacturer's

instructions. Note : The 'Holiday Test ’ is to be conducted for detecting any entrapped air or any other defect. The contractor is to arrange for the Holiday Test and to rectify the defects if found any. The piping installation has to be put to hydraulic test to1.5 times the working pressure before applying paint or pipe coating or wrapping etc. complete. The duration for hydraulic testing is minimum 2 hrs. Make of GI Pipes : TATA / JINDAL Make of G.I. Fittings : R BRAND / SANT-H / UNIK / K.S Make of Coating : IWL / RUSTEK/PYPKOTE

0.00

Page 141: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 141 of 165

1.1 150mm nominal dia (External Yard Hydrant Line & Four way Fire Brigade Inlet line)

Rmt 340.00 3980.90 1353506.00

1.2 150mm nominal dia (External Sprinkler Line)

Rmt 145.00 3936.53 570796.85

1.3 50mm nominal dia (Sprinkler Drain Pipe) Rmt 50.00 1661.73 83086.50

1.4 80mm nominal dia (Hydrant Stand Post Pipe)

Rmt 10.00 2300.61 23006.10

2 Supply, installation, testing & commissioning of fire brigade inlet connection of 4 way with 4 nos. 63 mm

dia. built in non- return valves , instantaneous coupling type arranged on 150 mm dia. pipe manifold along with Butterfly and NRV and connected to External Hydrant Ring as well as to the Fire water tank. Quoted rate shall be included with C.I. Butterfly valve, C.I. Non-return valve and M.S. cabinet of suitable size with mounting supports etc. complete. Make : NEWAGE / SAFE GUARD / SAFEX / EVERSAFE

Set 1.00 27225.00 27225.00

3 Supply, installation, testing & commissioning of 2 way Fire Brigade draw off of size 150 mm dia. with 2 No. 63mm (2.1/2") size SS male outlets ( bronze male coupling) along with Butterfly valve & NRV, including metallic

cover of mild steel , indicator plates,foot valve etc.complete from tank. Quoted rate shall be included with C.I. Butterfly valve, C.I. Non-return valve. Make : NEWAGE / SAFE GUARD / SAFEX / EVERSAFE

Set 2.00 22385.00 44770.00

4 YARD HYDRANT Supplying, installing, testing and commissioning of yard hydrant comprising of the following. All the hydrant accessories shall be given serial number for identification, numbers shall be written in the white paint.

0.00

4.1 a) Single headed hydrant valve as per IS 5290, made of Gun Metal with 63 mm dia instantaneous out & 80 mm dia fanged inlet, PVC Blank cap , chain and

hand wheel, rubber Gasket & all required hard ware set etc complete. as required. (Make : MINIMAX / NEWAGE / WINCO)

Nos. 5.00 16726.23 83631.15

4.2 b) 2 lengths of 15 M long, 63mm dia RRL fire hose as per IS 636 TYPE A TAC/ LFA approved with instantaneous couplings and Hoses shall be stored in side the hose cabinet with bracket and required accessories. 1 no. Gun Metal short branch pipe with nozzle made of instantaneous coupling. (Make : MINIMAX / SUPREME / DUTRON / NEWAGE )

Set 5.00 16516.50 82582.50

Page 142: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 142 of 165

4.3 c) M.S. Hose cabinet to accomodate two hoses, branch pipe with nozzle. M.S. Hose cabinet shall be stand mounted type fabricated out of M.S. sheet of 16 swg. with glass fronted ( 4mm thick glass with rubber beeding) door and size of the cabinet shall be 600mm x 750 mm x 250 mm with hinged double door and lock .Cabinet painted with postoffice red

colour. Quoted rate shall include suitable stand for mounting the hose box & installing the same as per drawings. (Make : NEWAGE / EVERSAFE)

Nos. 5.00 9639.67 48198.35

5 Design, Fabricating, Supplying and fixing Stainless Steel orifice plates on hydrant outlets of landing valves including distance pieces of suitable size for adjustment of delivery pressure of 5.5 kg/ sq.cm, as required by LFA complete with necessary accessories, etc. complete as required

Nos. 5.00 4771.43 23857.15

C INTERNAL WET RISER SYSTEM 0.00

1 Supplying, installing, testing and commissioning of ‘C’ class GI pipe as per

IS1239 with welded / flanged joints and with heavy clamps, hangers, brackets or pipe supports (all with screwed/welded joints) as required including GI pipe of shorter lengths, tapering connecting pieces, short or long bends, GI specials like sockets, union nuts, elbows, reducers, plugs, Tees etc. The pipes shall be painted with two coats of approved shade(Post office red) of enamel paint over a coat of approved epoxy primer, complete to make the system operative as required by LFA / TAC authorities. The pipes will have to be laid and fixed on walls, ceilings, into brick walls or RCC with lead anchor fastners.The work includes making holes in brick or RCC walls, slabs/ roofs and making good the damages by bringing to the original condition to the satisfaction of the Architect/Consultant/Client and painting two coats of approved shade(Post office red)of enamel paint over a coat of approved primer for over ground / overheads pipes etc. complete as required. Note : The piping installation has to be put to hydraulic test to1.5 times the working pressure (for minimum 2 hrs.) before applying paint etc. complete

Make of GI Pipes : TATA / JINDAL Make of G.I. Fittings : R BRAND / SANT-H / UNIK / K.S

0.00

1.1 150 mm nominal dia (Vertical Wet riser) Rmt 50.00 3569.50 178475.00

1.2 100 mm nominal dia (Boost Pump inlet & Outlet)

Rmt 30.00 2101.37 63041.10

Page 143: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 143 of 165

1.3 80 mm nominal dia (Courtyard hydrant stand post above ground with bend)

Rmt 6.00 1764.58 10587.48

2 Supplying, Installing, testing and commissioning CI butterfly valves as per BS 5155 ( PN 16) slim seal standard lever operated type with required flanges, nuts, bolts etc. complete. (Make : KIRLOSKAR/LEADER / L&T / AUDCO) --100 mm nominal dia (For OHT Outlet, Booster Pump Inlet & Outlet & Bypass Line)

Nos 8.00 8211.87 65694.96

3 Supplying, installing, testing and commissioning of flanged Non-return

valves conforming to IS 5312 (swing type) with CI body & brass trim part, PN 16 having necessary CS hardwares. Gaskets, arrow indicating direction of flow, etc. complete. It shall be ISI Marked and approved make. (Make : KIRLOSKAR/LEADER / L&T / AUDCO) --100mm nominal dia (For Booster Pump Outlet)

Nos 2.00 10285.00 20570.00

4 Supply, installation, testing & commissioning of Landing Hydrants along with accessories comprising of the following in the Fire duct. All the hydrant accessories shall be given serial number for identification,numbers Shall be written in the white paint.

0.00

4.1 a) Double headed hydrant valve ISI certified TAC / LPA approved & as per IS

5290, made of Gun Metal with 63 mm dia instantaneous outlet of 80 mm dia fanged inlet , PVC Blank caps , chain and hand wheels, rubber Gasket with necessary nuts, bolts, all hardware set etc. complete as required. (Make : NEWAGE / SAFE GUARD / SAFEX / EVERSAFE )

Set 8.00 22586.67 180693.36

4.2 b) 4 lengths of 15 M long, 63mm dia RRL fire hose (ISI mark & as per IS 636 TYPE A TAC/ LFA approved) with instantaneous couplings and Hoses shall be stored in side the Fire Duct with Bracket and required accessories. 2 no. Gun Metal short branch pipe of 63 mm dia. with nozzle made of instantaneous coupling. (Make: INDIAN RAYON / NEWAGE /

FIRE MARSHAL)

Set 8.00 28636.67 229093.36

4.3 c) First Aid Fire Hose reel drum of

swinging type with 19mm dia Rubber suitably braided hose of 36 M. length of Dunlop make and gun metal Shut off nozzle with mounting brackets arrangement, etc complete along with isolation Ball Valve connecting from main riser with hose reel inlet. Rate shall include pipe connection from riser to hose reel including socket, nipples, elbows, clamps and ball valve.

Set 8.00 15403.30 123226.40

Page 144: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 144 of 165

(Make : MINIMAX / SUPREME / DUTRON / NEWAGE )

5 Supplying installation testing and commissioning of MS Air Release Valve of 25mm dia of approved make on the top of each 150mm dia Wet riser as per standard fire practice with necessary cut off & accessories as per instruction and drainage arrangement to release water hammers & air locks. (Make : FOURSES / ARCO / ZOLOTO )

Set 2.00 4557.67 9115.34

6 Supplying, installing, testing and commissioning of electric motor driven

monoblock Booster Pump located on terrace of capacity 900 Lt/min against a head of 35 m to get a pressure of 3.5 kg/sq.cm at the topmost hydrant with booster starter with M.S. frame with proper coat of primer and paint. Shaft and sleeve-Stainless steel, Impeler-Bronze. The scope shall also include coupling, coupling guard, necessary foundation bolts & remote start/stop at terrace, etc. complete, anti-vibration pads and clamps as necessary for fixing the pumps on the top of foundation as per site conditions and instructions of Consultant/Client's site engineer in charge including complete on/off push button provision as per standard, with necessary wiring etc. Note: Pump manufacturer to furnish the civil foundation details required for installation of pump along with its base frame. Civil work of foundation will be paid as per rates in the Civil BOQ items. Make of Pump : KBL / KSB / GRUNDFOSS / WILO - MATHER & PLATT Make of Motor : SIEMENS / CGL / ABB

Set 2.00 448910.00 897820.00

7 Design, Fabricating, Supplying and fixing Stainless Steel orifice plates on

hydrant outlets of landing valves including distance pieces of suitable size for adjustment of delivery pressure of 5.5 kg/ sq.cm, as required by LFA complete with necessary accessories, etc. complete as required

Nos. 8.00 4477.00 35816.00

8 PRESSURE GAUGES Supply, installation, testing & commissioning of Pressure gauges of suitable range for pump sets and pipe lines with siphon, fittings like unions / collars / reducers etc. Glycerine filled pressure gauges to use on pump discharge lines. (Make : H GURU/PRICOL/BELLS/FIEBIG )

Set 4.00 2238.50 8954.00

9 Y-STRAINER Nos. 2.00 10285.00 20570.00

Page 145: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 145 of 165

Supplying, installing testing and commisioning of CI flanged "Y" type strainer with SS mesh, suitable flanges, nuts, bolts, gaskets etc. complete as per technical specifications. (Make : KIRLOSKAR/ZOLOTO / SANT / LEADER) 100 mm nominal dia

10 SLUICE VALVE Supply, installation,testing and commisioning of double flanged Isolation

Sluice valves conforming to IS 14846 tested to ISI marked ,PN 1.6 with CI body, bonnet & brass trim parts with bolts, nuts, gasket packing, support and any other spares, including indicator for open and shut position. (Make : KIRLOSKAR/LEADER / L&T / AUDCO) 150 mm nominal dia

Nos. 2.00 32149.70 64299.40

D AUTOMATIC SPRINKLER SYSTEM 0.00

1 Supplying, installing, testing and commissioning of 'C' class GI pipes confirming to IS : 1239 Part-I, upto dia 150mm including all fittings viz. flanges,

bends, tees, elbows, reducers, clamps, hangers including painting with one coat of zinc phosphate epoxy primer and two more coats of synthetic enamel paint of approved shade. Galvanized, supports at standard spacing, anchor fasteners, bolts, nuts, clamps, rails "U" & threaded bolt, Including cutting, Welding, fixing in / on walls, ceiling by using the supports etc, as per drawings. The quoted rate shall also include for chasing / chipping walls, Floors, making bore holes in walls / floor and making them good with non shrink filler material (as approved by Consultant/Client in bore holes / finished in cement mortar etc. complete. Refer technical specifications for details. Make of GI Pipes : TATA / JINDAL Make of G.I. Fittings : R BRAND / SANT-H / UNIK / K.S

0.00

1.1 150mm nominal dia Rmt 50.00 3569.50 178475.00

1.2 125mm nominal dia Rmt 20.00 2601.50 52030.00

1.3 100mm nominal dia Rmt 75.00 2101.37 157602.75

1.4 80mm nominal dia Rmt 125.00 1865.01 233126.25

1.5 65mm nominal dia Rmt 125.00 1512.50 189062.50

1.6 50mm nominal dia Rmt 140.00 1177.73 164882.20

1.7 40mm nominal dia Rmt 170.00 1057.94 179849.80

1.8 32mm nominal dia Rmt 35.00 763.84 26734.40

1.9 25mm nominal dia Rmt 1200.00 615.89 739068.00

2 Supplying, Installing, testing and commissioning of CI butterfly valves ( PN 16) as per BS 5155 slim seal standard lever operated type with required flanges, nuts, bolts etc. complete. (Make :

0.00

Page 146: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 146 of 165

KIRLOSKAR/LEADER / L&T / AUDCO)

2.1 125 mm dia Nos 4.00 10335.42 41341.68

2.2 100 mm dia Nos 2.00 7865.00 15730.00

2.3 80 mm dia Nos 2.00 4961.00 9922.00

3 Providing, fixing, testing and commissioning of drain test assembly complete with pipe, drain valve, test valve, sight glass, union, tee, elbow etc. complete with bolts, nuts, gasket, washers etc. as per NBC and as shown in the drawing.

Set 8.00 9982.50 79860.00

4 Providing, fixing, testing and commissioning of Quartzoid Bulb

Sprinkler Head with Temperature Rating of 68 Deg. Celcius with Universal Deflector Size:- 15 mm dia. etc. complete as required. (Make : TYCO / HD/VIKING / NEWAGE / GEM)

0.00

4.1 Pendent sprinkler Nos 370.00 413.42 152965.40

4.2 Upright Sprinklers Nos 320.00 427.53 136809.60

5 Supply, installation, testing & commissioning of flow switch of suitable range on sprinkler distribution header on

each floor and shall be connected to Annunciation panel through cable. Cable / panel shall be measured separately and will paid as per electrical BOQ (Make:FORBES MARSHALL/SWITZER/DANFOSS /HONEYWELL/ SYSTEM SENSOR)

0.00

5.1 125 mm dia Nos 4.00 9760.67 39042.68

5.2 100 mm dia Nos 2.00 8591.00 17182.00

5.3 80 mm dia Nos 2.00 7582.67 15165.34

6 Providing, fixing, testing and commissioning of special barrel nipple and 25 mm dia dropper flexible braided pipes (for dropping sprinklers below false ceiling) from ceiling with necessary clamps, union/reducer collar ,coupling etc. complete as required ( Max Dropper length upto 1500 mm ). Pipe shall be 16 bar pressure rating. (Make : NEWAGE/ MINIMAX)

Nos 346.00 613.07 212122.22

7 Supplying installation testing and commissioning of MS Air Release Valve of 25mm dia of approved make on the top of each 150mm dia Sprinkler riser as per

standard fire practice with necessary cut off & accessories as per instruction and drainage arrangement to release water hammers & air locks. (Make : FOURSES / ARCO / ZOLOTO )

Set 2.00 4557.67 9115.34

8 Design, Fabricating, Supplying and fixing Stainless Steel orifice plates on sprinkler main branch pipe connecting vertical sprinkler header including distance pieces of suitable size for adjustment of delivery pressure as required by LFA complete with necessary

Nos. 8.00 18997.00 151976.00

Page 147: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 147 of 165

accessories, etc. complete as required

9 Supply,erection, testing and commissioning of hydraulically operated sprinkler alarm unit (Installation Control Valve) connected to sprinkler system (150 mm dia) comprising of alarm valve, water motor with alarm gong, pressure gauge, drain cock, check valve and pressure reducing valve. The quoted rate will also be including the necessary accessories. The location of the unit shall be as per the detailed drawing etc. complete as required. (Make : TYCO / VIKING / NEWAGE)

Set 1.00 200779.33 200779.33

10 SLUICE VALVE Supply, installation,testing and commisioning of double flanged Isolation Sluice valves conforming to IS 14846 tested to ISI marked ,PN 1.6 with CI body, bonnet & brass trim parts with bolts, nuts, gasket packing, support and any other spares, including indicator for

open and shut position. (Make : KIRLOSKAR/LEADER / L&T / AUDCO) 150 mm nominal dia

Nos. 2.00 32149.70 64299.40

E FIRE EXTINGUISHERS 0.00

1 Supplying & installing of Portable Fire extinguishers of following type & capacity.

0.00

1.1 ISI marked (IS:15683:2006 )ABC type fire extinguisher of 6 Kgs. Capacity, with initial filling in brand new cylinder with powder coated finish, fitted with Gun metal union, discharge hose, wall mounting bracket and suitable sinages etc. complete, confirming to IS. (Make : MINIMEX / NEWAGE / SAFEX

/ CEASEFIRE)

Nos. 8.00 3077.43 24619.44

1.2 ISI marked (IS:15683:2006 )ABC type fire

extinguisher of 10Kgs. Capacity, with initial filling in brand new cylinder with powder coated finish, fitted with Gun metal union, discharge hose, wall mounting bracket and suitable sinages etc. complete, confirming to IS. (Make : MINIMEX / NEWAGE / SAFEX / CEASEFIRE)

Nos. 5.00 4706.90 23534.50

1.3 Set of 3 fire buckets (FILLED WITH SAND) round bottom type enamel painted, white inside & Red out side and Letter "FIRE" in black out side and handle with mounting bracket complete conforming to IS:2546. (Make : MINIMEX / NEWAGE / SAFEX / CEASEFIRE)

Set 5.00 1905.75 9528.75

1.4 Fire bucket stand fabricated by MS angles to install 3 Nos. of buckets.

Nos. 5.00 988.17 4940.85

F DOMESTIC WATER SUPPLY & FLUSHING SYSTEM PUMPS AND

0.00

Page 148: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 148 of 165

ACCESSORIES

1 Supply, Installation, Testing & Commissioning of electrical motor driven Centrifugal Monoblock / End Suction Pump Sets having Built-in Overload Protection, Motor Housing, Suction Plate, Bottom Screen & all Screws to be of stainless steel, Motor Cover & Pump Housing to be of Cast Iron, Pump to have bronze impeller & Double Mechanical seals in oil chambers, including necessary supports, Pump Suction & Discharge Pipe along with Y' Strainers, Foot Valve, Isolation and Non Return valve, Pressure Guages & Pressure Switches, all necessary fittings etc. complete as per directions of engineer in charge. Note: Scope includes all the piping (suction and discharge) work along with all the fittings, flanges, valves,

strainers, pressure gauges, presurre switches, foot valves installed inside the pump house. Note: Pump manufacturer to furnish the civil foundation details required for installation of Electrical motor driven Centrifugal Pump along with its base frame. Civil work of foundation will be paid as per rates in the Civil BOQ items. Make of Pump : KBL / KSB / GRUNDFOSS / WILO - MATHER & PLATT

Make of Motor : SIEMENS / CGL / ABB

0.00

1.1 Pumps with following specs of approved

make. Water Flow Rate : 1.0 LPS each pump Head : 35 M Purpose : Domestic system Transfer Pump

Set 2.00 119172.90 238345.80

1.2 Pumps with following specs of approved make. Water Flow Rate : 1.0 LPS each pump Head : 35 M Purpose : Flushing system Transfer Pump

Set 2.00 119172.90 238345.80

G ANNUAL MAINTENANCE CONTRACT for PUMPS & ACCESSORIES.

0.00

Comprehensive, all inclusive Annual Maintenance Charges (AMC) for all the electrical driven ,diesel engine driven Fire Fighting pumps, Domestic water pumps, Flushing Pumps, Booster pumps (on terrace along with its accessories) & all

the accessories in the Pump House and in the Underground water tank below pump house after end of 1 year of

0.00

Page 149: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 149 of 165

Defects Liability Period. Accessoroies and items shall include but not limited to all electrical, electrnoics, mechanical, plumbing accessories (e.g piping work, air vessel, alarm system, valves, strainers, gauges, pressure switches, gaskets, packings, hardwares, electrical work, electrical panels, cabling etc. etc.) related to all the pumps, Diesel

Engine and its operation as per installation in Pump house and UG Tank under the pump house.

1 AMC charges for First Year after completion of Defects Liability Period

Job 1.00 567893.33 567893.33

2 AMC charges for Second Year after completion of Defects Liability Period

Job 1.00 703816.67 703816.67

3 AMC charges for Third Year after completion of Defects Liability Period

Job 1.00 867166.67 867166.67

TOTAL OF FIRE FIGHTING SYSTEM WORK (VI)

12162354.36

VII HVAC WORK

1

Supply and delivery at MDL site of Modular outdoor VRV/VRF units, with multi scroll compressors having all Invertor Based compressor based on Unit Configuration. The Unit should have Condenser fan, Electrical & Control Accessories & Microprocessor Based Control panel, isolating valves and all the necessary accessories for proper functioning of the Condensing units and

shall be suitable to outdoor application. The unit to be shipped with full charge of Eco-friendly Refrigerant (R410A/R407C) and oil, refrigeration-piping controls, first charge of refrigerant etc. The unit shall be compatible for BMS operation. Neccessary relay card /soft integrator to be provided along with the units. Unit coil fins to have hydrauphilic coating. The unit to provide the rated capacity at 35°C outdoor ambient conditions. The unit shall be suitable for 415 ± 10 % volts, 50 Hz, 3 phase AC supply. The outdoor units

shall be suitable to operate within an ambient temperature range of 10 Deg C to 43 Deg C, in cooling mode. Preferred Make: Mitsubishi Electric, Daikin Firstly, Vendor to select the basic combination/configuration of the modules for a particular ODU to fulfill the basic minimum cooling requirement as indicated in the BOQ. Further, Vendor to select the Standby Module, equal to the highest compressor capacity of a single module among already selected modules in the basic combination/configuration for the

Outdoor unit. The combination of

Page 150: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 150 of 165

modules in a single circuit of ODU should be selected in such a way to achieve 3.7 COP at 100% capacity, and maximum 3 modules (including standby module) in a single circuit of ODU. Selected model of VRF System ODU should be BMS compatible as per technical specification. The Outood units shall be designed considering Saline Environment condition.

Outdoor units shall be suitable for delivering following cooling capacities at actual site condition. NOTE:- Vendor to select combination of modules for ODU as per best Available Configuration taking into consideration above conditions. Below mentioned capacities are minimum cooling requirements. Standby capacity shall be over and above these capacities as mentioned above.

1.1 Total cooling requirement : 36.0 HP ODU (For Ground & Mezzanine Floor-Wing : A, North Side)

Nos. 1.00 1395372.00 1395372.00

1.2 Total cooling requirement : 16.0 HP (For Ground & Mezzanine Floor-Wing : B, South Side)

Nos. 1.00 831451.50 831451.50

1.3 Total cooling requirement : 40.0 HP ODU (For First Floor-Wing : A, North Side)

Nos. 1.00 1479709.00 1479709.00

1.4 Total cooling requirement : 40.0 HP ODU (For First Floor-Wing : B, South Side)

Nos. 1.00 1479709.00 1479709.00

1.5 Total cooling requirement : 40.0 HP ODU (For Second Floor, Wing-A, North Side)

Nos. 1.00 1479709.00 1479709.00

1.6 Total cooling requirement : 36.0 HP ODU (For Second Floor, Wing-B, South Side)

Nos. 1.00 1395372.00 1395372.00

2

Installation of VRV/VRF outdoor unit and

Testing and Commissioning of VRV/VRF outdoor unit all complete alongwith all accessories, copper refrigerant piping, necessary electrical installation with cabling, drain piping with adequate charging of refrigerant gas same as that provided by factory pre-charged gas for complete length of copper piping from each indoor to respective outdoor units etc. all complete as per testing and commissioning methodology and as directed by Consultant/MDL Engineers. Cost includes lifting, shifting, positioning of HVAC items at site as per drawing, the outdoor units to the terrace floor and necessary top up refrigerant gas.

2.1 Total cooling requirement : 36.0 HP ODU (For Ground & Mezzanine Floor-Wing : A, North Side)

Nos. 1.00 102850.00 102850.00

2.2 Total cooling requirement : 16.0 HP (For Ground & Mezzanine Floor-Wing : B,

Nos. 1.00 47190.00 47190.00

Page 151: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 151 of 165

South Side)

2.3 Total cooling requirement : 40.0 HP ODU (For First Floor-Wing : A, North Side)

Nos. 1.00 111925.00 111925.00

2.4 Total cooling requirement : 40.0 HP ODU (For First Floor-Wing : B, South Side)

Nos. 1.00 111925.00 111925.00

2.5 Total cooling requirement : 40.0 HP ODU (For Second Floor, Wing-A, North Side)

Nos. 1.00 111925.00 111925.00

2.6 Total cooling requirement : 36.0 HP ODU (For Second Floor, Wing-B, South Side)

Nos. 1.00 102850.00 102850.00

3

Supply and delivery at MDL site of VRV /VRF Indoor & TFA units as follows in VRV/VRF system suitable for functioning with above outdoor units,

consisting of minimum 3 row-cooling coil blower with motor, filters, drain pan & casing. The indoor unit shall be complete with all necessary controls including air and refrigerant temperature sensors and electronic expansion valves thus giving individual, variable refrigerant flow. The electronic expansion valve shall be controlled by the ‘fuzzy logic’ microprocessor control system via a control board within the indoor unit that includes a unit address recognition system. Indoor cassette units shall have standard inbuilt condensate drain pump along with all the accessories as supplied by the manufacturer. The indoor unit

shall have Front panel & antibacterial treatment filter. The indoor units shall be suitable for a power supply of 240V/ 1 phase/ 50Hz OR 415V / 3 phase / 50Hz. ALL INDOOR UNITS WITH CORDLESS REMOTE CONTROLLER WITH SENSOR KIT AND STANDARD BATTERIES AND HOLDER TO BE SUPPLIED WITH INDOOR UNITS. Preferred Make: Mitsubishi Electric, Toshiba, Daikin

Ground Floor

3.1 Capacity : 1.0 HP One Way Cassette AC Unit

Nos. 1.00 77742.50 77742.50

3.2 Capacity : 2.6 HP One Way Cassette AC Unit

Nos. 1.00 93593.50 93593.50

3.3 Capacity : 3.2 HP Two Way Cassette AC Unit

Nos. 2.00 98433.50 196867.00

Mezzanine Floor

3.4 Capacity : 2.6 HP One Way Cassette AC Unit

Nos. 2.00 93593.50 187187.00

3.5 Capacity : 3.2 HP Two Way Cassette AC Unit

Nos. 4.00 98433.50 393734.00

3.6 Capacity : 4.0 HP Four Way Cassette AC Unit

Nos. 2.00 56446.50 112893.00

3.7 Capacity : 600 CFM Ceiling Suspended Treated Fresh Air Unit

Nos. 1.00 149919.00 149919.00

First Floor

3.8 Capacity : 1.6 HP One Way Cassette AC Unit

Nos. 3.00 86515.00 259545.00

3.9 Capacity : 2.6 HP One Way Cassette AC Unit

Nos. 2.00 93593.50 187187.00

Page 152: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 152 of 165

3.10 Capacity : 3.2 HP Two Way Cassette AC Unit

Nos. 5.00 98433.50 492167.50

3.11 Capacity : 3.2 HP Four Way Cassette AC Unit

Nos. 2.00 52635.00 105270.00

3.12 Capacity : 4.0 HP Four Way Cassette AC Unit

Nos. 10.00 56446.50 564465.00

3.13 Capacity : 800 CFM Ceiling Suspended Treated Fresh Air Unit

Nos. 2.00 179503.50 359007.00

Second Floor

3.14 Capacity : 1.0 HP One Way Cassette AC Unit

Nos. 1.00 77742.50 77742.50

3.15 Capacity : 2.6 HP Four Way Cassette AC Unit

Nos. 1.00 47492.50 47492.50

3.16 Capacity : 3.2 HP Two Way Cassette AC Unit

Nos. 3.00 98433.50 295300.50

3.17 Capacity : 3.2 HP Four Way Cassette AC Unit

Nos. 2.00 52635.00 105270.00

3.18 Capacity : 4.0 HP Four Way Cassette AC Unit

Nos. 7.00 56446.50 395125.50

3.19 Capacity : 600 CFM Ceiling Suspended Treated Fresh Air Unit

Nos. 2.00 149919.00 299838.00

4

Installation of VRV/VRF Indoor units and Testing and Commissioning of following VRV /VRF Indoor & TFA units in VRF System complete along with cordless remote controllers, accessories, copper refrigerant piping, necessary electrical installation with cabling, drain piping and drain pump , adequate charging of refrigerant gas same as that provided by factory pre-charged gas for complete length of copper piping from each indoor to respective outdoor units etc. all . all complete as per testing and commissioning methodology and as directed by Consultant/MDL Engineers. Installation also includes cost of lifting, shifting, positioning at site as per drawing, the Indoor Units to the

respective locations on each floor as per drawing/as directed as MDL Engineers.

Ground Floor

4.1 Capacity : 1.0 HP One Way Cassette AC Unit

Nos. 1.00 2117.50 2117.50

4.2 Capacity : 2.6 HP One Way Cassette AC Unit

Nos. 1.00 2722.50 2722.50

4.3 Capacity : 3.2 HP Two Way Cassette AC Unit

Nos. 2.00 2722.50 5445.00

Mezzanine Floor

4.4 Capacity : 2.6 HP One Way Cassette AC Unit

Nos. 2.00 2722.50 5445.00

4.5 Capacity : 3.2 HP Two Way Cassette AC Unit

Nos. 4.00 2722.50 10890.00

4.6 Capacity : 4.0 HP Four Way Cassette AC Unit

Nos. 2.00 3327.50 6655.00

4.7 Capacity : 600 CFM Ceiling Suspended Treated Fresh Air Unit

Nos. 1.00 4416.50 4416.50

First Floor

Page 153: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 153 of 165

4.8 Capacity : 1.6 HP One Way Cassette AC Unit

Nos. 3.00 2117.50 6352.50

4.9 Capacity : 2.6 HP One Way Cassette AC Unit

Nos. 2.00 2722.50 5445.00

4.10 Capacity : 3.2 HP Two Way Cassette AC Unit

Nos. 5.00 2722.50 13612.50

4.11 Capacity : 3.2 HP Four Way Cassette AC Unit

Nos. 2.00 2722.50 5445.00

4.12 Capacity : 4.0 HP Four Way Cassette AC Unit

Nos. 10.00 3025.00 30250.00

4.13 Capacity : 800 CFM Ceiling Suspended Treated Fresh Air Unit

Nos. 2.00 4416.50 8833.00

Second Floor

4.14 Capacity : 1.0 HP One Way Cassette AC Unit

Nos. 1.00 2117.50 2117.50

4.15 Capacity : 2.6 HP Four Way Cassette AC Unit

Nos. 1.00 2722.50 2722.50

4.16 Capacity : 3.2 HP Two Way Cassette AC Unit

Nos. 3.00 2722.50 8167.50

4.17 Capacity : 3.2 HP Four Way Cassette AC Unit

Nos. 2.00 2722.50 5445.00

4.18 Capacity : 4.0 HP Four Way Cassette AC Unit

Nos. 7.00 3025.00 21175.00

4.19 Capacity : 600 CFM Ceiling Suspended Treated Fresh Air Unit

Nos. 2.00 4416.50 8833.00

5

Supply and delivery at MDL site of Ceiling Suspended Double Skin Air Handling unit (AHU) with thermal break

profile and integral internal coaming, double skin panels minimum 43±2 mm thick fabricated out pre-plasticized 22 swg GSS on outer side and plain 22swg GI on inner side with PUF insulation density not less than 38 kg/m3 sandwiched between inner and outer sheet for comfort area. The AHU shall comprise of Fresh Air Module with G-4 filter and volume control damper suitable for manual & motorised operation, Mixing Chamber, Pre-filter section with G-4 Filters, Coil Section with Minimum 6 Row DX interleaved copper coil, DX Coil Fins to be provided with hydrauphilic coating and insulated SS

drain pan, Blower section with backward curve centrifugal DIDW blower and High Energy Efficient (EFF1) motor with belt and pulley drive assembly & Variable Frequency Drive (VFD). Unit to be provided with Limit switches for AHU doors, inspection lamps with fire proof Double Canvass connection (Fungal and Lint free) & anti vibration pads complete as required. Selected model of AHU should be BMS compatible as per specification. The AHU shall be designed considering Saline Environment condition. (Selected Model of AHU should be BMS Compatible as per

specfication).AHUs to be supplied with PLC based Starter Panel.

Page 154: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 154 of 165

Preferred Make: ZECO / EDGETECH / NEWTECH For detailed constructional feature, please refer Technical Annexure of the tender. Please refer prefered make list given in the tender document.

5.1 Capacity : 2400 CFM (6.0 TR) & 50 mm Static Pressure For Mezzanine Floor

Nos. 1.00 169037.00 169037.00

5.2 Capacity : 3000 CFM (7.5 TR) & 50 mm Static Pressure For Mezzanine Floor

Nos. 1.00 201707.00 201707.00

5.3 Capacity : 2000 CFM (5.0 TR) & 50 mm Static Pressure

For First Floor

Nos. 2.00 153307.00 306614.00

5.4

Capacity : 2800 CFM (7.0 TR) & 50 mm

Static Pressure For Second Floor

Nos. 2.00 190817.00 381634.00

5.5 Capacity : 1800 CFM (4.5 TR) & 50 mm Static Pressure For Second Floor

Nos. 1.00 142417.00 142417.00

5.6 Capacity : 2600 CFM (6.5 TR) & 50 mm Static Pressure For Second Floor

Nos. 1.00 179927.00 179927.00

6

Installation, Testing and Commissioning of following Ceiling Suspended Double Skin Air Handling unit (AHU) along with respective VRV/VRF ODUs, its accessories, connected ducting, VAV boxes, diffusers, grills and associated electrcial work.

6.1 Capacity : 2400 CFM (6.0 TR) & 50 mm Static Pressure For Mezzanine Floor

Nos. 1.00 13612.50 13612.50

6.2 Capacity : 3000 CFM (7.5 TR) & 50 mm Static Pressure For Mezzanine Floor

Nos. 1.00 14520.00 14520.00

6.3 Capacity : 2000 CFM (5.0 TR) & 50 mm Static Pressure For First Floor

Nos. 2.00 13612.50 27225.00

6.4 Capacity : 2800 CFM (7.0 TR) & 50 mm Static Pressure For Second Floor

Nos. 2.00 14520.00 29040.00

6.5 Capacity : 1800 CFM (4.5 TR) & 50 mm Static Pressure For Second Floor

Nos. 1.00 13612.50 13612.50

6.6 Capacity : 2600 CFM (6.5 TR) & 50 mm Static Pressure For Second Floor

Nos. 1.00 14520.00 14520.00

7

Supply and delivery at MDL site of Direct Expansion Inverter Type DX Split Unit , consisting of evaporator coil, fan, fan motor, coarse filters housed in a sheet metal casing complete with vibration isolators inclusive of Indoor Unit, Out door unit, cordless remote controllers with batteries & holder, power supply cable along with connecting pin & accessories etc. all complete as directed by MDL engineer. The unit will have proper mounting arrangment.The

Page 155: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 155 of 165

condensing units (Outdoor Units) shall consist of Hermetically Sealed Compressor, Condenser Coil, Fan, Fan-motor, drive guard, vibration isolation pads, etc. all complete including Interconnecting refrigerant piping and controls, electrical wiring as per manufacturer's standard supply (3 mtrs.) and electronic control circuit. The above

Cost should also include cost of expansion valve, liquid line drier, etc. all complete. Indoor cassette units shall have standard inbuilt condensate drain pump along with all the accessories as supplied by the manufacturer. Indoor cassette units shall have port for Fresh Air for connection to the fresh air Piping. Eco-friendly refrigerant to be considered. Unit to give rated capacity at 35 deg C Ambient. Preferred Make: Mitsubishi Electric, Toshiba, Daikin

7.1

Capacity : 3.0 TR Four Way Cassette AC Unit (Standby AC Unit for UPS Room & BMS Room on 2nd floor)

Nos. 2.00 142175.00 284350.00

8

Supply, Installation, testing & commissioning of copper refrigerant piping of suitable dia compatible with the refrigerant gas (Eco-friendly) & air conditioner model (for above mentioned DX split units) with insulation/nitrile rubber sleeves (13 mm thk), end connections with appropriate clamping / supporting arrangement including making holes in walls with core cutting & proper finishing for connectivity from indoor to outdoor unit etc all complete as directed by MDL engineer. Nitrogen Pressure Test of the Piping, and Vacuumizing before pre-charging is part of the piping installation scope.

Preferred make of insulation - K Flex / Superlon / Armacell (Copper piping work for refrigerant would be measured in running meters in one direction form indoor unit up to outdoor unit considering liquid & gas refrigerant copper piping as one combined set. Liquid & gas refrigerant copper piping will not be measured separately one from another for certification of work done)

R.MTR 80.00 1542.75 123420.00

9

Installation of 3.0 TR Inverter Four way Cassette Air conditioner inclusive of Indoor Unit, Out door unit, cordless remote controllers, power supply cable along with connecting pin, accessories etc. & Testing & Commissioning of Inverter

Nos. 2.00 5868.50 11737.00

Page 156: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 156 of 165

Cassette 4 way Air conditioner inclusive of Indoor Unit, Out door unit, cordless remote controllers,accessories, copper refrigerant piping with insulation/nitrile rubber sleeves (13 mm thk) complete with necessary electrical installation with wiring, drain piping, purging with suitable gas for flushing before leak test, leak testing of copper piping connections

to the IDUs & ODUs & first charge of pre-filled refrigenant gas ( Eco-friendly ) considering lengths of copper piping & A.C units capacity etc all complete as directed by MDL engineer.Installation also includes Cost of lifting, shifting, positioning at site as per drawing, the indoor, outdoor units and other accessories at designated location and necessary top up refrigerant gas.

10

Supply and delivery at MDL site of Precision Air Conditioning (PAC) Units (Indoor and Outdoor units) ; Air Cooled Direct Expansion type with Inverter Compressor, totally Double skin sandwitched panels on all four side with 20 mm 32 Kg/ cum Glass wool internal insulation , eco-friendly R-410A/R407C refrigerant, Bottom discharge type complete with dynamically balanced fan driven by EBM make Electronically Commutated (EC) motor with fiberglass blade, Hydrophilic coated cooling coil. The unit shall be equipped with high efficiency filters G4, micro processor based programmable logic controller, Heater, Modulating Humidifier, Liquid receiver, Oil Separator, Electronic Expansion Valve, SS drain tray, Water Leak Detector, RS 485 Card. Air Cooled Condensor should be provided with fan speed regulator & AntiCorrosive coating

to Condensor coil. The indoor unit will have proper mounting arrangment. Selected model of PAC should be BMS compatible as per technical specification The condensing units (Outdoor Units) shall consist of Hermetically Sealed Compressor, Condenser Coil, Fan, Fan-motor, drive guard, vibration isolation pads, etc. all complete including including Interconnecting refrigerant piping and controls, electrical wiring as per manufacturer's standard supply (3 mtrs.) and electronic control circuit. The price quoted shall include isolators near

the outdoor units and cost of Power, Control Cables and earth conductors from the power outlets to the outdoor units, interconnecting with the indoor units. The above Cost should also include

Page 157: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 157 of 165

cost of expansion valve, liquid line drier, etc. all complete with refrigerant charge etc complete as required. NON-HCFC (Eco-friendly) refrigerant to be considered. Unit to give rated capacity at 35 deg C Ambient. Preferred Make of PAC : Stulz, Climaveneta, Bluebox, Emerson.

10 TR Actual Capacity at 4800 CFM; based on Return air conditions: 20+/-1 Deg. C, RH 50 +/- 2% and with

Ambient 35 Deg C (Condenser should work upto 45 Deg C) (2 Working+1 Standby)

Nos. 3.00 638275.00 1914825.00

11

Supply, Installation, Testing & commissioning of Hard drawn copper refrigerant piping of suitable dia. compatible with refrigerant gas & PAC model (liquid / hot gas) complete with 25 mm thick nitrile rubber insulation, end connections with GI supports, clamps etc. Refrigeration piping will have to be taken in G.I cable tray and cable tray cover with neccessary support, saddles, hangers ,anchor fastners, necessary bends, tees and fittings,(considering two pipe for Gas & Liquid). Supporting arrangement including making holes in walls with core cutting & proper finishing for connectivity from indoor to outdoor unit etc all complete as directed by Consultant/MDL engineer.Nitrogen Pressure Test of the Piping, and Vacuumizing before pre-charging is part of the piping installation scope. (Copper piping work for refrigerant would be measured in running meters in one direction form indoor unit up to outdoor unit considering Liquid & gas refrigerant copper piping as one combined set. Liquid & gas refrigerant copper piping will not be measured separately one from another for

certification of work done) Only G.I Cable tray and cover for copper piping will be measured and paid separtely under Cable Tray BOQ. All other items for supporting the copper piping are included under this BOQ item. Preferred make for insulation - K Flex / Superlon / Armacell

R.MTR 140.00 1784.75 249865.00

12 Supply, Installation & Testing of GI B-Class hard drawn drain piping

R.MTR 50.00 266.20 13310.00

13

Supply & Installation of Set of GI Stand for PAC indoor and outdoor unit. (1 set of GI Stand = 1 stand for indoor unit + 1 stand for outdoor unit)

Set 3.00 6352.50 19057.50

14 Installation of PAC indoor and outdoor units & Testing & commissioning of PAC Units

Nos 3.00 17242.50 51727.50

Page 158: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 158 of 165

along with copper refrigerant piping, necessary electrical installation with cabling, drain piping, complete with necessary electrical installation with wiring, purging with suitable gas for flushing before leak test, leak testing of balance copper piping (connecting to the IDUs & ODUs) & first charge of pre-filled refrigenant gas ( Eco-friendly )

considering lengths of copper piping & A.C units capacity etc all complete as directed by Consultant/MDL engineer.Installation also includes Cost of lifting, shifting, positioning at site as per drawing, the indoor, outdoor units and other accessories at designated location and necessary top up refrigerant gas. etc. all complete as directed by Consultant/MDL Engineers.

15 Supply, Installation, Testing and Commissioning of Return Air Plenum for PAC Unit.

Nos 3.00 12705.00 38115.00

16 Supply, Installation, Testing and Commissioning of Return Air damper.

Nos 3.00 9256.50 27769.50

17

Supply, Installation, Testing & Commissioning of Centralised remote control unit for scheduling, monitoring, fault indication and setting of all indoor machines.

The data from these various control units will be accessed by main Centralised Remote Control unit as mentioned in the below BOQ item. The model of these controllers should be selected accordingly to suffice above requirement. Preferred Make: Mitsubishi Electric, Daikin

Nos. 6.00 378125.00 2268750.00

18

Supply, Installation, Testing & Commissioning of Centralised remote control unit for scheduling, monitoring, fault indication and setting of all indoor & outdoor machines. Centralized Remote Controller unit capable of controlling all indoor as well as outdoor units with necessary Backnet / Lanworks Interface for 3rd party BMS Intergration.

Preferred Make: Mitsubishi Electric, Daikin

Nos. 1.00 378125.00 378125.00

19

Supply, Installation, Testing & Commissioning of Pressure independent rectangular ceiling suspended VAV (Variable Air Volume units) with communicable type DDC contoller & Thermosat. VAV shall have integral sound attenuator, made of 22G GI sheet casing consisting of 25mm thick 48Kg/cubic meter density fiber glass wool covered with tissue paper, Elliptical volume control damper, transformer for the controller, calibrated diffrential pressure sensor at inlet complete with

Page 159: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 159 of 165

open protocol compliant system controller and Thermostat. The complete VAV unit including all required sensors, controller and actuator shall be fully supplied by VAV manufacturer. VAV units shall be AHRI certified factory calibrated & tested (Dynamic Calibration) as per design flow rate. Selected model of VAV unit should be BMS compatible

as per specification. Please refer detail specifications in the tender document for VAV units. Preferred Make : COSMOS / CARRYAIRE / SYSTEMAIRE / TROX / JOHNSONCONTROLS

Mezzanine Floor

19.1 Capacity : 200 CFM Nos. 1.00 24502.50 24502.50

19.2 Capacity : 500 CFM Nos. 1.00 29887.00 29887.00

19.3 Capacity : 550 CFM Nos. 1.00 29887.00 29887.00

19.4 Capacity : 750 CFM Nos. 1.00 33940.50 33940.50

19.5 Capacity : 900 CFM Nos. 1.00 38901.50 38901.50

19.6 Capacity : 2300 CFM Nos. 1.00 65219.00 65219.00

First Floor

19.6 Capacity : 200 CFM Nos. 3.00 24502.50 73507.50

19.7 Capacity : 450 CFM Nos. 1.00 29887.00 29887.00

19.8 Capacity : 500 CFM Nos. 1.00 29887.00 29887.00

19.9 Capacity :1100 CFM Nos. 1.00 40414.00 40414.00

19.10 Capacity :1350 CFM Nos. 1.00 43862.50 43862.50

Second Floor

19.11 Capacity : 50 CFM Nos. 1.00 22687.50 22687.50

19.12 Capacity : 200 CFM Nos. 1.00 24502.50 24502.50

19.13 Capacity : 300 CFM Nos. 1.00 24502.50 24502.50

19.14 Capacity :350 CFM Nos. 1.00 24502.50 24502.50

19.15 Capacity :500 CFM Nos. 2.00 29887.00 59774.00

19.16 Capacity :650 CFM Nos. 1.00 33940.50 33940.50

19.17 Capacity :1250 CFM Nos. 1.00 40414.00 40414.00

19.18 Capacity :1500 CFM Nos. 1.00 48642.00 48642.00

19.19 Capacity :2000 CFM Nos. 1.00 62799.00 62799.00

20

Supply, Installation, Testing & Commissioning of Refnet joint, Linear expansion valve with all necessary accessories. (1 set = 1 no. each for Gas + 1 no. each for liquid line)

Set 75.00 7018.00 526350.00

21

Supply, Installation, Testing & Commissioning of AHU KIT for

connection of VRF ODU with Third Party AHU Integration. Preferred Make: Mitsubishi Electric, Daikin

Nos. 8.00 29766.00 238128.00

22

Supply, Installation, Testing & Commissioning of following sizes of Seamless heavy gauge Copper piping insulated with nitrile rubber. Refrigeration piping with Insulation to be laid inside the false ceiling, on duct wall,

Page 160: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 160 of 165

walls, terrace taking supports from slab/walls/structure with neccessary hangers & anchor fastners. Supports to be provided at a adeqaute and appropriate distance to keep the piping straight, horizontal, vertical & without sagging for the entire length of the refrigeration piping. Addional supports to be provided as per the directives of

Consultant/Client where ever required, without any additional cost. Nitrogen Pressure Test of the Piping, and Vacuumizing before pre-charging is part of the piping installation scope. Preferred Make of Insulation : K Flex/ Armacell /Superlon /Thermobreak Note: Above quantities of refrigerant piping are based on the Indoor & Outdoor unit locations as shown in the tender drawings for specified configuration. Contractor should prepare shop drawing along with refrigerant piping

drawing based on the system configuration being offered by them and confirm the refrigerant piping sizing and quantities & get it approved from the Consultant.

22.1 Size : 6.5 mm dia with 12.5 mm thick nitrile Rubber Insulation

R.MTR 10.00 375.10 3751.00

22.2 Size : 9.5 mm dia with 12.5 mm thick nitrile Rubber Insulation

R.MTR 315.00 456.78 143885.70

22.3 Size : 12.7 mm dia with 12.5 mm thick nitrile Rubber Insulation

R.MTR 150.00 499.13 74869.50

22.4 Size : 15.9 mm dia with 25 mm thick nitrile Rubber Insulation

R.MTR 400.00 647.35 258940.00

22.5 Size : 19.1 mm dia with 25 mm thick nitrile Rubber Insulation

R.MTR 30.00 789.53 23685.90

22.6 Size : 22.2 mm dia with 25 mm thick nitrile Rubber Insulation

R.MTR 250.00 928.68 232170.00

22.7 Size : 25.4 mm dia with 25 mm thick nitrile Rubber Insulation

R.MTR 10.00 1007.33 10073.30

22.8 Size : 28.6 mm dia with 25 mm thick nitrile Rubber Insulation

R.MTR 105.00 1173.70 123238.50

22.9 Size : 31.8 mm dia with 25 mm thick nitrile Rubber Insulation

R.MTR 10.00 1669.80 16698.00

22.10 Size : 34.9 mm dia with 25 mm thick nitrile Rubber Insulation

R.MTR 65.00 2240.92 145659.80

22.11 Size : 38.1 mm dia with 25 mm thick nitrile Rubber Insulation

R.MTR 10.00 3064.69 30646.90

22.12 Size : 41.3 mm dia with 25 mm thick nitrile Rubber Insulation

R.MTR 140.00 3516.33 492286.20

23

Supply, fabrication, fixing in positions with suitable GI angle supports GI perforated cable trays bolted type with all necessary bends, connectors etc. and fabricated using minimum 14 gauge CRCA sheet Further the rate shall also include supporting of these trays complete as required and as per final directions and final approval of the

Page 161: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 161 of 165

Consultant / MDL Engineer.

23.1 Size : 100 mm Wide & 75 mm Deep R.MTR 50.00 822.80 41140.00

23.2 Size : 150 mm Wide & 75 mm Deep R.MTR 100.00 1061.78 106178.00

23.3 Size : 200 mm Wide & 75 mm Deep R.MTR 50.00 1421.75 71087.50

23.4 Size : 300 mm Wide & 75 mm Deep R.MTR 150.00 1833.15 274972.50

23.5 Size : 450 mm Wide & 75 mm Deep R.MTR 200.00 2505.91 501182.00

24

Providing and fixing of Control Cabling between the indoor units & outdoor units. 4C x 2.5 Sq.mm 2XWY XLPE insulated, PVC inner sheathed, copper conductor, armoured , FRLS PVC outer sheathed cables. Preferred Make: FINOLEX / POLYCAB

R.MTR 900.00 181.50 163350.00

25

Providing and fixing of UPVC Drain piping along with nitrile insulation with all fittings, bends, supports and clamps, including chasing and drilling holes in walls and making good to original condition all complete. Preferred Make: UPVC PIPE: PRINCE/ ASTRAL /FINOLEX/ SUPREME INSULATION : K FLEX/ SUPERLON

/THERMOBREAK /ARMACELL

25.1 25 mm dia. UPVC pipe with 6 mm thick

nitrile rubber insulation.

R.MTR 290.00 205.70 59653.00

25.2 32 mm dia. UPVC pipe with 6 mm thick

nitrile rubber insulation.

R.MTR 210.00 240.79 50565.90

25.3 40 mm dia. UPVC pipe with 6 mm thick

nitrile rubber insulation.

R.MTR 200.00 281.33 56266.00

25.4 50 mm dia. UPVC pipe with 6 mm thick nitrile rubber insulation.

R.MTR 180.00 816.75 147015.00

25.5 80 mm dia. UPVC pipe with 6 mm thick nitrile rubber insulation.

R.MTR 20.00 955.90 19118.00

26

Supply, Installation, Testing & Commissioning of Pre fabricated - Factory Fabricated Galvanised Sheet Steel of 120 GSM, Rectangular / Round Ducting as per specification complete (as per approved make) with Tie rod supports, nut-bolts, washer, neoprene gaskets duly installed. Leak Testing of ducts at site shall be carried out as per SMACNA standard etc all complete as required

26.1 24 G galvanized sheet steel (Rectangular Ducting)

Sq. Mtr. 810.00 1064.80 862488.00

26.2 22 G galvanized sheet steel (Rectangular Ducting)

Sq. Mtr. 50.00 1167.65 58382.50

26.3 20 G galvanized sheet steel (Rectangular Ducting)

Sq. Mtr. 5.00 1445.95 7229.75

26.4 24 G galvanized sheet steel (Round Ducting)

Sq. Mtr. 10.00 1600.23 16002.30

27

Supply, Installation, Testing & Commissioning of Insulated Flexible Duct of specified diameter for connection of VAV Box & Flow Controller at various location as per drawing. Preferred Make : TWIGA / THERMAFLEX

27.1 4" Dia Flexible Duct R.MTR 75.00 214.78 16108.50

27.2 6" Dia Flexible Duct R.MTR 75.00 332.75 24956.25

Page 162: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 162 of 165

27.3 8" Dia Flexible Duct R.MTR 25.00 484.00 12100.00

27.4 10" Dia Flexible Duct R.MTR 25.00 574.75 14368.75

27.5 12" Dia Flexible Duct R.MTR 25.00 726.00 18150.00

27.6 14" Dia Flexible Duct R.MTR 25.00 816.75 20418.75

28

Providing and Fixing of 19mm Closed Cell Elastomeric Nitrile Rubber Insulation having Density Between 40 to 60 Kg/m3. The Insulation Material to be FM Approved. The insulation shall have fire performance such that it passes Class ‘O’. All insulation joints to be sealed with minimum 3" width 3mm Thk Self Adhesive tape of same material, The width of the sheet is 1000mm etc all complete as required. Vendor to provide the certificates of water permeability, Moisture Diffusion Resistance Factor or ‘µ’ value, Class O. Preferred Make : K FLEX / ARAMACELL / DURKFLEX

Sq. Mtr. 800.00 1052.70 842160.00

29

Providing and fixing of Acoustic lining for ducting with 12.5 mm thick resin bonded fiberglass rigid boards having 48 kg/cu.mt density, fixed with Nut Bolts, flat washeres & covered with RP tissue paper & 26 G perforated Aluminium sheet as per routing etc all complete as required. Preferred

Make : OWENS CRONING / TWIGA

Sq. Mtr. 80.00 598.95 47916.00

30

Providing and Fixing of Underdeck

Extruded Polystyrene Insulation with 50 mm thick Fire Retardant having 30 Kg. / Cu.M. density & thermal conductivity of 0.028 W/mK. The material shall be stuck to slab with 85/20 Grade hot bitumen and G.I. Screw along with washers. The Insulation sheets shall be further fixed with G.I. wires diagonally fixed to each sheet etc all complete as required. Preferred Make : LLOYDS INSULATION / BEARDSELL / COOLINE

Sq. Mtr. 650.00 937.75 609537.50

31

Providing and Fixing of removable core, Aluminum Powder Coated, Supply / Return Air Ceiling grills with internally operated volume control damper of powder coated aluminum construction, the damper blades shall be black powder coated finish along with GI Plenum box and flange for duct connection etc all complete as required. Preferred Make : COSMOS/ CARRYAIRE / SYSTEMAIRE / AIRTECH

Sq. Mtr. 10.00 7018.00 70180.00

32

Providing and Fixing of Aluminum Powder Coated Supply Air Diffuser with VCD , Size : 450 mm x 450 mm. Preferred Make : COSMOS/ CARRYAIRE / SYSTEMAIRE / AIRTECH

Nos. 15.00 4688.75 70331.25

33 Providing and Fixing of Aluminum Nos. 18.00 5293.75 95287.50

Page 163: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 163 of 165

Powder Coated Return Air Diffuser without VCD , Size : 450 mm x 450 mm. Preferred Make : COSMOS/ CARRYAIRE / SYSTEMAIRE / AIRTECH

34

Providing and Fixing of Aluminum Powder Coated Supply Air Diffuser with VCD , Size : 600 mm x 600 mm. Preferred Make : COSMOS/ CARRYAIRE / SYSTEMAIRE /

AIRTECH

Nos. 22.00 6957.50 153065.00

35

Providing and Fixing of Aluminum

Powder Coated Return Air Diffuser without VCD , Size : 600 mm x 600 mm. Preferred Make : COSMOS/ CARRYAIRE / SYSTEMAIRE / AIRTECH

Nos. 22.00 6352.50 139755.00

36

Providing and Fixing of Aluminum Powder Coated Toilet Exhaust Air Grille with VCD , Size : 150 mm x 150 mm. Preferred Make : COSMOS/ CARRYAIRE / SYSTEMAIRE / AIRTECH

Nos. 36.00 1179.75 42471.00

37

Supplying, installing, testing and commissioning of flexible connections constructed of fire resistant material, flexible canvas sleeve for AHU connection as per approved shop

drawing

Sq. Mtr. 10.00 4537.50 45375.00

38

Supply, installation, testing and

balancing of louvers with bird screen for fresh air / exhaust air as per specifications and approved drawings.

Sq. Mtr. 5.00 1482.25 7411.25

39

Supply, installation, testing and balancing of G.I volume control collar damper in accordance with the approved shop drawings and specifications . Preferred Make : CARRYAIRE / SYSTEMAIRE / COSMOS

Sq. Mtr. 20.00 6534.00 130680.00

40

Supply, installation, testing and balancing of Mechanical type Constant Volume Air Flow Controller with Damper for Fresh Air distribution to Indoor Units with all necessary accessories. Capacity : 100 CFM. Please refer detail specifications in the tender document. Preferred Make: Troxs, Ruskin, Aldes

Nos. 50.00 5929.00 296450.00

41

Supply, Installation, Testing & Commissioning of Ceiling Mounted Inline Type Exhaust Fan single phase 230 V complete assembly with motor & necessary electrical wiring and with adequate supports etc. Preferred Make: Kruger / Nicotra / System Air

41.1 Capacity : 350 CFM & 25 mm Static Pressure

Nos. 3.00 23292.50 69877.50

41.2 Capacity : 450 CFM & 25 mm Static Nos. 3.00 25712.50 77137.50

Page 164: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 164 of 165

Pressure

42

Supply and installation of M. S. hot dip galvanized fabricated/bolted structural work as per the site requirement/design for HVAC works, including cutting, hoisting, fixing in position.

Kg 700.00 272.25 190575.00

43

Supply and Installation of Structural

Steel work bolted &/or welded in various steel sections with one coat of approved steel primer and two coats of approved enamel paint etc. all complete, as per drawing/site requirement including necessary Anchor fasteners for fixing Including cutting, hoisting, fixing in position.

Kg 700.00 254.10 177870.00

44

Comprehensive, all inclusive Annual Maintenance Charges for AMC (Anual Maint. Contract) of entire VRV/VRF System, DX Split unit system & Ventillation System, after end of 1 year of Defects Liability Period (Inclusive of 1 Year Warranty period). AMC shall include all items covered in Electrical, Electronic and Mechanical devices as per installation at site.

44.1 AMC charges for First Year after completion of Defect Liability Period

Job 1.00 1064800.00 1064800.00

44.2 AMC charges for Second Year after completion of Defect Liability Period

Job 1.00 1171280.00 1171280.00

44.3 AMC charges for Third Year after completion of Defect Liability Period

Job 1.00 1288408.00 1288408.00

45

Comprehensive, all inclusive Annual Maintenance Charges for AMC (Anual Maint. Contract) of entire PAC (Precision A.C) System after end of 1 year of Defects Liability Period (Inclusive of 1 Year Warranty period). AMC shall include all items covered in Electrical, Electronic and Mechanical devices as per installation at site.

45.1 AMC charges for First Year after completion of Defect Liability Period

Job 1.00 54450.00 54450.00

45.2 AMC charges for Second Year after completion of Defect Liability Period

Job 1.00 59895.00 59895.00

45.3 AMC charges for Third Year after completion of Defect Liability Period

Job 1.00 65884.50 65884.50

TOTAL OF HVAC WORK (VII) 32494914.00

VIII LIFT WORK

1 Passenger Lift ( Gearless and Machine

Room Less-MRL). Capacity - 09 persons. Design, manufacturing, testing at works, supply and delivery (Including custom and other duty clearance, shipment charges etc. if any), receiving, unloading, storing, inspection, handling, assembling, installing in correct assigned position, effecting proper connections, testing, commissioning & obtaining License to operate the lift issued by the Inspector of Lift of following capacity & as per MDL

Nos. 2.00 1930765.19 3861530.38

Page 165: TENDER ENQUIRY FORM -VOL III-

Tender No 1800000056

Page 165 of 165

specifications.. Capacity 09 passengers, Machine Room Less (MRL) type Passenger-lifts, having speed of 1.75 MPS with maximum 5 stops and 5 openings and approx.travel of 18 meters approx., Clear inside shaft 1800mm X 1750mm, minimum, rated load 612 kg. Please refer detailed technical specifications & data sheet and scope of work indicated in the tender

document. Preferred Make of Lift: SCHINDLER/THYSSENKRUPP/OTIS/KONE

2 ANNUAL MAINTENANCE CHARGES - Comprehensive all inclusive Annual Maintenance chrages after end of 1 year of Defects Liability Period (Inclusive of 1 Year Warranty period). The AMC charges shall include all items covered in Electrical, Electronic and Mechanical devices as per installation complete. The rate will be valid for 3 years after completion of defects liability period. Please refer scope of work of AMC and conditions of AMC in the Tender document.

i) AMC charges for 1st Year after completion of Defect Liability Period

LS 2.00 98544.77 197089.54

ii) AMC charges for 2nd Year after completion of Defect Liability Period

LS 2.00 124931.66 249863.32

iii) AMC charges for 3rd Year after completion of Defect Liability Period

LS 2.00 124931.66 249863.32

TOTAL OF LIFT WORK (VIII) 4558346.56

TOTAL OF ALL SECTIONS (I+II+III+IV+V+VI+VII+VIII)

260995020.7

Goods & Service Tax (C) % 18%

Grand Total including GST