You are on page 1of 262

BANK OF INDIA

Head Office, Premises Dept., Star House, C-5, G-Block, Bandra-Kurla Complex,
Bandra (E), Mumbai 400051

Project

Proposed Construction of Residential Complex on property bearing CTS No.55A, 55B,


55C & 55D at Ambivili Village, Jogeshwari (W), Mumbai 400 051.

TENDER NO:BOI/HO/PREM/AMBOLI/15-16/01
(CIVIL, PLUMBING, SANITARY AND
ALLIED WORK)

VOL.- I :
GENERAL CONDITIONS OF CONTRACT
AND
SPECIAL CONDITIONS WITH ANNEXURES

ARCHITECTS : CLIENT:

M/S. C. M. BELEKAR BANK OF INDIA


ARCHITECTS & CONSULTANTS Premises Dept, ., Star House, C-5,
INDRAVADAN CO-OP. HSG. SOC. G-Block, Bandra-Kurla Complex,
B-BLOCK, GROUND FLOOR Bandra (E), Mumbai 400051
PADMABAI THAKKAR ROAD Tel: 022-66684452/55/56/57
MAHIM, MUMBAI 400 016 Fax: 022-66684460
TEL.: 022 24307256 / 24307690 / 24377200 headoffice.premises@bankofindia.co.in
FAX : 022-24300521
E-MAIL : cmbelekar0808@gmail.com
cmbelekar@rediffmail.com
anandnirmale@gmail.com

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 1


INDEX
Sr.
No. Particulars Page nos.
Volume I : General Conditions of Contract

1. Tender Notice 04 - 06

2. Pre-qualification documents 07 - 28

3. Instructions to the Tenderers 29 - 34

4. General Conditions of Contract 35 62

5. Special Conditions of Contract 63 - 68

6. Safety Code 69 73

7. Annexure A : Proforma for application for Registration of


Establishment employing Contract Labour 75

Annexure B : Proforma of Register of Contractors 76

Annexure C : Proforma Notice of Commencement &


Completion of Contract work 77

Annexure D : Proforma of monthly Progress Report 78

Annexure E : Proforma of Receipt of Materials at site 79

Annexure F : Proforma of Measurement Book 80

Annexure G : Measurement Book 81

Annexure H : Proforma of R. A. Bill 82

Annexure I : Proforma of Account of Secured Advance 83

Annexure J : Proforma of R.A. Bill Certificate 84

Annexure K : Proforma of undertaking in connection with


Payment of Advance on Materials 85 - 87

Annexure L : Proforma of Site Order Book 88

Annexure M : Proforma of Certificate or Payment by


Architects 89

Annexure N : Proforma of Hindrance Register 90

Annexure O : Contractor Liability & Insurance 91

Annexure P : Articles of Agreement 92 - 94

Annexure Q : Integrity Pact 95 - 98

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 2


BANK OF INDIA

TENDER NOTICE

C.M. BELEKAR, ARCHITECTS

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 3


No.: BOI-Premises/ Dt.: 30/07/ 2015

Tender Notice

To,

Sub : Proposed Construction of Residential Bldg. Complex (Wing A and


B) on property bearing CTS No.55A, 55B, 55C & 55D at Ambivili
Village, Jogeshwari (W), Mumbai
- Notice Inviting Tender (NIT) for Civil, Plumbing,Sanitary &
Allied work
Sir,

Bank of India (BOI) invites sealed tenders from the firms/ contractors, those who fulfill
Qualifying Criteria for : Proposed Construction of Residential Bldg. Complex (Wing A and B)
on property bearing CTS No.55A, 55B, 55C & 55D at Ambivili Village, Jogeshwari (W), Mumbai.
The salient details of the tenders are as under :

Sr.No. NIT Schedule and Details Description


1 Name of work Proposed Construction of Residential Bldg.
Complex (Wing A and B) on property bearing
CTS No.55A, 55B, 55C & 55D at Ambivili
Village, Jogeshwari (W), Mumbai

2 Time allowed for completion 24 months

3 Earnest Money Deposit Rs. 84 Lakh

4 Security Deposit Refer Clause no. 6 of the Tender Document

5 Cost of tender documents & Rs. 10000/- per Set by Demand Draft/ PAY
Architectural Drawings (non- Order in favour of Bank of India, payable at
refundable). Mumbai.

Complete Set of Tender Documents including


drawings can be obtained in person from
O/o.Dy. G.M. (Premises), Bank of India,
Head Office, Premises Dept., Star House, C-5,
G-Block, Bandra-Kurla Complex,
Bandra (E), Mumbai 400051 from
23/07/2015 to 20.08.2015 within office
hours.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 4


Sr.No. NIT Schedule and Details Description
5.1 Tender document & Corrigendum, if 1. The Bank will issue Notice Inviting Tender
any on Banks website on newspaper for downloading the detailed
tender document on website.

2. The tender document can be downloaded


including corrigendum, if any on Banks
website www.bankofindia.com under tenders
head.

3. No separate intimation will be provided to


the individual intending tenderer.

5.2 Tender document cost, downloaded DD / Pay Order amounting to Rs. 10000/- in
from Banks website favour of Bank of India payable at Mumbai as
a cost of tender document, tender downloaded
from Banks website. The tender cost for
downloading the tender document to be
submitted along with the tender document on
due date.

6 Pre-bid Meeting 12.08.2015 at 11.00 hrs., at Premises Dept.,


BOI, Star House, BKC, Mumbai.

6.1 Queries/ Clarifications can be sought Queries through Email till 03.08.2015 will be
by the intending tenderer. entertained by the Architect at following Mail
IDs:
cmbelekar0808@gmail.com
cmbelekar@rediffmail.com

7 Date of submission of sealed tender 21.08.2015 till 15.00 hrs


Document.

8 Address at which the tenders are to The Dy. General Manager (Premises), Bank
be submitted of India,Head Office, Premises Dept.,
Star House, C-5, G-Block, Bandra-Kurla
Complex, Bandra (E), Mumbai 400051

9 Date and time of opening of Technical 21.08.2015 at 16:00 hrs.


Bid with prequalification documents
as per the following

9.1 Procedure for submission 1) Envelope No. 1


Contains all Envelope 2, 3 & 4 in separate
envelope duly sealed.

2) Envelope No. 2 : EMD amounting to Rs. 84


lacs and Cost of Tender document Rs.
10,000/-( if downloaded from Banks website.)

3) Envelope No. 3 :
Technical Bid containing Tender Vol, No. 1 &
2, Prequalification documents, drawings and
all supporting documents.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 5


Sr.No. NIT Schedule and Details Description
Envelope No. 4 : Commercial Bid / Price Bid.

All 3 envelopes to be put in Envelope No. 1


duly superscribed as Tender document for
construction of Residential bldg. complex
(Wing A and B) for Bank of India, on property
bearing CTS No.55A, 55B, 55C & 55D at
Ambivili Village, Jogeshwari (W), Mumbai

10 Place of opening of technical bid (cost O/o. Dy. General Manager (Premises), Bank
of tender document, EMD, PQ of India, Head Office, Premises Dept.,
document, Vol. I and Vol. II) Star House, C-5, G-Block, Bandra-Kurla
Complex, Bandra (E), Mumbai 400051

11 Defects liability period 12 months from Virtual Completion Certificate


issued by Bank/ Architect on satisfactory
completion of the project.

12 Validity of offer 120 days from the date of opening.

13 Liquidated Damages 0.25 % per week of Contract value subject to a


maximum of 5% of the awarded contract
value

In case the date of opening of tenders is declared as a holiday, the tenders will be opened on
the next working day at the same time.

The Bank of India (BOI) has the right to accept / reject any / all tenders without assigning any
reasons.

Place : Mumbai Authority of Tender Inviting & opening

Date : 30.07.2015

Dy. General Manager (Premises)


Bank of India, HO, Mumbai

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 6


Bank of India

PRE - QUALIFICATION DOCUMENTS

C.M. BELEKAR, ARCHITECTS

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 7


NIT PUBLISHED IN NEWSPAPER

Bank of India ,
Relationship Beyond Banking

NOTICE INVITING TENDER

Sealed Tenders are invited from eligible contractors in two bid systems for the work C/o Banks
Residential complex (Civil,Plumbing,Sanitary & Allied works) at Banks plot located at
Ambivili(Jogeshwari-West),Mumbai.Detailed prequalification criteria and tender documents are
available on Banks website www.bankofindia.com under tender head. Last date of receipt of
sealed tenders is 21/08/2015.

DY. GENERAL MANAGER

****

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 8


BANK OF INDIA
STAR HOUSE, 1ST FLOOR, PREMISES DEPARTMENT
C-5 , G-BLOCK, BANDRA KURLA COMPLEX
BANDRA (E), MUMBAI-400051

Proposed Construction of Residential Bldg. Complex on plot


bearing CTS. No. 55A, 55B, 55C, & 55D at Ambivili Village,
Jogeshwari (West), Mumbai.

ARCHITECTS : CLIENT:

M/S. C. M. BELEKAR BANK OF INDIA


ARCHITECTS & CONSULTANTS Premises Dept, ., Star House, C-5,
INDRAVADAN CO-OP. HSG. SOC. G-Block, Bandra-Kurla Complex,
B-BLOCK, GROUND FLOOR Bandra (E), Mumbai 400051
PADMABAI THAKKAR ROAD Tel: 022-66684452/55/56/57
MAHIM, MUMBAI 400 016 Fax: 022-66684460
TEL.: 022 24307256 / 24307690 / 24377200 headoffice.premises@bankofindia.co.in
FAX : 022-24300521
E-MAIL : cmbelekar0808@gmail.com
cmbelekar@rediffmail.com
anandnirmale@gmail.com

****

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 9


FORM OF APPLICATION FOR

PREQUALIFICATION OF CONTRACTORS

Name of the firm .


Address .....
..
..

Phone Numbers

Mobile No.

Email address:--

Name of Contact person:--

PRICE OF THIS FORM: Rs. 10000/- (Non- refundable) for each applicant

LAST DATE OF SUBMISSION : 21.08.2015 Upto 1500Hrs.

ARCHITECTS : CLIENT:

M/S. C. M. BELEKAR BANK OF INDIA


ARCHITECTS & CONSULTANTS Premises Dept, ., Star House, C-5,
INDRAVADAN CO-OP. HSG. SOC. G-Block, Bandra-Kurla Complex,
B-BLOCK, GROUND FLOOR Bandra (E), Mumbai 400051
PADMABAI THAKKAR ROAD Tel: 022-66684452/55/56/57
MAHIM, MUMBAI 400 016 Fax: 022-66684460
TEL.: 022 24307256 / 24307690 / 24377200 headoffice.premises@bankofindia.co.in
FAX : 022-24300521
E-MAIL : cmbelekar0808@gmail.com
cmbelekar@rediffmail.com
anandnirmale@gmail.com

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 10


To:

The Dy. General Manager (Premises)


Bank of India
Head Office, Premises Dept.,
Star House, C-5, G-Block,
Bandra-Kurla Complex,
Bandra (E), Mumbai 400051. .

Dear Sir,

Sub: PRE QUALIFICATION OF CONTRACTORS FOR PROPOSED CONSTRUCTION OF


RESIDENTIAL BLDG. COMPLEX ON PLOT BEARING CTS. NO. 55A, 55B, 55C, &
55D AT VILLAGE AMBIVILI AT JOGESHWARI WEST, MUMBAI.

I/We have read and understood the press notice for pre-qualifications and instructions to
the Applicants. I / we do hereby declare that the information furnished in the Performa and in the
supplementary sheets is correct to the best of my / our knowledge and belief.

Encl: Supplementary sheets Nos.:

Yours faithfully,

Signature of the applicant:

Name:
Designation:
Address: //Seal//

***

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 11


Sealed tenders are invited for Proposed Construction of Residential Bldg. Complex on
plot bearing CTS. No. 55a, 55B, 55C, & 55D at Ambivili Village at Jogeshwari West,
Mumbai, as per details given below:-

Name of the work Estimated Cost Time limit for


Rs. completion of
(crores) Project
Proposed Construction of Residential 42.28 24 months
Bldg. Complex on plot bearing CTS. No.
55A, 55B, 55C, & 55D at Ambivili Village
at Jogeshwari West, Mumbai.

We propose to undertake reconstruction of Residential Building complex (Wing A and B)


with dismantling of existing structure, Soil Investigation, Shore Piles, Excavation for two
basements, RCC foundation, RCC structural work, General Civil, Plumbing, Sanitary works. All
the above works are covered in a single contract on item rate basis as per specifications &
drawing provided with the tender documents. The new structure will have two basements +
Stilt / Gr. floor + 9 /10 upper storey bldg. in 2 wings.

1) Sealed Tenders are to be addressed to The Dy. General Manager, Head Office, Bank of
India, First Floor, Premises Dept, Bandra Kurla Complex, Bandra (East), Mumbai- 400 051.
Tender fee Rs 10000/- in the form of Pay order/Demand Draft in favor of Bank of India
payable at Mumbai and must be enclosed with the pre-qualification documents and
complete Tender to be dropped in the Tender Box placed at above address. Tender by
Post shall not be accepted.

2) On opening the pre qualification documents if it is found that the applicant has not submitted
the cost of tender of requisite amount their application will be rejected and will not be
considered / processed further.

3) Tender Forms can be purchased from the office of The Dy. General Manager, Premises
Department, Head Office, Bank of India, Star House, 1st Floor, West Wing, C-5, G Block,
Bandra Kurla Complex, Bandra (E), Mumbai 400 051, on payment of Rs. 10000/- (non
refundable) in the form of Pay Order in favour of Bank of India, Mumbai from 23.07.2015 to
20.08.2015 (except Sundays & Holidays ) during office working hours between 10.00 a.m. to
3.00 p.m.( 10.00 a.m. to 1.00 p.m. on Saturdays) .

Tender forms can also be downloaded from Banks web-site. If the tender forms are
downloaded from web site, the tenderer should submit a demand draft/ Pay Order of
Rs.10000/- favoring Bank of India, Mumbai in a separate sealed cover along with EMD
superscripted Cost of Tender Forms & EMD inside the first tender cover.

4) The last date of submission of tender document along with the pre qualification documents
and price bid duly filled in, is up to 1500 hrs. on 21.08.2015. The P.Q Documents will be
opened on 21.08.2015 at 1600 hrs.

5) The committee constituted for the purpose shall scrutinize the documents furnished in
Tender, inspect quality of their previous work and pre-qualify suitable contractors based on
various parameters.

6) The Tenderer must check all the pages of the Tender Form at the time of collecting the
Tender from this office, If any pages is found missing, it shall be immediately brought to the
BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 12
notice of the Bank, It may be noted that the Tender will be disqualified if any page is found
missing after opening the P.Q for Tender.

INSTRUCTIONS TO APPLICANTS

1) Intending Applicants are required to submit their applications in the prescribed format
and with full particulars giving details about their organization, experience, technical
personnel in their organization.
2) While deciding upon the prequalification of contractors, emphasis will be given on the
ability and competence of applicants to do good quality works within the specified time
schedule and in close co-ordination with other agencies.
3) Each page of the application shall be signed by the Applicant. The application shall be
signed by person / persons on behalf of the organization having necessary authorization
/ Power of Attorney to do so.
4) If the space in this form is insufficient for furnishing full details, such information may be
continued on separate sheets of paper.
5) Applications containing false and / or inadequate information are liable for rejection.
6) Clarifications, if any required, may be obtained from O/o. Dy. General Manager,
Premises, Bank of India, Head Office, Premises Department, C 5, G Block, Bandra Kurla
Complex, Bandra (East), Mumbai. Tel Nos: Shri Pramod Kumar Sharma/ Shri Deepak
Awasthi at 022-66684452/56 or from architect Shri K.G. Garg at 09322746067.
7) Mere fulfillment of minimum eligibility criteria will not entitle Pre-qualification as pre-
qualification will be done after taking into account various parameters including receipt of
satisfactory reports from their earlier clients/inspection by the Committee.
8) Applicants shall furnish documentary evidence / certificates in support of their claims of
work undertaken and work in hand, failing which the application will be liable for
rejection.
9) Decision of the Bank in regard to pre-qualification of Contractors shall be final. The Bank
reserves the right to reject any or all applications without assigning any reason thereto.
10) The firm should have technical set up with adequate organizational structure comprising
of skilled staff having knowledge and experience to execute such type of works and also
adequate number of Civil Engineers, Electrical Engineers etc. - the site set-up will have
to be as follows Project in-charge with command over civil works & ability to
understand all engineering services. Under him there should be team of civil engineer,
PHE, Electrical Engineer etc.
11) The firm should enclose documentary evidence in support of the experience details
furnished by them stating the value of work and area of construction and other salient
features of work.
12) The firm should preferably have experience in handling projects comprising Civil,
Plumbing, Sanitary and Site Development work of Govt./Public Sector
Undertakings/Nationalized Banks and shall not have any discouraging /adverse report
about their firm.
13) This Notice Inviting pre-qualifications document shall also form a part of the contract
document.
14) Evaluation of the performance of contractors for eligibility shall be done by a committee
decided by Bank.
15) Reports on financial standing of the Company / Firm, annual turnover of the Company /
Firm, profit and loss statement and auditors report for last three years.( Audited Balance

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 13


sheets to be submitted). Loss making organization may not be considered for further
evaluation, in last three financial years.
16) The firm should enclose Solvency Certificate from the bankers.
17) The firm should produce IT returns of the last three years
18) The firm / company should have registration with service tax, VAT, PF, ESIC and Prof.
Tax.

****

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 14


CRITERIA FOR PRE-QUALIFICATION

The eligibility criteria for pre-qualification of contractors are as under:-

1. The bidder shall have experience of having successfully completed Multi storied
Residential Buildings ( Basement + G+ 5 storied and above) works during the last 7
years ending 30th June 2015, should be either of the following (Completed work should
not be before 1st July 2008).

i) At least 3 works costing minimum Rs. 17.00 Crore each, out of which at least
one completed work should have been in Mumbai Metropolitan region.

Or

ii) at least 2 similar completed works costing minimum Rs. 21.14 Crore each
out of which at least one completed work should have been in Mumbai
Metropolitan region..

Or

iii) at least one completed work costing minimum Rs. 34 Crore. If this single work
is carried out outside Mumbai Metropolitan region then at least one another
work costing minimum 17.00 Crore should have been in Mumbai Metropolitan
region..

The definition of the word work shall mean the work of completed Multi storied
Residential Buildings (Basement + G+ 5 storied and above) of any PSU /
Nationalized Bank / Government /Private Sectors.

The contractors should provide proper documentary proof in support of satisfactory


completion of similar works in terms of Letter of award/ Work Order and Completion
certificate from the clients preferably indicating the following.

a. Name of the work,


b. Date of commencement of the work
c. Date of completion as per the work order
d. Actual date of completion of the work, extension of time, if any.
e. Estimated cost put in tender / work order
f. Actual cost of execution of the work

failing which it may be treated that they have not completed such works.

Note:-
The value of work shall be considered as single work order of a building and not
additions of Phase I , Phase II and Phase III etc. in the complex having separate work
orders.

2. The contractor shall have Average Annual Financial Turnover during the last 3 years
ending 31st March 2015, to be at least Rs 12.68 Crore & is of Profit making

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 15


firm/organization for atleast 2 yrs out of said three Financial years. The
Certificate of Charted Accountant to be attached in the following format:--

Year Turn over (Rs) with Profit or Loss


2012-13
2013-14
2014-15

3. The completed project by applicant / contractor of own real estate / developer


shall not be accepted as eligible project to meet the qualifying criteria as a past
experience.

4. The firm should also have completed at least one project (commercial or
Residential) of Govt./Public Sector Undertakings/Nationalized Banks/ costing
minimum Rs. 17.00 Crore anywhere in India.

5. The firm should have their Head Office/Registered Office/branch Office in


Mumbai Metropolitan region. The tenderer to attach Telephone bill/ Electricity bill. Site
office of other on going project shall not be treated as branch office.

6. A committee comprising Banks representative, Architects representative shall visit


the selected, on going and completed work executed by the firms. The visit is to
ascertain quality, workmanship& ability of the contracting firm. If committee finds that
quality of the work is not up to the mark, the contractor shall be disqualified and the
decision of the committee shall be final and binding.

7. The Joint Venture / Consortium for this project is not allowed.

8. Experience should be in the name of the bidding company only and not in
subsidiary/ associate company/group company / Joint Venture / Consortium /or
any other form etc.

9. Confidential reports from previous clients will be sought by client. The same shall
be confidential and will not be disclosed in any circumstances. In case, the Bank
does not receive the report from previous clients or receives adverse report, the
contractor shall be disqualified.

10. Eligible Contractors/contracting firms are advised to submit their applications in


prescribed format (Annexure-I) with full bio-data giving details about their organization,
experience, technical personnel engaged by the firm/ organization, competence and
adequate evidence of their financial standing etc. in the enclosed form which will be kept
confidential.

11. Even if the applicant organization satisfies all the required conditions, they are liable to
be disqualified if they have:-

a. Made any untrue/false representation in the application, statements and


attachments required in the pre-qualification documents.
b. Record of poor performance such as abandoning work, not properly completing
the contract or financial failures or poor workmanship in ongoing/past project,
misbehavior with the Bank / their earlier employer.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 16


12. If the space in the proforma(s) and annexures is insufficient for furnishing full details,
such information may be supplemented on separate sheets of paper, stating therein the
part of the proforma and serial number. Separate sheets shall be used for each part and
the format shall be as per proforma(s) and annexures.

13. The tender document /applications which are received after due date and time are liable
to be rejected. The tender document has to be put in tender box only kept in the O/o.
Dy. General Manager, Premises, Bank of Baroda, 1st floor, HO, Star House, BKC,
Bandra, Mumbai. Tenders in other form will not be received nor acknowledgement given
(tender document by post, courier and other mean).

14. Each page of the application shall be duly signed by the applicant or a person duly
authorized to sign on behalf of the applicant organization. Such authorization shall be in
the form of a written Power of Attorney and should accompany the application.

15. For any other clarification, intending agencies may contact at the above mentioned
address before the last date of submission during working hours as mentioned above.

16. Any form of canvassing at any stage is strictly prohibited and will disqualify the
Applicant. Applications of such persons / organizations that resort to canvassing and / or
undue means will be liable to rejection.

17. Disputes, if any, shall be subject to the jurisdiction of courts in Mumbai .

18. This document is not transferable.

Decision of the Bank in regard to selection of Contractors for issue of tender documents will be
final. The Bank of India, reserves the right to deny pre-qualification to any applicant and to
accept or reject any or all applications without assigning any reasons whatsoever.

Dy. General Manager (Premises)


Mumbai

Place : Mumbai

Date : 30.07.2015

***

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 17


Pre-Qualification Application
(To be submitted in Applicants Letter Head)

To,

The Dy. General Manager (Premises),


Bank of India,
Head Office, Premises Dept.,
Star House, C-5, G-Block,
Bandra-Kurla Complex,
Bandra (E), Mumbai 400051

Sub:- Proposed Construction of Residential Bldg. Complex (Wing A and B) on


property bearing CTS No.55A, 55B, 55C & 55D of Ambivili Village,
Jogeshwari (W), Mumbai
- Application for Pre-Qualification of contractors/firms

Dear Sir,

1. Having examined the Pre-Qualification document including scope of works and time
frame, I/we hereby submit all the necessary information and relevant documents
required for pre-qualifying me/us for above stated Project/work.

2. The application is made by me/us on behalf of _________________________________


in the capacity of _______________. I/We duly authorized to submit the offer.

3. Necessary evidence, as admissible in law, in respect of authority assigned to me/us on


behalf of the firm for applying and for completion of the contract document is attached
herewith.

4. I/We understand that only firms, pre-qualified under this procedure will be eligible for
opening of price bid/ commercial bid. Issuance of tender for above work and decision of
the Bank in regard shall be final and binding.

I/we understand that The Bank of India , reserves the right to deny pre-qualification to
any applicant and to accept or reject any or all applications without assigning any reasons
whatsoever.

Yours faithfully,

(Authorized Signatory)
Official Seal
Encl:- As above
1. Application & the information duly filled in format /proforma and annexures
2. Resolution of Authority to sign
3. Latest Company Profile
4. Copies of documents submitted
a)
b)
c)
d)
BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 18
5. Check list duly filled.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 19


Annexure I

(Pre-qualification Application Format to be filled instead of mentioning / indicating that


the same is enclose herewith )

SL.
PARTICULARS
NO.
1. ORGANISATION DETAILS
i) Name of applicant/firm/contractor
ii) Address of the firm with telephone/Mobile no., fax no.,
email address
iii) Year of Establishment/ Registration
iv) Status of the firm (Individual / Partnership / Pvt. Ltd / Public
Ltd.) (Documentary evidence to be attached)
v) Name of Directors/Partners/Proprietor i)

ii)

iii)
2. FINANCIAL DETAILS
i) Name and address of Bankers i)

ii)

iii)
ii) Whether Solvency certificate (for minimum Rs. 5 Crores)
enclosed (Appendix - B)
iii) Annual Turn-over during the last 3 financial years duly i) 2012-13
certified by Chartered Accountant, Balance sheets and
receipt of uploaded IT Returns of the company. ii) 2013-14
The intending tenderers are requested to highlight the
relevant figures in the balance sheet. iii)2014-15

iv) PAN No. and Income Tax Returns for the last Three years PAN NO.
(Please attach as Annexure______)

v) Sales Tax/Service Tax/VAT/WCT Registration No. Sale Tax/VAT

(Attach Registration Certificates as Annexure____) WCT

Service Tax

vi) EPF/ESI Registration No.


(Attach Registration Certificates as Annexure___) EPF

ESI

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 20


3. REGISTRATION DETAILS
i) (Enclose Registration Certificate as Annexure ___)
4. Whether registered with Central/State Governments
Organizations e.g. CPWD, Maharashtra State PWD, MES,
BSNL, Railways, MCGM/BMC, Semi-Govt./Municipal
Authorities/ PSUs/Banks etc. if so, in which class and since
when?
5. Whether firm is Mumbai based or having office at Mumbai,
through which the proposed work will be handled.
Furnished the address with telephone/Mobile no., fax no.,
email (if any) and name of person in charge
6. Whether any Civil Suit / Litigation arisen in the contracts
executed during the last ten years / being executed now. If
Yes, please furnish the details.
7. WORK EXPERIENCE
Please provide the following information/details pertaining to similar projects of the magnitude
mentioned in eligibility/pre-qualification criteria of Notice Inviting Tender (NIT), completed during
last 7 years(from 01.07.2008 till 30thJune 2015) in the format given below. Attach separate
sheets for each project. Enclose copy of the completion certificate/work order from
client/owner for each project. Photographs of the projects completed may also be enclosed.
i) Name of the Project with Location
ii) Name of the Client
iii) Name of the Architect & PMC
iv) Project Description with scope of the contract
v) Original cost put to tender
vi) Month & Year of commencement
vii) Stipulated period of completion
viii) Actual month and year of Completion
ix) Reason for Delay, if any
x) Actual cost of construction, for completed projects
xi) Details of disputes/failures/litigations, if any
xii) Completion certificates from the client not below the rank of
Executive Engineer/Asst Executive Engg/ Chief Manager,
(Nationalised Bank)/Head of Department/General Manager
(for Pvt sectors).
(Enclose documentary evidence)
8.0 MANPOWER(Qualified Professionals) Appendix -C
i) Graduate Civil Engineer, 15 yrs. experience at site as
Project Manager / Diploma Civil Engineer, 25 yrs.
experience (minimum 2 nos.).
ii) Graduate Civil Engineer, 5 yrs. experience at site as
Project Manager / Diploma Civil Engineer, 10 yrs.
experience (minimum 5 nos.).
iii) PHE Engineer, Graduate Civil Engineer, minimum
experience of 10 yrs. in Public Health Engineering /
Diploma in Civil Engineering for Public Health, 20 yrs.
experience (minimum 1 no.)

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 21


iv) Supporting Technical , Commercial staff having requisite
qualification
9.0 INFRASTRUCTURAL/ PLANTS, MACHINARIES & Appendix -D
EQUIPMENT FACILITIES OF THE FIRM
i) Construction / Execution equipment like Transit Mixers,
Trucks/ Dumpers, RMC Plant, Construction Crane, and
other allied equipments.
(Provide a list of plants and machineries available with the
organization with numbers, ownership etc.

10. Bid Capacity.

The available bid capacity of the tenderer shall be Available Bid Capacity = (A x N x
assessed by the following formula. 3.5) B

A maximum value of civil work executed in one year


during last 7 years.
(Updated to the current year by a factor of escalation for
10% per year), which will take into account the completed .

B Value of existing commitment and on going work to be


completed in the period stipulated for completion of work in
the present tender i.e. 24 months.

N No. of years prescribed for completion of work for


which bids are invited.

The available bid capacity shall be more than the cost of


work quoted by the tenderer. In case the tenderer is not
satisfying the bid capacity the tender shall be treated as
non responsive and rejected for further evaluation.

Note: i) Copies of all testimony / documents are required to be furnished.

ii) The documents are to be certified copies preferably by the concerned issuing
agencies or a Government Class II officer, Central or State / notorised by Advocate/
Solicitor.

______x__________

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 22


APPENDIX -A
WORK COMPLETION CERTIFICATE & INFORMATION TO BE OBTAINED BY THE
APPLICANT IN THE FOLLOWING FORMAT.

The following works awarded to M/s have been


executed/completed satisfactory.

Sl. Name of Work and Total Date of Stipulated Actual Date Whether any
No. Name of the value of comme date of of compensation
work nceme completion Completion
Organization with done nt levied for delay
address (Rs. in
lacs)
1.

2.

3.

4.

5.

The performance of the firm has been found to be good and they are considered capable of executing the
works of magnitude up to Rs. .Crores.

The financial position of the firm appears to be sound and they are capable of executing works in
accordance with the specifications and within specified time schedule.

The dealing of the firm have been observed to be cordial reasonable and they are not litigious.
Dated
SIGNATURE OF
Officer-in-Charge of the work
Name of Officer
Mobile no. ( )
Official Seal
Telephone No. (Off)
Fax No. (Off.)
E.mail & address

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 23


APPENDIX -B

SOLVENCY CERTIFICATE ON BANKS LETTERHEAD

This is to certify that dealings of M/s . who have been

dealing with us for last . years are satisfactory. On the basis of information

available with us we assess their Liquid Assets not less than Rs. . Lacs / they are

solvent for Rs. .

SIGNATURE OF MANAGER OF THE BANK

Seal of the Bank

Date

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 24


APPENDIX-C

MANPOWER (Qualified Professionals)

I/we S/o Partners/Authorized


person M/s applicant of .. for pre-
qualification/tendering for the above noted work in Bank of India, hereby declare that following
person(s) is/are in my/our regular employment on the post and from the dates mentioned
against them.

Sl. Name and Address Technical Post held Date of Details of


No. Qualification Regular Employment Experience
1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

SEAL
SIGNATURE OF APPLICANT

Note : Bio-data and passing certificate issued by University / Engineering college to be


submitted for respective Engineering staff.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 25


APPENDIX -D

PLANTS, MACHINARIES & EQUIPMENT

I/we .. S/o Shri . applicant of


.. or ..
Partner(s) / Authorised person(s) of M/s .. ..
Applicant for pre-qualification/tendering for the above noted work in Bank of India, hereby
certify that I/we possess the following machinery, tools and plants, centering and shuttering, all
in good working conditions.

Particulars of Plants, Machinery No. Estimated Cost (Rs.) Approximate age


and Tools (in years and months)

SEAL
SIGNATURE OF APPLICANT

Note:

1. Supporting documents of ownership of Plant and Equipment to be submitted for


construction crane, RMC plant, Transit Mixer, Trucks and Dumpers etc.

2. Any arrangement for rental and or otherwise to be intimated by furnishing undertaking.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 26


Check List for Prequalification Application and Tender document

Sr.No. Description Submitted Page No.


Yes / No/

I. Envelope 1 (Separatly sealed and signed envelopes 2, 3, and 4)


1. Envelope 2 containing

Cost of Tender document Rs. 10,000/- (Form of DD/Pay Order) if downloaded


1.1
from Banks Web Site.
1.2
EMD of Rs. 84.00 lacs in favour of Bank of India, payable at Mumbai.

II. Prequalification Application (Envelope No. 3)

1. Completion Certificates from client for completed Multi storied Residential


RCC Buildings (Basement + Gr. + 5 upper storeyed) works during the last 7
years w.e.f 01.07.2008 up to 30th June 2015.
2 One project (commercial or Residential) of Govt./Public Sector
Undertakings/Nationalized Banks costing minimum Rs. 17.00 Crore
anywhere in India
4 Average Annual Financial Turnover during the last 3 years ending 31st March
2015 ( in the format Certified by Charted Accountant )
5. Proof of their Head Office/Registered Office/branch Office in Mumbai/Navi
Mumbai/Thane. Please attach Telephone bill/ Electricity bill.
6 Reports on financial standing of the Company / Firm, profit and loss statement
and auditors report for last three years.( Audited Balance sheets to be
submitted)
7 Solvency Certificate from the bankers.
8. Enclose IT returns of the last three years
9 The firm / company should have registration with service tax, VAT, PF, ESIC
and Prof. Tax.
III. Technical Bid Envelope No.3

A. Tender document Vol. I NIT, GCC,


B. Tender Vol. II Technical Specifications, Make of Manufacturers and tender drawings.

C. Common set of conditions issued by Bank, if any based on Prebid querries/ meeting.
IV. Commercial / Price Bid Envelope No. 4
A.
Price bid duly filled in word and figures, signature and sealed on each page to be
submitted in separate cover duly superscribed as Envelope No. 4 - Price bid.

Place:

Date: Signature & Seal of the Contractor

***

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 27


BANK OF INDIA

ACCEPTANCE OF TENDER CONDITIONS

C.M. Belekar, Architects

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 28


ACCEPTANCE OF TENDER CONDITIONS

From : (On the letter head of the company by the authorized officer having power of
attorney)

To,
The Dy. General Manager (Premises),
Bank of India,
Head Office, Premises Dept.,
Star House, C-5, G-Block,
Bandra-Kurla Complex,
Bandra (E), Mumbai 400051

Sub: Proposed Construction of Residential Bldg. Complex (Wing A and B) on


property bearing CTS No.55A, 55B, 55C & 55D at Ambivili Village,
Jogeshwari (W), Mumbai

Sir,

This has reference to above referred tender. I/We are pleased to submit our
tender for the above work and I/we hereby unconditionally accept the tender
conditions and tender documents in its entirety for the above work.

2. I/We have viewed and read the terms and conditions of this NIT, Instructions to
tenderers, GCC/SCC/ Drawings/Integrity Pact and other conditions in Tender Volume
No. I to III carefully.

3. Should this tender be accepted, I/we agree to abide by and fulfill all terms and
conditions referred to above and as contained in tender documents elsewhere and in
default thereof, to forfeit and pay Bank of India, such sums of money as are stipulated in
the notice inviting tenders and tender documents.

4. If I/we fail to commence the work and/or I/we fail to sign the agreement as per
Clause of Contract and/or I/we fail to submit performance guarantee as per Clause of
Contract, I/we agree that Bank of India shall, without prejudice to any other right or
remedy, be at liberty to cancel the Letter of Award and to forfeit the said earnest money
as specified above.

Yours faithfully,

(Signature of the tenderer)


With rubber stamp

Dated ______________

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 29


BANK OF INDIA

INSTRUCTIONS TO THE TENDERERS

C.M. Belekar, Architects

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 30


Name of work : Proposed Construction of Residential Bldg. Complex (Wing A and
B) on property bearing CTS No.55A, 55B, 55C & 55D at Ambivili Village,
Jogeshwari (W), Mumbai.

Architects : M/s. C. M. Belekar, Architects

INSTRUCTIONS TO THE TENDERERS

1.0 The work

Sealed tenders are invited by Bank of India for the work of Proposed Construction of
Residential Bldg. Complex (Wing A and B) on property bearing CTS No.55A, 55B, 55C
& 55D of Ambivili Village, Jogeshwari (W), Mumbai, which comprises of dismantling of
existing structure, Soil Investigation, Shore Piles, Excavation for two basements, RCC
foundation, RCC structural work, General Civil, Plumbing, Sanitary, Site development
etc.

1.1 Site and its location

The proposed construction work is to be carried out at CTS No. 55A, 55B, 55C & 55D of
Ambivili Villlage, Jogeshwari (W), Mumbai for BOIs Residential complex for their staff
and officers.

2.0 Tender documents

2.1 The work has to be carried out strictly according to the conditions stipulated in the tender
consisting the following documents and the most workman like manner.

Volume-I :
Notice Inviting Tender

Pre-qualification Application

Instructions to Tenderers.

General Conditions of Contract.

Special Conditions of Contract.

Annexures for Guarantees, Registers, etc.

Volume-II

Technical Specifications

List of approved make of materials

Volume-III

Price Bid (Bill of Quantities)

2.2 The above documents shall be taken as complementary and mutually explanatory of one
another but in case of ambiguities or discrepancies, shall take precedence in the order
given below ;

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 31


i) Price Bid Detail Bill of Quantities (Itemwise) as per Vol. III

ii) Tender Drawings (Architectural and Structural).

iii) Additional Specifications.

iv) Technical Specifications.

v) Relevant IS Code (updated)

vi) Technical Specification of CPWD Latest Version

vii) Special conditions of contract.

viii) General conditions of contract.

ix) Instructions to Tenderers

2.3 Complete set of tender documents and Architectural drawings can be downloaded from
Banks website including the corrigendum (s) based on Pre bid Meeting, if any.

2.3.1 The cost of tender document / processing fees of the tender amounting to Rs. 10,000/-
to be paid in the form of DD/ Pay order in favour of Bank of India, payable at Mumbai by
the tenderers, who have downloaded the tender document from Banks website.

2.3.2 Alternatively, the blank tender documents can be obtained in person from Premises
Department ,Bank of India, Head Office , STAR HOUSE,1st floor ,C-5 GBlock, Bandra
Kurla Complex,Bandra (East),Mumbai. from 23.07.2015 to 20.08.2015 between 10:00
to 17:00 hrs on any Day except holidays during the period mentioned in the Tender
Notice on payment of Rs. 10,000/- (non-refundable) in the form of Payorder/DD.

2.4 The tender documents are not transferable.

3.0 Site Visit

3.1 The tenderer must obtain himself on his own responsibility and his own expenses all
information and data which may be required for the purpose of filling this tender
document and enter into a contract for the satisfactory performance of the work. The
tenderer is requested satisfy himself regarding the availability of water, power, transport
and communication facilities, the character quality and quantity of the materials, labour,
the law and order situation, climatic conditions local authorities requirement, traffic
regulations etc.

The tenderer will be fully responsible for considering the financial effect of any or all the
factors while submitting his tender.

4.0 Earnest Money Deposit (EMD) :

4.1 The tenderers are requested to submit the Earnest Money of Rs. 84.00 Lakhs
(Rs. Eighty Four Lacs only) in the form of Demand Draft or Pay order in favour of Bank
of India , drawn on any Scheduled / Nationalised Bank payable at Mumbai.

4.2 EMD in any other form other than as specified above will not be accepted. Tender not
accompanied by the EMD in accordance with clause 4.1 above shall be rejected.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 32


4.3 No interest will be paid on the EMD.

4.4 EMD of unsuccessful tenderers will be refunded within 30 days after award of Contract
to the qualified tenderer.

4.5 EMD of successful tenderer will be retained as a part of security deposit.

5.0 Initial Security Deposit (ISD.)

Deleted.

6.0 Security Deposit / Total Security Deposit (TSD)

6.1 Total security deposit shall be 5% of contract value including EMD. Balance 3% of TSD
shall be recovered from the contractors Running Account Bills (R.A. Bills) of the work at
the rate of 8% of the respective running account bills i.e., deduction from each running
bill account will be 8% till TSD amount of 5% of contract value received.

6.1.2 Release of Security Deposit : 50% of the TSD shall be released to the Contractors on
satisfactory and successful completion of the work, on the basis of Architects certifying
the virtual completion of the work.

The balance 45% amount would be released to the Contractors after rectification of
defects as specified by the Architects/Bank as stated else where in the contract and after
expiry of Defects Liability Period of 12 months, whichever is later. Remaining 5% of Total
Security Deposit shall be refunded only after complies of points/ recoveries pointed out
by Chief Technical Examiner, 24 months or later, from the date of virtual completion.

6.2 No interest shall be paid on TDS amount retained by the Bank as Security Deposit.

7.0 Signing of Contract Documents

The successful tenderer shall be bound to implement the contract by signing an


agreement and conditions of contract attached herewith (Vol. I to III including common
set of conditions/ corrigendum) within 30 days after receipt of Letter of Intent (LOI) and
acceptance by the contractor.

Detailed work order will be issued by Bank/ Architect on executing the agreement
between the Bank and successful tenderer.

8.0 Completion Period

Time is Essence of the Contract. The work should be completed in all respects in
accordance with the terms of contract within a period of 24 months from the date of
handing over site or 15 days from the date receipt of letter of acceptance whichever is
later.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 33


9.0 Validity of tender

Tenders shall remain valid and open for acceptance for a period of 120 days from the
date of opening price bid. If the tenderer withdraws his/her offer during the validity
period or makes modifications in his/her original offer which are not acceptable to the
Bank, without prejudice to any other right or remedy, the Bank shall be at liberty to forfeit
the EMD.

10.0 Type of contract / Rate and prices :

10.1 This is the Item Rate Tender, the quoted rates in price bid for individual item shall
remains firm and unchanged till completion of the work. The quantity mentioned in the
price bid are approx. / tentative and variation is expected for few items.

10.1.1 The tenderers shall quote the rates for all individual items both in words and figures. In
case of discrepancy between the rate quoted in words and figures, the unit rate quoted
in words will prevail. If no rate is quoted for a particular item, tender shall be considered
as incomplete and will be treated quoted rate is nil and the contractor has to complete
the work without any consideration .

The amount of each item shall be calculated and the requisite total is given. In case of
discrepancy between the unit rate and the total amount calculated from multiplication of
unit rate and the quantity, the unit rate quoted will govern and the amount will be
corrected accordingly.

10.1.2 The tenderers should not change the units as specified in the tender. If any unit is
changed the tenders would be evaluated as per the original unit and the contractor
would be paid accordingly.

The tenderer should not change or modify or delete the description of the item. If any
discrepancy is observed he should immediately brought to the knowledge of the
Architects & Bank.

10.1.3 Each page of the BOQ shall be sealed and signed by the authorised person and cutting
or overwriting shall be duly attested by him/ authorized person.

10.1.4 The rate quoted shall be firm till completion of the project in all respects including
authorized extension of time granted by Bank and the rates quoted shall be inclusive of
everything / all costs, allowances, taxes, duties, levies, cess, royalties, Work contract
tax/ Value Added Tax etc. However, Service tax will be paid extra as per rule.

10.1.5 The contractor should indicate the service tax separately in Grand Summery of Bill of
Quantities.

10.1.6 Bank will only pay statutory payment to the local authorities for obtaining permissions ,
NOCs, licenses. However, the contractor has to obtained all necessary approvals
(NOCs, permissions, etc.) from concerned authorities and the Architect / Bank will
cooperate / assist the contractors in this regard.

11 Temporary Site Office :

The successful Tenderer to provide at his cost shall construct temporary site office for
accommodation of Bank of India, Architects and their own staff separately including
Laboratory and Conference cum Meeting Hall with proper Light and Ventilation,
Telecommunication, computer, printer, Drinking Water facility and Toilets.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 34


12 The Tenderers shall produce list of construction equipments, Engineering Staff, Plants,
supporting staff which shall be available during the construction.

13 The successful Tenderer should arrange all BS/IS Codes at site in hard and soft copies
for reference of Bank/ Architects at his own cost.

14 The Bank Guarantee should be obtained either from Nationalized Bank or Schedule
Bank. The Bank Guarantee (s) should be obtained from any scheduled bank/
Nationalized Bank other than BOI, if required.

15. The Retention/ Total Security Deposit, amount shall be release in the following manner:

a) 50% of Total Security Deposit shall be refunded on issuance of virtual


completion Certificate.

b) 45% of Total Security Deposit shall be refunded on Expiry of Defect Liability


of 12 months and attending the defective work/ defects pointed out that
Architects / Bank of India .

c) Remaining 5% of Total Security Deposit shall be refunded only after complies


of points/ recoveries pointed out by Chief Technical Examiner, 24 months
or later, from the date of virtual completion.

******

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 35


BANK OF INDIA ,

GENERAL CONDITIONS OF CONTRACT

C.M. Belekar, Architects

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 36


GENERAL CONDITIONS OF CONTRACT

I Definitions :

1. Contract means the documents forming the tender (Volume no. I, II & III) and the acceptance
thereof and the formal agreement executed between the Bank of India and the Contractor,
together with the documents referred therein including these conditions, the specifications,
designs, drawings and instructions issued from time to time by the Architects / Bank and all
these documents taken together shall be deemed to form one contract and shall be
complementary to one another.

1.1 In the contract the following expressions shall, unless the context otherwise requires, have
the meaning hereby respectively assigned to them.

1.1.1 Client/ Bank/ Owner : Bank of India shall mean The Dy. General Manager (Premises)/
Authorised Designated Officer, Premises Dept. having Head Office at Star House, C-5, G-
Block, Bandra-Kurla Complex, Bandra (E), Mumbai 400051 and includes their
representatives, successors and assigns.

1.1.2 Architects / Consultants shall mean M/s. C. M. Belekar, Architects, Indravadan C.H.S.
Ltd., B-block, Gr. floor, Padmabai Thakkar Rd., Mahim (Dadar), Mumbai 400 016.

The implementation of the project will be co-ordinated by the Architects comprising of


Representatives of the Bank, Architects & Contractors.

1.1.4 The Contractor shall mean the individual or firm or company whether incorporated or
not, undertaking the works and shall include authorised representative of such individual or
the firm or company and the permitted assignees of such individual or firms or company.

The expression works or work shall mean the permanent or temporary work described in
the Scope of work and/or to be executed in accordance with the contract and includes
materials, apparatus, equipment, temporary supports, fittings and things of all kinds to be
provided, the obligations of the contractor hereunder and work to be done by the contractor
under the contract.

1.1.5 Engineer / Engineer-in-charge shall mean the representative of Bank of India ,


nominated by the Dy. General Manager (Premises) / Authorised Designated Officer. The
decision of the Engineer shall be conveyed to the Contractors through Architects for day to
day supervision of the work and decision / contractual formalities shall be conveyed to the
Contractors through Architects. .

1.1.6 Drawings shall mean the drawings prepared by the Architects and issued through
Architects based on the specifications and any modifications of such drawings as may be
required by Architects from time to time after confirmation from Bank of India . However,
initial working drawing issued by the Architects.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 37


Contract value shall mean the value of the entire work as stipulated in the letter of
acceptance of tender subject to such additions thereto or deductions there from as may be
made under the provision herein after contained.

1.1.6 Specifications shall mean the specifications referred to in the tender and any
modifications thereof as may from time to time be furnished or approved by the Architects.

1.1.7 Month means twelve English calendar months.

1.1.10 Week means seven consecutive days.

1.1.11 Day means a calendar day beginning and ending at 00 Hrs. and 24 Hrs. respectively.

******

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 38


GENERAL CONDITIONS OF CONTRACT

II CONTRACT CLAUSES :

1. Total Security Deposit :

The Total Security deposit mean Earnest Money Deposit, Initial Security Deposit and
the Retention Money (deducted from Running Account Bills) stated in this Document
elsewhere , total Security Deposit / Retention shall be 5% of the contract value.

a) Earnest Money Deposit :

The tenderer shall furnish EMD of Rs. 84.00 Lacs (Rupees Eighty Four lakhs only) in the
form of Demand draft drawn in favour of Bank of India ,on any Nationalised Bank. No
tender shall be considered unless the EMD is so deposited in the required form. No
interest shall be paid on this EMD. The EMD of the unsuccessful tenderer shall be
refunded soon after the decision to award the contract is taken by the Bank and the EMD
shall not bear any interest. The EMD shall stand absolutely forfeited if the tenderer
revokes his tender at any time. When he is required to keep his tender open for
acceptance by Bank of India , or after it is accepted by the Bank of India , or if the
Contractor fails to enter into a formal agreement or fails to pay the initial security deposit as
stipulated or fails to commence the work within the stipulated time.

b) Initial Security Deposit (I.S.D) :

Deleted

c) Security Deposit / Total Security Deposit (TSD)

c.1 Total security deposit shall be 5% of contract value including EMD. Balance 3% of TSD
shall be recovered from the contractors Running Account Bills (R.A. Bills) of the work at
the rate of 8% of the respective running account bills i.e., deduction from each running bill
account will be 8% till TSD amount of 5% of contract value.

c.1.2 Release of Security Deposit : 50% of the TSD shall be released to the Contractors on
satisfactory and successful completion of the work, on the basis of Architects certifying the
virtual completion of the work.

The balance 45% amount would be released to the Contractors after rectification of defects
as specified by the Architects/Bank as stated else where in the contract and after expiry of
Defects Liability Period of 12 months, whichever is later. Remaining 5% of Total Security
Deposit shall be refunded only after complies of points/ recoveries pointed out by Chief
Technical Examiner, 24 months or later, from the date of virtual completion.

c.2 No interest shall be paid on TDS amount retained by the Bank as Security Deposit.

2.0 Language
The language in which the contract documents shall be drawn shall be in English.

3.0 Errors, omissions and discrepancies


In case of errors, omission and/or disagreement between written and scaled dimensions
on the drawings or between the drawings and specifications etc., the following order shall
apply.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 39


3.1 Between scaled and written dimension (or description) on a drawing, the later shall be
adopted.

3.2 Between the written or shown description or dimensions in the drawings and the
corresponding one in the specification the former shall be taken as correct.

3.3 Between written description of the item in the specifications and descriptions in bills of
quantities of the same item, the later shall be adopted.

3.3.1 In case of difference between rates written in figures and words, the rate in words shall
prevail.

3.3.2 Between the duplicate / subsequent copies of the tender, the original tender shall be taken
as correct. The order of precedence shall be Bill of Quantity, Tender Drawings, Technical
Specifications, Special Conditions of the Contract, General Conditions of the Contract and
for any Variation / Deviation / IS code should be prevailed.

4.0 i) Letter of Intent (LOI) :


Within the validity period of the tender, the Bank shall issue a letter of Intent intimating the
contractors that the Bank intend to award the work in their favour as per the terms and
conditions acceptable either directly or through the Architects by registered post or
otherwise depositing at the address of the contractor as given in the tender to enter into a
Contract for the execution of the work as per the terms of the tender.

ii) Work Order :


On acceptance of the LOI by the contractors, contractual formalities shall be completed
like execution of the agreement, submission of bar chart/ CPM, mobilization of site by
contractor, application for insurance policy and labour license etc. and other documents as
prescribed else in the tender document. Detailed work order shall be issued accordingly.

iii) Contract Agreement :

On receipt of the acceptance of LOI and detailed work order , the successful tenderer shall
be bound to implement the contract and within fifteen days thereof he/firm shall sign an
agreement in a non judicial stamp paper of appropriate value.

iv) No. of contract copies :

Total 6 nos. of Contract Agreements including original shall be compiled by the contractor
and to be distributed after signing the same by both the parities (contractor & Bank) as
under:

a) Original & copy with BOI .


b) One copy for Architects .
c) Two copies to the Contractor.
d) One copy at Site.

5.0 Ownership of drawings :

All drawings, specifications and copies thereof furnished by the BOI through its Architects
are the properties of the BOI. They are not to be used on other work.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 40


6.0 Detailed drawings and instructions :

BOI through its Architects shall furnish with reasonable promptness additional instructions
by means of drawings or otherwise necessary for the proper execution of the work. All
such drawings and instructions shall be consistent with the contract documents, true
developments thereof and reasonably inferable there from. The work shall be executed in
conformity therewith and the Contractor shall prepare a detailed program schedule
indicating therein the date of start and completion of various activities on receipt of the
Work Order / Letter of Acceptance and submit the same to BOI , through the Architects .

7.0 Copies of agreement :

Deleted

8.0 Liquidated damages:

8.1 If the contractor fails to maintain the required progress in terms of Contract mentioned
elsewhere in this Document or to complete the work and clear the site including vacating
their office on or before the contracted or extended date or completion without
justification in support of the cause of delay, he may be called upon without prejudice
to any other right or remedy available under the law to BOI , on account of such breach to
pay a liquidated damages at the rate of 0.25% of the contract value per week of part
thereof which shall subject to a maximum of 5% of the contract value.

9.0 Materials, Appliances and Employees :

Unless or otherwise specified the contractor shall provide and pay for all materials,
labour, water, power, tools, equipment transportation and other facilities that are required
for the satisfactory execution and completion of the work. Unless or otherwise specified
all materials shall be new and both workmanship and materials shall be of best quality.

The contractor shall at all times enforce strict discipline and good order among his
employees and shall not employ on the work any unfit person or anyone not skilled in
the work assigned to him. Workman whose work or behavior is found to be
unsatisfactory by BOI , Architects , he shall be removed from the site immediately.

10.0 Permits, Laws and Regulations :

Permits and licenses required for the execution of the work shall be obtained by the
contractor at his own expenses. The contractor shall give notices and comply with the
regulations, laws, ordinances rules, applicable to the contract. If the contractor observes
any discrepancy between the drawings and specifications, he shall promptly notify BOI ,
in writing under intimation of the Architects. If the contractor performs any act which is
against the law, rules and regulations he shall meet all the costs arising there from and
shall indemnify Bank of India , any legal actions arising there from.

11.0 Setting out Work :

The contractor shall set out the work and shall be responsible for the true and perfect
setting out of the same and for the correctness of the positions, levels, dimensions, and
alignment of all parts thereof and get it approved by the Architects before proceeding with
the work. If at any time any error in this respect shall appear during the progress of the

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 41


works, irrespective of the fact that the layout had been approved by the Architects or not
the Contractor shall be responsible for the same and shall at his own expenses rectify such
error, if so, required to satisfaction of the Architects . The Contractor should bring to the
notice of the Architects , the errors, omissions between the Bill of Quantities and the
drawings before execution of the same. The Architects shall instruct the Contractor
correctness of the same.

12.0 Protection of works and property :


The Contractor shall continuously maintain adequate protection of all his work from
damage and shall protect BOIs properties from injury or loss arising in connection with
contract. He shall make good any such damage, injury, loss (due to his fault or
negligence) except due to causes beyond his control.

He shall take adequate care and steps for protection of the adjacent properties. The
contractor shall take all precautions for safety and protections of his employees on the
works and shall comply with all applicable provisions of Government and local bodies
safety laws and building codes to prevent accidents, or injuries to persons or property on,
about or adjacent to his own cost. The Insurance policy may be taken in joint names of the
Contractor and the BOI and the original policy may be lodged with the BOI . This clause
should be read in conjunction with the Insurance clause and Safety Code mentioned
elsewhere in this Document.

13.0 Inspection of work :

Bank of India,/ Architects or their representatives shall at all reasonable times have
free access to the work site and/or to the workshop, factories, or other places where
materials are lying or from where they are obtained and the contractor shall give every
facility to Bank of India ,/ Architects and their representatives necessary for
inspection and examination and test of the materials and workmanship. No person
unless authorised by Bank of India / Architects except the representative of Public
authorities shall be allowed on the work at any time. The proposed work either during its
construction stage or its completion can also be inspected by the Chief Technical
Examiners organisation, a wing of Central Vigilance commission.

14.0 Assignment and subletting

The whole of work included in the contract shall be executed by the Contractor and he
shall not directly entrust and engage or indirectly transfer, assign or underlet the contract
or any part or share thereof or interest therein without the written consent of Bank of India
, through the Architects and no undertaking shall relieve the contractor from the
responsibility of the contractor from active superintendence of the work during its
progress.

15.0 Quality of materials, workmanship & Test :

15.1 All materials and workmanship shall be best of the respective kinds described in the
contract and in accordance with Architects instructions and shall be subject from time to
time to such tests as the Architects may direct at the place of manufacture or fabrication or
on the site or an approved testing laboratory. The contractor shall provide such
assistance, instruments, machinery, labour, and materials as are normally required for
examining measuring sampling and testing any materials or part of work before
incorporation in the work for testing as may be selected and required by the Architects .

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 42


15.2 Samples

All samples of adequate numbers, size, shades & pattern as per specifications shall be
supplied by the contractor with out any extra charges. If certain items proposed to be used
are of such nature that samples cannot be presented or prepared at the site detailed
literature / test certificate of the same shall be provided to the satisfaction of the
Architects . Before submitting the sample / literature the contractor shall satisfy himself
that the material / equipment for which he is submitting the sample / literature meet with
the requirement of tender specification. Only when the samples are approved in writing by
the Architects the contractor shall proceed with the procurement and installation of the
particular material / equipment. The approved samples shall be signed by the Architects
for identification and shall be kept on record at site office until the completion of the work
for inspection / comparison at any time. The Architects shall take reasonable time to
approve the sample. Any delay that might occur in approving the samples for reasons of
its not meeting the specifications or other discrepancies inadequacy in furnishing samples
of best qualities from various manufacturers and such other aspects causing delay on the
approval of the materials / equipment etc. shall be to the account of the contractor.

15.3 Cost of test :

The cost of making any test shall be borne by the contractor if such test is intended by or
provided for in the specification or BOQ and the instruction of BOI/ Architect and the
technical examiner, if any.

15.4 Cost of tests not provided for :

If any test is ordered by the Architects , which is either.

15.4.1 If so intended by or provided for or (in the cases above mentioned) is not so particularised,
or though so intended or provided for but ordered by the Architects to be carried out by an
independent person at any place other than the site or the place of manufacture or
fabrication of the materials tested or any Government / approved laboratory, then the cost
of such test shall be borne by the Contractor.

15.4.2 If the Contractor fails to carry out the testing of materials within 7 days, Bank of India
from the date of instruction / advise by the Architects , shall carry out the same as
per guidelines of Architects and the cost of the same shall be recovered from Contractors
Running Account bill(s).

16.0 Obtaining information related to execution of work :

No claim by the contractor for additional payment shall be entertained which is consequent
upon failure on his part to obtain correct information as to any matter affecting the
execution of the work nor any misunderstanding or the obtaining incorrect information or
the failure to obtain correct information relieve him from any risks or from the entire
responsibility for the fulfillment of contract.

17.0 Quantities

17.1 The Bill of Quantities (BOQ) unless or otherwise stated shall be deemed to have been
prepared in accordance with the Indian Standard Method of Measurements and quantities.
The rate quoted shall remain valid for variation of quantity against individual items and
shall be revised, if gross work done exceeds 25% of the awarded contract sum.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 43


17.2 The contractors are not entitled for compensation, loss of profit or any other claim for
quantity variation on negative side.

18.0 Works to be measured

The Architects may from time to time intimate to the contractor that he required the work to
be measured and the contractor shall forthwith attend or send a qualified representative to
assist the Architects in taking such measurements and calculations and to furnish all
particulars or to give all assistance required by any of them. Such measurements shall be
taken in accordance with the Mode of measurements detailed in the specifications. The
representative of the Architects shall take joint measurements with the contractors
representative and the measurements shall be entered in the measurement book. The
contractor or his authorised representative shall sign all the pages of the measurement
book in which the measurements have been recorded in token of his acceptance. All the
corrections shall be duly attested by both representatives. No over writings shall be made
in the Measurement books. Should the contractor not attend or neglect or omit to depute
his representative to take measurements then the measurements recorded by the
representative of the Architects shall be final. All authorised extra work, omissions and all
variations made shall be included in such measurements.

19.0 Variations

19.1 No alteration, omission or variation ordered in writing by the Architects shall vitiate the
contract. In case BOI , thinks proper at any time during the progress of works to make any
alteration in, or additions to or omissions from the works or any alteration in the kind or
quality of the materials to be used therein, the Architects shall give notice thereof in writing
to the contractor or shall confirm in writing within seven days of giving such oral
instructions to the contractor shall alter to, add to, or omit from as the case may be in
accordance with such notice, but the contractor shall not do any work extra to or make any
alterations or additions to or omissions from the works or any deviation from any of the
provisions of the contract, stipulations, specifications or contract drawings without previous
consent in writing of the Architects and the value of such extras, alterations, additions or
omissions shall in all cases be determined by the Architects and the same shall be added
to or deducted from the contract value, as the case may be. The deviation of such item
should not exceed Rs. 50,000/- for such individual item /work.

19.2 Discrepancies in the drawings or in BOQ specifications if any, should be immediately


brought to the notice of the Architects/BOI & before commencing that part of the work.
Drawings should not be scaled out. All dimensions to be checked and verified before
commencing the work. RCC / Structural drawings should be read in conjunction with
relevant Architectural drawing only.

20.0 Valuation of Variations

20.1 No claim for an extra shall be allowed unless it shall have been executed under the
authority of the Architects with the concurrence of Bank of India, as herein
mentioned. Any such extra is herein referred to as authorised extra and shall be made in
accordance with the following provisions.

20.1.1 The net rates or prices in the contract shall determine the valuation of the extra work where
such extra work is of similar character and executed under similar conditions as the work
priced herein.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 44


20.1.2 Rates for all items, wherever possible should be derived out of the rates given in the priced
BOQ.

20.1.3 If new item / extra item is introduced, then the Rate Analysis shall be submitted by the
Contractors for approval of Architects . The Architects shall recommend the rates to Bank
of India and through the Architects shall convey the approval for the same.

20.2 The net prices of the original tender shall determine the value of the items omitted,
provided if omissions do not vary the conditions under which any remaining items of works
are carried out, otherwise the prices for the same shall be valued under sub-clause as
hereinunder.

20.3 Where the extra works are not of similar character and/or executed under similar
conditions as aforesaid or where the omissions vary the conditions under which any
remaining items or works are carried out, then the contractor shall within 7 days of the
receipt of the letter of acceptance inform the Architects of the rate which he intends to
charge for such items of work, duly supported by analysis of the rate or rates claimed and
the Architects shall fix such rate or prices as in the circumstances in his opinion are
reasonable and proper, based on the market rate.

20.4 It is further clarified that for all such authorised extra items where rates cannot be derived
from the tender, the Contractor shall submit rates duly supported by rate analysis and price
list (which shall be based on the relevant document) worked on the market rate basis for
material, labour, hire / running charges of equipment and wastages etc. plus 15% towards
establishment charges, contractors overheads and profit. Such items shall not be
eligible for escalation payable under the Tender stipulations mentioned elsewhere in this
Tender Document.

21.0 Final measurement

The measurement and valuation in respect of the contract shall be completed within six
months of the virtual completion of the work.

22.0 Virtual completion certificate (VCC)

22.1 On successful completion of entire works covered by the contract to the full satisfaction of
the Bank of India/ Architects , the contractor shall ensure that the following works have
been completed to the satisfaction of the BOI / Architects:

22.1.1 Clear the site of all scaffolding, wiring, pipes, surplus materials, contractors labour,
equipment and machinery.

22.1.2 Demolish, dismantle and remove the contractors site office, temporary works, structures
including labour sheds/camps and constructions and other items and things whatsoever
brought upon or erected at the site or any land allotted to the contractor by the BOI and
not incorporated in the permanent works.

22.1.3 Remove all rubbish, debris etc. from the site and the land allotted to the contractor by the
BOI and shall clear, level and dress, compact the site as required by the BOI.

22.1.4 Shall put the BOI in undisputed custody and possession of the site and all land allotted by
the BOI .

22.1.5 Shall hand over the work in a peaceful manner to the BOI / Architects .

22.1.6 All defects / imperfections have been attended to and rectified as pointed out by the BOI /
Architects to the full satisfaction of Architects ..

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 45


Upon the satisfactory fulfillment by the Contractor as stated above, the Contractor shall be
entitled to apply to the Architects towards satisfactory completion of the work. Relative to
which the completion certificate has been sought, the shall within fourteen (14) days of the
receipt of the application for virtual completion certificate, issue a VCC in respect of the
work for which the VCC has been applied.

This issuance of a VCC shall be without prejudice to the BOI s rights and Contractors
liabilities under the contract including the contractors liability under defects liability period
nor shall the issuance of VCC in respect of the works or work at any site be construed as a
waiver of any right or claim of the BOI against the contractor in respect of works or work
at the site and in respect of which the VCC has been issued.

23.0 Work by other agencies

The BOI / Architects reserves the rights to use premises and any portion of the site for
execution of any work not included in the scope of this contract which it may desire to have
carried out by other persons simultaneously and the contractor shall not only allow but also
extend reasonable facilities for the execution of such work. The Contractor however shall
not be required to provide any plant or material for the execution of such work except by
special arrangement with the BOI. Such work shall be carried out in such manner as not to
impede the progress of the works included in the contract.

24.0 Insurance of works

24.1 Without limiting his obligation and responsibilities under the contract the contractor shall
insure in the joint names of the BOI and the contractor against all loss of damages from
whatever cause arising other than the excepted risks, for which he is responsible under the
terms of contract and in such a manner that the BOI and Contractor are covered for the
time allowed for completion of the entire project as stipulated in the Tender Document and
are also covered during the period of maintenance/ Defect Liability Period for loss or
damage arising from a cause, occurring prior to the commencement of the period of
maintenance and for any loss or damage occasioned by the contractor in the course of any
operations carried out by him for the purpose of complying with his obligations under the
clause.

24.1.1 The works for the time being executed to the estimated current Contract value thereof, or
such additional sum as may be specified together with the materials for incorporation in the
works at the replacement value, the contractor has to insure the said replacement/
additional work by paying additional premium (if any).

24.1.2 The contractor in their own interest may obtain insurance policy for their own Plant,
Machinery, and Equipments to over the risk.

24.1.3 Such insurance shall be effected with an insurer and in terms approved by the BOI
which approval shall not be unreasonably withheld and the contractor shall whenever
required produce to the Architects the policy of insurance and the receipts for payment of
the current premiums.

24.1.4 The value of insurance policy for contractors All Risk Policy for loss of damage to the work
or any part thereof or all material at site from any cause whatsoever specially earthquake,
flooding etc. shall be 110% of the contract sum.

24.2 Damage to persons and property

The contractor shall, except if and so far as the contract provides otherwise indemnify the
BOI against all losses and claims in respect of injuries or damages to any person or
material or physical damage to any property whatsoever which may arise out of or in
consequence of the execution and maintenance of the works and against all claims

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 46


proceedings, damages, costs, charges and expenses whatsoever in respect of or in
relation thereto except any compensation of damages for or with respect to:

24.2.1 The permanent use or occupation of land by or any part thereof.

24.2.2 The right of BOI to execute the works or any part thereof on, over, under, in or through
any lands. Injuries or damages to persons or properties which are unavoidable result of the
execution or maintenance of the works in accordance with the contract.

24.2.3 Injuries or damage to persons or property resulting from any act or neglect of the BOI their
agents, employees or other contractors not being employed by the contractor or for or in
respect of any claims, proceedings, damages, costs, charges and expenses in respect
thereof or in relation thereto or where the injury or damage was contributed to by the
contractor, his servants or agents such part of the compensation as may be just and
equitable having regards to the extent of the responsibility of the BOI, their employees, or
agents or other employees, or agents or other contractors for the damages or injury.

24.3 Contractor to indemnify

The contractor shall indemnify the BOI against all claims, proceedings, damages, costs
charges and expenses in respect of the matters referred to in the provision sub-clauses
mentioned hereinabove.

24.4 Contractors superintendence

The contractor shall fully indemnify and keep indemnified the BOI against any action,
claim, or proceeding relating to infringement or use of any patent or design or any alleged
patent or design rights and shall pay any royalties which may be payable in respect of any
article or part thereof included in the contract. In the event of any claim made under or
action brought against BOI in respect of such matters as aforesaid the contractor shall be
immediately notified thereof and the contractor shall be at liberty, at his own expenses, to
settle any dispute or to conduct any litigation that may arise there from, provided that the
contractor shall not be liable to indemnify the BOI if the infringement of the patent or
design or any alleged patent or design right is the direct result of an order passed by the
Architects in this behalf.

24.5 Third Party Insurance

24.5.1 Before commencing the execution of the work the Contractor, but without limiting his
obligations and responsibilities under clause mentioned hereinabove, shall insure against
his liability for any material or physical damage, loss, or injury which may occur to any
property including that of BOI , or to any person, including any employees of the BOI, by or
arising out of the execution of the works or in the carrying out of the contract, otherwise
than due to the matters referred to in the provision to clause thereof.

24.5.2 Minimum amount of Third Party Insurance

Such insurance shall be effected with an insurer and in terms approved by the BOI which
approval shall not be reasonably withheld and for at least the amount stated below. The
contractor shall, whenever required, produce to the Architects the policy or policies of
insurance cover and receipts for payment of the current premiums.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 47


24.6 The minimum insurance cover for physical property, injury, and death is Rs. 50 lacs, per
occurrence with the number of occurrences limited to three. After each occurrence
contractor should re-insurance the policy by making necessary premium to the insurance
company, to make the insurance policy valid for three occurrences and so on till expiry of
twelve months Defect Liability Period.

24.7 Accident or Injury to workman :

24.7.1 The BOI shall not be liable for or in respect of any damages or compensation payable
under law in respect or in consequence of any accident or injury to any workmen or other
person in the employment of the contractor or any sub-contractor, save and except an
accident or injury resulting from any act or default of the BOI or their agents, or employees.

The contractor shall indemnify and keep indemnified BOI against all such damages and
compensation, save and except as aforesaid, and against all claims, proceedings, costs,
charges and expenses whatsoever in respect thereof or in relation thereto.

24.7.2 Insurance against accidents etc. to workmen

The contractor shall insure against such liability with an insurer approved by the BOI
during the whole of the time that any persons are employed by him on the works during
rectification of the defects during `Defects Liability Period and shall, when required,
produce to the Architects , such policy of insurance and receipt for payment of the current
premium. Provided always that, in respect of any persons employed by any sub-
contractor, the contractors obligation to insure as aforesaid under this sub-clause shall be
satisfied if the sub contractor shall have insured against the liability in respect of such
persons in such manner that BOI is indemnified under the policy but the contractor shall
require such sub-contractor to produce to the Architects when such policy of insurance and
the receipt for the payment of the current premium.

24.7.3 The Contractors should obtain the Insurance Policy in joint name of BOI and the
Contractors as per the details stipulated in Annexure O.

25.0 Remedy on contractors failure to insure

If the contractor fails to effect and keep in force the insurance referred to above or any
other insurance which he may be required to effect under the terms of contract, then and in
any such case the BOI may effect and keep in force any such insurance and pay such
premium or premiums as may be necessary for that purpose and from time to time deduct
the amount so paid by the BOI as aforesaid from any amount due or which may become
due to the contractor, or recover the same as debt from the contractor.

25.1. Without prejudice to the others rights of the BOI against Contractors, in respect of such
default, the BOI shall be entitled to deduct from any sums payable to the contractor the
amount of any damages costs, charges, and other expenses paid by the BOI and which
are payable by the contractors under this clause. The contractor shall upon settlement by
the Insurer of any claim made against the insured pursuant to a policy taken under this
clause, proceed with due diligence to rebuild or repair the works destroyed or damaged
without any extra cost to BOI . In this event all the monies received from the Insurer in
respect of such damage shall be paid to the contractor and the Contractor shall not be
entitled to any further payment in respect of the expenditure incurred for rebuilding or
repairing of the materials or goods destroyed or damaged and shall be recovered from
contractors RA bills/ payment due to them.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 48


25.2 Royalties

Except where otherwise stated, the Contractor shall pay all the tonnage and other
royalties, rent and other payments or compensation, if any, for getting stone, sand, gravel,
clay or other materials required for the works. The same shall be secure by suitable legal
arrangement and shall be filed with the Engineer, if so desired by the latter.

25.3 The excavated material/ excess quantity generated from the excavation of the basement
shall be disposed off by the contractors after obtaining necessary permissions from Dist.
Collector / Executive Magistrate and the BMC. The necessary royalties for excavation for
basement work shall be reimburse to the contractors on payment receipt made to the
Govt./ local body.

26.0 Commencement of Works

The date of commencement of the work will be reckoned as the date of handing over site
or fourteen days from the date of issue of the LOI by BOI / Architects whichever is earlier.

27.0 Time for completion

Time is of Essence of the Contract and shall be strictly observed by the contractor. The
entire work shall be completed within a period of 24 calendar months from the date of
commencement. If required in the contract or as directed by the Architects, the Contractor
shall complete certain portions of work before completion of the entire work. However the
completion date shall be reckoned as the date by which the whole work is completed as
per the terms of the contract.

28.0 Extension of time

28.1 If, in the opinion of the Architects , the work be delayed for reasons beyond the control of
the contractor, the Architects may submit a recommendation to the BOI to grant a fair
and reasonable extension of time for completion of work as per the terms of contract. If
the contractor needs an extension of time for the completion of work or if the completion of
work is likely to be delayed for any reasons beyond the due date of completion as
stipulated in the contract, the contractor shall apply to the BOI through the Architects in
writing at least 30 Days before the expiry of the scheduled time and while applying for
extension of time he shall furnish the reasons in detail and his justification if any, for the
delays in the prescribed format (Annxure - ) for granting of Extension of Time. The
Architects shall submit their recommendations to the BOI. While granting extension of time
the contractor shall be informed the period of extended time which will not qualify for levy
of liquidated damages. For the balance period in excess of original stipulated period and
duly sanctioned extension of time by the BOI , the provision of liquidated damages as
stated under clause stated herein above shall become applicable. Further the contract
shall remain in force even for the period beyond the due date of completion irrespective
whether the extension is granted or not.

28.2 If the work (s) be delayed due to the following :

i) Force Majeure, or

ii) Abnormally bad weather, or

iii) Serious loss or damage by fire, or

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 49


iv) Civil commotion, local commotion of Workmen, Strike or Lockout, affecting any of
the traders employed on the work, or

v) Delay in part of other Contractors or Tradesmen engaged by BOI in executing


works not forming part of this contract, or

vii) Any other cause, which, in the absolute direction of BOI beyond Contractors
control.

Then, upon the happening of any such event causing delay, the Contractors shall
immediately give notice thereof in writing through Architects to BOI but shall nevertheless,
use constantly his best endeavours to prevent or make good the delay and shall do all that
may be reasonably required to satisfaction of Architects to proceed with the work.

28.3 FORCE MAJEURE :

Neither contractor nor BOI shall be considered in default in performance of their obligations
if such performance is prevented or delayed by events such as but not to war, hostilities
revolution, riots, civil commotion, strikes, lockout, conflagrations, epidemics, accidents, fire,
storms, floods, droughts, earthquakes or ordinances or any act of god or for any other
cause beyond the reasonable control of the party affected or prevented or delayed.
However a notice is required to be given within 30 days from the happening of the event
with complete details, to the other party to the contract, if it is not possible to serve a
notice, within the shortest possible period without delay.

As soon as the cause of force majeure has been removed the party whose ability to
perform its obligations has been affected, shall notify the other of such cessation and the
actual delay incurred in such affected activity adducing necessary evidence in support
thereof.

From the date of occurrence of a case of force majeure obligations of the party affected
shall be suspended during the continuance of any inability so caused. With the cause itself
and inability resulting there from having been removed, the agreed time of completion of
the respective obligations under this agreement shall stand extended by a period equal to
the period of delay occasioned by such events.

29.0 Rate of progress

Whole of the materials, plant and labour to be provided by the contractor and the mode,
manner and speed of execution and maintenance of the works are to be of a kind and
conducted in a manner to the satisfaction of the Architects. Should the rate of progress of
the work or any part thereof be at any time be in the opinion of the Architects too slow to
ensure the completion of the whole of the work by the stipulated time of completion or
extended time for completion, the Architects shall thereupon take such steps as
considered necessary by the Architects to expedite progress so as to complete the works
by the stipulated time or extended time. Such communications from the Architects neither
shall relieve the contractor from fulfilling the obligations under the contract nor he will be
entitled to raise any claims arising out of such directions.

30.0 Work during nights and holidays

Subject to any provision to the contrary contained in the contract no permanent work shall
save as herein provided be carried out during the night or on holidays without the
permission in writing of the Architects , save when the work is unavoidable or absolutely

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 50


necessary for the saving of life or property or for the safety of the work in which case the
contractor shall immediately advise the Architects . However the provisions of the clause
shall not be applicable in the case of any work which becomes essential to carry by rotary
or double shifts in order to achieve the progress and quality of the part of the works being
technically required/continued with the prior approval of the Architects at no extra cost to
the BOI .

All work at night after obtaining approval from competent authorities shall be carried out
without unreasonable noise and disturbance.

31.0 No compensation or restrictions of work

If, at any time after acceptance of the tender, BOI shall decide to abandon or reduce the
scope of work for any reason whatsoever and hence not required the whole or any part of
the work to be carried out, the BOI Architects shall give notice in writing to that effect to
the Contractor and the Contractor shall act accordingly in the matter. The Contractor shall
have no claim to any payment of compensation or otherwise whatsoever, on account of
any profit or advantage which he might have derived from the execution of the Work fully
but which he did not derive in consequence of the foreclosure of the whole or part of the
work.

Provided that the contractor shall be paid the charges on the cartage only of materials
actually brought to the site of the work by the contractor and rendered surplus as a result
of the abandonment, curtailment of the work or any portion thereof and then taken back the
contractor, provided however that the Architects shall have in such cases the option of
taking over all or any such materials at their purchase price or a local current rate
whichever is less.

32.0 Suspension of work

32.1 The contractor shall, on receipt of the order in writing of the Architects (whose decision
shall be final and binding on the contractor) suspend the progress of works of any part
thereof for such time and in such manner as Architects may consider necessary so as not
to cause any damage or injury to the work already done or endanger the safety thereof for
any of following reasons.

32.1.1 On account of any default on the part of the contractor, or

32.1.2 For proper execution of the works or part thereof for reasons other than the default of the
contractor, or

32.1.2(i) For safety of the works or part thereof. .


The contractor shall, during such suspension, properly protect and secure the
works to the extent necessary and carry out the instructions give on that behalf by
the Architects .

32.1.2(ii) If the suspension is ordered for reasons 31.1.2, 31.1.2(i) & 31.1.2(ii) in sub-para (i)
above, the Contractor shall be entitled to an extension of time equal to the period of
every such suspension. No compensation whatsoever shall be paid on this
account.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 51


33.0 Action when the whole security deposit is forfeited

In any case in which under any clause or clauses of this contract, the Contractor shall have
rendered himself liable to pay compensation amounting to the whole of his security
deposit, the Architects shall have the power to adopt any of the following course as they
may deem best suited to the interest of the BOI .

33.1 To rescind the contract of which rescission notice in writing given to the contractor by the
Architects shall be conclusive evidence and in which case the security deposit of the
contractor shall be forfeited and be absolutely at the disposal of BOI .

33.2 To employ labour paid by the BOI and to supply materials to carry out the work, or any
part of the work by, debiting the contractor with the cost of the labour and materials the
cost of such labour and materials as worked out by the Architects shall be final and
conclusive against the contractor. Further crediting the contractor with the value of the
work done, in all respects in the same manner and at the same rates as if it had been
carried out by the contractor under the terms of this contract, the certificate of Architects
as to the value of work done shall be final and conclusive against the contractor.

33.3 To measure up the work of the contractor and to take such part thereof as shall be
unexecuted, out of his hands, and to give it to another contractor to complete, in which
case any expenses which may be incurred in excess of the sum which would have been
paid to the original contractor as if the whole work had been executed by him, the amount
of which in excess of the certificates in writing from the Architects, shall be final and
conclusive and shall be borne by original contractor which may be deducted from any
money due to him by BOI under the contract or otherwise, or from his security deposit or
the proceeds of sale thereof, or sufficient part thereof.

In the event of any of above courses being adopted by the BOI , the contractor shall have
no claim to compensation for any loss sustained by him by reasons of his having
purchased or procured any material or entered into any engagements or make any
advances on account of, or with a view to the execution of the work or the performance of
the contract and in case the contract shall be rescinded under the provision aforesaid, the
contractor shall not be entitled to recover or to be paid any sum or any work thereto for
actually performed under this contract, unless, and until the Architects will have certified in
writing, the performance of such work and the value payable in respect thereof, and he
shall only be entitled to be paid the value so certified.

34.0 Owners right to terminate the contract

If the contractor being an individual or a firm commit any Act of insolvency or shall be
adjudged an insolvent or being an incorporated company shall have an order for
compulsory winding up voluntarily or subject to the supervision of Government. and of the
Official Assignee of the liquidator in such acts of insolvency or winding up shall be unable
within seven days after notice to him to do so, to show to the reasonable satisfaction of the
Architects that he is able to carry out and fulfill the contract, and to give security therefore if
so required by the Architects .

Or of the contractor(whether an individual firm or incorporated Company) shall suffer


execution to be issued or shall suffer any payment under this contract to be attached by or
on behalf of any of the creditors of the contractor.

Or shall assign or sublet this contract without the consent in writing of the BOI through the
Architects or shall charge or encumber this contract or any payment due to which may
become due to the contractor thereunder :

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 52


34.1 has abandoned the contract, or

34.2 has failed to commence the works, or has without any lawful excuse under these
conditions suspended the progress of the works for 14 days after receiving from the BOI
through the Architects written notice to proceed, or

34.3 has failed to proceed with the works with such diligence and failed to make such due
progress as would enable the works to be completed within the time agreed upon, or has
failed to remove the materials from the site or to pull down and replace work within seven
days after written notice from the BOI through the Architects that the said materials were
condemned and rejected by the Architects under these conditions, or has neglected or
failed persistently to observe and perform all or any of the acts, matters or things by this
contract to be observed and performed by the contractor for seven days after written notice
shall have been given to the contractor to observe or perform the same or as to be
detriment of good workmanship or indefiance of the BOIs or Architects instructions to the
contrary subject any part of the contract, then and in any of said cases the BOI and or the
Architects may, not-withstanding any previous waiver, after giving seven days notice in
writing to the contractor, determine the contract, but without thereby affecting the powers of
the BOI or the Architects or the obligation and liabilities of the contractor the whole of
which shall continue in force as fully as if the contract had not been so determined and as
if the works subsequently had been executed by or on behalf of the contractor.

And, further the BOI through the Architects their agents or employees may enter upon
and take possession of the work and all plants, tools, scaffoldings, materials, sheds,
machineries lying upon the premises or on the adjoining lands or roads, use the same by
means of their own employees or workmen in carrying on and completing the work or by
engaging any other contractors or persons to complete the work and the contractor shall
not in any was interrupt or do any act, matter or thing to prevent or hinder such other
contractor or other persons employed for completing and finishing or using the materials
and plant for the works.

When the works shall be completed or as soon thereafter as convenient, the BOI or the
Architects shall give a notice in writing to the contractor to remove his surplus materials
and plants and should the contractor fail to do so within 14 days after receipt thereof by
him the BOI, sell the same by public auction after due publication, and shall adjust the
amount realised by such auction. The contractor shall have no right to question any of the
act of the BOI incidental to the sale of the materials etc.

35.0 Certificate of payment

35.1 Running Account Bill payments

The Contractor shall be entitled for monthly payment from time to time from BOI on
account of Running Account Bills (RA Bills).

35.2 The procedure for submission of RA bill by the contractors and tentative time schedule for
release of RA bill payment is as under.

a. Contractor to submit hard and soft copy of monthly RA bill, in triplicate and in
cumulative fashion along with measurements, supporting documents, abstract, as
per the format/ annexures (Annexure C, D, E, F, G and H) as applicable.

b. To depute qualified Engineer for joint verification of the measurements along with
the above documents to the Architects site office for scrutiny and preparation of RA
bill payment certificate.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 53


c. To submit 3 sets of photographs in hard and soft copy for the progress achieved at
site.

d. The Architect shall process the contractors bill ad issue Interim Payment Certificate
within 7 working days and submit the same to Bank.

. Provided always that the issue of any certificate by the Architects during the
progress of works or completion shall not have effect as certificate of satisfaction or
relieve the contractor from his liability under clause.

The Architects shall have power to withhold the certificate if the work or any part
thereof is not carried out to their satisfaction.

The Architects may make any corrections required in previous certificate

35.3 The Bank shall process the bill for release of RA bill payment to the contractors and
release the payment within 15 days time from date of receipt of payment advise/ certificate
from the Architect duly sealed and signed by Contractors also.

a. The Bank will release the payment within 15 days time of contractors RA bills
subject to the Bank.

b. The Bank shall recover the statutory recoveries such as CESS,TDS,WCT,etc and
other dues including the retention amount from the certificate of payment.

c. The BOI shall modify the certificate of payment as issued by the Architects from
time to time while making the payment. The payment will be released to the
contractor by BOI within 15 working days from date of receipt of interim payment
certificate issued by Architects.

35.4 The contractor shall submit interim bills and final bill only after taking actual measurements
and properly recorded in the Measurement books.

35.5 The contractor shall not submit interim bill when the approximate value of work done by
him is less than Rs. 100 Lakhs and the minimum interval between two such bills shall be
one month.The contractor may submit first & second R.A bills for an amount up to Rs 50
Lacs.

35.6 Final Bill

The final bill may be submitted by contractor within a period of one month from the date of
virtual completion and Architects shall issue the certificate of payment within a period of
two months. BOI shall pay the amount within a period of three months from the date of
issue of certificate provided there is no dispute in respect of rates and quantities.

The contractor shall submit the interim bills and final bill in the prescribed format with all
details.

36.0 ARBITRATION AND CONCILIATION ACT 1996 :

Except where otherwise provided in the contract all questions and disputes relating to the
meaning of the specifications, design, drawings, and instructions herein before mentioned
and as to the quality of workmanship or materials used on the work or as to any other

question, claim, right, matter or thing whatsoever in any way arising out of or relating to the
contract, designs, drawings, specifications, estimates, instructions, orders or these

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 54


conditions or otherwise concerning the work or the execution or failure to execute the
same whether arising during the progress of the work or after the cancellation, termination,
completion or abandonment thereof shall be dealt with as mentioned hereinafter :

36.1 If the Contractor considers that he is entitled to any extra payment or compensation in
respect of the works over and above the amounts admitted as payable by the Architects or
in case the Contractor wants to dispute the validity of any deductions or recoveries made
or proposed to be made from the contract or raise any dispute, the Contractor shall
forthwith give notice in writing of his claim, or dispute to the Asst. General Manager, BOI
and endorse a copy of the same to the Architects, within 30 days from the date of
disallowance thereof or the date of deduction or recovery. The said notice shall give full
particulars of the claim, grounds on which it is based and detailed calculations of the
amount claimed and the Contractor shall not be entitled to raise any claim nor shall the
Bank be in any way liable in respect of any claim by the Contractor unless notice of such
claim shall have been given by the Contractor to Chief Manager / Asst. General Manager,
in the manner and within the time as aforesaid. The Contractor shall be deemed to have
waived and extinguished all his rights in respect of any claim not notified to the 15 days in
writing in the manner and within the time aforesaid.

36.1 The Asst. General Manager, shall give his decision in writing on the claims notified by the
Contractor. The Contractor may within 30 days of the receipt of the decision of Asst.
General Manager, submit his claims to the conciliating authority namely the Dy. General
Manager(Premises), BOI for conciliation along with all details and copies of
correspondence exchanged between him and the Asst. General Manager.

36.2 If the conciliation proceedings are terminated without settlement of the disputes, the
Contractor shall, within a period of 30 days of termination thereof shall give a notice to the
concerned General Manager (Premises) of the Bank for appointment of an Arbitrator to
adjudicate the notified claims failing which the claims of the Contractor shall be deemed to
have been considered absolutely barred and waived.

36.3 Except where the decision has become final, binding and conclusive in terms of the
contract, all disputes or differences arising out of the notified claims of the Contractor as
aforesaid and all claims of the Bank shall be referred for adjudication through arbitration by
the Sole Arbitrator appointed by the General Manager, (Premises), BOI , Mumbai. It will
also be no objection to any such appointment that the Arbitrator so appointed is a Bank
and that he had to deal with the matter to which the Contract relates in the course of his
duties as Bank. If the Arbitrator so appointed is unable or unwilling to act or resigns his
appointment or vacates his office due to any reason whatsoever another Sole Arbitrator
shall be appointed in the manner aforesaid by the said General Manager (Premises). Such
person shall be entitled to proceed with the reference from the stage be entitled to proceed
with the reference from the stage at which it was left by his predecessor.

It is a term of this contract that the party invoking arbitration shall give a list of disputes with
amounts claimed in respect of each dispute alongwith the notice for appointment of
Arbitrator.

It is also a term of this contract that no person other than a person appointed by such Chief
General Manager as aforesaid should act as Arbitrator.

The conciliation and arbitration shall be conducted in accordance with the provisions of the
Arbitration & Conciliation Act 1996 or any statutory modification or re-enactment thereof
and the rules made thereunder.

It is also a term of the contract that if any fees are payable to the Arbitrator these shall be
paid equally by both the parties. However, no fees will be payable to the Arbitrator if he is a
Bank.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 55


It is also a term of the contract that the Arbitrator shall be deemed to have entered on the
reference on the date he issues notice to both the parties calling them to submit their
statement of claims and counter statement of claims. The venue of the arbitration shall be
such place as may be fixed by the Arbitrator in his sole discretion. The fees, if any, of the
Arbitrator shall, if required to be paid before the award is made and published, be paid half
and half by each of the parties. The cost of the reference and of the award (including the
fees, if any of the Arbitrator) shall be in the discretion of the Arbitrator who may direct to
any by whom and in what manner, such costs or any part thereof, shall be paid and fix or
settle the amount of costs to be so paid.

37.0 Settlement of Disputes :

All disputes or differences of any kind whatsoever which shall at any time arises between
the parties hereto touching or concerning the works or the execution of maintenance
thereof. This contract or the rights touching or concerning the works or the execution or
maintenance thereof the construction remaining operation or effect thereof or to the rights
or liabilities of the parties or arising out of or in relation thereto whether during or after
determination, foreclosure or breach of the contract within (other than those in respect of
which the decision of any person is by the contract expressed to be final and binding) shall
after written notice by either party to the contract to, other of them and to the appointing
authority who shall be appointed for this purpose by the BOI be referred for adjudication to
a sole Arbitrator to be appointed as herein after provided.

37.1 For the purpose of appointing the Sole Arbitrator referred to above, the appointing authority
will send within thirty days of receipt by him the written notice aforesaid to the contractor a
panel of three names of persons who shall be presently unconnected with the organisation
for which the work is executed.

37.2 The contractor shall on receipt by him of the names as aforesaid select any one of the
persons named to be appointed as a Sole Arbitrator and communicate his/her name to the
appointing authority within thirty days of receipt by him of the names. The appointing
authority shall thereupon without any delay appoint the said person as the Sole Arbitrator.

If the contractor fails to communicate such selection as provided above within the period
specified, the appointing authority shall make the selection and appoint the selected
persons as the sole Arbitrator. If the appointing authority fails to send to the contractor the
panel of three names as aforesaid within the period specified, the Contractor shall send to
appointing authority a panel of three names of three persons who shall be unconnected
with either party. The appointing shall on receipt by him of the names as aforesaid select
any one of the persons named and appoint him as Sole Arbitrator within 30 days of receipt
by the entitled to appoint one of the persons from the panel as the sole Arbitrator and
communicate his name to the appointing authority.

37.5 If the Arbitrator so appointed is unable or unwilling to act or resigns his appointment or
vacates his office due to any reason whatsoever another Sole Arbitrator shall be appointed
as aforesaid.

37.6 The work under the contract shall however continue during the arbitration proceedings and
no payment due to payable to the contractor relating to the disputed items shall be
withheld on account of such proceedings.

37.7 The Arbitrator shall be deemed to have entered on the reference on the date he issues
notice to both parties fixing the date of first hearing.

37.8 The Arbitrator from the time to time with the consent of the parties enlarge the time for
making and publishing the award.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 56


37.9 The Arbitrator shall give a separate award in respect of each dispute or difference referred
to him. The Arbitrator shall decide each dispute in accordance with terms of the contract
and give a reasoned award.

37.9 The fees, if any, of the Arbitrators shall if required to be paid before the award is made and
published, be shared equally by both parties.

37.10 The award of the Arbitrator shall be final and binding on both parties.

37.11 Subject to aforesaid the provisions of the arbitration act 1940 or any statutory modifications
or re-enactment thereof and the rules made there under, and the time in force shall apply
to the arbitration proceeding under this clause.

37.12 In all cases where the amount of the claim is in dispute is Rs. 10.00 lacs and above the
Arbitrator shall give reasons for the award.

37.13 It is also a term of contract that if the contractor does not make any demand for arbitration
in respect of any claim(s) within 90 days of receiving intimation from BOI that the bill after
verification is passed for payment of a lesser amount or otherwise the contractors right
under this agreement to refer t arbitration shall be deemed to have been forfeited and BOI
shall be relieved and discharged of their liability under this agreement in respect of this
claim(s). Further it is agreed that for the purpose of this clause such notice is deemed to
been received by the contractor with in two days of posting of the letter by BOI or
delivered by hand immediately after receipt thereof by the contractor whichever is earlier.
Further a letter signed by the officials of the BOI the letter was posted to the contractor
shall be conclusive.

38.0 Water supply

38.1 The contractor shall make his own arrangements for water required for the work and
nothing extra will be paid for the same. This will be subject to the following conditions :

38.1.1 That the water used by the contractor shall be fit for construction purposes to the
satisfaction of the Architects .

38.1.2 The contractor shall make alternative arrangements for the supply of water if the
arrangement made by the contractor for procurement of water in the opinion of the
Architects is unsatisfactory.

38.1.3 The contractor shall construct temporary well / tube well in BOI land for taking water for
construction purposes only after obtaining permission in writing from the BOI. The
contractor has to make his own arrangements for drawing and distributing the water at his
own cost. He has to make necessary arrangements. To avoid any accidents or damages
caused due to construction and subsequent maintenance of the wells. He has to obtain
necessary approvals from local authorities, if required, at his own cost. He shall restore
the ground to its original condition after wells are dismantled on completion of work or hand
over the well to the BOI without any compensation as directed by the Architects .

39.0 Power supply

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 57


The contractor shall make his own arrangements for power and supply / distribution
system for driving plant or machinery for the work and for lighting purpose at his own cost.
The cost of running and maintenance of the plants are to included in his tender prices. He
shall pay all fees and charges required for the power supply and include the same in his
tendered rates and hold the Bank free from all such costs. He has to obtain necessary
approval from the appropriate authorities. The power supply to be obtained on behalf of
Bank of India. The deposits and fees for permanent power supply shall be reimburse to the
contractor on submission of original bills / demand notes.

40.0 Treasure trove etc.

Any treasure trove, coin or object antique which may be found on the site shall be the
property of BOI and shall be handed over to the Bank immediately.

41.0 Method of measurement

Unless otherwise mentioned in the schedule of quantities with relevant part of Indian
Standards i.e. IS : 1200, methods of measurements of building works (Latest Edition) or in
mode of measurement, the measurement will be on the net quantities or work produced in
accordance. In the event any dispute / disagreement, the decision of the Architects shall
be final and binding on the contractor.

42.0 Maintenance of registers

The contractor shall maintain the following registers as per the enclosed proforma at site of
work and should produce the same for inspection of BOI / Architects whenever desired by
them. The contractor shall also maintain the records / registers as required by the local
authorities / Government. form time to time.

i) Register for cement / steel.


ii) Register for secured advance.
iii) Register for Testing Materials :
a) Sieve analysis for fine aggregate.
b) Sieve analysis for coarse aggregate.
c) Slump test.
d) Concrete cube test.
iv) Register for hindrance to work.
v) Register for labour
vi) Measurement Books/ sheets
vii) Register for Drawings issued for construction.
viii Site Order Book in triplicate
ix) Certified True copies of the Contract.

43.0 SECURED ADVANCE ON NON-PERISHABLE MATERIALS :

The Contractor, on signing an indenture in the form to be specified by the Architects , shall
be entitled to be paid during the progress of the execution of the work upto 75 % of the
assessed value of any materials / or 55 % of quoted rate for individual items whichever is
less, which are in the opinion of the Architects as non-perishable, non-fragile and non-
combustible and are in accordance with the contract and which have been brought on the

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 58


site in connection therewith and are adequately stored and/or protected against damage by
weather or other causes but which have not, at the time of advance, been incorporated in
the works. When materials on account of which an advance has been made under this
sub-clause are incorporated in the work, the amount of such advance shall be
recovered/deducted from the next payment made under any of the clause or clauses of
this contract.

Such secured advance shall also be payable on other items of perishable nature, fragile
and combustible with the approval of the Engineer-in-charge provided the Contractor
provides a comprehensive insurance cover for the full cost of such materials. The decision
of the Engineer-in-charge shall be final and binding on the Contractor in this matter. No
secured advance shall however, be paid on high-risk materials such as ordinary glass,
sand, petrol, diesel, scaffolding material, formwork material etc.

44.0 MOBILISATION ADVANCE :

Deleted

45.0 INTEREST & RECOVERY :

Deleted

46.0 CLAUSE FOR PRICE VARIATION ADJUSTMENT (PVA) FOR STEEL, CEMENT &
OTHER MATERIALS :

It will be the sole responsibility of the Contractor to procure all the steel & cement required
for the work and for the safety storage and custody at site. The Contractor shall purchase
these materials only from approved manufacture and only from the authorised dealers.
These materials shall conform to the relevant ISI standards and the detailed specifications,
if any, stipulated elsewhere in this contract.

Whereas adjustments on account of price variations of labour and materials other than
steel are to be made as per the other PVA clause, the adjustments for the variation in the
prices of steel shall be made in the manner specified hereunder : -

STEEL, CEMENT AND OTHER MATERIALS :

For purpose of calculating price variation adjustments for steel, cement & other materials,
the base price of material will be as under

1. TMT Steel Rs. 54,000/- per MT


2. Cement Rs. 325/- per BAG
3. 17 mm thick granite Rs. 1,900/- Per Sq. Mtr.
4. Ceramic tile for floor and dado Rs. 550/- Per Sq. Mtr.
5. Vitrified tile 600 x 600 mm Rs. 750/- Per Sq. Mtr.
6. Engineered Marble Rs. 2,900/- Per Sq.Mtr.

The PVA on steel & cement will be calculated on the basis of the difference between the
rates mentioned in base price indicated above and the sale price of Steel fixed by Steel
Authority of India Ltd. (SAIL) / Rashtriya Ispact Nigam Ltd. (RINL) as prevailing on the
date of purchase irrespective of the actual purchase price.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 59


In calculating PVA on steel both the base price and the price on the date of purchase will
be all inclusive ex-railway station / stockyard / Stockists prices including all central, state
and local taxes and levies like sales tax, octroi etc. The cost of transportation from railway
station / stockyard / Stockists to the site of work which has to be borne by the Contractor
will not be considered for calculating the amount of PVA. Similarly, Contractors profits and
overheads will also not be considered for calculation of PVA.

The amount of PVA on steel, Cement and other materials will be calculated for the actual
quantity of such materials shall be measured and paid for in the bills for the work, without
any allowance for wastage. Steel reinforcement shall be measured and paid for on the
basis of theoretical standard weights of different sizes of bars, as per relevant IS codes
irrespective of the actual weight.

For purposes of calculating amount of PVA on steel, only the quantity of steel (TMT Steel
bars) used as reinforcement in RCC works and reinforced brick work and structural steel
used for structural work like stanchions, trusses, purlins and rafters will be considered, but
steel used in other items like window grills, holdfasts for doors and windows frames etc.
will be excluded from the purview of this PVA clause.

The Contractor shall maintain a proper account of quantity of Steel, Cement and other
material purchased and brought to the site of work and that utilised in the work and shall
also maintain any other accounts and vouchers, receipts etc. in the manner as may be
required by the BOI / Architects. He shall also allow inspection of all these accounts,
records and also of stocks in hand by the authorised representatives of the BOI /
Architects .

The Contractor is required to submit to the BOI, through the Architects his claims if any, for
PVA for Steel, Cement and other material along with the running bills for the work. The
claim will have to be supported by records like announced price-lists, issued by SAIL,
vouchers, account books etc. He shall also furnish any further information that may be
called for by the BOI / Architects for verification of his claim. But no claim from the
Contractors will be entertained for interest or any other damages for non-payment or for
any delay in payment of PVA due to non-availability or delay in production of price lists or
any other information or verification of his claim.

No extra payment will be permitted for loading, unloading, transportation, handling etc.

The basic price put in the tender document for steel and cement are inclusive of Excise,
Sales Tax, Service Tax, thus while calculating the PVA, the same will not be paid
separately.

The PVA for steel & cement is operative both ways, i.e. if the relevant price at the time of
purchase is more than the base price, the calculated amount of PVA is payable to the
Contractor, but if it is less than the base price, PVA amounts will be recoverable from the
Contractor.

For the purpose of admissibility of PVA on steel & cement all the cumulative period of
extensions granted for reasons which are solely attributable to the Contractor is excluded
from the total extended period of the contract, and PVA shall not be admissible for the
quantity of Steel, Cement and other material consumed during such extended period.
Periods of extensions granted on account of genuine reasons which are not attributable to
the Contractor and which are beyond his control will however be included in the period for
which PVA is admissible.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 60


47.0 PVA OTHER THAN STEEL & CEMENT (GENERAL PVA) :

46.1 Price variation adjustment for all materials including labour in partial modification of the
provision made elsewhere in this contract regarding the quoted rate being not subject to
any variations price adjustments to the value of work payable to the contractor at tendered
rates, shall be paid towards variation in the prices of materials and labour in the manner
specified hereunder, after the written order to commence the work and during the
operating period of this contract including any authorised extensions of the original
stipulated period of completion.

(a) In partial modification of the stipulation that the rates quoted shall be firm and shall not be
subject to any exchange variations, labour conditions, fluctuations in railway freight and
any conditions whatsoever under this clause any increase or decrease in prices of
materials and labour rates shall be adjusted on the basis of formula given below :

i) MATERIALS : Vm = 70 [ 0.85 V (SC + X) ] x (WI WIO)


100 WIO

Where :

Vm = Variation in material cost i.e. increase or decrease in the amount in


rupees to be paid or recovered.

V = Value of work done excluding advances on materials, if any during the period

under reckoning.

SC =Cost of Steel & Cement used in the work. .


Covered under clause Steel PVA and Cement PVA of the General Instruction to the
contractor and special conditions.

X = Cost of any other material supplied at fixed basic rate and the differential
cost of such materials where the basic cost / basic rate is mentioned.

WI = Average All India Wholesale Price Index for all commodities for the
period under reckoning as published in the RBI Bulletin. In case the
tender is opened on or before 10th day of a month, on Index, of previous
month shall be considered.

WIO = All India Wholesale Price Index for all Commodities during the month of

opening of the tender, as published in the RBI Bulletin. 1991-92 = 100

ii) LABOUR : VL = 30 x [ 0.85V ] x (I - IO)


100 IO

Where :

VL Variation in labour cost i.e. increase or decrease in the amount in rupees to be paid
or recovered.

V, S As stated under (i) above.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 61


I Average All India Consumer Price Index Number for Industrial Workers declared by
Labour Bureau, Government of India as published on RBI Bulletin, during the
period under reckoning.

IO All India Consumer Price Index Number for Industrial Workers declared by
labour Bureau, Government of India, as published in RBI, Bulletin during the
months of opening of the tender. In case the tenders are opened on or before
10th day of a month the Index for last month shall be considered. 1981 = 100

Notes for PVA :

1. Adjustments based on the above formula will be made for each bill as and when the
indices are published. The contractors shall submit the bill for price adjustment with
detailed calculations.

2. The downward adjustment on account of labour element will be made only if the minimum
wages also register corresponding fall compared to the minimum wages prevailing in the
month of opening of the tenders.

3. The price adjustment clause shall be applicable only for the work executed during the
contract period including authorised extension, if any. In case the work is not completed
within the contract period including authorised extension and the provision of liquidated
damages has to be enforced, this adjustment clause will not be applicable for work done
during that period. It is also clarified that price adjustment clause will not be applicable to
any extra variation items, the rates of which are based on prevailing market rate.

4. In view of the price adjustment in cost being covered as above, no other adjustments viz,
increase or decrease due to statutory measures/levies, etc., will be allowed for any reason
whatsoever.

5. In case the bill submitted prior to 15th of a particular month, index for that month will not be
reckoned for calculating the average indices for arriving at the adjustment. If however, the
bill is submitted on or after 15th, the Index for that particular month shall be taken into
consideration.

6. Immediately on award of contract, the contractor shall register with the appropriate
authority to obtain Sales Tax Registration No. and produce the details thereof to the Bank
within 30 days of the award of the work and in no case later than the submission of his first
running bill.

7. The successful tenderers may also note that the Bank reserves the right to deduct Tax on
Works Contract applicable and to be levied under relevant Act, from the bills and amount
due to them from Bank and remit the same directly to the Government in case they are not
submitting the proof/evidence of having paid the Tax on Work Contract for work executed
under this contract including the VAT and Service Tax.

48.0 Local laws, Acts, Regulations :

The contractor shall strictly adhere to all prevailing labour laws inclusive of contract labour
(regulation and abolition act of 1970) and other safety regulations. The contractor shall
comply with the provision of all labour legislation including the latest requirements of all the
Acts, laws, any other regulations that are applicable to the execution of the project. The
Contractor shall also carry out and observe the provisions of following acts as per the
latest revision in force.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 62


i) Minimum wages Act 1948 (Amended)

ii) Payment of wages Act 1936 (Amended)

iii) Workmens compensation Act 1923 (Amended)

iv) Contract labour regulation and abolition act 1970 and central rules 1971 (Amended)

v) Apprentice Act 1961 (Amended)

vi) Industrial employment (standing order) Act 1946 (Amended)

vii) Personal injuries (Compensation insurance) Act 1963 and any other modifications

viii) Employees provident fund and miscellaneous provisions Act 1952 and amendment thereof

ix) Shop and establishment Act.

x) Any other act or enactment relating thereto and rules framed there under from time to time.

49.0 Accidents

The contractor shall immediately on occurrence of any accident at or about the site or in
connection with the execution of the work report such accident to the Architects . The
contractor shall also such report immediately to the competent authority wherever such
report is required to be lodged by the law and take appropriate actions thereof.

50.0 Deduction from Contract price for CVC (Central Vigilance Commission)
Examination/ Technical Examination and Audit.

5% of total Security Deposit will be retained by BOI in the form of cash retention till the
work is examined by CVC during the tenure of work or even after Defect Liability Period.
This balance 5% Security Deposit will be released to the Contractors on completion of 24
months or later from Virtual Completion Certificate.

Any amount calculated by CVC as result of their Technical Examination to be recovered


from Contractor would be adjusted against this balance amount or else in case of no
recovery is recommended by CVC the balance 5% retention shall be released to the
Contractor.

********

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 63


BANK OF INDIA

Special Conditions of the Contract

C.M. BELEKAR, ARCHITECTS

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 64


SPECIAL CONDITIONS OF THE CONTRACT

1. Amendments & Tender documents

The Bank will issue the Tender Notice requesting the qualified contractors to download
the tender document from their website.

The Bank may at any time prior to deadline for submission of the tender, may for any reason
whether at Banks own initiative or any response to a clarification requested by a
prospective tenderer, modify / issue common set of conditions/ corrigendum as an
addendum. The addendum will be published on Banks website. However, those who
have purchased the tender document for incorporation in the tender, the addendum will be
sent to them by e.mail, which will be binding on them.

2. Performance Security

Deleted

3. Sub-contracting

The contractor shall not subcontract the whole of the works. Except where, otherwise
provided by the Contract, the contractor shall not subcontract any part of he works without
the prior consent of Architect/ Bank in writing. Any such consent shall not relieve the
contractor from any liability or obligation under the contract and the contractor shall be
responsible for acts, defaults, and neglects of any subcontractor, his agents, servants or
workmen as fully as if they were the acts, defaults or neglects of the contractor, his agents,
servants or workmen.

Provided that the contractor shall not be required to obtain such consent for :

a. The provision of labour


b. The purchase of material, which was already approved by Architect and Bank in
accordance with standard specification, approved make of material.
c. The subcontracting of any part of the works for which the subcontractor is named by
him while submission of the tender document.

4. Custody and Supply of drawing and documents

The drawing remains in the sole custody of Bank, two copies of thereof shall be provided
to the contractor free of charge. The contractor shall make his own cost any further copies
required by him. Unless it is strictly necessary for purpose of the contract, the drawings,
specifications, other documents provided by the Bank shall not without any consent, be
used or communicated to a third party by the contractor.

Additional copy of drawings will be made available by the Architects on payment as per
CPWD rates as applicable to the contractors.

Preparation of the shop drawings shall be the sole responsibility of the contractor for
various specialized work. The shop drawings shall be got approved from the Architect
before bulk procurement of the material, undertaking construction work.

One copy of the drawing, provided to or supplied by the contractor as stated hereinabove
shall be kept by the contractor on the site and the same shall be at all reasonable times be
available for inspection and use by Bank/ Architect and by any other person authorized by
the Bank.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 65


5. Compliance with statutes, Regulations

The Contractor shall confirm in all respects, including by the giving of all notices and the
paying of all fees, with the provisions of :

a. The Contractor shall conform in all respects, including by the giving of all notices
and the paying of all fees, with the provisions of :

b. the rules and regulations of all public bodies and companies whose property or
rights are affected or may be affected in any way by the Works, and the Contractor
shall keep the Employer indemnified against all penalties and liability of every kind
for breach of any such provisions. Provided always that the Employer shall be
responsible for obtaining any planning, zoning or other similar permission required
for the Works to proceed and shall indemnify the Contractor.

c. The fees paid to the local authorities/ bodies shall be reimburse by the Bank on
producing original payment receipt and demand note, if any.

6. Royalties

a. Except where otherwise stated, the Contractor shall pay all tonnage and other
royalties, rent and other payments or compensation, if any, for getting stone, sand,
gravel, clay or other materials required for the works.

b. Wherever the Contractors desires to use any design, device, materials or processes
covered by letters or patent or copyright for such use shall be secured by suitable legal
arrangement and shall be filed with the Bank if so desired by the latter.

c. The fees paid to the local authorities/ bodies shall be reimburse by the Bank on
producing original payment receipt and demand note, if any.

7. Disruption of Progress

7.1 The contractor shall give notice to the Bank with a copy to the Architect, whenever
planning and execution of the works is likely to be delayed or disturbed unless ay further
drawings or instructions of decision is issued by the Bank within a reasonable time. The
notice shall include details of the drawings, instructions or decisions required and of why
and by when it is required and of any delay or disruption likely to be suffered if it is late.
However, the delay shall be dealt on merit as per relevant clause of extension of time,
force majure etc.

8. Warranties and Guarantees

The contractor to furnish various guarantees at the time of handing over of the site / before
issuance of the Virtual Completion Certificate by Bank/ Architect to the client.

The Guarantees / Warranties for the following works / equipments/ components viz.

a. Waterproofing work for terrace, sunken portion and water tanks


b. CP fittings, geyser etc.
c. Water and other Pumps,
d. Curtain glazing material, if any.
e. Any other material, which falls in Warranty and Guarantee list

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 66


9. Project co-ordination committee

9.1 The Bank have the project coordination committee comprising of Banks Sr. Executives to
review the progress of the work periodically.

The co-ordination committee will held monthly meeting at site/ Banks Head office to review
the progress of the work, to resolve the pending issues of approval, achievement of mile
stone etc.

9.2 The site coordination committee and meeting shall be held fortnightly to review the
progress of the work to sort out the site issues, approvals, future planning etc.

The site coordination committee comprising of Bank officials, Architects and Sr. Executives
/ Owner/ Director of the contractor and the Project Manager of the contractor. The Architect
shall coordinate this committee and issue the MOM thereof.

10. Mile Stone

10.1 The time is essence of the contract and the entire work has to be completed in 24 calendar
months including monsoon. Following are the broad mile stones prescribed w.e.f. 14 days
after issue of LOI/ Work Order.

Sr.No. Description of Activity Cumulative Schedule


Period in
Months
1 Demolition of the existing bldg. 1 45 days or 1 months.
and removal debris after obtaining
necessary permission from O/o
Tahalsildar, Andheri / Dist.
Magistrate Mumbai Suburb Dist.,
Debris Management Plan / dept.
BMC

2. Shore Piles, Soil Investigation, 4 75 days or 2 months


Total Station Survey, Submission
report to the Structural Engineer
for finalization of founding strata &
type of foundation.

3 Basement no. 1 & 2 Excavation, 8 120 days or 4 months


foundation, Retaining Wall, Columns,
beams and slab upto Basement 1 and
2.

4 Plinth CC 8.5 15 days

5 Superstructure upto Terrace slab 17.5 9 Months


(Stilt + 9 floros)(RCC work, Brick
work 50%, waterproofing 50% and
procurement of finishing items.

6 Balance civil , plumbing work and 21.5 160 days or 4 months


site development finishing work

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 67


Sr.No. Description of Activity Cumulative Schedule
Period in
Months
7 Finishing like external paint, fixing 23.5 45 days or 1 months
of the sanitary fittings and fixtures,
door and window fittig and tocuh
up.

8 Handing over, inventory and 24 15 days or months


rectification of finishing work.

11. Quoted Rates are inclusive of all liaison, permissions, NOCs, licenses.

11.1 The quoted rates shall include all conditions mentioned in tender document Vol. I to III and
no claim shall be entertained by the Bank except specifically mentioned in particular clause
except specific provision for reimbursement of the fees, deposits, charges to the local
authorities.

11.2 LIASIONING:-

Contractor to liaison and obtain all required permissions from local statutory authorities for
carrying out the entire work. All required documentation that will be necessary for obtaining the
requisite permissions from the concerned office shall be prepared and submitted by the
Contractor. Any statutory fees that may arise in lieu of obtaining permission from BMC or
MCGM or other statutory authorities will be paid by Client against demand notice issued. The
work shall be considered Virtually Complete only after the Contractor submits to Client the
following documents:

i. NOC from Chief Fire officer - MCGM (Under chief fire Officer or as applicable)
ii. NOC from Deputy Chief Engineer - MCGM for Traffic
iii. NOC from Chief Engineer Electronic & mechanical Department - MCGM
iv. Drainage Connection & Completion Certificate and septic tank Completion Certificate by
the MCGM (Hydraulic Engineer).
v. Approval for obtaining dry fittings & wet fitting permission and permanent water supply
connection.
vi. Necessary Certificate under prevailing section of Municipal Act from the concerned
Municipal Authority for adequate water supply to the building During Execution and at the
time of completion.
vii. Necessary NOC for D.G Set from Electrical Company during execution and at the time of
completion.
viii. NOC for Sub Station from Electrical Company during execution and at the time of
completion
ix. NOC for Debris management from Collector & MCGM during execution.
x. NOC for Malaria Department (pest Control) From MCGM during execution.
xi. NOC from concerned Fire Authority (Under chief fire Officer or as applicable) towards
compliance of the conditions of the fire fighting system specified by the authority for the
building.
xii. NOC from Garden Superintendent from MCGM at the time of Completion.
xiii. The contractor to obtain electric metered permanent connection and take certificate from
Electrical inspector.
xiv. NOC from PWD Department for Lift inspection.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 68


xv. To assist Client and provide necessary laisioning with the Municipal Authority for obtaining
Occupation Certificate & / or building Completion Certificate as applicable as per the
bylaws.

Contractor obtain all the above said or any other Salutary Approvals (NOCs, Certificates and
Permissions) required during progress of work and at the time of Plinth C.C or at the time
of completion (Time of occupation Certificate) for the work in consultation with the
Architect.

11.3 The contractor to appoint following Specialized Agencies for this project as per the
local authorities requirement.

a. Licence Surveyor / Total station Survey expert.

b. Licence Plumber for preparation of PHE applications, details and drawings, Health,
Malaria and all other compliance of formalities like DCC, P-Form for statutory local
authorities including construction of PHE activities.

c. License Electrical Contractor for obtaining temporary /Permanent Power Supply from
Electrical supply authority (Reliance/TATA/MSEDCL)
d. To obtain permissions from the office of Dist. Collector / Tahalsildar for taking the
excavated material, Debris Management Plan, Pollution Authority, for excavation and
movement of trucks / logistics and disposing off excess excavation material.

e. Appoint specialized demolition contractors for demolishing the existing dilapidated,


unsafe bldgs. at site before undertaking further work.

f. To arrange soil investigation agency to undertake trial pits for finalization of founding
strata.

g. To appoint specialized agency for shore pile at appropriate time, agency should be
approved by Bank/ Architect.

11.4 Safety precautions to be monitored at highest level as the re-development property is at


existing residential area and situated at DP road.

***..***

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 69


BANK OF INDIA

SAFETY CODE

C.M. BELEKAR, ARCHITECTS

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 70


SAFETY CODE

SCAFFOLDS

i) Suitable scaffolds shall be provided for workmen for all works that cannot safety be done
from the ground, or from solid construction except in the case of short duration work which
can be done safely from ladders. When a ladder is used, it shall be of rigid construction
made either of good quality wood or aluminium or steel. The steps shall have a minimum
width of 450 mm. and a maximum rise of 300 mm. Suitable hand holds of good quality
wood or aluminium or steel shall be provided and the ladder shall be given an inclination
not steeper than to 1 ( horizontal and 1 vertical).

ii) Scaffolding or staging more than 4 m. above the ground floor, swung or suspended from
an overhead support or erected with stationary support shall have a guard rail properly
bolted, braced or otherwise secured, at least 1 m. above the floor or platform of such
scaffolding or staging and extending along the entire length of the outside and ends thereof
with only such openings as may be necessary for the delivery of materials. Such
scaffolding or staging shall be so fastened as to prevent it from swaying from the building
or structure.

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

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

Wherever there are open excavations in ground, they shall be fenced off by suitable railing
and danger signals installed at night so as to prevent persons slipping into the excavated
pits.

v) Safe means of access shall be provided to all working places. Every ladder shall be
securely fixed. No portable single ladder shall be over 9 m. in length while the width
between side rails in rung ladder shall in no case, be less than 290 mm. for ladder upto
and including 3 m. in length. For longer ladders this width shall be increased at least 20
mm. for each additional meter of length.

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

OTHER SAFETY MEASURES :

vii) All personnel of the contractor working within the plant site shall be provided with safety
helmets. All welders shall wear welding goggles while doing welding work and all metal
workers shall be provided with safety gloves. Persons employed on metal cutting and
grinding shall wear safety glasses.

viii) Adequate precautions shall be taken to prevent danger from electrical equipment. No
materials on any of the sites of work shall be so stacked or placed as to cause danger or
inconvenience to any person or the public.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 71


EXCAVATION & TRENCHING :

ix) All trenches, 1.25 m. or more in depth, shall at all times be supplied with at least one
ladder for each 30 m. in length or fraction thereof. The ladder shall be extended from
bottoms of the trench to at least 1 m. above the surface of the ground. Sides of trenches
which are 1.5 m. or more in depth shall be stepped back to give suitable slope or securely
held by timber bracing, so as to avoid the danger of sides collapsing. The excavated
material shall not be placed within 1.5 m. of the edges of the trench or half of the depth of
the trench whichever is more. Cutting shall be done from top to bottom. Under no
circumstances undermining or undercutting shall be done.

x) The contractor shall take all measures on the site of the work to protect the public the
public from accidents and shall be bound to bear the expenses of defence of every suit,
action or other proceedings at law that may be brought by any persons for injury sustained
owing to neglect of the above precautions and to pay any such persons or which may with
the consent of the contractor, be paid to compromise any claim by any such person.

DEMOLITION :

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

a) All roads and open areas adjacent to the work site shall either be closed or suitably
protected.

b) No electric cable or apparatus which is liable to be a source of danger over & cable or
apparatus used by the operator shall remain electrically charged.

c) All practical steps shall be taken to prevent danger to persons employed from the risk of
fire or explosion or flooding. No floor, roof or other part of the building shall be over-loaded
with debris or materials as to render it unsafe.

PERSONAL SAFETY EQUIPMENTS :

xii) All necessary personal safety equipment as considered adequate by the Engineer should
be kept available for the use of the person employed on the site and maintained in a
condition suitable for immediate use, and the contractor should take adequate steps to
ensure proper use of equipments by those concerned.

a) Workers employed on mixing asphaltic materials, cement and lime mortars shall be
provided with protective goggles.

b) Those engaged in white washing and mixing or stacking or cement bags or any
materials which is injurious to the eyes shall be provided with protective goggles.

c) Those engaged in welding works shall be provided with welders protective


eyesight lids.

d) Stone breakers shall be provided with protective goggles and protective clothing
and seated at sufficiently safe intervals.

e) When workers are employed in sewers and manholes, which are in use, the
contractor shall ensure that the manhole covers are opened and are ventilated at
least for an hour before the workers are allowed to get into manholes and the
manholes so opened shall be cordoned off with suitable railing and provided with
warning signals or boards to prevent accident to the public.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 72


f) The contractor shall not employ men below the age of 18 years and women on the
work of painting with products containing lead in any form. Wherever men above
the age of 18 are employed on the work of lead painting, the following precautions
should be taken.

I. No paint containing lead or lead products shall be used except in the form of
paste or ready made paint.

II. Suitable face masks should be supplied for use by the workers when paint
is applied in the form of spray or a surface having lead paint dry rubbed and
scrapped.

III. Overalls shall be supplied by the contractor to the workmen and adequate
facilities shall be provided to enable the working painters to wash during the
cessation of work.

xiii) When the work is done near any public place where there is risk of drawings all
necessary equipments should be provided and kept ready for use and all
necessary steps take for prompt rescue of any person in danger and adequate
provision should be made for prompt first aid treatment of all injuries likely to be
sustained during the course of the work.

HOISTING MACHINES :

xiv) Use of hoisting machines and tackle including their attachments anchorage and
supports shall conform to the following standards or conditions :

1. a) These shall be of good mechanical construction, sound material


and adequate strength and free from patent defect and shall be kept in
good repair and in good working order.

b) Every rope used in hoisting or lowering materials or as means of


suspension shall be of durable quality and adequate strength and free from
patent defects.

2. Every crane driver or hoisting appliance operator shall be properly qualified and no
person under the age of 21 years shall be incharge of any hoisting machine
including any scaffolding winch or give signals to operator.

3. In case of every hoisting machine and of every chain ring hook, shackle shovel and
pulley block used in hoisting or as means of suspension the safe working load shall
be ascertained by adequate means. Every hoisting machine and all gears referred
to above shall be plainly marked with the safe working load. In case of a hoisting
machine having a variable safe working load, each safe working load and the
conditions under which it is applicable shall be clearly indicated. No part of any
machine or any gear referred to above in this paragraph shall be loaded beyond the
safe working load except for the purpose of testing.

4. In case of departmental machines, the safe working load shall be notified by the
Engineer. As regards contractors machines, the contractor shall notify the safe
working load of the machine to the Engineer whenever he brings any machinery to
site of work and get it verified by the Engineer concerned.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 73


xv) Motors, gearing, transmission, electric wiring and other dangerous parts of hoisting
appliance should be provided with efficient safeguards, hoisting appliances should
be provided with such means as will reduce to the minimum the risk of any part of a
suspended load becoming accidentally displaced. When workers are employed on
electrical installations which are already energised, insulating mats, wearing
apparel, such as gloves, sleeves and boots as may be necessary, should be
provided. The workers should not wear any rings, watches and carry keys or other
materials which are good conductors of electricity.

xvi) All scaffolds, ladders and other safety devices mentioned or described herein shall
be maintained in safe condition and no scaffold, ladder or equipment shall be
altered or removed while it is in use.

Adequate washing facilities should be provided at or near places of work.

xvii) These safety provisions should be brought to the notice of all concerned by display
on a notice board at a prominent place at work spot. The person responsible for
compliance of the safety code shall be named therein by the contractor.

xviii) To ensure effective enforcement of the rules and regulations relating to safety
precautions the arrangements made by the contractor shall be open to inspection
by the Labour Officer, Engineers or the Department of their representatives.

xix) Notwithstanding the above clause from (i) to (xviii), there is nothing in these to
exempt the contractor from the operations of any other Act or Rule in force in the
Republic of India.

xx) Contractor shall appoint a Safety Officer to ensure implementation of the above.

**************************

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 74


BANK OF INDIA

ANNEXURES & PROFORMAS

C.M. Belekar, Architects

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 75


ANNEXURE - A

PROFORMA OF APPLICATION FOR REGISTRATION OF ESTABLISHMENT EMPLOYING


CONTRACT LABOUR

1. Name and location of the Establishment.

2. Postal address of the Establishment.

3. Full name and address of the Principal Employer.


(Furnish fathers name in the case of individuals)

4. Full name and address of the Manager or the person responsible


for the supervision and control of the Establishment.

5. Nature of work carried on in the Establishment.

6. Particulars of Contractors and Contract Labour :

a) Names and address of the Contractors.

b) Nature of work in which contract labour is employed


or is to be employed.

c) Maximum number of contract labour to be employed


on any day through each Contractor.

d) Estimated date of commencement of each contract work


under each Contractor.

e) Estimated date of termination of employment of Contract


labour under each Contractor.

7. Particulars of Treasury Receipt enclosed.


(Name of the Treasury, Amount and Date).

I hereby declare that the particulars given above are true to the best of my knowledge and belief.

Principal Employer
Seal and Stamp

Note :
1. The contractor to apply for labour license to the office of Asst. Labour Commissioner,
Labour Ministry, Sion, Chunabhatti, Mumbai and obtained following licnes.

a. License in the name of Bank of India as Principal Employer.


b. Contractors Labour License.

2. The labour license should be valid till completion of the project and the same should be
terminated / cancelled by the contractors on successful completion of the project.

3. The fees / deposits shall be reimburse on production of the original bills/ receipts by the
Bank to the contractors, if any.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 76


Annexure - B

PROFORMA OF REGISTER OF CONTRACTORS

1. Name and addresses of the Principal Employer _____________________________

2. Name and address of the Establishment ___________________________________

Sr. Name and Nature of Location Period of contract Maximum Number


No. address of the work on of contract of workmen
Contractor contract work From To employed by the
Contractor

Note :

This is the sample format, the contractors maintain the register as per the Directives of the Labour
License issuing authority, as applicable.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 77


Annexure - C

PROFORMA OF NOTICE OF COMMENCEMENT / COMPLETION OF


CONTRACT WORK

1. Name and Principal Employer & Address

2. No. and date of Certificate of registration

3. I/We hereby intimate that the contract work _________________________________

(Name of work) given to ________________________________________________

(Name and address of the Contractor) having License No. ________________ dated

____________________ has commenced / has been completed with effect

from ____________________ (date) / on _____________________ (date).

Signature of the Principal


Employer/ Architects

The Asst. Labour Commissioner ,

____________________________

____________________________

____________________________

Note :

This will be addressed to Asst. Labour Commissioner, either by BOI or Architect.

Liasion work will be carried out by the contractors including submission of his relevant documents,
if any.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 78


Annexure - D

MONTHLY PROGRESS REPORT FOR MONTH OF

Name of work : Proposed Construction of Residential Bldg. Complex (Wing A and B) on property
bearing CTS No.55A, 55B, 55C & 55D of Ambivili Village, Jogeshwari (W), Mumbai
Progress report :

A) INDIVIDUAL ACTIVITIES DETAIL:


Approximate
Sr. No. Description quantity Remarks
executed
1

B)GENERAL :
1
2

C) MATERIAL CONSUMPTION UPTO


Item Total Received Consumption Up-to-date

Steel

Cement

D) OVERALL PROGRESS
Percentage progress of
Date of Due date of
Sr. No. Description of work work wrt total contract
commencement completion
value

E) DRAWINGS
1
2

Contractor

Remark :

For C.M. Belekar, Architects

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 79


Annexure E

Name of work : Proposed Construction of Residential Bldg. Complex (Wing A and


B) on property bearing CTS No.55A, 55B, 55C & 55D of Ambivili Village,
Jogeshwari (W), Mumbai.

Client : Bank of India, HO, Mumbai.

Architect : M/s. C.M. Belekar, Architect, Mumbai.

Contractor : M/s.

RECEIPT OF MATERIALS AT SITE

Sr. Opening Receipt Consumption Closing Total quantity


No. Description balance during during balance received
month month till date

1.

2.

3.

4.

5.

6.

7.

8.

Sr. Date of Due date of Percentage


No. Description of work commencement completion progress achieved

1.

2.

3.

4.

5.

6.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 80


Annexure - F

Name of work : Proposed Construction of Residential Bldg. Complex (Wing A and


B) on property bearing CTS No.55A, 55B, 55C & 55D of Ambivili Village,
Jogeshwari (W), Mumbai.

Client : Bank of India, HO, Mumbai.

Architect : M/s. C.M. Belekar, Architect, Mumbai.

Contractor : M/s.

PROFORMA OF MEASUREMENT BOOK

1st Page :

THE BANK OF INDIA .

Head Office,

Measurement Book No.

(Pages 1 to _________)

This book is issued to Shri _____________________________________________ Architects .

Signature of Dy. General Manager (Premises)

Certified that this book contains __________ pages

Signature of the official


to whom the book is issued

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 81


Annexure G

Name of work : Proposed Construction of Residential Bldg. Complex (Wing A and


B) on property bearing CTS No.55A, 55B, 55C & 55D of Ambivili Village,
Jogeshwari (W), Mumbai.

Client : Bank of India, HO, Mumbai.

Architect : M/s. C.M. Belekar, Architect, Mumbai.

Contractor : M/s.

MEASUREMENT BOOK
PAGES NOS. 1 TO __________

Item No. Description Measurements Quantity Remarks


No. L B D/H

Project Manager Project Manager Bank


Architects Contractors Bank of India

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 82


Annexure - H

Name of work : Proposed Construction of Residential Bldg. Complex (Wing A and


B) on property bearing CTS No.55A, 55B, 55C & 55D of Ambivili Village,
Jogeshwari (W), Mumbai.

Client : Bank of India, HO, Mumbai.

Architect : M/s. C.M. Belekar, Architect, Mumbai.

Contractor : M/s.

Format for the Running Account Bill to be submitted by Contractors in Triplicate

I RUNNING A/C BILL

i) Name of Contractor / Agency :

ii) Name of work :

iii) Sr. no. of this bill :

iv) No. and date of previous bill :

v) Reference to Agreement No. :

vi) Date of written order to commence :

vii) Date of completion as per agreement :

Sr. Item Description Unit Rate (Rs.) As per Tender___


No. Qty. Amount (Rs.)
1. 2. 3. 4. 5.

Upto previous R/A. Bill Upto date (Gross)__ Present Bill Remarks
Qty. Amount (Rs.) Qty. Amount (Rs.) Qty. Amount (Rs.)
6. 7. 8. 9.

Note : 1) If part rate is allowed for any item, it should be


indicated with reasons for allowing such a rate

2) If adhoc payment is made, it should be _______________


mentioned specifically Net value since
previous bill

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 83


Annexure - I

Name of work : Proposed Construction of Residential Bldg. Complex (Wing A and


B) on property bearing CTS No.55A, 55B, 55C & 55D of Ambivili Village,
Jogeshwari (W), Mumbai.

Client : Bank of India, HO, Mumbai.

Architect : M/s. C.M. Belekar, Architect, Mumbai.

Contractor : M/s.

II ACCOUNT OF SECURED ADVANCE, IF ADMISSIBLE ON


MATERIALS HELD AT SITE BY THE CONTRACTOR

No. Item Quantity Unit Amount Remarks


1. 2. 3. 4. 5. 6.

Total value of materials at site

Secured Advance @ ____________ % of the above value

CERTIFIED (i) that the materials mentioned above have actually been brought by the Contractors
to the site of the work and no advance on any quantity of any of this item is outstanding on their
security, (ii) that the materials are of imperishable nature and are all required by the Contractors
for use in the work in connection with the items for which rates of finished work have been agreed
upon.

Dated signature of
Project Manager Architects
preparing the bill

______________________________
Dated signature of Contractors

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 84


Annexure - J

Name of work : Proposed Construction of Residential Bldg. Complex (Wing A and


B) on property bearing CTS No.55A, 55B, 55C & 55D of Ambivili Village,
Jogeshwari (W), Mumbai.

Client : Bank of India, HO, Mumbai.

Architect : M/s. C.M. Belekar, Architect, Mumbai.

Contractor : M/s.

R. A. BILL CERTIFICATE

The measurements on the basis of which the above entries for the Running Bill No.

_____________ were made have been taken jointly on _____________________________

and are recorded at pages _______________ to _______________ of measurement book

No. _________________

______________________ ____________________ ____________________


Signature and date of Signature and date of Signature and date of
Contractor Architects & Consultants Bank
representative
(seal)

The work recorded in the above mentioned measurements has been done at the site satisfactorily
as per tender drawings, conditions and specifications.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 85


Annexure - K

(Rs. 100/- Non Judicial Stamp Paper)

PROFORMA OF UNDERTAKING IN CONNECTION WITH PAYMENT OF


ADVANCE ON MATERIALS BROUGHT BY THE CONTRACTORS TO
THE SITE.

UNDERTAKING

The Undertaking made this ________ day of ________ 20______ between the BANK OF INDIA,
___________________________________________________ and having its
__________________________________ office at ________________________________
(hereinafter called the Employer) of the one part and ___________________ (hereinafter called
the Contractors of the other part).

The Employer and the Contractors have entered into an Agreement dated _____________
hereinafter called as the said agreement and in terms of clause no. ____________ of the
conditions in the agreement, the Employer has agreed that the Contractors will be paid an
advance of 75 % of the cost of non-perishable Elec. materials or 55% of quoted rates for individual
items whichever is less brought by the Contractor to the site for consumption in the works at the
discretion of the Employer.

The Contractors have applied to the Employer that they be allowed advances on the security of
materials absolutely belonging to them and brought by them to the site of work. The Employer has
agreed to do so on the terms and conditions hereinafter set out.

Not this Letter of Undertaking witnesses that in consideration of the said agreement and in
consideration of the amount paid / payable to the Contractors by the Employer and/or any further
advances as may be made to the Contractors as aforesaid, the Contractors hereby agree with the
Employer and undertake as under :

i) The amount advanced by the Employer to the Contractors as aforesaid and all or any
further sum or sums advanced as aforesaid shall be employed by the Contractors in or
towards expediting the execution of the said works and for no other purpose whatsoever.

ii) That the materials which have been offered to and accepted by the Employer as security
are absolutely the Contractors own property and free from encumbrances of any kind and
the Contractor will not make any application for or receive a further advance on the
security of materials which are not absolutely his own property and free from
encumbrances of any kind and the Contractors indemnify the Employer against all claims
to any materials in respect of which an advance has been made to them as aforesaid.

iii) That the materials on the security of which any further advance or advances may hereafter
be made as aforesaid (hereinafter called the said materials) shall be used by the
Contractors solely in the execution of the said works in accordance with the directions of
The Dy. General Manager (Premises) of the Employer and in accordance with the terms of
the said agreement.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 86


iv) That the Contractors shall take at their own cost all the necessary and adequate
arrangement for the proper watch, safe custody and protection against all risks of the said
materials and that until used in construction as aforesaid, the said materials shall remain at
the site of the said works in the Contractors custody and on their own responsibility and
shall at all times be open to inspection to the Employers Engineers or any Officer
authorised by the Employer. In the event of the materials or any part thereof being stolen,
destroyed or damaged, the Contractors will further replace the same with other materials of
like quality or repair and make good the same as required by the Employer.

v) That the said materials shall not on any account be removed from the site of the said
works except with the written permission of the Dy. General Manager (Premises)the
Employer.

vi) That the advances shall be repayable in full when or before the Contractors receive
payment from the Employer of the price payable to them for the said works under the
terms and the provisions of the said agreement provided that if any intermediate payments
are made to the Contractors on account of work done, then on occasion of each such
payment, the Employer will be at liberty to make a recovery from the Contractors bill for
such payment by deducting therefrom the value of the said materials then actually used in
the construction and in respect of which recovery has not been made previously, the value
for this purpose being determined in respect of each description of materials at the rates at
which the amount of the advances made under these presents were calculated.

vii) That if the Contractors shall at any time make any default in the performances or
observance in any respect of any of the terms and provisions of the said agreement or of
these presents, the total amount of advance or advances that may still be owing to the
Employer, shall immediately on the happening of such default be repayable by the
Contractors to the Employer together with interest thereon at 12 % per annum from the
date or respective dates of such advance or advances to the date of repayment and with
all costs, charges, damages and expenses incurred by the Employer in or for the recovery
thereof or the enforcement of this security or otherwise by reason of the default of the
Contractors and the Contractors hereby covenant and agree with the Employer to repay
and pay the same respectively to him accordingly.

viii) That the Contractors hereby charge all the said materials with the repayment to the
Employer of the sum or sums advanced as aforesaid and all costs, charges, damages and
expenses payable under these presents PROVIDED ALWAYS and it is hereby agreed and
declared that notwithstanding anything in the said agreement and without prejudice to the
powers contained therein if and whenever the covenant for payment and repayment
hereinabove contained shall become enforceable and the money owing shall not be paid in
accordance therewith, the Employer may at any time thereafter adopt all or any of the
following courses as he may deem best :

a) Seize and utilise the said materials or any part thereof in the completion of the said
works on behalf of the Contractors in accordance with the provisions in that behalf
contained in the said agreement debiting the Contractors with the actual cost of
effecting such completion and the amount due in respect of advances under these
presents and crediting the Contractors with the value of work done as if he had
carried it out in accordance with the said agreement and at the rates thereby
provided. If the balance is against the Contractors, they are bound to pay the same
to the Employer on demand.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 87


b) Remove and sell by public auction the seized materials or any part thereof and out
of the moneys arising from the sale, retain all the sums aforesaid repayable or
payable to the Employer under these presents and pay over the surplus (if any) to
the Contractor.

c) Deduct all or any part of the money owing out of the Security Deposits or any sum
due to the Contractor under the said agreement.

ix) That except in the event of such default on the part of the Contractors as aforesaid, no
interest shall be payable on the said advance.

x) That in the event on any conflict between the provisions of these presents and the said
agreement, the provisions of these presents shall prevail and in the event of any dispute or
difference arising over the construction of effect of these presents the settlement of which
has not been herein before expressly provided for the same shall be referred to the Officer-
in-charge, Premises Department, whose decision shall be final and no appeal shall lie
against his decision before any court, Arbitrator or authority.

xi) The provision of this Undertaking shall be deemed to be supplemental to the said
agreement.

IN WITNESS WHEREOF the Contractors have set their hands to these presents the day and
year first hereinabove written.

Signed, sealed and delivered by the said Contractors in the presence of

Witness : Signature

Name

Address

Witness : Signature

Name

Address

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 88


Annexure - L

Name of work : Proposed Construction of Residential Bldg. Complex (Wing A and


B) on property bearing CTS No.55A, 55B, 55C & 55D of Ambivili Village,
Jogeshwari (W), Mumbai.

Client : Bank of India, HO, Mumbai.

Architect : M/s. C.M. Belekar, Architect, Mumbai.

Contractor : M/s.

PROFORMA OF SITE ORDER BOOK

Name of the work _______________________________

Date of commencement __________________________

Sr. Remarks / Dated initials Initials of the Action Dated Remarks of


No. Instructions of of Site Contractors taken initials of the
the Site Engineer / for having with the Site Architects/C.C.
Engineer / Architects received the date Engineer officials
Architects instructions
1. 2. 3. 4. 5. 6. 7.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 89


Annexure M

PROFORMA OF CERTIFICATE OF PAYMENT BY ARCHITECTS


Certificate No. Interim / Dated
Bank : Project No. Building work / Interior work

Particulars :

Contractor : Contract / Letter No. Dated :

Contractors Bill No. Dated :

This is to certify that the amount given below (*) is due to your Contractors for the work done
by them and/or against materials delivered at site and/or for advance towards contract on the
above referred project.

Advance against contract Rs. ________________________

Less : Advance adjusted to date Rs. ________________________

Balance Advance Rs. ________________________

Advance against material delivered at site Rs. ________________________

Amount of work done to date Rs. ________________________

Total Rs. ________________________

Less : Retention on work done Rs. ________________________

Less : Previously certified upto Rs. ________________________

PRESENT CERTIFICATE (*) Rs. ________________________

RUPEES ____________________________________

The cost of cement or any other material supplied by you or payments made by you directly,
if any, and not covered herein above, should be adjusted before making the payment of the
certified amount (*).

Necessary Deduction U/S 194C of the Income Tax 1961 and sales tax may be made before
paying the above certified amount.

By a copy of this letter, we are intimating the Contractors to call on you for the necessary
payment. ___
Remarks, if any :

(P.T.O.) The details of Insurance Policy are given in the next page. __________________

Enclosures : Bill Signature of Architects


Banks copy

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 90


Annexure - N

Name of work : Proposed Construction of Residential Bldg. Complex (Wing A and


B) on property bearing CTS No.55A, 55B, 55C & 55D of Ambivili Village,
Jogeshwari (W), Mumbai.

Client : Bank of India, HO, Mumbai.

Architect : M/s. C.M. Belekar, Architect, Mumbai.

Contractor : M/s.

PROFORMA OF HINDRANCE REGISTER

Name of the work : Date of start of work :

Name of Contractor : Period of completion :

Agreement No. : Date of completion :

Sr. Nature of Date of Date on which Period of Signature Remarks


No. hindrance occurrence of hindrance was hindrance SE/PE
hindrance removed
1. 2. 3. 4. 5. 6. 7.

SE = Site Engineer

PM = Project Manager

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 91


Annexure - O

Name of work : Proposed Construction of Residential Bldg. Complex (Wing A and


B) on property bearing CTS No.55A, 55B, 55C & 55D of Ambivili Village,
Jogeshwari (W), Mumbai.

Client : Bank of India, HO, Mumbai.

Architect : M/s. C.M. Belekar, Architect, Mumbai.

Contractor : M/s.

CONTRACTORS LIABILITY AND INSURANCE SUMMARY

Sr. Nature and Scope Value of Validity Name of the Insurance


No of Risk Insurance Period Insurer Policy No.
of Insurance
1. Loss of damage to 110 % of The policy The policy
works or any part Contract shall be valid shall be in the joint
thereof and all Amount till Virtual names of the
materials at site Completion Employer
from any cause Certificate BANK OF INDIA &
whatsoever. CONTRACTOR

2. Damage, Loss or Rs. 50.00 The policy The policy


Injury to any Lakhs per shall be valid shall be in the joint
Property of the claim. Max till Virtual name of the
Employer, Staff or limit Rs. 75.00 Completion Employer
Consultant and their lacs per claim Certificate. BANK OF INDIA &
representatives to CONTRACTOR
any person including
the Employer or
Consultant for his
Agents and
Servants.

3. Claims under the As per The policy The policy


Workmens Govt. shall be valid shall be in the name
Compensation Act, Rules till Virtual of the
1923 Completion BANK OF INDIA &
Certificate. CONTRACTOR

******

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 92


Annexure - P
Non Judicial Stamp Paper of Rs. 500/-

ARTICLES OF AGREEMENT

ARTICLES OF AGREEMENT made the ___________ date of ____________ between


_________________________ having its office at (hereinafter called the Employer) of
the One Part.

and M/s. __________________________________________________ (hereinafter


called the Contractor) of the other Part.

WHEREAS the Employer is desirous of constructing Residential bldg. complex


______________ as per tender conditions, technical specifications, and drawings
describing the works to be done to be prepared by _______________ Architects.

AND WHEREAS the said drawings __________and _________inclusive the


specifications and the Schedule of Quantities with rates have been signed by or on
behalf of the parties hereto.

AND WHEREAS the Contractors has agreed to execute upon and subject to the
Conditions set forth herein and to the Conditions set forth in the Special Conditions and
in the Schedule of Quantities and Conditions of Contract (all of which are collectively
hereinafter referred to as the said Conditions) the works shown upon the said Drawings
and/or described in the said specifications and included in the Schedule of Quantities at
the respective rates therein set forth amounting to the sum as therein arrived at or such
other sum as shall become payable thereunder (hereinafter referred to as the said
Contract Amount)

NOW IT IS HEREBY AGREED AS FOLLOWS :

1. In consideration of the said Contract amount to be paid at the times and in the
manner set forth in said Conditions, the Contractor shall upon the subject to the
said conditions execute and complete the work shown upon the said drawings
and the said Drawings and described in the said specifications and the priced
Schedule of Quantities.

2. The Employer shall pay the Contractor the said Contract Amount, or such other
sum as shall become payable, at the times and in the manner specified in the
said Conditions and all such payments shall be made at Mumbai.

3. The term Architects & Consultants in the said condition shall mean M/s. C. M.
Belekar Architects & Consultants or in the event of their ceasing to be Architects
for the purpose of this Contract for whatever, reason, such other person,
executors or persons as shall be nominated for the purpose by the Employer, not
being a person to whom the Contractor shall object for reasons considered to be
sufficient by the Employer, PROVIDED ALWAYS that no person or persons

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 93


subsequently appointed to be Architects under this Contract shall be entitled to
disregard or overrule any previous decisions or approval or direction given or
expressed in writing by the Architects for the time being.

4. The said Conditions and the Annexures thereto shall be read and construed as
forming part of this agreement and the parties hereto shall respectfully abide by,
submit themselves to the said conditions and perform the Agreements on their
part respectfully contained in the said conditions.

5. The plans, agreements and document mentioned herein shall form the basis of
this Contract.

6. This Contract is neither a fixed lumpsum contract nor a piece work contract but a
item rate contract to carry out the work in respect of the entire building complex
to be paid for according to at the rates contained or as provided in the said
conditions.

7. The Contractor shall afford every reasonable facility for the carrying out of all
works relating to Civil, Plumbing, Sanitary, Site Development works etc.
specified in detailed bill of quantities, tender drawings and tender specifications
the manner laid down in the said conditions and shall make good any damages
done to walls, floors etc. after the completion of his work.

8. The Employer reserves to itself the right of altering the drawings and the nature
of the work by adding to or omitting any items of work or having portions of the
same carried out without prejudice to this contract.

9. Time shall be considered as the essence of this contract and the Contractor
hereby agree to commence the work soon after the site is handed over to him or
from 14 days after the date of issue of letter of intent which ever is later and to
complete the entire work within (24) Twenty Four Calendar months including
monsoon subject to relevant clauses for authorized extension of time.

10. The Rates quoted by the Tenderer, shall be firm till completion of entire work and
the rates shall be inclusive of all Taxes, Duties, Octroi, Excise, Sales Tax on
Work Contract Tax, Cess, and any other Levy/Duty/Tax imposed by State,
Central Government. However service tax will be payable extra as per the
prevailing govt rules.

11. The quoted rates by Contractors are inclusive of all expenses towards obtaining
approvals/ NOCs/ permissions/ licenses from Local authorities specified in
Special Conditions of the Contract till completion of the project. The required
drawings, details, letters, fees against demand note payable to all Local
Authorities shall be arranged by BOI. Alternatively the same can be reimburse on
production of original receipt. The assistance, if any, required by Contractor for
procurement of various permissions will be provided by BOI and Architects.

12. The Contractors are entitled for General Price Variation Adjustment (PVA) and
Steel and Cement PVA as mentioned in Tender stipulation.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 94


13. All payments by the Employer under this Contract will be made only at Mumbai.
The Contractor will have to submit Running Account bills, materials advance and
final bill in four copies.

14. All disputes arising out of or in any way connected with this agreement shall be
deemed to have arisen at Mumbai and only Courts in Mumbai shall have the
jurisdiction to determine the same.

15. That the several parts of this Contract have been read by the Contractor and fully
understood by the Contractors.

IN WITNESS WHEREOF THE EMPLOYER and


the Contractor have set their respective hands to
these presents and the duplicates hereof the day
and year first hereinabove written.

SIGNATURE CLAUSE :

SIGNED AND DELIVERED by the


________________by the hand of
Shri ________________________

(Name and Designation) (Employer)


in the presence of :
(1) _______________________
Address : _____________________
(2) _______________________
Address : _____________________
Witnesses

SIGNED AND DELIVERED BY


___________________________
(Contractor)
in the presence of :
(1) _______________________
Address : _____________________
(2) _______________________
Address : _____________________

Witnesses

********

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 95


Annexure Q

INTEGRITY PACT

Between

Bank of India hereinafter referred to as The Principal,


and

. Hereinafter referred to as The


Bidder/Contractor

Preamble

The Principal intends to award, under laid down organizational procedures, contract/s for
. The Principal values full compliance with all relevant laws of
the land, rules, regulations, economic use of resources and of fairness / transparency in its
relations with its Bidder(s) and / or Contractor(s).

In order to achieve these goals, the Principal will appoint an Independent External Monitor
(IEM), who will monitor the tender process and the execution of the contract for compliance with
the principles mentioned above.

Section 1 Commitments of the Principal

(1) The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following principles :-

a. No employee of the Principal, personally or through family members, will in


connection with the tender for, or the execution of a contract, demand, take a
promise for or accept, for self or third person, any material or immaterial benefit
which the person is not legally entitled to.

b. The Principal will, during the tender process treat all Bidder(s) with equity and
reason. The Principal will in particular, before and during the tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential / additional information through which the Bidder(s) could obtain an
advantage in relation to the tender process or the contract execution.

c. The Principal will exclude from the process all known prejudiced persons.

(2) If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act, or if there be a substantive suspicion in this
regard, the Principal will inform the Chief Vigilance Officer and in addition can initiate
disciplinary actions.
(3) The Principal will disqualify from tender process Contractor(s) / Bidder(s), who do not
sign this Pact or violate its provisions.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 96


Section 2 Commitments of the Bidder(s) / Contractor(s)

(1) The Bidder(s) / Contractor(s) commit themselves to take all measures necessary to
prevent corruption. He commits himself to observe the following principles during his
participation in the tender process and during the contract execution.

a. The Bidder(s) / Contractor(s) will not, directly or through any other person or firm,
offer, promise or give to any of the Principals employees involved in the tender
process or the execution of the contract or to any third person any material or
other benefit which he/she is not legally entitled to, in order to obtain in exchange
any advantage of any kind whatsoever during the tender process or during the
execution of the contract.

b. The Bidder(s) / Contractor(s) will not enter with other Bidders into any
undisclosed agreement or understanding, whether formal or informal. This
applies in particular to prices, specifications, certifications, subsidiary contracts,
submission or non-submission of bids or any other actions to restrict
competitiveness or to introduce cartelization in the bidding process.

c. The Bidder(s) / Contractor(s) will not commit any offence under the relevant
IPC/PC Act; further the Bidder(s) / Contractor(s) will not use improperly, for
purposes of competition or personal gain, or pass on to others, any information
or document provided by the Principal as part of the business relationship,
regarding plans, technical proposals and business details, including information
contained or transmitted electronically.

d. The Bidder(s) / Contractor(s) of foreign origin shall disclose the name and
address of the Agents / representatives in India, if any. Similarly the
Bidder(s)/Contractor(s) of Indian Nationality shall furnish the name and address
of the foreign principals, if any. Further details as mentioned in the Guidelines
on Indian Agents of Foreign Suppliers shall be disclosed by the Bidder(s) /
Contractor(s). Further, as mentioned in the Guidelines all the payments made to
the Indian agent/representative have to be in Indian Rupees only.

e. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all
payments he has made, is committed to or intends to make to agents, brokers or
any other intermediaries in connection with the award of the contract.

(2) The Bidder(s) / Contractor(s) will not instigate third persons to commit offences outlines
above or be an accessory to such offences.

Section 3 Disqualification from tender process and exclusion from future contract

If the Bidder(s) / Contractor(s), before award or during execution has committed a


transgression through a violation of Section 2, above or in any other form such as to put
his reliability or credibility in question, the Principal is entitled to disqualify the Bidder(s) /
Contractor(s) from the tender process or terminate the Contract or to exclude from future
tenders.

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 97


Section 4 Compensation for Damages

(1) If the Principal has disqualified the Bidder(s) from the tender process prior to the
award according to Section 3, the Principal is entitled to demand and recover the
damages equivalent to Earnest Money Deposit / Bid Security.

(2) If the Principal has terminated the contract according to Section 3, or if the
Principal is entitled to terminate the contract according to Section 3, the Principal
shall be entitled to demand and recover from the Contractor liquidated damages
of the Contract value or the amount equivalent to Performance Bank Guarantee.

Section 5 Previous transgression

(1) The Bidder declares that no previous transgressions occurred in the last three
years with any other Company in any country conforming to the anti-corruption
approach or with any Public Sector Enterprise in India that could justify his
exclusion from the tender process.

(2) If the Bidder makes incorrect statement on this subject, he can be disqualified
from the tender process or terminated or black listed.

Section 6 Equal treatment of all Bidders / Contractors / Subcontractors

(1) The Bidder(s) / Contractor(s) undertake(s) to demand from his subcontractors a


commitment in conformity with this Integrity Pact.

(2) The Principal will enter into agreements with identical conditions as this one with
all Bidders and Contractors.

(3) The Principal will disqualify from the tender process all bidders who do not sign
this Pact or violate its provisions.

Section 7 Criminal charges against violating Bidder(s) / Contractor(s) /


Subcontractor(s)

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an


employee or a representative or an associate of a Bidder, Contractor or Subcontractor which
constitutes corruption, or if the Principal has substantive suspicion in this regard, the Principal
will inform the same to the Chief Vigilance Officer.

Section 9 Pact Duration

(1)Pact becomes effective on signing & submission with bid by bidder

(2)For the successful bidder, the Integrity Pact ends after 10 months from last
payment made to the successful bidder

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 98


(3)For unsuccessful bidders, valid for six months after award of contract

If any claim is made / lodged during this time, the same shall be binding and continue to be valid
despite the lapse of this pact as specified above, unless it is discharged / determined by Bank
of India.

Section 10 Other provisions

(1) This agreement is subject to Indian Law. Place of performance and jurisdiction is
the Registered Office of the Principal, i.e. MUMBAI.

(2) Changes and supplements as well as termination notices need to be made in


writing. Side agreements have not been made.

(3) If the Contractor is a partnership or a consortium, this agreement must be signed


by all partners or consortium members.

(4) Should one or several provisions of this agreement turn out to be invalid, the
remainder of this agreement remains valid. In this case, the parties will strive to
co me to an agreement to their original intentions.

(5) In the event of any contradiction between the Integrity Pact and its Annexure, the
Clause in the Integrity Pact will prevail.

__________________________ ______________________
(pre- signed For & On behalf of the Principal) (For & On behalf of
Name of HOD and Dept Bidder / Contractor)

(Office Seal) (Office Seal)

Place _______________
Date _______________

Witness 1 :
(Name & Address) _________________________
_________________________
_________________________
_________________________

Witness 1 :
(Name & Address) _________________________
_________________________
_________________________
_________________________

***

BOI -Civil, Plumbing Tender Vol.I, Architect CMB Page 99


BANK OF INDIA
Head Office, Premises Dept., Star House, C-5, G-Block, Bandra-Kurla Complex,
Bandra (E), Mumbai 400051
Project
Proposed Construction of Residential Complex on property bearing CTS No.55A, 55B,
55C & 55D at Ambivili Village, Jogeshwari (W), Mumbai 400 051.

TENDER NO:BOI/HO/PREM/AMBOLI/15-16/01
(CIVIL, PLUMBING, SANITARY AND MISCELLANEOUS WORK)
The tenderer are requested to consider the following revised dates
regarding tender submission ,prebid meeting etc:
REVISED DATES SCHEDULE
S.NO As mentioned inside the Revised Dates
Tender Document
1. Issue of Tender Documents 30.07.2015 to 26.08.2015
23.07.2015 to 20.08.2015
2. Clarification can be sought by 11.08.2015
Tenderers
Till 03.08.2015
3. Pre Bid meeting 18.08.2015 at 1100 hrs.
12.08.2015 at 1100 hrs
4. Last date of submission of 27.08.2015 till 1500 hrs.
sealed Tender
21.08.2015 till 1500 hrs
5. Opening of Technical 27.08.2015 at 1600 hrs.
21.08.2015 at 1600 hrs

ALL OTHER TERMS & CONDITIONS WILL REMAIN THE SAME.


THIS WILL ALSO FORM THE PART OF TENDER DOCUMENT
BANK OF INDIA (BOI),
MUMBAI

Proposed Construction property bearing CTS No.55A, 55B, 55C & 55D of Ambivili
Village, Jogeshwari (W), Mumbai 400 051.

TENDER FOR
CIVIL, PLUMBING & SANITARY AND
MISCELLANEOUS WORK

VOL.- II : TECHNICAL SPECIFICATIONS

ARCHITECTS :

M/S. C. M. BELEKAR
ARCHITECTS
INDRAVADAN CO-OP. HSG. SOC.
B-BLOCK, GROUND FLOOR
PADMABAI THAKKAR ROAD
MAHIM, MUMBAI 400 016
TEL.: 24307256 / 24307690 / 24377200
FAX : 022-24300521
E-MAIL : cmbelekar0808@gmail.com
cmbelekar@rediffmail.com
anandnirmale@gmail.com

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 1


INDEX

Sr.
No. Particulars Page nos.

Volume-II : Technical Specifications for Civil

1. Specifications & Additional Conditions 04 - 06

2. Excavation & Earthwork 07 09

3. Anti-Termite Treatment 10 - 11

4. Concrete Specifications 12 - 18

5. Formwork 19 - 23

6. Reinforcement 24 - 25

7. Brick work 26 - 29

8. Wood work & joinery 30 - 31

9. Solid Block Masonary 32

10. Internal Cement Plaster 33 - 34

11. External Cement Plaster 35 - 37

12. Finishing work 38 - 44

13. Rubble Soling 45 - 46

14. PCC 47 - 48

15. Ceramic Flooring & Dado 49 - 51

16. Kotah/Shahabad/Tandur Flooring 52 - 54

17. Marble / Granite flooring 55 - 56

18. Aluminium Doors, 57 - 59

19. UPVC Windows, Ventilators 60 - 61

20. Waterproofing Treatment 62 64

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 2


21. Fire Check Doors 65

22. Vitrified Tiles 66

23. Pre-cast Terazzo Flooring ( Chequred tiles) 67 - 68

24. Interlocking Tiles Paving Blocks 69

25. Ready Mix Concrete & Admixtures 70 - 79

26. Structural Galzing 80 - 87

27. ACP Cladding 88 - 91

28. Shoring System with Piling Work 92 94

29. List of approved make of materials Civil 95 97

Plumbing & Sanitary & Water Supply Works 98

30. Plumbing, Water Supply General Conditions 99 - 104

31. Water Supply Internal Sanitary Specifications 105 - 111

32. Water Meter & Valves 112 - 113

32. Sanitary Appliances 114 - 120

33. Soil Waste & Rain Water Pipe 121

34 Plumber brass fittings 122 - 124

35. Water Tank 125

32. Drainage External 126 - 133

36. External Water Supply 134 - 139

37. Disinfection 140 - 141

38. External Sewerage 142 - 145

39. Testing of Materials & their Frequency 146 - 149

40 List of approved make of materials Plumbing & Sanitary 150 151

41. Technical Specification for Soil Investigation 152 - 162

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 3


SPECIFICATIONS AND ADDITIONAL CONDITIONS :

1.00 Unless otherwise specified, CPWD specifications latest Volume I VI with upto date
correction slip shall be followed in general. Any additional item of work if taken up
subsequently, shall also conform to the relevant CPWD specifications mentioned above.
Should there be any difference between description of items as given in the Schedule of
Quantities, nomenclature and specifications for individual items of work (special
conditions) and I.S. codes, work shall be got done in the following order of precedence :

a) Price Bid Detail Bill of Quantities (Itemwise)

b) Tender Drawings.

c) Additional Specifications.

d1) Technical Specifications.

d2) Relevant IS Code (updated)

d3) Technical Specification of CPWD Latest Version

e) Special conditions of contract.

f) General conditions of contract.

g) Instructions to Tenderers

In case of items not covered by the CPWD specifications referred to above, or particular
specifications attached, reference shall be made to appropriate latest I.S. codes and the
decision of the Engineer-in-charge / Architects shall be final and binding on the
Contractor.

1.01 All stone aggregate and stone ballast shall be hard stone variety to be obtained from
approved quarries at Turbhe / Navi Mumbai region, or any other source to be got
approved by the Architects / BOI .

1.02 The sand shall also be obtained from Vaitarna / Mahad region or any other source to be
got approved by the Architects /BOI and shall be screened as required for satisfying the
specifications. If the sand brought to site is dirty it must be washed in clean water. If
permitted by PMC, crush sand can be used for flooring, brick work etc.

The grading of sand shall be as under :


Items of Work Fineness Modulus
a) All items of works where Ranging from 2.0 to 3.1
coarse sand is specified
b) All items of works where Ranging from 1.2 to 2.2
fine sand is specified

1.03 Bricks shall be of crushing strength not less than 35 kg./sq.cm. The average water
absorption of brick shall not be more than 20% of its dry weight when immersed in water
for 24 hours.

1.04 The standard sectional weights considered for conversion of length of various sizes of
M.S. bars and Tor steel bars into weight are as under :

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 4


-----------------------------------------------------------------------------------------------------------------
Size Weight Size Weight
(Diameter) Kg./m. (Diameter) mm. Kg./m.
-----------------------------------------------------------------------------------------------------------------
6. 0.222 25 3.853
8. 0.395 28 4.834
10. 0.617 32 6.313
12. 0.888 36 7.990
16. 1.578 40 9.865
18. 1.998 45 12.485
20. 2.467 50 15.413
22. 2.984
-----------------------------------------------------------------------------------------------------------------
1.05 Rate for every item of work to be done under this contract shall be for all lifts and leads,
heights and depths, length and widths excepts when specially mentioned in the item
otherwise and nothing extra will be paid on any account.

The rate for all items of work shall be unless clearly specified otherwise, includes cost of
all labour, materials and other inputs involved in the execution of the item.

No extra payment shall be made for richer mix of concrete which flows from one member
to another member during concreting of junction of beams, slabs etc.

The rate for all items in which use of cement is involved is inclusive of charges for
curing.

1.06 The foundation trenches shall be kept free from water, while all the works below ground
level are in progress. Nothing extra shall be paid for the same.

1.07 The masonary work shall be suitably recessed for provision of vertical electrical conduits
and metal boxes according to the elevational drawings for electrical services. The
horizontal electrical conduits shall generally be placed along joints of courses resorting
to minimum cutting of masonary.

After the conduits and boxes are fixed by the Electrical Contractor the chase shall be
closed neatly with cement mortar of same mix as that of plaster and nothing extra shall
be paid for this. The Contractor shall have to work in co-operation with the Contractor
for electrical work. No deduction for the recesses will be made in the measurement for
masonary work and nothing extra shall be paid for making and closing the recessed
chases.

1.08 All the materials equivalent to the specified one should be got approved by the
Architects /BOIs in writing before using such materials on the work.

1.09 The sanitary fittings, paints and other materials shall be obtained from one of the firms
on the list of approved manufacturers of ISI mark. The materials shall be tested as per
provision in relevant I.S. codes. The Contractors rates for items involving the use of the
above materials shall be deemed to cover the cost of samples. Cost of packing,
transportation and testing charges shall be borne by the Contractor.

1.10 The Contractor should submit a tentative programme of work within 15 days from the
date of awarding the work.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 5


1.11 The work of water supply, internal sanitary installations and drainage shall be carried out
according to Municipal bye-laws. Nothing extra shall be paid to the Contractor for this. It
shall be the Contractors sole responsibility to get the fixtures approved and the same
connected to the Municipal main and delay in this regard shall be at Contractors own
risk and cost.

1.12 The tenderer should not quote unnecessary conditions contradicting the general
conditions and particular specifications given in this tender, as such conditions apart
from being not agreed to, can lead to rejection of the tender.

1.13 Any damage to work resulting from rains or from any other cause until the work is taken
over by the department after completion shall be made good by the Contractor at his
Own cost.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 6


2.00 EXCAVATION AND EARTHWORK :

2.01 General : The excavation will generally refer to open excavation of foundation (including
basement if necessary) wet or dry.

2.02 Examine the Site : The Contractor shall visit and ascertain the nature of the ground to
be excavated and the work to be done and shall accept all responsibility for the cost of
the work involved.

2.03 Clearing the Site : The site on which the structure is to be built shown on the drawing
and the area required for setting out and other operations like roads, drains, sheds etc.
should be cleared and all obstructions, loose stones, materials and rubbish of all kinds
stumps, brush wood and trees removed as directed, roots being entirely grubbed up.
The materials obtained will be the properly of the Client and the materials considered
useful by the Architects will be handed over to the Client. Rejected materials will be
removed by the Contractor to his own dump at his own cost.

2.04 Ground levels and Site level plan : Before starting the excavations, the requisite block
levels of the entire plot shall be taken by the Contractor in consultation with the Site
Engineer and a proper record of these levels kept, which shall be jointly signed by the
Contractor and the Site Engineer. A block level plan showing all the ground levels of the
plot shall be prepared and shall be jointly signed by the Contractor and the Site
Engineer.

2.05 Setting out : After clearing the site and preparing the site level plan, the Contractor will
set out the centre lines of the building and other involved works and get the same
approved from the Architects. It shall be the responsibility of the Contractor to install
sufficient reference marks, bench marks etc. and maintain them as long as required by
the Architects . The Contractor will assume full responsibility for proper setting out,
alignment, elevation and dimension of each and all parts of the work.

2.06 Excavation and preparation of Foundation for concreting : Excavation shall include
removal of all materials of whatever nature at all depths and whether wet or dry as
necessary, for the construction of foundation and sub-structure (including mass
excavation for basements where applicable) exactly in accordance with lines, levels,
grades and curves shown on the drawings or as directed by the Architects
The bottoms of excavation shall be levelled both longitudinally and transversely or
stepped as directed by the Architects .

Should the Contractor excavate to a greater depth or width than shown on the drawings
or that directed by the Architects , he shall at his own expense fill the extra depth or
width with cement concrete in proportion as directed by the Architects , but in no case
with concrete of mix leaner than 1:4:8 cement concrete.

The Contractors shall report to the Architects when the excavations are ready to receive
concrete. No concrete shall be placed in foundations until the Contractor has obtained
the Architects approval. In case the excavation is done through different strata of soil
and if the same is payable as per provision in the Schedule of Quantities, the Contractor
shall get the dimensions of the strata payable decided from the Architects . If no specific
provision is made in the Schedule of Quantities it will be presumed that excavation shall
be in all types of soil and the Contractors rate shall cover for the same.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 7


After the excavation is passed by the Architects (and before laying the concrete) the
Contractor shall get the depth and dimensions of the excavation and levels (and nature
of strata if applicable as per Schedule of Quantities, like hard rock, etc.) and
measurements recovered by the Site Engineer/ Architects .

2.07 Shoring : The sides of the excavation should be timbered and shored in such a way as
is necessary to secure them from falling in and the shoring shall be maintained in
position as long as necessary. The Contractor shall be responsible for the proper design
of the shoring to hold the sides of the excavation in position and ensure safety from slips
and prevent damage to work and property and injury to persons. The shoring shall be
removed as directed after the items for which it is required are completed.

2.08 Protection : All foundation pits, lift, pits, well pits and similar excavations shall be strong
fenced and marked with red lights at night, in charge of watchmen to avoid accidents.
Adequate protective measures shall be taken to see that the excavation does not affect
or damage adjoining structures. All measures required for the safety of the excavation,
the people working in and near the foundation trenches property and the people in the
vicinity shall be taken by the Contractor at his own cost, he being entirely responsible for
any injury and damage to property caused by his negligence or accident due to his
constructional operations.

2.09 Stacking of excavated material : All materials excavated will remain the property of
the Client and rate for excavation includes sorting out of useful materials and stacking
them on site as directed. Materials suitable and useful for back filling, plinth filling or
leveling of the plot or other use shall be stacked in convenient places but not in such a
way as to obstruct free movement of men, animals and vehicles or encroach on the area
required for constructional purposes.

2.10 Backfilling : All shoring and form work shall be removed after their necessity ceases
and trash of any sort shall be cleaned out from the excavation. All space between
foundation masonary or concrete and the sides of excavation shall be refilled to the
original surface with approved excavated materials in layers 15 cm. to 20 cm. in
thickness, watered and rammed. The filling set and done in such a way as not to cause
undue thrust on any part of the structure. Where suitable excavated material is to be
used for refilling, it shall be brought from the place where it was temporarily stacked and
used in refilling.

No excavations or foundations shall be filled in or covered up until all measurements of


excavations, concrete and other works below ground level are jointly recorded.

Black cotton soil shall not be used for back filling or in plinth filling.

2.11 Dewatering : Rate of excavation shall include bailing or pumping out water which may
accumulate in the excavation during the progress of work either from seepage, springs,
rain or any other cause and diverting surface flow if any by bunds or other means.
Pumping out water shall be done in such approved manner as to preclude the possibility
of any damage to the foundation trenches, concrete or masonary or any adjacent
structure. When water is met in foundation trenches or in basement excavations,
pumping out water shall be from an auxiliary pit of adequate size dug slightly outside the
building excavations. The depth of the auxiliary pit shall be more than the working
foundation trench levels. The auxiliary pit shall be refilled with approved excavated
materials after the dewatering is over.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 8


The excavation shall be kept free from water (1) during inspection & measurement (2)
when concrete and or masonary are in progress and till they come above the natural
water level & (3) till the Site Engineer/ Architects considers that the concrete/mortar is
sufficiently set.

2.12 Surplus Excavated Material : All excavated materials certified as surplus and not
useful shall be removed by the Contractor from the site in an approved manner to his
own dump at his own cost.

2.13 Rates to Include : Apart from other factors mentioned elsewhere in this contract rates
for the item of excavation shall also include for the following (see Bill of Quantities).

i) Clearing site.
ii) Setting out works as required & setting up bench marks and other reference
marks.
iii) Providing shoring and strutting and subsequently removing the same.
iv) Bailing and pumping out water as required and directed.
v) Excavation at all depths (unless otherwise specified in the Schedule of
Quantities) and removal of all materials of whatever nature wet or dry and
necessary for the construction of foundation/basement etc. and preparing bed for
laying concrete.
vi) Sorting out useful excavated materials and conveying beyond the structure and
stacking them neatly on the site for backfilling or reuse as directed.
vii) Backfilling the trenches alongside masonary or concrete with approved
excavated material upto the natural ground level including watering and
ramming.
viii) Necessary protection including labour, materials and equipment to ensure safety
and protection against risk of accident.
ix) Removal of surplus excavated material as directed to Contractors own dump.
x) Drilling of small holes as directed to explore the nature of substratum if
necessary.

2.14 Measurements for Excavation : Excavation for foundation of columns, beams, walls
and the like shall be measured and paid net as per drawing dimensions of concrete (bed
concrete where so specified) at the lowest levels in regard to length and breath and
depth shall be computed from the concerned excavation levels and ground levels taken
before excavation. Any additional excavation required for working space, form work,
planking, dewatering and strutting etc. shall not be measured and paid for separately but
rates quoted for excavation shall include for all these factors. No increase in bulk after
excavation shall be made.

2.15 Earth filling in Plinth : If there is approved surplus earth after backfilling the sides of
excavations, the same will be used for plinth filling if required. Any additional approved
earth if required for plinth filling, the same shall be brought on to the site by the
Contractor from outside. No borrow pits shall be opened on the site. Filling in plinth
shall be done in layers of 15 cm. to 20 cm. thick, each layer being consolidated by
ramming and watering. Black cotton soil shall not be used for plinth filling.

Filling in plinth shall be measured net as in position after consolidation, height or depth
of filling being measured from original ground level to top of earth filling after
consolidation.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 9


3.00 ANTI-TERMITE TREATMENT :

3.01 Chemical :

The Chemical used for the soil treatment shall be any one or a combination of the
following the concentration shown against each in acquous emulsion :

Chemicals
(Emulsifiable concentration) Concentration

Aldrine 0.5% ( by volume )

Chlordance 1.0% ( )

Dieldrin 0.5% ( )

Heptachlor 0.5% ( )

Any other chemicals that has As directed by the Manufacturer


been accepted by Local
Government / I. S. code.

3.02 Treatment of Column Pits, Wall Trenches and Basement Excavations :

The bottom surface and slides (upto a height of 30 cm. from the bottom) of the
excavations made for column pits, trenches and basements shall be treated with the
chemicals emulsion mentioned above at 5 litres per sq. meters of surface area.

3.03 Treatment to Backfill Earth :

After the column foundations, wall foundations and retaining walls of the basement come
up, the backfill in immediate contact with the foundation structure shall be treated with
chemical emulsion at the rate of 15 litres/m2 of the vertical face of the substructure of
each side. The earth is usually spread in layers and treatment shall be carried out in
similar stages. The chemical emulsion shall be directed towards the concrete or
masonary surface of the columns and walls so that the earth in contract with these
surfaces is well treated with chemicals.

3.04 Treatment to RCC Framed Structures :

The treatment described in 2 and 3 above applies essentially to masonary foundations


where there are voids in the joints through which termites can seek entry into the
superstructure. Hence the foundations require to be completely enveloped by a
chemical barrier. In the case of RCC framed structures wit columns and plinth beams
and RCC basements the concrete mix is rich and dense (being 1:2:4 or M. 150 or
richer), it is unnecessary to start the treatment from the bottom of excavation start at a
depth of 50 cm. below ground level. From this depth, the back fill around the columns,
beams and RCC basement walls shall be treated at the rate of 15 / m 2. of the vertical
surface. The other details of the treatment shall be as laid down in 3 above.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 10


3.05 Treatment of Top Surfaces of Plinth Filling :

After the earth filling is completed within the plinth area and before the dry rubble
packing or sub-grade is laid, the entire surface of the filled earth shall be treated with
chemical emulsion at 5 litres per sq. meter. Light rodding of the surface may be carried
out to facilitate proper absorption of the emulsion.

3.06 Treatment at Junction of Walls and Floor :

Special care shall be taken to establish continuity of the vertical chemical barrier on
inner wall surfaces from the ground level of the filled earth surface. To achieve this, a
small channel 3 x 3 cm. shall be made at all junctions of wall and columns with the floor
(before laying the sub-grade) and rod holes made in the channel upto the ground level
15 cm. apart and the rod moved backward and forward to break up the earth and
chemical emulsion poured along the channel at the rate of 5 litres per linear meter so as
to soak the soil right to the bottom. The soil should be tamped back into place after this
operation.

3.07 Treatment to Soil Along External Perimeter of Building :

Finally the earth round the external perimeter of the building upto a depth of 30 cm. shall
be treated at the rate of 4.5 litres per running meter of plinth wall. To facilitate this
treatment, solid M.S. rods should be driven into the soil as close as possible to the plinth
wall at intervals of 15 cm. and upto a depth of 30 cm. and the rods moved backwards
and forward in direction parallel to the wall to break up the earth so that the chemical
emulsion mixed intimately with the soil.

3.08 Treatment of Soil Surrounding Pipes, Wastes and Conduits :

When pipes, pastes and conduits enter the soil inside the area of the foundation, the soil
surrounding the point of entry must be loosened around each such pipe, waste or
conduit for a distance of 15 cm. and upto a depth of 7.5 cm. before treatment is
commenced. When they enter the soil external to the foundation, they shall be similarly
treated unless they stand clear of the walls of the building by about 7.5 cm. for a
distance of over 30 cm.

3.09 Spraying Equipment :

A pressure pump shall be used to carry out spraying operations to facilitate proper
penetration of chemical into the earth.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 11


4.00 CONCRETE SPECIFICATION :

4.01 CEMENT :

The cement used shall be any of the following with the prior approval of the Engineer.

a) Ordinary portland cement IS : 269 with minimum strength


of 45 MPa at 28 days.

b) High-strength OPC IS : 8112 with minimum strength


of 55 MPa at 28 days.

c) Sulphate resisting cement BS : 4027\ASTM C-150 (Type V)


with minimum strength
of 45 MPa at 28 days.

d) Portland Pozzoluna Cement IS : 1489-1 & 2 : 1991

Use :

Cement shall be used in the order in which it is received. Cement in bags in storage for
more than three months shall be tested before use.

Testing :

The Contractor shall satisfy himself that the cement issued for the work conforms to the
requirements of the relevant code. For this purpose, tests should be carried out at
laboratory approved by the Architects . A sample taken once for every 1000 bags shall
be
tested. Tests shall be carried out for fineness, initial and final setting time and
compressive strength (IS : 4031) and the results approved by the Engineer before use of
the cement in permanent works.

The Engineer may specify other tests if in his opinion the cement is of doubtful quality.
The costs of all tests shall be borne by the contractor. Cement not complying with the
code requirements shall not be used in the works.

4.02 FINE AGGREGATE (SAND) :

4.2.1 It shall be river sand conforming to IS : 383 obtained from sources approved by the
Engineer. If permitted by the Engineer, crushed stone sand (produce from crashing
stone shall be washed at contractors cost in a sand washing machine of approved type
to be provided at site at the contractors cost. This shall be done at least one day before
using it in concrete. The aggregates should be stores in such a manner as to avoid
contamination.

4.2.2 The aggregate may be subjected to tests as may be ordered by the Engineer. The cost
of such test shall be borne by the Contractor.

4.03 COARSE AGGREGATES :

4.3.1 Coarse aggregates for the works shall be river gravel or crushed stone conforming to IS
: 383 obtain from sources approved by the Engineer.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 12


Aggregates shall be properly screened and if necessary washed clean at Contractors
cost before use. The coarse aggregates containing flat or flaky pieces or mica shall be
rejected.

4.3.2 Coarse aggregates shall be supplied in the following sizes :

Nominal size Maximum size Minimum size

10 mm. 12 mm. 05 mm.


20 mm. 25 mm. 10 mm.
40 mm. 40 mm. 20 mm.
80 mm. 80 mm. 40 mm.

4.3.3 The grading of course aggregate shall be such that not more than 5% shall be larger
than the maximum size and not more than 10% shall be smaller than the smallest size.
Between these sizes the coarse aggregate shall be well graded.

4.3.4 The aggregate shall be subjected to tests in accordance with IS : 2386 as may be
ordered by the Engineer. The cost of such tests shall be borne by the Contractor.

4.3.5 Aggregates shall be stored in such a way as to prevent segregation or sizes and avoid
contamination with fines.

4.04 MIXERS & VIBRATORS :

4.4.1 The Contractors shall provide all necessary machinery and equipment including weigh
batchers, mixers, immersion, screed or form vibrators, crane, hoists etc. for mixing,
transporting and placing concrete. The list of machinery and equipment to be used shall
be submitted and approval obtained from the Architects . The Architects /Engineer may
issue instructions for use of additional machinery/equipment and no extra cost would be
payable on this account.

4.05 GRADE OF CONCRETE :

The grade of concrete to be used shall be as per the structural designs. The
characteristic compressive strength and other requirements for each grade of concrete
shall be as per the relevant I.S. code.

4.06 TRIAL MIXES :

4.6.1 The contractor is entirely responsible for the design of the concrete mixes. The design
is, however, to be approved by the Engineer at least 7 days before commencing any
concreting in the works, the contractor shall make trial mixes using samples of those to
be used in the works, and which have been tested in an approved laboratory. A clean
dry mixer shall be used and the first batch discarded.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 13


4.6.2 The required mean target strengths at 28 days for various concrete mixes shall be
designed assuming failure rate of test cubes at 5% and co-efficient of variation at 15% to
start with. The concrete mixes shall be designed only on the basis of required strength,
maximum water cement ratio permitted desired workability, surface finish, maximum size
of aggregate and also various types of cements. Accordingly the required cement
content will be ascertained.

The contractor will be allowed to use either approved plasticizers or increased cement
content to achieve the required strength, workability, surface finishing etc. at his own
cost. The strength for various grades of concrete shall be as given in table below :-

Grade of Characteristic Max. size of Max. Max.slump at Remarks


Concrete strength(Fck) aggregates(mm.) W/C placing point
Ratio (mm.)

M-10 10 40 0.60 60 For plain


concrete

M-20 20 20 0.45 50 R.C.C.

M-25 25 20 0.40 50 ------

M-30 30 20 0.40 50 ------

NOTE : If the contractor is unable to obtain the characteristic strength in the table, he
can with the specific approval of the Engineer increase the cement dosage
subject to such limit as decided by the Engineer.

4.6.3 For each grade, a total of 18 cubes shall be made. Out of these six tests cubes will be
tested for 7 days strength and balance for 28 days strength. The making of the cubes,
their curing, storing, transporting and testing shall be in accordance with Indian
Standards IS : 516. The test shall be carried out in the contractors laboratory to be set
up at site and V.J.T.I. or I.I.T. Lab.

4.6.4 If the average strength of the concrete cubes falls below the required strength fresh
preliminary mixes for that grade shall be made as before, until the trial mixes yield cubes
of compressive strength at 28 days greater than the required average strength at that
age.

4.6.5 Whenever there is a significant change in the quality of any of the ingredients for
concrete, the Engineer may at his discretion order the carrying out of fresh trial mixes.
All costs for trial mixes and tests shall be to the contractors account and held to be
included in the contract rates.

4.6.6 Before commencing the works, the contractors shall submit to the Engineer for approval
full details of all preliminary trial mixes and tests.

4.6.7 When the proportions of a concrete mix have been approved by the Engineer, the
contractor shall not vary the quality or source of the materials or the mix without the
written approval of the Engineer.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 14


4.6.8 Plasticizer should be added to design mix concrete as directed by Architects.

4.07 CONCRETE CUBE TEST :

The quality of hardened concrete will be verified by the following procedure :

i. The Engineer shall select random batches of concrete for examination without warning
the contractor and sampling will be done at the point of concreting. The sampling and
testing of concrete and acceptance criteria shall be as per provisions of Indian
Standards.

ii. The strength of sample : The test strength of sample shall be the average of strength of
three specimens. The individual variation should not be more than +/- 15% of the
average.

4.08 When significant changes are made in the production of concrete batches (for example
changes in the material used, mixed design, equipment of technical control), the
standard deviation value shall be separately calculated for such batches of concrete.

4.8.1 If the strength of concrete in any portion of the structure is lower than the required
strength, but is considered nevertheless adequate by the Engineer so that demolition is
not necessary, the contractor shall be paid a lower rate for such lower strength concrete
as determined by the Engineer.

4.09 As frequently as the Engineer may require testing shall be carried out in the field for :

I. Moisture content of sand.


II. Moisture content of aggregates.
III. Silt content of sand.
IV. Grading of sand.
V. Slump test of concrete.
VI. Grading of aggregates.
VII. Concrete cube test.

The Contractor shall provide and maintain at all times until the works are completed,
equipment and staff required for carrying out these tests. The Contractor shall grant the
Engineer or his representative full access to this laboratory at all times and shall produce
on demand complete records of all tests carried out on site.

Before concreting commences on any section of the works the Contractor shall obtain
approval of the Engineer or his representative as regards the form and reinforcement
conforming with the drawings. He shall also indicate to the Engineer in writing and
obtain his approval for positions of construction joints.

4.10 BATCHING WITH WEIGHT CONTROL :

Volume batching shall not be adopted in any case. Only weight batching will be
adopted.

I. The Contractor shall maintain at site suitable number of platform balances capable of
weighting upto 200 kg. to the nearest 100 grams. the balance shall used for weighting
cement bags and occasional boxes of sand and coarse aggregate as specified below.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 15


II. The Contractor shall provide the mixer operator with standard measures for measuring
the water to be used in the mix.

III. The quantity of water to be added the mix shall be approved by the Engineer or his
representative and may be adjusted by them by frequently as necessary in order to allow
for the moisture content of the sand or coarse aggregate and workability desired. On no

account shall the contractor allow more water to be added to the mix than that specified
by the Engineer or his representative. Concrete containing water in access of that
specified shall be rejected and no allowed for use in the works.

IV. Sand and coarse aggregates shall be measured by weight only.

4.10.1 CONSTRUCTION JOINTS :

Construction joints in all concrete work shall be made as directed by the Engineer.
Where vertical joints are required these shall be shuttered as directed and not allowed to
take the natural slopes of the concrete.

Before fresh concrete is placed against a vertical joint, the old concrete shall be
chipped/sand blasted, cleaned and moistured 24 hrs. before placing the concrete. All
standing water should be removed and dried with compressed air. Neat cement slurry
shall be applied on the chipped/sand blasted surface and mortar of the same water
cement ratio as the concrete and 10 mm. thick applied. Where required suitable
expansion joints shall also be provided as directed by the Engineer.

4.10.2 TRANSPORTING, PLACING, COMPACTING & CURING :

(a) Transporting, placing, compacting & curing of concrete shall be in accordance


with IS : 456.

Concreting of any portion or section of the work shall be carried out in one
continuous operation and no interruption of concreting work will be allowed
without approval of the Engineer.

The vibrator should be held in position until air bubbles cease to come to the
surface and then slowly withdrawn so that the concrete can flow into the space
previously occupied by the vibrator. The vibrator shall not be dragged through
the concrete or used to help heaps of concrete to spread out. It will be used
vertically.

(b) To secure even and dense surface free from aggregate pockets vibration shall be
supplemented by tamping or rodding hand in the corners of forms and along the
form surface while the concrete is plastic.

(c) A sufficient number of spare vibrator shall be kept readily accessible to the place
of deposition of concrete to assure adequate vibration in case of breakdown of
those in use.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 16


4.10.3 DEFECTIVE CONCRETE :

On no account shall concrete surfaces be patched or covered up or damaged concrete


rectified or replaced until the Engineer or his representative has inspected the works and
issued written instructions for rectification. Failure to observe this procedure will render
that portion of the works liable to rejection, in which case, it will be treated as a work
which has failed to meet specified strength requirement and dealt with according to
Clause B. 11.

Holes for foundation or other bolts or for any other purpose shall be moulded, and steel
angles, hold fasts or other fixtures shall be embedded, according to the drawing or as
instructed by the Engineer.

4.10.4 In order to exercise the required degree of constant control over the concrete materials
and their proportions, the contractor shall set up and maintain at his own expenses a
testing laboratory at site. He shall provide all apparatus required for sensitive testing
of concrete and concrete materials. In particular he must have the following
equipment set up in the site laboratory.

i) A set of standard sieves.


ii) Sieve shaker.
iii) Measuring Cylinders.
iv) Slump cones.
v) Adequate number of standard moulds.
vi) Weighing balance.
vii) Oven or other apparatus to dry aggregates.
viii) Curing tank for cubes.
ix) Concrete cube testing machine 100 T capacity
electrically/mechanically operated.

Any other apparatus demand necessary by the Engineer for proper control shall be
provided by the contractor at his own expense. The laboratory shall be staffed by
qualified technicians.

When concrete cube testing machine at site is used, 10% or more of the cubes should
be tested at Government recognised Laboratory at contractors cost.

4.11 TRANSPORTING, PLACING, COMPACTING & CURING :

4.11.1 Transporting, placing, compacting & curing of concrete shall be in accordance with
IS : 456 : 2000.

The height of any single lift of concrete shall not exceed 2.5 m. for columns. The
concrete shall be placed in the form gently and not dropped from a height exceeding
1.5 m except in columns where the maximum allowed will be 2.5 m.

Each layer of concrete shall be compacted fully before the succeeding layer is placed
and separate batches shall follow each other so closely that the succeeding layer
shall be placed and fully compacted before the layer immediately below has taken
initial set. The method of placing shall also be such as to prevent segregation.
Concreting of any portion or section of the work shall be carried out in one
continuous operation and no interruption of concreting work will be allowed without
approval of the Engineer.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 17


4.11.2 Concrete placed below the ground shall be protected from falling earth during and
after placing. Concrete placed in ground containing deleterious substances shall be
kept free from contact with such ground and with water draining therefrom during
placing and for a period of seven days or as otherwise instructed thereafter.

Approved means shall be taken to protect immature concrete from damage by


debris, excessive loading, erosion, vibrations, deleterious ground water, mixing with
earth or other materials and other influences that may impair the strength and
durability of the concrete.

4.12 DEFECTIVE CONCRETE :

Should any concrete be found honeycombed or anyway defective, such concrete shall
on the instruction of the Engineer be cut out by the Contractor and made good at his
own expense.

4.13 EXPOSED FACES, HOLES & FIXTURES :

On no account shall concrete surfaces be patched or covered up or damaged


concrete rectified or replaced until the Engineer or his representative has inspected
the works and issued written instructions for rectification. Failure to observe this
procedure will render that portion of the works liable to rejection, in which case, it will
be treated as a work which has failed to meet specified strength requirements and
dealt with according to Clause B. 11.

Holes for foundation or other bolts or for any other purpose shall be moulded, and
steel angles, hold fasts or other fixtures shall be embedded, according to the rawings
or as instructed by the Engineer.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 18


5.00 FORMWORK

5.01 DEFINITION :

The term Formwork or Shuttering shall include all forms, moulds, sheeting,
shuttering planks, of mortar at all from the cast-in-situ concrete walers, poles, posts,
shores, struts and strutting, ties, upright, wallings, steelrods, bolts, wedges and all
other temporary supports to the concrete during the process of placing and setting.

5.02 MATERIALS :

1. All facing formwork to come line contract with concrete in different elements of the
structure shall be of such material and size as specified on drawings or as instructed by
the Engineer.

2. Timber facing formwork to come in contact with concrete for Exposed concrete
Surfaces shall consist of oily wood mounted on frames as directed by the Engineer and
no joints, shall permit leakage

3. The material for other backing and supporting formwork and their sizes shall be selected
by the Contractor and shall be subject to the approval of the Engineer.

4. Steel plates, plywood boards and steel props shall be used for formwork and staging.

5.03 DESIGN :

The formwork shall be designed and constructed so that the concrete can be properly
placed and thoroughly compacted to obtain the required shape, position and level
subject to specified tolerances. It is the responsibility of the contractor to obtain the
result required by the Engineer, whether or not some of the work is sub-contracted.
Approval of the proposed formwork by the Engineer will not diminish the contractors
responsibility for the satisfactory performance of the formwork, nor for the safety and co-
ordination of all operations.

5.04 FORMWORK FOR EXPOSED CONCRETE SURFACES :

The facing formwork, unless indicated otherwise on drawings or specifically approved by


the Engineer in writing, shall generally be made with materials not less than the
thickness mentioned below for different elements of the structure.

5.04.01 Plain slab soffits, sides of beams girders, joints and ribs and side of walls,
fins, parapets, sun breakers etc. shall be made with.

a) Steel plates not less than 1.2 mm. thick of specified sizes stiffened with a suitable
structural framework, fabricated true to plane with a tolerance of +/- 2 mm. within
the plate.

b) Timber planks of 20 mm. actual thickness and of specified surface finish, width
and reasonable length.

c) Plywood boards not less than 12 mm. thick (IS : 4990 Specification for plywood
for concrete shuttering work) or 3 mm. thick with a 20 mm. timber plank backing
of specified sizes stiffened with a suitable timber frame work.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 19


5.04.02 Bottom of beams, grinders and ribs, sizes of columns shall be made with :

a) Steel plates not less than 2 to 3 mm. thick of specified sizes stiffened with a
suitable structural framework, fabricated true to plane with a tolerance of
+/- 2 mm. within the plate.

b) Timber planks of 25 mm. actual thickness and of specified surface finish, width
and reasonable length.

c) Plywood plates not less than 12 mm. thickness and of specified sizes stiffened
with a suitable timber frame work.

5.04.03 ERECTION OF FORMWORK :

The following shall apply to all formwork :

i) To avoid delay and unnecessary rejection of the contractor shall obtain the
approval of the Engineer for the design of forms and the type of material used
before fabricating the forms (Ref. ACI - 347 formwork for concrete or equivalent I.
S. Code).

ii) All shutter planks and plates shall be adequate backed to the satisfaction of
Engineer by a sufficient number and size of walers or framework to ensure
rigidity during concreting. All shutters shall be adequately strutted, braced &
propped to the satisfaction of the Engineer to prevent deflection under
deadweight of concrete and superimposed live load of workmen, materials and
plant, and to withstand vibration. No joints in props shall be allowed.

iii) Vertical props shall be supported on wedges or other measures shall be taken
where the props can be gently lowered vertically during removal of the formwork.
Props for an upper storey shall be placed directly over those the storey
immediately below, and the prop of the lowest storey shall bear on a sufficiently
strong area.

a. Care shall be taken that all formwork is set plumb and true to line and level or
camber or better where required and as specified by the Engineer.

b. Provision shall be made for adjustment of supporting struts where necessary.


When reinforcement passes through the form work care should be taken to
ensure close fitting joints against the steel bars so as to avoid loss of slurry and
water during the compacting of concrete.

c. If the formwork is held together by bolts or wires, these shall be so fixed that no
iron will be exposed on surfaces against which concrete is to be laid. In any case
wires shall not be used with exposed concrete formwork. The Engineer may at
his discretion allow the contractor to use tie-bolts running through the concrete
and the contractor shall decide the location and size of such tie-bolts in
construction with the Engineer. Holes left in the concrete by these tie-bolts shall
be filled as specified by the Engineer at no extra cost.

iv) Provision shall be made in the shuttering from beams, columns and wall for a
port hole of convenient size so that all extraneous materials that may be
collected could be removed just prior to concreting.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 20


v) Formwork shall be so arrange as to permit removal of forms without jarring the
concrete. Wedges clamps and bolts shall be used wherever practicable instead
of nails.

The formwork for beams and slabs shall be so erected that forms on the sides of
the beams and the soffit of slabs can be removed without disturbing the beam
bottoms or props under beams.

vi) Surfaces of forms in contact with concrete shall be oiled with a mould oil/mould
release agent of approved quality. If required by the Engineer the Contractor
shall execute different parts of the work with different mould oils/mould release
agent to enable the Engineer to select the most suitable. The use of oil which
results in blemishes of the surface of the concrete shall not be allowed. Oil shall
be applied before reinforcement has been placed and care shall be taken that no
oil comes in contact with the reinforcement while it is being placed in position.

a. Removal of all dirt, shavings, sawdust and other refuse by brushing and washing
and cleaning by compressed air.

b. The tightness of joints between panels of sheathing and between these and any
hardened core.

c. The correct location of tie-bars, bracing and spacers, and especially


connections of bracing.

d. That all wedges are secured and firm in position.

e. That provision is made for traffic on formwork not to bear directly on reinforcing
steel bars. The Contractor shall obtain the Engineers approval for dimensional
accuracies of the work and for the general arrangement of propping and bracing.
(IS : 3696 Safety code of Scaffold and Ladders, IS : 4014 Tubular Scaffolding (I
& II) it is imperative that for scaffolding heights of 3.6 m. and above timber posts
or steel scaffolding be used with adequate bracings horizontal and vertical
planes. Bracings with bamboos will not be permitted. When timber posts are
used the bracings shall consist of minimum 25 mm. thick wooden planks fixed to
each post with at least two nails.

The Contractor shall be entirely responsible for the adequacy of propping, and for
keeping the wedges and other locking arrangement undisturbed through the decentering
period. (IS : 8989 safely code for erection of concrete framed structures)

5.04.04 Formwork shall be continuously watched during the process of concreting. If during
concreting any weakness develops and formwork shows any distress the work shall
be stopped and remedial action taken.

5.04.05 The Contractor should note that he shall provide necessary wooden plugs. sleeves,
steel inserts as required, for which no extra payments will be made.

5.04.06 EXPOSED CONCRETE WORK :

Exposed concrete surfaces on stripping of the forms shall be smooth and even
originally it shall not need any finishing or rendering. Where directed by the
Engineer, the surface shall be rubbed with carborundum stone immediately on

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 21


striking the forms. The Contractor shall exercise special care and supervision of
formwork and concreting to ensure that the cast members are made true to their
sizes, shapes and positions and to produce the surface patterns desired. No
honeycombing shall be allowed.

Honeycombed parts of the concrete shall be removed by the contractor as directed


by the Engineer and fresh concrete placed without extra cost, as instructed by the
Engineer.

All materials, sizes and layouts of formwork including the locations for their joints
shall have the prior approval of the Engineer.

5.04.07 CAMBER :

Forms and as false work shall be generally cambered as indicated in the drawings or
as instructed by the Engineer. However, for beams upto 5 m. span and slabs upto
4 m. span camber is not normally required to be provided.

5.04.08 TOLERANCES :
In accordance with IS : 456 : 2000.

5.04.09 AGE OF CONCRETE AT REMOVAL OF FORMWORK :


In accordance with IS : 456. The Engineer may vary the periods specified in IS : 456
if he considers it necessary.

5.04.10 STRIPPING OF FORMWORK :


Formwork shall be removed carefully without jarring the concrete, and curing of the
concrete shall be commenced immediately. Concrete surfaces to be exposed shall,
where required by the Engineer, be rubbed down with carborundum stone to obtain a
smooth and even finish. Where the concrete requires plastering or other finish later
the concrete surface shall be immediately hacked lightly all over as directed by the
Engineer.

No extra charge will be allowed to the contractor for such work on concrete surfaces
after removal of forms. Immediately after the forms are removed they shall be
cleaned with a jet of water and a soft brush.

5.04.11 REPROPPING :

For multistoreyed buildings the floors may need repropping to support the loads of
the upper floors under construction. The extent of such repropping shall be as
directed by the Engineer (this does not normally exceed one fourth of the props
provided in the upper floor). Such repropping shall not be paid for separately and
the cost of such repropping shall be deemed to have been included in the
contractors rates.

5.04.12 REUSE OF FORMS :

The Contractors shall not be permitted reuse of timber facing formwork brought new
on the works more than 5 times for exposed concrete formwork and 8 times for

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 22


ordinary formwork. 5 or 8 uses shall be permitted only if forms are properly cared
for, stored and repaired after each use. The Engineer may in his absolute discretion
order rejection of any forms he considered unfit for use for a particular item, and
order removal from the site of any forms he considers unfit for use in the works.
Used forms brought on the site will allowed proportionately fever uses as decided by
the Engineer. Use of different quality boards or the use of old and new boards in the
same formwork shall not be allowed.

5.04.13 HACKING-OUT :

Immediately after removal of forms, the concrete surfaces to be plastered shall be


roughened with a bush-hammer or with chisel and hammer as directed by the
Engineer to make the surfaces sufficiently coarse and rough to provide a key for
plaster.

SPECIAL NOTE :

No timber prop shall be allowed, only steel tubular props with proper bracing
and of adequate strength will be allowed.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 23


6.00 REINFORCEMENT

1. STEEL :

Mild steel, rounds conforming to IS 432, hot rolled deformed bars conforming to
IS : 1138, cold twisted bars conforming to IS : 1786 hard drawn steel wire fabric
conforming to IS : 1566 1977, or rolled steel made from structural steel
conforming to IS : 226, Code of Practice for construction in steel IS : 800. Any
other steel specified for reinforcement shall conform in every respect to the latest
relevant Indian Standard Specifications and shall be of tested quality under the
ISI Certification Scheme.

All reinforcing work for concrete work shall be executed in conformity with the
drawings supplied and instructions given by the Engineer and shall generally be
carried out in accordance with the relevant Indian Standard Specifications (IS :
2505). The contractor shall prepare bar bending schedule for all reinforced
concrete work and get them approved by Structural Consultant well in advance of
construction and furnish approved copies to the Engineer.

2. INSPECTION & TESTING :

Every bar shall be inspected before assembling on the works and any defective,
brittle, excessively rusted or burnt bars shall be removed. Cracked ends of bars
shall be cut out.

3. LAPPING :

As far as possible bars of the maximum length available shall be used. Laps
shown on drawings or otherwise specified by the Engineer will be based on the
use by the Contractor of bars of maximum length.

4. SPACING SUPPORTING AND CLEANING :

i) All reinforcement shall be placed and maintained in the position shown on the
drawings.

ii) The Contractor shall provide approved types of supports as specified on the
drawings for maintaining the top bars of the slab in position during concreting. All
cover blocks shall be of concrete (not sand cement mortar) and of the same
strength as that of the surrounding concrete and properly compacted. They shall
be circular in shape and not square.

iii) 18 SWG iron wire shall be used as binding wire. All bars crossing one another
shall be bound with this wire twisted tight to make the skeleton or network rigid
so that the reinforcement is not displaced during placing of concrete.

iv) Bars must be cleaned before concreting commences of all scales, trust or
partially set concrete which may have been deposited there during placing of a
previous lift of concrete.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 24


5. MEASUREMENT :

i. The weight of steel to be paid for at the contract rate shall be the length of bars
as mentioned on the drawings or as instructed by the Engineer including stirrups,
ties, spacer bars, chairs and any other steel works specified as reinforcement
converted at standard sectional weight but excluding binding wire and cover
blocks. Laps as specified on the drawings and any other laps permitted by the
Engineer shall be paid for.

ii. The weight of any reinforcement, shall be computed from the dimensions given
on the drawings or bending schedules and the standard sectional weight. No
allowance in the weight paid for shall be made for the rolling margin.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 25


7.00 BRICK WORK :

7.01 Bricks :

(a) The bricks shall be table moulded first quality of regular and uniform size shape and
colour uniformly well burnt throughout but not overburnt. They shall have plain
rectangular faces with parallel sides and sharp straight and right angled edges. They
shall be free from cracks or other flows. They shall have a frog of 10 mm. depth on one
of their flat faces.

(b) They shall give a clear metallic ringing sound when struck.

(c) They shall show a fine aggregate uniform homogenous and dense texture on fracture
and be free from lumps of lime lamination cracks, air holes, soluble salts causing
efflorescence or other defects which may in any way impair their strength durability
appearance or usefulness for the purpose intended. They shall not have any part under-
burnt. They shall not break when thrown on the ground on their flat face in a saturated
condition from a height of 60 cm.

(d) The size of brick shall be 23 x 11.5 x 7.5 cm. Only bricks of one standard size shall be
used on the work unless specially permitted by the Engineer-in-charge.

(e) After immersion in water absorption by weight shall not exceed 20 percent of the dry
weight of the brick when tested according to I.S.S. no. 1077 1957.

(f) Unless otherwise specified the load to crush the brick when tested according to I.S.S.
no. 1077 1970 shall not be less than 35 kg./sq.cm.

7.02 Mortar :

Unless otherwise specified mortar for brick work shall be composed of 1 part of cement
to 6 parts of coarse approved sand for walls of one brick thick (i.e. 23 cms.) and over
and one part of cement to 4 parts of coarse approved sand for half brick thick wall. Other
specifications for mortar in brick work shall be as per I.S.S. no. 2116 1965.

The particle size grading of sand in mortar for un-reinforced masonary work shall be
within limits specified below :

I.S. Sieve designation Percentage by weight


Passing I.S. Sieve
4.75 mm. 100

2.36 mm. 90 100

1.18 mm. 70 100

600 micron 40 100

300 micron 5 70

150 micron 0 15

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 26


7.03 Construction Details :

(a) Soaking : All bricks shall be immersed in water for two hours before being put into work
so that they will be saturated and will not absorb water from the mortar.

(b) Bats : No bats or cut bricks shall be used in the work unless absolutely necessary
around irregular openings or for adjusting the dimensions of different courses and for
closers in which case full bricks shall be laid at corners, the bats being placed in the
middle of the courses.

(c) Laying : The bricks shall be laid in mortar to line level ad shapes shown on the plans
slightly passed and thoroughly bedded in mortar and all joints shall be properly flushed
and no hollows left anywhere. Bricks shall not be thrown from any height to the ground
but should be put down gently. All courses shall be laid truly horizontal and all vertical
joints made truly vertical. Vertical joints in one course and the next below shall not come
over one another and shall not normally be nearer than quarter of a brick length. For
battered faces bedding shall be at right angles to the face. Fixtures plugs frames etc. if
any be built in at places shown in the plans while laying the course only and not later by
removal of brick already laid.

Care shall be taken during construction to see that edges of bricks at quoins sills heads
etc. are not damaged.

The verticality of the walls and horizontality of the courses shall be checked very often
with plumb-bob and spirit level respectively.

(d) Bond : Unless otherwise specified brick work shall be done in English bond.

(e) Joints : Joints shall not exceed 10 mm. (about 3/8), in thickness and this thickness shall
be uniform throughout. The joints shall be raked out not less than 10 mm. (about (3/8)
deep when the mortar is green where pointing is to be done. When the brick surfaces
are to be plastered the joints shall be raked to a depth of 5 mm. when the mortar is
green so as to provide good key to plaster.

(f) Uniform raising : Brick work shall be carried out regularly in all cases where the nature of
work will admit not leaving any part 60 cm. lower than another. But where building at
different levels is necessary, the breaks shall be stepped so as to give later a uniform
level and effectual bond. Horizontal courses should be to line and level and even and
face plumb or to batter as shown on the plan. The rate of laying masonary may be upto
a height of 80 cm. per day if cement mortar is used.

7.04 Scaffolding :

Scaffolding will be double or single as is warranted for the particular work.

Put log hole shall be made good by bricks to match the face work when put logs are
removed after ensuring that the holes behind are solidly filled in with 1:4:8 cement
concrete.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 27


7.05 Curing :

All brick work shall be kept well watered for 14 days after laying. Where puzzolana
cement is used for mortar the curing shall be extended by one week at the Contractors
expense.

7.06 Exposed work :

Where exposed brick work is specified the usual specifications for the `Brick work as
mentioned above will be applicable for `Exposed Brick Work but in addition specially
selected bricks shall be used for facing ensuring regular and clean faces of uniform
colour. No bricks which are broken, chipped, wrinkled or which have irregular edges or
corners shall be used depending on the quality of bricks and if instructed by the
Engineer-in-charge the exposed face of every brick shall be rubbed before laying without
extra charge. Wooden fillets 10 mm. thick and 10 mm. wide shall be placed at the edge
of joints so that no mortar comes on the surface of the bricks and regular thickness of
joints is maintained. The surface shall be rubbed down with brushes or bricks, if
necessary and thoroughly washed. No mortar shall be allowed to stick to the surface
which shall be left clean to the satisfaction of the Engineer-in-charge with all joints even
and true to a straight line. Double scaffolding shall be used in exposed
brick work.

7.07 Rates to include :

Apart from other factors mentioned elsewhere in the contract the rate for items of brick
work shall include for the following :

(a) All labour, materials, use of tools, equipments and other items incidental to the
satisfactory completion of brick masonary at all heights and levels.

(b) Erecting and removing of all scaffolding ladders and plant required for the execution of
the work to the height and depth and shapes as shown on the plan or as ordered by the
Engineer-in-charge.

(c) Constructing brick work to line, levels, batters, pillars, curves and to any position or
shape to any heights or levels including raking of joints and housing frames, fixtures etc.

(d) Cutting the brick work.

(e) Removing of all stains and adhering mortar lumps on the brick work surfaces.

7.08 Measurements :

(a) Half brick thick and brick on edge walls shall be measured in sq.mt. unless otherwise
mentioned.

(b) One brick thick wall and thicker walls shall be measured in Cu.mt. Brick walls upto and
including 3 bricks in thickness should be measured in multiples of half bricks which shall
be deemed to be inclusive of mortar joints. Widths of more than three bricks in walls will
be measured actually and limited to the width specified.

(c) No deductions or additions shall be made on any account for :

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 28


(i) Ends of dissimilar materials (i.e. joints, beams, lintels, posts, girders, rafters,
purlins, trusses, corbels, steps etc.) upto 500 sq.cm. in section and

(ii) Openings upto 0.1 sq.mt. in section.

Note : In calculating the area of openings any separate lintels or sills be included
alongwith the size of the openings but the end portions of the lintels shall be
excluded and the extra width of rebated reveals if any shall be excluded.

(iii) Wall plates and bed plates and bearing of slabs, chajjas and the like of which
the thickness does not exceed 10 cm. and the bearing does not extend over
the full thickness of the wall.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 29


8.00 WOOD WORK & JOINERY :

8.01 Timber :

(i) Unless other specified, all timber for frames and shutters for doors, windows, ventilators,
cupboards etc. shall be kiln seasoned hardwood and shall be free from knots, shakes,
fissures, flaws, sun cracks and other defects.

The planned surface shall be smooth and free from blemishes and discolourations.

(ii) All timber for carpentry and joinery in touch with masonary or concrete shall be coal
tarred or creosote before fixing. All rough frame work in partitions, suspended ceilings
and veneering to walls etc. shall be treated with approved wood preservative.

(iii) All fully fabricated timber shall be kiln seasoned allow for any shrinkage that may take
place. The preparations of timber for joinery is to commence simultaneously with the
beginning of the proper to work generally and should proceed continuously until all the
wood work is prepared and fixed / stacked on the site as the case may be.

8.02 Holdfasts : Three holdfasts shall be fixed to each post of the door frame and two to
each or the window frame. Unless otherwise mentioned in the item, the M.S. holdfasts
shall be of the size 200 mm. x 30 mm. x 2 mm. and shall be fixed to the frames by
means of screws and not nails. The 1:2:4 PCC of dimensions as directed by the
Engineer-in-charge.

The rates quoted for wood work and joinery shall allow for all types of holdfast as
directed (Horns in frames shall be cut and shall not be used as holdfasts)

8.03 Door / Window frames :

(i) The workmanship shall be first class and to the approval of the Engineer-in-charge.
Scantlings and boardings shall be accurately sawn and shall be of required width and
thickness. All carpenters work shall be wrought except where otherwise described. The
workmanship and joinery shall be accurately set out in strict accordance with the
drawings and shall be frames together and securely fixed in approved manner and with
properly made joints.

All work is to be properly tenoned, shouldered, wedged, pinned, bradded etc. and
properly glued with approved quality glue to the satisfaction of the Engineer-in-charge.

(ii) Screws : All screws to be used in wood work and joinery shall be cadmium plated MS
screws.

(iii) Tolerances : 1.5 mm. will be allowed for each wrought face of the sizes specified except
where described as finished in which case they shall hold to the full dimensions.

(iv) Protection : All wood work and joinery edges of timber frames etc. shall be protected
from being damaged during construction by providing rough timber casings securely
fixed and other adequate protective measure.

(v) If it is decided by the Employer to provide anti-termite treatment, the building Contractor
shall co-ordinate this work suitably as directed by the Engineer-in-charge.

(vi) Door/Window frames shall have cut rebates. Planted rebates shall not be permitted.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 30


8.04 Door Shutter :

Scope :

This specification lays down requirements regarding types, sizes, material, construction,
workmanship and finish, performance evaluation, sampling, measurements, rates and
testing of Laminated Veneer Lumber (LVL) door shutter for use in domestic buildings.

For the purpose of this specification, the definitions those given in IS:10428-1983 and
IS:707-1976 shall apply.

The properties of LVL shall be as per I.S.I.

Panelling Material :

Plain Particle Board : Plain particle boards used for panels shall be FPT-1 conforming to
IS:3087-1985 and shall have been bonded with BWP type of synthetic resin adhesives
per IS:848-1974.

All members of the shutters shall be straight, smooth and with well planned faces at right
angles to each other. Any warp or bow shall not exceed 1.5 mm. The right angle for the
shutters shall be checked by measuring the two diagonals from one extreme corner to
the opposite one and the difference between the two diagonals shall not be more than 3
mm.

Panelling :

Plain and pre-laminated particle board panelling : The panels shall be of one piece of
plain or pre-laminated particle board of thickness 12 mm. or more.

The tests shall be carried out by the manufacturer on panelled door shutters with panels
of plain or pre-laminated particle board and plain or pre-laminated medium density fibre
boards. The method of carrying out the test shall be as per IS:4020-1994.

Measurement :

Length and width of the shutter shall be measured to the nearest centimetre in closed
position covering the rebates of the frames but excluding the gap between the shutter
and the frame. Overlap of the two shutters shall not be measured. All work shall be
measured net as fixed and area calculated in square meters to nearest two places of
decimal. No deduction shall be made to form panel opening, louver venetian opening
and opening for glazing. No extra payment shall be made for shape, joints and labour
involved in operations described above.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 31


9.00 SOLID BLOCK MASONARY :

Materials : The blocks of concrete shall be of nominal size 190 x 390 x 150 mm. & shall
be of approved mix to satisfy, the crushing strength and water absorption test as per IS-
2185 Part I, 1979 :

i) Crushing strength not be less than 50 kg./sq.cm.


ii) Water absorption shall not be more than 10%.

The finish of blocks shall be fairly good with sharp edges. The blocks can be
purchased from approved manufacturers such as M/s. Conwood Prefab Pvt. Ltd. or
can be cast at site under the supervision of clients using appropriate mix & method of
casting, curing etc. The minimum crushing strength & water absorption criteria shall
invariably observed.

The method of erecting masonary, scaffolding, curing etc. shall be as per other
masonary works.

All blocks shall be machine mixed, dense and having proper workability so as to remove
the moulds almost immediately after casting.

The mode of measurements shall be as per IS : 2185, Part I 1979.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 32


10.00 INTERNAL CEMENT PLASTER :

10.01 Preparation of surface : The walls to be plastered to have all joints raked out to a depth
of 5 / 10 mm. if not already done RCC surface shall be properly hacked to get good key
to the plaster. All dust and oily matter if any shall be brushed and cleaned and the
surface to be plastered shall be kept wet for 6 hours before plastering is commenced.

10.02 Proportion of mortar : Unless otherwise mentioned, the proportion of internal cement
plaster for walls and ceiling shall be 1:4 (1 cement : 4 sand). Sand shall be from
approved source, free from foreign matter and as applicable to internal wall and ceiling
plastering. No more cement mortar shall be prepared than that can be used within half
an hour.

10.03 Application of Plaster : The mortar shall be applied evenly with force on the surface to be
plastered. The mortar surface shall be finished at once by being rubbed over with a
trowel till the cement appears on the surface. All corners, angles and junctions shall be
truly vertical and horizontal as the case may be, carefully and neatly finished. Rounding
of corners and junctions where required shall be done without extra charge. The mortar
shall
adhere to the surface intimately when set and there shall be no hollow sound when
struck. The thickness of plaster shall be minimum 12 mm. over the proudest part of the
surface of brick wall and RCC surfaces and 20 mm. over stone walls. Plaster for ceiling
shall not be more than 8 mm.

10.04 When neat cement finish is specified over the plaster surface, a coat of pure Portland
cement slurry 1.5 mm. thick shall be applied and well rubbed to the plastered surface
while the plaster surface itself is fresh.

10.05 When no finish is specified, the plastered surface shall be rubbed well to an even plane
with a wooden float for external surface and finished smooth with a steel trowel for
internal surface.

10.06 Rates to include : Apart from other factors mentioned elsewhere in this contract, rates for
the item of plaster shall include for the following :

(i) Erecting, dismantling and removing the scaffolding.

(ii) Preparing the surface to receive the plaster.

(iii) Providing cement plaster of the specified average thickness.

(iv) All labour, materials, use of tools and equipment to complete the plastering as per
specifications.

(v) Curing for 14 days.

(vi) Any moulding work is shown on the drawings or as specified unless : separately
provided in the tender.

(vii) Plaster work in jambs, arises, rounded angles, fair edges, narrow returns, quirks, `V
joints, splays, drip mouldings, making good to metal frames, junctions with skirting or
dado, narrow widths and small quantities, marking good around pipes, conduits, timbers,
sills, brackets, railings etc. and making good after all the Sub-Contractors or nominated
Sub-Contractors have done their work.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 33


(viii) Neeru or cement finish when specified in the item.

10.07 Mode of Measurements : Plaster shall be measured in Square Meters.

(a) Walls :

(i) The measurements of wall plastering shall be taken between the walls or partitions (the
dimensions before plastering shall be taken) for the length, and from the top of floor
skirting / dado (as the case may be) to the ceiling for the height.

(ii) Deductions :

(A) For jambs, soffits sills etc. and for opening not exceeding 0.5 sq.mt. each in area, ends
of joists, beams, posts, girders, steps etc. not exceeding 0.5 Sq.mt. each in area and
openings not exceeding 3 Sq.mt. each, deductions and additions shall be made in the
following manner.

(a) No deduction shall be made for ends of joists, beams, posts etc. and openings not
exceeding 0.5 sq.mt. each, and no addition shall be made for reveals, jambs, soffits, sills
etc. of these openings nor for finishing the plaster around ends of joists, beams, posts
etc.

(b) Deductions for openings exceeding 0.5 sq.mt. but not exceeding 3 sq.mt. each shall be
made as follows and no addition shall be made for recess, jambs, soffits, sills etc. of
these openings :

(1) When both faces of wall are plastered with the same plaster deduction shall be made for
one face only.

(2) When two faces of wall are plastered with different plasters or if one face is plastered
and the other pointed, deduction shall be made from the plaster or pointing out the side
of frames for doors, windows etc. on which the width of reveals is less than that on the
other side, but no deduction shall be made on the other side.

B. In case of openings of area above 3 Sq.mt. each, deductions shall be made for the
openings but jambs, soffits and sills shall be measured.

(b) Ceiling :

(i) Ceiling shall be measured between the walls for partitions and the dimensions before
plastering shall be taken.

(ii) Ceiling with projected beams shall be measured over beams and the plastered sides of
beams shall be measured and added to plastering on ceilings.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 34


11.00 EXTERNAL CEMENT PLASTER WITH SAND FACED / COMBED / ROUGH CAST
FINISHES :

11.01 SAND FACED FINISH :

11.1.1 Preparation of surface :

The walls to be plastered to have all joints raked out to a depth of 5 mm., if not already
done. RCC surface shall be properly hacked to get good key to the plaster. Any
unevenness shall be levelled before the plastering is applied. All dust and oil matter if
any shall be brushed and cleaned with a stiff bristle or wire brush, and the surface to be
plastered shall be kept wet for 6 hours before plastering is commenced. If the surface
become dry in spots such areas shall be moistened again to restore uniform suction.

11.02 PROPORTION OF MORTAR :

Unless otherwise mentioned, the proportion of external cement plaster for brick or
concrete surfaces shall be 1:4 (1 cement : 4 sand). Sand shall be from approved source
free from foreign matter, washed clean if necessary.

Not more cement mortar shall be prepared than that can be used within half an hour.
The mortar may be hand mixed or machine mixed. In hand mixed mortar, cement and
sand in the specified proportion shall be thoroughly mixed dry on a clean impervious
platform by turning over atleast 3 times or more till a homogenous and mixture of
uniform colour is obtained. Fresh and clean water shall be added gradually through a
hose and thoroughly
mixed so that mix become homogenous and each particle of sand shall be completely
covered with a film of wet cement. Mixing platform shall be so arranged that no
deleterious, extraneous material shall get mixed with mortar nor the mixing water of the
mortar shall flow out.

11.03 APPLICATION OF PLASTER :

Wherever specified the plastering shall be done in two coats namely under coat and
finishing coat.

11.04 UNDER COAT :

The under coat shall be of cement mortar 1:4 waterproofing compound of approved
make shall be added according to manufacturers specifications to make the mortar
waterproof. Patches of plaster 15 cm. x 15 cm. shall be put on about 3 m., apart as
guages to ensure even plastering in one plane. The thickness of the under coat in any
part shall not be less than 12 mm. The mortar shall be firmly applied with somewhat
more than the required thickness and well pressed into the joints and on the surface and
rubbed and levelled with a flat wooden rule to given required thickness. Long straight
edges shall be freely used to ensure perfectly plane and even surface. All corners must
be finished to their true angles or rounded as directed. Plastering shall be done from top
downward. Keys shall be formed on the surface by thoroughly combing it with wavy
horizontal lines about 12 mm. apart and 3 mm. deep when the mortar is still plastic.
Under coat shall be cured for not less than 2 days before finishing coat is applied.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 35


11.05 Finishing coat :

Cement mortar for finishing coat shall have washed approved sand with slightly larger
proportion of coarse material. The proportion of cement to sand shall be 1:4. The
finishing coat shall be of such thickness as to make total average finish to thickness
equal to the required plaster thickness as described. The finishing coat shall be not less
than 6 mm. thick in any part. The finished surface shall be true and even and shall
present uniform texture throughout and all jointing mark shall be eliminated. After
application the surface should be finished with a wooden float lying with cork and tapped
gently to retain coarse surface texture a steel trowel shall not be used and overworking
shall be avoided. Water shall not be applied to the surface of the finishing coat whilst
working up, but patches showing signs of premature drying may be patted with a damp
float. When the finishing coat has hardened, the surface shall be kept moist continuously
for 14 days. In any continuous face of wall, finishing coat should be carried out
continuously and day to day breaks made to coincide with architectural breaks in order
to avoid unsightly junctions.

All mouldings shall be worked true to template and drawn neat clean and level. All
exposed angles and junctions with door frames etc. shall be carefully finished as
directed.

11.06 CURING :

All plaster work shall be kept damp continuously for a period of 14 days. To prevent
excessive evaporation on the sunny or windward side of the buildings in hot dry weather,
matting or gunny bags may be hung over all the outside of the plaster in the beginning
and kept moist.

11.07 RATES TO INCLUDE :

Apart from other factors mentioned elsewhere in this contract, rates for the items of
plaster shall include for the following :

i) Erecting, dismantling and removing scaffolding.

ii) Preparing the surface to receive the plaster.

iii) Providing cement plaster of the specified average thickness, in two coats, including
waterproofing compound.

iv) All Labour materials, use of tools and equipments to complete the plastering as per
specifications.

v) Curing for 14 days.

vi) Any moulding work if shown on the drawings or as specified unless separately provided
in the tender.

vii) Plaster work in bands, arises, rounded angles, fair edges, narrow returns, quirks, `V
joints, splays, drip mouldings, making good to metal frames junctions with skirting or
dados, narrow widths and small quantities, making good round pipes, conduits, timbers,
sills, brackets, railings etc. and making good after all the Sub-Contractors or nominated
Sub-Contractors have done their work.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 36


11.08 Mode of measurements :

All plastering work shall be measured in square meters. Dimensions shall be measuring
and quantity worked out correct upto two places of decimals in meter and square meter
respectively. If the average thickness of plaster provided by the Contractor is more than
what is specified on any account, no extra payment will be made.

For jambs, soffits, sills etc. for opening not exceeding 0.5 sq.mt. each in area ends of
joists, beams, posts etc. not exceeding 0.5 sq.mt. each in area and openings not
exceeding 3 sq.mt. each, deductions and additions shall be made in the following
manner :

(a) No deduction shall be made for ends of joists, beams, posts etc. and openings not
exceeding 0.5 sq.mt. each, and no addition shall be made for reveals, jambs, soffits, sills
etc. of these openings nor for finishing the plaster around ends of joists, beams, posts
etc.

(b) Deductions for openings exceeding 0.5 sq.mt. but not exceeding 3 sq.mt. each shall be
made as follows and no addition shall be made for reveals, jambs, soffits, sills etc. of
these openings :

(1) When both faces of wall are plastered with the same plaster deduction shall be made for
one face only.

(2) When two faces of wall are plastered with different plasters or if one face is plastered
and the other pointed, deduction shall be made from the plaster or pointing on the side
of frames for doors, windows etc. on which the width of reveals is less than that on the
other side, but no deduction shall be made on the other side. In case of openings of area
above 3 sq.mt. each, deductions shall be made for the opening, but jambs, soffits and
sills shall be measured.
11.09 Combed finish :

All the specifications given above for sand finish shall apply to this as well except that in
the case of combed finish, the finishing coat will be treated to have combed texture of
approved pattern.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 37


12.00 FINISHING WORK :

12.01 WHITE WASHING :

(a) MATERIAL : White wash shall be prepared from fresh burnt fatlime. The lime shall be
dissolved in a tub with sufficient quantity of water (about 4/5 litres / kg. of lime) and
thoroughly mixed and stirred until it attains the consistency of thick cream. The wash
shall be taken out in small quantities and strained through a clean coarse cloth. Clean
gum dissolved in hot water shall then be added in suitable proportion of two grams of
gum arabic to a litre of lime to prevent the white wash coming off easily when rubbed.

(b) SCAFFOLDING : This shall be double or single according to requirements and as


directed, if ladders are used, pieces of old gunny bags or cloth rags shall be tied on their
tops to avoid damage or scratches to the plastered surfaces etc. Proper stage
scaffolding shall be erected when white washing the ceiling.

(c) PREPARATION OF SURFACE : The surface shall be prepared by removing all mortar
droppings and foreign matter and thoroughly cleaned with hair or fibre brush or other
means as may be ordered by the Engineer-in-charge to produce an approved clean and
even surface. All loose pieces and scales shall be scraped of and holes cracks etc.
stopped with mortar to match with the surrounding finish. In case where the surfaces
have been previously white washed or colour washed, the old white or colour wash shall
be entirely removed and surfaces broomed down before the new white wash is applied.

In case the old white wash cannot be removed by brooming the surfaces shall be
cleaned by scraping.

(d) APPLICATION OF WHITE WASH : On the surface so prepared, the white wash shall be
laid on with a brush. The first stroke of the brush shall be from top downwards, another
from bottom upwards over the first stroke and similarly one stroke from the right and
another from the left over the first brush before it dries. This will form one coat.

Each coat must be allowed to dry and shall be subject to inspection and approval before
the next coat is applied. When dry, the surface shall show no signs of cracking. It shall
present a smooth and uniform finish free brush marks and it should not come off easily
when rubbed with a finger.

No portions in the surface shall be left out initially to be patched up later on.

For new work, the white washed surface shall present a smooth and uniform finish. For
old work patches and repairs shall be white washed first. Thereafter, the whole surface
shall be white washed with required number of coats.

Doors, windows, floors and other articles of furniture, etc. shall be protected from being
splashed upon. Splashing droppings, if any shall be removed and the surfaces cleaned.

(e) RATES TO INCLUDE : Apart from other factors mentioned elsewhere in this contract,
the rates for white wash shall include for the following :

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 38


(i) All labour, materials, equipment required for white washing.

(ii) Scaffolding including erection and removal.

(iii) Providing and preparing the white wash.

(iv) Preparing the surface for white wash including the scaffolding.

(v) Applying the white wash in two coats minimum. If a proper even surface is not obtained
to the satisfaction of the Engineer-in-charge in 2 coats, Contractors shall carry out
additional coats of white wash to approval, at Contractors expense.

(f) MODE OF MEASUREMENT : The measurement shall be in sq.mt. The mode of


measurement shall be as applicable to that for plaster.

12.02 COLOUR WASH :

MATERIAL : This shall be prepared by adding approved colouring matter to the white
wash (prepared as for white washing) according to tint required.

In all other respects the same conditions and specifications as applicable to white wash
shall also be applicable to colour wash.

12.03 POWDERED DRY DISTEMPER :

(a) MATERIALS : The powdered / dry distemper shall be of approved colour and shade of
approved manufacturer. 100 gm. Fevicol D.D.L. is to be added with every 500 gm. pack
of dry distemper.

(b) SCAFFOLDING : This shall be double or single as required and directed.

(c) PREPARING THE SURFACE : The surface to be distempered shall be cleaned and all
cracks, holes and surface defects shall be repaired with gypsum and allowed to set hard.
All irregularities shall be sand papered smooth and wiped clean. The surface so
prepared must be completely dry and free from dust before distempering is commenced.
In the case of walls newly plastered, special care shall be taken to see that it is
completely dry before any treatment is attempted. For the old surface which had earlier
been distempered, the surface shall be cleaned of grease, dust etc. The flakings of
previous coatings, if any, shall be taken off. All cracks, holes and surface defects shall
be repaired with gypsum and allowed to set hard and then sand papered smooth and
wiped clean. But in case the surfaces are coloured or white washed, the wash must be
removed thoroughly first.

(d) PRIMING COAT : The priming coat shall be applied over the completely dry surface in
the manner recommended by the makers in the case of patent distempers. When no
priming coat is specified by the Manufacturer, a finely powdered chalk mixed with a thin
solution of glue shall be applied to prepare a good, hard background, the coating when
dry being sand papered as clean and smooth as possible.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 39


(e) APPLICATION OF DISTEMPER : The instructions of the makers shall be followed
regarding the preparation of the surface and application of priming and finishing coats
Distemper shall not be mixed in a larger quantity than is actually required for a days
work. Hot water should be used to prepare the mixture. Distempers shall be applied in
dry weather with a broad stiff brush in long parallel strokes. The treated surface shall be
allowed to dry and harden. Second or succeeding coats shall not be applied until the
preceding coat has been passed by the Engineer-in-charge. Two more coats of
distemper shall be given in exactly the same manner as the first one but only after the
earliest coat laid has thoroughly dried.

(f) RATES TO INCLUDE : The rate shall include all labour, materials, equipment and tools
for carrying out the following operations.

(i) Providing the primer and distemper and mixing the distemper.

(ii) Scaffolding.

(iii) Preparing the surface to receive the priming and finishing coats.

(iv) Applying the priming coat.

(v) Applying the distemper in 2 coats minimum. If a proper even surface is not
obtained to the satisfaction of the Engineer-in-charge in 2 coats. Contractors
shall carry out additional coats of distemper to approval, at Contractors expense.

(g) MODE OF MEASUREMENT : Similar to that for white washing.

12.04 EMULSION PAINT :

12.4.1 MATERIAL :

The emulsion paint and primers in general shall be of approved quality colour and shade
as manufactures by Asian Paints, Burger, ICI or other equivalent and approved.

12.4.2 SCAFFOLDING : This shall be double or single as required and directed. If ladders are
used, pieces of old gunny bags or cloth rags shall be tied on their tops to avoid damage
or scratches to the plastered surfaces etc. Proper stage scaffolding shall be erected
when painting the ceiling.

12.4.3 PREPARATION OF SURFACE :

(a) NEW SURFACES :

The surface to be painted shall be cleaned and all cracks, holes and surface defects
shall be repaired with plaster or paris for spot fillings and with filler prepared with whiting,
water and a little quantity of paint for filling and levelling the wider areas.

(b) OLD SURFACES :

(i) The surfaces, which had been previously painted with emulsion paint, shall be lightly
rubbed down and washed with clean water.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 40


(ii) The surface, which had been painted with oil bound distemper or oil paint, shall be
cleaned, washed and sand papered.

(iii) The surface, finished with lime/colour wash, powder distemper shall be completely
scraped off to the bare surface.

(iv) In case, after scrapping the surface any cracks, holes or other surface defects are noted,
the same shall be repaired before applying priming coat, with plaster of paris for spot
fillings, with filler prepared with whiting, water and a little quantity of paint for filiing and
levelling the wider areas.

12.4.4 Priming coat :

The priming coat of the approved shade shall be applied over the completely dry surface
in the manner as recommended by the paint manufacturers. The priming coat may be
hinned down with 20 % water as recommended by the paint manufacturer. Turpentine or
any other solvent shall not be used for thinning the paint.

12.4.5 APPLICATION OF EMULSION PAINT :

The recommendation of approved paint manufacturers, whose product is used shall be


followed regarding the preparation of the surface and the application of the priming and
finishing coats. The Contractors shall arrange for technical assistance and supervision
from the paint manufacturer, during the execution of the painting work. After the priming
coat has been applied and is perfectly dried, all holes, scratches if any, shall be repaired
as mentioned in preparation of surface and then the second coat of approved shade
and manufacture shall be evenly applied and allowed to dry. The third coat shall be
carefully applied to achieve smooth and even surface after the previous coat has dried
up. Minimum 3 coats of paint shall be applied inclusive of primer coat. If a proper and
even surface is not obtained to the satisfaction of the Engineer-in-charge in 3 coats, the
Contractors shall carry out additional coats of painting to approval, at Contractors
expense. Care shall be taken that dust or other foreign materials do not settle or
disfigure the various coats.

12.4.6 RATES TO INCLUDE : Apart from other factors mentioned elsewhere in this contract,
the rate for the item of plastic emulsion paint shall include for the following :

(i) All labour, materials and equipment necessary to carry out the work.

(ii) Supplying the approved emulsion paint for priming and finishing coats.

(iii) Preparing the surfaces for receiving the primer and finishing coats.

(iv) Scaffolding including its erection and dismantling.

(v) Application of one primer coat and minimum two coats of finishing. If a proper and even
surface is not obtained to the satisfaction of the Engineer-in-charge in 3 coats,
Contractors shall carry out additional coats of painting to approval at Contractors
expense.

(vi) Protection to painted surface till dried and handed over.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 41


(vii) Expenses, if any, for supervision and technical assistance supplied by the approved
paint manufacturer.

12.4.7 MODE OF MEASUREMENT : The measurement shall be in sq.mt. The mode of


measurement shall be as applicable to that for white washing.

12.05 PAINTING, FRENCH POLISHING, WAX POLISHING :

12.5.1 Painting :

12.5.2 Material : Ready mixed oil paints of best variety and primers in general, shall be of
approved quality, colour and of approved manufacture. These materials shall be in
sealed tins and shall be opened in the presence of the Engineer-in-charge.

12.5.3 Preparation of surface :

(a) Iron and Steel work : Surface to be painted shall be thoroughly cleaned, sand papered
and/or rubbed with Emery cloth if necessary, to remove grease, mortar or any other
foreign material. In case of rusted surface, it shall be first cleared with wire brushes till
the corroded crust is removed. The prepared surface shall be shiny and free from brush
marks, patches, blisters and other irregularities. The surface thus finished shall be got
approved for painting.

(b) Wood work : All surfaces to be painted shall be thoroughly cleaned, sand papered and
removed of all foreign materials. In case of surface having knot and nail holes the same
shall be filled with knotting and stopping materials. The knotting material shall consist of
pure shellac dissolved in methylated spirit. Stopping materials shall consist of putty. The
surfaces thus treated shall be allowed to dry and then sand papered smooth.

12.5.4 Application : After preparing the surface a priming coat shall be applied. The primer coat
shall be ready mixed of approved make and manufacture. After the primer coat is
applied and perfectly dried, all holes, cracks etc. if still remaining, shall be filled in with
putty and the surfaces sand papered smooth. Then a second coat of paint of approved
shade and manufacture shall be evenly applied and allowed to dry. The third coat shall
be carefully applied to achieve smooth and even surface after the previous coat has
dried up. Minimum 3 coats of paint shall be applied to inclusive of a primer coat if a
proper and even surface is not obtained to the satisfaction of the Engineer-in-charge in 3
coats. Contractors shall carry out additional coats of painting to approval, at Contractors
expense. Care shall be taken that dust or other foreign material do not settle or
otherwise disfigure the various coats.

12.5.5 RATES TO INCLUDE : Apart from other factors mentioned elsewhere in this contract,
the rate for the item of painting shall include for the following :

(i) All labour, materials and equipment necessary to carry out the work.

(ii) Supplying the approved paint for priming and finishing coats.

(iii) Preparing the surfaces including knotting and stopping for receiving the primer and
finishing coats.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 42


(iv) Scaffolding including its erection and dismantling.

(v) Application of one primer coat and minimum two coats of finishing minimum. If a proper
and even surface is not obtained to the satisfaction of the Engineer-in-charge in 3 coats,
Contractors shall carry out additional coats of painting to approval at Contractors
expense.

(vi) Protection to painted surfaces till dried and handed over.

12.5.6 Mode of Measurement : Normally, painting to wood work and steel shall be included in
the concerned items of work and shall not be measured separately. If painting is to be
measured separately the same will be as per I.S. 1200.

12.5.7 French Polishing : French polishing to be used shall comply with IS 348-1952 in the
requirements of quality and methods of test.

Before French polishing is applied, the surface of wood work shall be prepared in the
same manner as for painting. The wood to be polished should be first painted with a filler
composed of I part of whiting mixed with 0.53 part of methylated spirit. After drying, it
should be finely sand papered.

On the wood work thus treated, a thin coat of french polish shall be applied and allowed
to dry. After drying, the surface shall be lightly rubbed with a fine sand paper prior to the
second and third coats. The surface shall show as even polished surface and be
approved by the Engineer-in-charge.

12.5.8 Rates to include : Similar to that of Painting.

12.5.9 Mode of Measurements : Similar to that of painting.

12.5.10 Wax polishing :

(a) The polish shall be from approved manufacturer or shall be prepared as under :

(b) A mixture of Bees wax and turpentine in proportion of 2:1 by weight shall be used. The
wax i.e. melted and added to the turpentine mixed well and allowed to cool.

(c) The surface of wood work shall be prepared as for oil painting before waxing. The wood
work shall be smeared with the mixture and allowed to remain overnight so that the
mixture may soak into the pores of the wood. In the morning the superfluous wax shall
be wiped off and surface rubbed up with a soft flannel to a fine polish.

12.5.11 Rates to include : Similar to that of painting.

12.5.12 Mode of Measurements : Similar to that of painting.

12.06 Cement painting :

12.6.1 Material : External waterproof cement painting shall be of approved colour manufacture
Snowcem or other equivalent and approved quality.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 43


12.6.2 Preparation of surface : Before painting is commenced on surface, all dirt, oil, grease,
efflorescence and organic material shall be completely removed. The surface shall be
wetted by sprinkling of water with fine spray. The surface shall be sprayed several times
with a few minutes intervals between each spraying to allow the moisture to soak into
the surface.

12.6.3 Application : Cement paint solution shall be applied to the surface with hair brushes in a
number of coats to get uniform finish. After the first coat of paint is hardened it shall be
cured with water atleast for 24 hours, before the application of the second coat. At least
24 hours should elapse between the 2 coats.

12.6.4 Curing : Cement paint work shall be kept damp atleast for 7 days.

12.6.5 Rates to include :

Apart from other factors mentioned elsewhere in this contract, the rate for providing
cement paint shall include for the following :

(a) All labour, materials and equipment to provide cement paint.

(b) Scaffolding including its erecting an removing.

(c) Preparing the surface as stated above.

(d) Applying 2 coats of approved Snowcem paint. If a proper and even surface is not
obtained to the satisfaction of the Engineer-in-charge in 2 coats applied the Contractors
shall provide additional coats of painting to approval at the Contractors expense.

12.6.6 Mode of Measurement : Measurements shall be in Square Metre and as applicable to


white wash. Nothing extra shall be allowed for painting on rough surface for example
external sand-faces plaster as per IS:1200.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 44


13.00 RUBBLE SOLING :

13.01 Rubble :

The rubble shall be trap, granite, or any other approved and shall be sound, hard, tough,
durable, dense, clean, free from laminations, soft spots, cracks decay weathering and
other defects. The stones shall be broken rubble with water absorption as low as
possible but not more than 5%. The shape of the stones shall be regular as can be
obtained by quarrying without attempt at shaping or dressing. They shall be sufficiently
flat bedded. The stones shall be broken with the smallest dimension equal to the
specified thickness of soling. The length and breadth shall not generally exceed twice its
thickness. Each stone shall not be less than 0.04 Cu. M. in size and shall be in one
piece for the full depth of soling.

13.02 Preparation of sub-grade :

All the fillings shall be watered and compacted to get maximum consolidation. All the
necessary trimming or filling for the laying of the soling in line and required grade shall
be done. The sub-grade shall be marked by stakes and strings for the required depth for
laying of the soling.

13.03 Laying Soling :

Unless otherwise specified the thickness of the rubble soling shall be 23 cm. The stone
shall be closely hand packed on the prepared bed with the largest face stones shall be
closely hand pack on the prepared bed with the largest face downwards and in contract
with each other. The stones shall break joints as far as possible. The full thickness of
soling shall generally be made with one stone only. As the laying of rubble advances,
the soling and driving them by crow bars and hammers etc. so as to fill the voids as
completely as possible. Such filling of the interstices shall be carried out simultaneously
with the placing in position of the large stones and shall in no case be permitted to lag
behind. The soling shall be laid and hand packed true to grade and level. The soling
thus laid shall be finished by knocking out projecting stones and filling depressions by
chips to come up and to the required level.

13.04 Consolidation :

The soling shall be watered and rammed with wooden rammers of approved weight.
Hollows which appear during ramming shall be made good with smaller chips. Ramming
and making good shall continue till a closely knit compacted surface conforming to the
required levels is obtained. Earth on no account shall be used for making good or
blinding purposes and if approved by Site Engineer, sand or gravel as directed shall be
used for blinding purposes. Water shall be lightly sprinkled if required and directed by
the Site Engineer.

13.05 Rates to Include :

Apart from other factors mentioned elsewhere in this contract, the Contractors rate
quoted shall include for the following :

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 45


i) Preparing the sub-grade.
ii) Providing and laying rubble soling including hand packing.
iii) Consolidating, watering, ramming and blinding with approved sand or gravel as
directed.
iv) All labour, materials, and use of equipments and tools required for carrying out
the work satisfactory.

13.06 Mode of Measurement :

Rubble soling shall be measured in Sq. mt. as provided for specified thickness.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 46


14.00 PLAIN CEMENT CONCRETE FLOORING IN SINGLE LAYER

14.01 Cement Concrete :

Unless otherwise specified the proportion of cement shall be 1:2:4 (Cement : fine
aggregate : coarse aggregate of size 12.5 mm. and below by volume. Cement however
shall not be measured in volume but by weight. One bag of cement of 50 kgs. shall be
assumed to contain 35 litres of cement i.e. 1.20 cft.). The coarse aggregate shall be from
approved source, carefully selected, sufficiently tough and hard stone pieces broken in
a manner that will provide particles of approximate cubical shapes affording good
interlocking. Elongated or thin flake like fragments should be avoided. The maximum
size of coarse aggregate shall be 12.5 mm. The fine aggregates shall be sand from
approved source and consist of properly graded particles. The coarse and fine
aggregates shall be conforming to relevant IS 383-1963 and shall be washed clean if
necessary.

Unless otherwise mentioned in the item concrete in flooring shall be 40 mm. thick. The
least amount of mixing water that will produce a workable mix and will allow finishing
without excessive trowelling shall be used. Generally a water cement ratio of 0.6 should
suffice.

14.02 Preparation of Sub-Grade :

Before placing the concrete flooring the sub-grade be got approved by the Engineer-in-
charge. The top surface of the sub-grade shall be thoroughly cleaned off the dirt, loose
particles, cake mortar dropping and laitance, if any by scrubbing with coir or steel wire
brush or by hacking if necessary. The top surface of sub-grade shall be slightly rough
and shall have the required slope. The sub-grade shall be moistened before laying the
concrete flooring without forming any pools of water.

The concrete flooring shall be laid in alternate bays not exceeding 2 x 2 M. each. The
edge of each panel into which the floor is divided should be supported by flat iron or
wood duly oiled to prevent stickings. Their depth shall be same as that proposed for the
concrete flooring as mentioned in the item. The flat iron should be removed before filling
in the adjoining panels. Atleast 48 hours shall elapse before the concreting in the
adjoining bays is commenced. AC/glass strips or approved separators shall be provided
if specified in the item.

The concrete shall be laid immediately after mixing. While being placed, the concrete
shall be vigorously sliced and spaded with suitable tools to prevent formation of voids or
honey comb pockets. The concrete shall be brought to the specified levels by means of
a heavy straight edge resting on the side forms and drawn ahead with a sawing motion
in combination with a series of lifts and drops alternating with small lateral shifts. While
concreting the adjacent bays, care shall be taken to ensure that the edges of previously
laid bays are not broken by careless or hard tamping. Immediately, after laying the
concrete, the surface shall be inspected for high or low spots and any needed correction
shall be done by adding or removing the concrete. After striking of the surface to the
required grade, it shall be compacted with wooden float. The blows shall be fairly heavy
in the beginning but as consolidation takes place, light rapid strokes shall be given
to complete the ramming. The floating shall be followed by steel trowelling after the
surface has hardened sufficiently to prevent excess of fine material from working to the
surface, free from defects and blemishes and tested with straight edges and masons

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 47


spirit level to detect any inequalities in the surface which, if any, shall be made good
immediately. No dry cement or mixture of dry cement and sand shall be sprinkled on the
surface of concrete to absorb moisture or to stiffen the mix. The junction of floor and
walls shall be rounded off if so directed without extra payment.

No extra mortar shall be laid over the concrete to make the floor in level. If broom finish
is specifically mentioned in the item, the surface shall be obtained rough with parallel
broom marks before the concrete sets.

After the concrete in the bays has set, the joints of the panels shall be filled with cement
paste as directed. The joints shall be straight both ways i.e. along the length and width.
The vertical edge of the bays shall be neatly marked on the surface with a pointed trowel
after filling the joints.

14.03 Curing :

The surface shall be protected from direct sun when it is green. As soon as the surface
has hardened sufficiently to prevent damage to it shall be kept continuously moist for
atleast 14 days by means of wet gunny bags 50 mm. thick layer of damp sand spread
over the surface or pooling water on the surface.

14.04 Rates to Include :


Apart from other factors mentioned elsewhere in this contract, the rates shall include for
the following :

i) Cleaning and Preparing the sub-grade.


ii) Providing and laying concrete of the specified mix, and finishing the surface as
described above.
iii) Providing and fixing A.C. or glass strips of approved separators to form panels
when specified.
iv) Curing
v) All labour, materials, tools and equipments for carrying out the item as specified
above.

14.05 Mode of Measurement :

The measurement shall be in square meters of cast-in-situ of cement concrete flooring


as provided.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 48


15.00 CERAMIC TILES IN FLOORING & DADO :

15.01 Flooring :

15.1.1 Tiles :

Ceramic Tiles including special shall be of approved make and quality and shall conform
to IS : 777 in all respects. Samples of tiles shall be got approved by the Engineer-in-
charge who will keep them in his office for verification as to whether the materials
brought for use conform to the approved samples. Ceramic tiles shall be of the size as
specified in BOQ.

15.1.2 Mortar Bedding :

Cement sand mortar for bedding shall be prepared in a mortar mill. The amount of water
added shall be minimum necessary to give just sufficient plasticity for laying and
satisfactory bedding. Care shall be taken in preparing the mortar to ensure that there are
no hard lumps that would interfere with the even bedding of the tiles. Before spreading
mortar, sub-floor or base shall be cleaned off all dirt, scum, loose materials and laitance
if any, by scrubbing with coir or steel wire brush or by hacking if necessary and then well
wetted without forming any pools of water on the surface. Before laying the mortar, the
sub-grade shall be got approved by the Engineer-in-charge. In case of RCC floors, the
top shall be left a little rough. All point of level for the finished paving surface shall be
marked out. The mortar shall then be evenly and smoothly spread over the base by the
use of screed battens only over so much area as well as covered with tiles before the
setting of the mortar. The thickness of the mortar bed shall not be less than 15 mm. and
not more than 25 mm. Unless otherwise specified, the proportion of mortar bedding
shall be C.M. 1:4.

Sand for mortar bedding shall be from approved source and shall conform to I.S. no.
2116-1965 as applicable to unreinforced masonary work.

15.1.3 Laying finishing, curing and cleaning :

The tiles before laying shall be soaked in water for atleast 2 hours. Tiles which are fixed
in the floor adjoining the wall shall be so arranged that the surface of the round edge
tiles shall correspond to the skirting or dado. Neat cement grout of honey like
consistency shall be spread over the bedding mortar just to cover so much area as can
be tiled within half an hour. The edges of the tiles shall be smeared with neat white
cement slurry and fixed in this grout one after the other each tile being well pressed and
gently tapped with a wooden mallet till it is properly bedded and in level with the
adjoining tiles. There shall be no hollows in bed or joints shall be kept as close as
possible and in straight lines. The joints between the tiles shall not exceed 1.5 mm. wide.
After fixing the tiles finally, in an even plane, the flooring shall be covered with wet saw
dust. The tile flooring shall be cured for 14 days.

After the tiles have been laid in a room or the days fixing work is completed the surplus
cement grout that may have come out of the joints shall be cleaned off before it sets.
Once the floor has set the floor shall be carefully washed, cleaned and dried. When dry,
the floor shall be covered with oil free dry saw dust which shall be removed only after
completion of the construction work and just before the floor is occupied.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 49


15.1.4 Rates to include :
Apart from other factors mentioned elsewhere in this contract, the Contractors rates
quoted shall include for the following :

i) Cleaning the base and providing and laying bedding mortar and levelling.

ii) Providing and fixing the tiles including all specials like round edges, corner cups,
angles etc. in neat cement float over the bedding mortar.

iii) Filling the joints of tiles with neat white cement slurry.

iv) Finishing, curing and cleaning.

v) All labour materials and use of tools for carrying out the item as specified above.

vi) In dado keystone should be pre-set on the back side of the tiles as instructed by
the Engineer-in-charge.

15.1.5 Mode of Measurement :

Measurement for flooring tiles shall be square meters as provided.

15.1.6 Ceramic Tiles Dado :

(a) Tiles :
Ceramic tiles shall be same as described under Ceramic tiles flooring.

(b) Mortar backing :


All the joints in the face work shall be raked out to a depth equal to not less than the
width of the joints or as directed by the Engineer-in-charge. Concrete surface shall be
properly hacked. All dirt, dust, oil or any other material that might interfere with
satisfactory bond shall be removed. The surface shall be cleaned and scrubbed with
fresh water and kept wet for 6 hours prior to applying and hacking mortar. The dado
work shall not be commenced unless the preparatory work is passed by the Engineer-in-
charge. The
proportion of mortar for backing shall be 1:3 cement mortar. Sand in mortar bedding
shall be from approved source, as applicable to internal wall and ceiling, plastering and
external wall plastering. The thickness of mortar backing shall not be less than 12 mm.
not more than 20 mm.

(c) Fixing dado tiles :

Dado work shall be done only after fixing tiles on the floor key stone / chips are to be
fixed at the back of tile with Araldite or any other epoxy based synthetic solution as per
instructions of the Engineer-in-charge. The Ceramic tiles shall be soaked in water for
atleast 2 hours before being used for dado work.

Tiles shall be fixed when the cushioning mortar is still plastic and before it gets very stiff.
The back of tiles shall be covered with a thin layer of neat cement paste and the tile shall
then be pressed in the mortar and gently tapped against the wall with a wooden mallet.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 50


The fixing shall be done from bottom of wall upwards without any hollows in the bed or
joints. Each tile shall be fixed as close as possible to the one adjoining. The tiles shall be
jointed with white cement slurry. Any difference in the thickness of tiles shall be evened
out in cushioning mortar so that all tiles faces are in one vertical plane. The joints
between the tiles shall not exceed 1.5 mm. in width and they shall be uniform. While
fixing tiles in dado work care shall be taken to break joints vertically. After fixing the
dado, they shall be kept continuously wet for 14 days. If doors, windows, or other
openings are located within the dado area, the sills, jambs, angles etc. shall be provided
with white ceramic tiles and appropriate specials according to the foregoing specification
and such tiles area shall be measured not alongwith the dado.

(d) Cleaning :

After the tiles have been fixed the surplus cement grout that may have come out of the
joints shall be cleaned off before it sets. After the complete curing the dado or skirting
work shall be washed thoroughly clean.

15.1.7 Rates to include :

Apart from other factors mentioned elsewhere in this contract the rates for the item of
dado or skirting shall include the following :

i) Backing mortar.

ii) Providing and fixing tiles including all specials like round edges angles, capping etc. in
neat cement float over backing mortar.

iii) Jointing of the tiles with white cement slurry.

iv) Curing

v) Cleaning.

vi) All labour material, use of tools and equipments for carrying out the items as specified
above.

15.1.8 Mode of Measurements : Dado shall be measured in square meters as provided.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 51


16.00 POLISHED KOTAH/SHAHABAD/TANDUR STONE FLOORING, DADO/LINING
SKIRTING :

16.01 Stone Slabs :

The stone slabs shall be hard, sound, durable, resistant to wear. Unless otherwise
specified, stone slabs shall be square in shape 30 x 30 cm. size and 25 mm. thick. The
stone slabs shall be without any soft veins, cracks or flaws and shall have uniform
colour. A tolerance of 3 mm. in thickness at any point shall be permitted.

The exposed surface of stone slabs shall be machine polished to a smooth even and
true plan and the edges to be chiseled to half its depth. true and square to ensure
uniform width of joint. The edges of stone slabs shall be machine cut square to the
required shape if necessary. The stone slabs shall be of approved colours and shades.
A few approved samples of stone slabs to be used shall be deposited by the Contractor
in the office of the BOI / Architects .

16.02 Mortar Bedding :

Lime mortar shall be prepared in a mortar mill or pan. The amount of water added shall
be the minimum necessary to give just sufficient plasticity for laying and satisfactory
bedding. Care shall be taken in preparing the mortar to ensure that there are no hard
lumps that would interfere with the even bedding of the stone slabs. Before spreading
the mortar the sub-floor or base shall be cleaned of all dirt, scum, loose materials and
laitance if any by scrubbing with coir or steel wire brush or by hacking if necessary, and
then well wetted without forming any pools of water on the surface. Before laying the
mortar, the sub-grade shall be got approved by the Site Engineer. In case of PCC
floors, the top shall be left a little rough. All points of level for the finished paving surface
shall be marked out.
The mortar shall then be evenly and smoothly spread over the base by the use of screed
battens, only over so much area as will be covered with slabs within half an hour, the
thickness of the mortar bedding shall not be less than 15 mm. and not more than 25 mm.
The required slope shall be given to the bed. Unless otherwise specified the proportion
of
mortar bedding shall be 1 : 1 : 1 (1 lime putty : 1 surkhi :1 sand). Sand for mortar
bedding shall be from approved source and shall conform to I. S. no. 2116-1965 as
applicable to unreinforced masonary work.

16.03 Laying, Curing, Polishing, Finishing and Cleaning :

Before laying, the stone slabs shall be thoroughly wetted with clean water, neat cement
grout of honey-like consistency shall be spread on the mortar bed over as much area a
could be covered with the slabs within half an hour. The stone slabs shall be laid on the
neat cement float and shall be evenly and firmly bedded to the required level and slope
in the mortar bed. The stone slabs shall be laid in the approved pattern in single or two
tone colour. Each stone slab shall be gently tapped with a wooden mallet till it is firmly
and properly bedded, there shall be no hollows left. If there is a hollow sound on gentle
tapping of the stone slabs, such stone slabs shall be removed and reset properly. The
mason shall make the joint of uniform thickness and straight lines. The thickness of
joints shall not exceed 1.5 mm. The joint shall be grouted with neat cement slurry. No
border stone slabs shall be less than 100 mm. in width, unless otherwise approved by
the Architects / BOI .

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 52


When the bedding and joints of flooring have been completely set, the surface shall be
machine polished to give a smooth, even true plane to the floor and thoroughly cleaned.

16.04 Rates to include :

Apart from other facts mentioned elsewhere in this contract, the Contractors rate quoted
shall include for the following :

i) Cleaning the base and providing and laying bedding mortar and leveling.
ii) Providing and fixing the stone slabs in neat cement float on the bedding mortar.
iii) Filling joints of stone slabs with neat cement slurry of required slurry of required
colour to match the colour of the stone slabs.
iv) Chiseling, polishing, finishing and cleaning.
v) All labour, materials and use of tools for carrying out the item as specified
above.

16.05 Mode of Measurements :

Measurements for flooring, stone slabs shall be in sq. mt. as provided.

a) DADO LINING AND SKIRTING :

The stone slabs shall be as specified above for flooring unless otherwise
mentioned. The stone slabs shall be in approved length to match the flooring.
The exposed edges of stone slabs such as in dado/lining and skirting jams,
sofits, sills etc. shall be machine cut and polished smooth.

b) MORTAR BACKING :

All joints in the face work shall be raked out to a depth equal to not less than the
width of the joints or as directed by the Architects . Concrete surfaces shall be
properly hacked. All dirts, oil or any other material that might interfere with
satisfactory bond shall be removed. The surface shall be cleaned and scrubbed
with fresh
water and kept wet for 6 hours prior to applying backing mortar. The surface
shall be cleaned and scrubbed with fresh water and dado/lining or skirting work
shall not be commenced unless the preparatory work is passed by the Site
Engineer. The proportion of mortar for backing shall be 1:3 cement mortar.
Sand in mortar bedding shall be from approved sources and shall conform to I.S.
: 1542 1960 as applicable to internal wall and ceiling plastering and external
wall plastering. The thickness of mortar backing shall not be less than 12 mm.
and not more than 20 mm.

c) FIXING DADO/LINING OR SKIRTING STONE SLABS :


Dado/lining or skirting shall be done only after fixing stone slabs on the floor.
The stone slabs shall be thoroughly wetted in water before being used for
dado/lining or skirting work. The stone slabs shall be fixed when the backing
mortar is still, plastic and before it gets stiff. All the stone slabs shall be covered
with an additional layer of neat cement paste and stones shall then be pressed in
mortar and gently tapped against the wall with wooden mallet.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 53


The fixing shall be done from the bottom of wall upward without any hollows in
the beds or joints. Each stone slab shall be jointed in neat cement slurry to
match the colour of the stones. The joints shall not exceed 1.5 mm. in width and
they shall be uniform. While fixing the stone slabs in dado/lining or in skirting
work, care shall be taken to see that the joints in the adjoining flooring below,
matches with the joints in the dado/lining or in skirting, as the case may be or
shall be staggered as directed. When specified brass cramps and pins etc. of
approved size shall also be used for fixing dado/lining.

d) POLISHING :

When stone slabs are completely set, polishing shall be done by hand with
approved type of polishing stone. A smooth and even polished surface shall be
obtained to match the finished surface of the flooring.

e) CURING :

The dado/lining or skirting shall be kept wet for 14 days.

16.06 Rate to include :

Apart from other factor mentioned elsewhere in this contract, the rate for the item of
dado/lining or skirting shall include the following :

i) Backing Mortar.

ii) Providing & fixing stone slab with exposed edges machine cut including all
specialities and finishing the edges with plaster.

iii) Providing & fixing stone brass cramps and pins etc. for dado/lining where
specified.

iv) Joins of the stone slabs filled with coloured cement slurry to match the stone
slabs.

v) Curing.

vi) Chiseling, polishing and cleaning the dado/lining and skirting.

vii) All labour, material, use of tools and equipments for carrying out the items as
specified above.

16.07 Mode of Measurement :

a) Dado/lining shall be measured in square meters as provided.

b) The height of skirting shall be specified in the item and shall be measured in
R.M. (skirting upto 30 cm. in height shall be measured in running meters).

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 54


17.00 MARBLE FLOORING / GRANITE FLOORING :

17.01 Marble / Granite slabs : The Marble / Granite shall be of approved shade and sources as
mentioned in the Schedule of Quantities and their size and the thickness shall be as
shown on the drawings and as approved by the Engineer-in-charge. They shall be of
selected quality, dense, uniform and homogenous in texture and free from cracks or
other structural defects. It shall have even and crystalling grains. The surface shall be
machine polished to and even and perfectly plain surface and edges machine cut, true
and square.

The rear face shall be rough enough to provide a key for the mortar. No slab shall be
thinner than the specified thickness at its thinnest part. The dimensions of the slabs shall
be as specified. A few approved samples of finished slabs to be used shall be deposited
by the Contractors in the office of the Architects. Unless otherwise mentioned, the
thickness of the marble/granite shall be minimum 20 mm.

17.02 Concrete base & mortar bedding : The base of cement or lime concrete shall be laid and
compacted to a reasonably true plain surface and to the required slopes and allow the
level of the finished floor to the extent of the thickness of the slabs and mortar bedding.
Cement concrete or lime concrete base shall be paid under a separate item. Cement
mortar for bedding may be fixed manually or by a mechanical mixer as directed. Lime
mortar shall be prepared in a mortar mill. The amount of water added shall be the
minimum necessary to give just sufficient plasticity for laying and satisfactory bedding.
Care shall be taken in preparing the mortar to ensure that there are no hard lumps that
would interfere with the even bedding of the stone. Before spreading the mortar sub-floor
or base shall be cleaned of all dirt, scum or laitance and of loose material and then well
wetted without forming any pools of water on the surface. In case of RCC floors the top
shall be left little rough. All points of level for the finished paving surface shall be marked
out. The mortar shall then be evenly and smoothly spread over the base by the use
of screed battens only over so much area as will be covered with slabs within half an
hour. The thickness of the mortar bedding shall not be less than 12 mm. (about ) not
more than 25 mm. (about 1). Unless otherwise specified the proportion of mortar
bedding shall be 1:2 lime mortar or 1:4 cement mortar and for mortar bedding shall be as
per I.S. no. 2116-1965 as applicable to un-reinforced masonary work.

17.03 Laying Marble / Granite slabs : Before laying the marble / granite shall be thoroughly
wetted with clean water. Neat cement grout of honey like consistency shall be spread on
the mortar bed over as much area as could be covered with the slabs within an hour.
The specified type of marble / granite slabs shall be laid to pattern as directed on the
neat cement float and shall be evenly and firmly bedded to the required level and slope
in the mortar bed. Each slab shall be gently tapped with a wooden mallet till it is firmly
and properly bedded. There shall be no hollows left. If there is a hollow sound on gentle
tapping on the slabs, such slabs shall be removed and reset properly. The joints shall be
hair-fine in width and in straight line grouted with neat coloured cement slurry to match
the colour of the marble. The joints shall be struck smooth but there shall be no
smearing over the mortar of the slabs. The edges of the adjoining slabs shall be in one
plane.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 55


17.04 The flooring shall be kept undisturbed atleast seven days and wet for 14 days. marble
flooring shall be given a final coat of wax polish of approved make.

17.05 Rates to include : Apart from other factors mentioned elsewhere in this contract the rate
for item of marble flooring shall include for the following :

(a) All labour materials and equipments, cleaning the sub-base laying mortar bed and
cement grout and fixing marble slabs as specified above and making up the joints and
wax polishing.

(b) Any cutting and waste if required.

(c) Curing.

(d) Cleaning the floor from all stains etc.

17.06. Mode of Measurements : The measurements shall be in sq.mts. for the actual marble
flooring provided.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 56


18.00 SPECIFICATION FOR ALUMINIUM DOORS

18.01 Aluminium Doors, .

18.02 These shall be obtained from approved and established manufacturers and of the
aluminium alloy used in the manufacture of extruded section for doors, etc. confirming to
IS : 733 and sections shall confirm to IS : 1948. The framework, styles mullions,
beadings, transomes, hinges, handles etc. shall be of aluminium anodised section as per
detailed drawings. All fixed, sliding, opening frames etc. shall be constructed of
sections which have been cut to length, metered and welded/rivetted at the comers sub-
dividing bars of units shall be tenoned and rivetted into the frames. Where hollow
sections are used with welded joints, argon arc welding or flush butt welding shall be
employed. All welding shall not be on exposed sides so that pitting, discoloration and
other surface imperfections after finishing are prevented. The handle shall be mounted
on a handle plate welded or rivetted to the opening frames. All aluminium fabrication
work shall be anodised to the British Standard 1616 : 1961 to give an anodised film of 25
micron. The stay arm shall be 300 mm. long or as required complete and shall have
holes for keeping the shutter open in at least three different positions.

18.03 All types of shutters shall be fabricated, supplied and fixed as specified in the IS : 1948.

18.04 The doors shall be fabricated by using standard aluminium alloy extruded sections as
specified in IS : 1948. The rate shall include supplying and fixing fittings and fixtures
including approved locking arrangement as directed.

18.05 All cut-outs, recess mortising or milling operations required for fixing the hardware shall
be accurately made, reinforced with backing plate as required to ensure adequate
strength of the connection. All the hardware accessories shall be of best approved type
and of anodised finish same as for the frames and other sections.

18.06 A thick layer of clear transparent lacquer based on motheacryates or cellulose buyrate,
shall be applied on the finished sections of the aluminium windows, ventilators, wall
span, louvers etc. by the supplier to protect the surfaces from wet cement, lime, dirt, dust
etc. during the installation. All sections of the windows ventilators, wall span etc. shall
be protected by PVC sheet covering.

18.07 The aluminium doors shall be fabricated our of aluminium sections as specified. The
doors shall be supplied with heavy duty double action all checked floor springs and pivot
one for each shutter. The floor spring shall be ISI approved locking arrangement,
concealed tower bolts wooden push plates, with black formica or any other type of
handle as shown in drawing and necessary aluminium housing and necessary screws
cuts, bolts, cleats, studs, gaskets etc. complete.

18.08 The sample of different types of aluminium doors shall be submitted to the Architects for
his approval before proceeding with large scale fabrication and all doors, supplied shall
conform to the approved samples.

18.09 The Architects or his representative shall be at liberty to inspect the manufacturer of the
doors, in the factory for its quality of materials and workmanship and all facilities shall be
extended for such inspection.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 57


18.10 Contractor shall be responsible for adequacy of structural stability of frames with regard
to alignment, wind pressure etc.

18.11 The Contractor shall take care to stack the fabricated frames etc. on site under cover.
They shall be handled with care, stacked on level bearers and supported evenly. Before
erecting the frames coming in contact with concrete, masonary, plaster or dissimilar
metals shall be coated with a coat of zinc chromate conforming to IS : 104 1950. The
Contractor shall cover all anodised finish work with a thick layer of clear transparent
lacquer based on methorylates or cellulose buyrate to protect the surface from wet
cement during installation. This coating shall be removed on completion.

Before handing over, the aluminium work shall be washed with mild solution of non
alkali soap and water.

18.12 RATE :

The rates quoted by the Tenderer shall include the cost of anodising the sections,
sub-frame, the cost of necessary fittings and fixtures, floor springs, screws, beadings,
including PVC/rubber lining, providing and fixing of glass of specified thickness and
supplying and fixing teak wood rough ground/rawl plugs as specified in the drawings.

18.13 The Tenderer shall furnish alongwith their tender, the sources of supply of aluminium
sections, list of equipments, details of workshop facilities, facilities for anodising etc.
available with them for this work.

18.14 The tenderer shall furnish details of sections, they propose to use alongwith sectional
weights and detailed catalogues for the same.

18.15 ASSEMBLY :

The aluminium door unit alongwith shutters shall be manufactured and fabricated in
suitable convenient parts and panels, which can be transported and assembled easily on
site of work to make complete integrate unit later on.

18.16 GLASS AND GLAZING :

The glass shall be of the type, quality and substance specified in the BOQ in general,
the thickness of glass shall be 4 mm. in case of size upto 0.36 sq. mt. and 5.5 mm. for
more than the size of 0.36 sq. mt.

Before installation of glass, the Contractor shall ensure against the following :

a) All glazing rivets shall be square, plumb, true in plane, clear, dry and free of dust.

b) The frames shall be adjusted before glazing. The weight of the glass in aside
hung casement causes it to drop slightly on its hinges. Before glazing, the frame
shall be set in slightly high position in its frame.

c) Glass edges shall be clean and cut to the exact size, cheap or damaged edges
shall be rejected.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 58


d) Sashes shall be glazed in the closed position and shall not be opened till the
putty is set.

e) The glass be set and installed in beading to achieve proper water tightness.

f) The plate glass shall be bedded on strips of leather or felt turned over the two
sides of the glass to form a packing between the glass and the metal casting.

g) The beds shall have mitred corners and positions and size of the bed shall
depend on the thickness of glass used. The bed shall be tied with screws at 200
mm. apart. The doors shall be drilled during manufacture with holes accordingly.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 59


19.0 UNPLASTICISED POLYVINYL CHLORIDE (UPVC) WINDOWS / VENTILATORS

19.1. The Unplasticised Polyvinyl Chloride (UPVC) Windows / Ventilators should conform to
the testing criteria as per BS : 7413.

19.2. The UPVC windows / shutters to be UV rays protected, high impact resistant and shall
withstand all weathering effects. UPVC section of multi-chamber designed to withstand
structural, wind, glass, impact etc. loads.

19.3. UPVC windows / shutters section shall be duly reinforced with Galvanised Iron 2 mm.
thick reinforcement. Fabrication shall be ready to receive various sizes of glass and fixed
with clip-on type beading and EPDM gaskets. Work shall be air and water tight.

19.4. Hinges in casement windows shall be strong and with SS Grade pin and washers.

19.5. Single pin / point or Multiple Point locking arrangement shall be as per design
requirement.

19.6. In fixed glazed, extruded snap-on type beading shall be provided from inside.

19.7. In Louvered windows, extruded sections only shall be used. Louver blade clips shall be
attached to two actuating bars and be lever-operated from inside.

19.8. All fittings and fixtures such as lever locks, handles, hinges, Rollers, concealed tower
bolts, etc. shall be tested for 20,000 operational cycles.

19.9. Windows shall be bedded in approved silicone sealant.

19.10. The UPVC window section shall be in casement and horizontal sliding system. Both
these systems shall have 56 mm. depth section. Profiles to be hollow, multi-chambered
with an outer wall thickness of 2 mm. and steel reinforcement.

19.11. Tests :

Sr.
No. Tests Results required
1. Density gm/ml. (at 27C) 1.46 As per guidelines of ASTM D 792 -1991

2. Hardness Shore D 80 As per guidelines of ASTM D 2240 -1997

3. Tensile strength, N/mm2 43.9 As per guidelines of ASTM D 638 1999

4. Elongation at break, % 215 As per guidelines of ASTM D 638 1999

5. Tensile modulus, N/mm2 2840 As per guidelines of ASTM D 1525-1991

6. Flexural strength, N/mm2 51 As per guidelines of ASTM D 790 1992

7. Flexural modulus, N/mm2 2543 As per guidelines of ASTM D 790 1992

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 60


8. After aging at 70C for
168 hours
i) Tensile strength, N/mm2 44.1 As per guidelines of ASTM D 638 1999
ii) Elongation at break, % 207 As per guidelines of ASTM D 638 1999

9. Surface spread of
Flame Test As per CBRI, Roorkee

10. Salt Spray Test As per S.I.I.R., New Delhi

11. Zinc Coating thickness As per S.I.I.R., New Delhi

***..***

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 61


20.00 INTEGRAL CEMENT BASED WATERPROOFING TREATMENT :

20.01 The work of Specialised cement based waterproofing shall be got executed through one
of the following approved agencies or equivalent agency approved by the Architects
i) M/s. India Waterproofing
ii) M/s. Likproof
iii) M/s. All India Waterproofing Company

20.02 Treatment for Roof Surfaces : The brick bats shall be from well bumt bricks. The
proprietary water proofing compound wall conform to IS 2645-1975. The proprietary
water proofing compound wall shall be added at the rate, recommended by the
specialise firm but not exceeding 3 percent by weight cement.

The finished surface after water proofing treatment shall have minimum slope of 1 in 80.
At no point shall the thickness of waterproofing treatment be less than 75 mm.

While treatment of roof surface is done, it shall be ensured that the outlet drain pipes
have been fixed and mouth entrance have been eased and rounded off properly for easy
flow of water.

The surface where the water proofing is to be done shall be thoroughly cleaned with wire
brushes. All loose scales shall be removed and dusted off. The surface shall be treated
with neat cement slurry admixed with proprietary water proofing compound, to penetrate
into crevices and fill up all the porocites in the surface. This cement slurry shall be
applied at the junction of parapet and terrace slab by injection process.

After the slurry coat is laid, layer of well burnt brick bat shall be laid in cement mortar of
mix as specified by the specialist firm but not leaner than 1.5 (1 cement : 5 coarse sand)
admixed with proprietary water proofing compound to required gradient and joints filled
to half the depth. The brick bat layer shall be rounded at the junction with the parapet
and tapered towards top for a height of 300 mm. Curing of this layer shall be done for 7
days.

After the curing, the surface shall be applied with a coat of cement slurry admixed with
proprietary water proofing compound.

Joints of brick bat layer shall be filled fully with cement mortar of mix as specified by the
specialist firm but not leaner than 1:4 ( 1 cement : 4 coarse sand) admixed with
proprietary water proofing compound at the rate of 1 kg. per bag of cement and finally
top finished with average 20 mm. thick layer of same mortar and finished smooth with
cement slurry admixed with proprietary water proofing compound. The finished surface
shall have marking of 300 x 300 mm. false squares to give the appearance of tiles.

Curing of water proofing treatment shall be done for a minimum period of 14 days.

20.03 Measurements : The measurement shall be taken along the finished surface of
treatment including the rounded and tapered portion at junctions of parapet wall. Length
and breadth shall be measured correct to one centimeter and area shall be worked out
to nearest 0.01 sq. mt. No deduction in measurements shall be made for either
openings or for chimneys, stacks, roof lights and the likes for area upto 0.40 sq. mt. or
anything shall be paid for forming such openings. For similar areas exceeding 0.40 sq.
mt. deductions will be made in measurements for full opening and nothing extra shall be
paid for making such openings.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 62


Rates : The rate shall include the cost of all labour and materials involved in all the
operations described above.

20.04 Treatment for sunken floor slab : Brick bat aggregate shall be about 40 mm. size and
shall be from well burnt bricks. The proprietary water proofing compound and the
quantity to be used shall be at the rate of 1 kg. per bag of cement.

The surface shall be thoroughly cleaned with wire brushes. All loose scales shall be
removed and dusted off. The surface (bottom as well as sides) shall be treated with
cement slurry admixed with proprietary water proofing compound to penetrate into
crevices and fill up all the porosities in the surface.

After the slurry coat is laid, layer of well burnt brick bats/aggregates of about 40 mm.
size shall be laid in cement mortar of mix as specified by the specialist firm but not
leaner than 1:5 ( 1 cement : 5 coarse sand) admixed with proprietary water proofing
compound, the mortar being filled to half the depth of the aggregates. The brick
bat/aggregates layer shall be rounded off at junctions with the beam/wall etc. and
tapered towards top to a height of 100 mm. along beam/wall etc. Curing of this layer
shall be done for three days.

After curing, the surface shall be applied with a coat of cement slurry admixed with
proprietary water proofing compound.

Joints of brick aggregate layer shall be filled fully with cement mortar of mix as specified
by the specialist firm but not leaner than 1:4 ( 1 cement : 4 coarse sand) admixed with
proprietary water proofing compound and top finished with average 20 mm. thick layer of
same mortar. This layer of mortar shall be continued to the sides of beam/wall etc.

The height upto which this treatment is to be extended on the sides, shall be directed by
the Architects / BOI s. The surface shall be finished smooth with cement slurry admixed
with proprietary water proofing compound.

While the water proofing treatment is done, it shall be ensured that the outlet pipes are
properly fixed and the gap between the wall and pipes are properly filled with brick/stone
aggregate and cement mortar admixed with proprietary water proofing compound and
grouted with cement slurry admixed with proprietary water proofing compound by
injection process. Waterproof treatment shall be cured for 7 days.

20.05 Measurements : Measurement for the floor treatment shall be taken on the plan area of
floor treated. Nothing extra shall be paid for rounding off at junctions and taking the
treatment along the sides of beams and walls for about 100 mm. Sides of beams and
slabs and walls where the treatment is only with mortar shall be measured and paid
separately. Length and breadth shall be measured correct to one cm. area calculated
correct to 0.01 sq. mt. Measurements in filling portions of sunken arch shall be paid by
volume i.e. L x B x D cu. mt.

20.06 Rate : The Rate shall include the cost of all labour and materials involved in all the
operations described above. Base treatment and sides treatment will be paid separately
under respective items.

Five years guarantee in prescribed proforma attached must be give by the Contractor
for the water proofing treatment. In addition 10% (Ten Percent) of the cost of these

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 63


items would be retained as guarantee to watch the performance of the work executed.
However, half of these amount (withheld) would be released after two monsoon seasons
after the completion of the work if the performance of the work done is satisfactory. If
any defect is noticed during the guarantee period, it should be rectified by the Contractor
within seven days and if not attended to, the same will be got done by other agency at
the risk and cost of the Contractor. In any case, the guaranteeing firm during the
guarantee period should inspect and examine the treatment once in every year and
make good any defects observed. However, the security deposit can be released in full,
if Client guarantee of equivalent amount for five years is produced and deposited with
the Department.

20.07 While Tendering, the Contractor shall give :

a) The name of the Specialist firm.


b) List of works done by this firm.
c) The trade name of the water proofing compound which will be used.
d) Test certificate of the water proofing compound which will be used.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 64


21.00 FIRE CHECK DOORS :

Materials : The door Shutters should be of solid cure wooden door of thk. 50 mm.
confirming to IS 1141 and lined on both sides with A. C. sheet/M.S. Plates/laminates to
have 2 hours fire resistance including self closing heavy M.S. hinges, locking
arrangement handles etc. and painted with 3 or more coats of fire retarding paints all as
directed by Architects /Client. Technical requirements are as follows :

a) Stability : The Fire Door shall not collapse during the rated period of fire
under the specified fire conditions.

b) Integrity : The Fire Door will not allow passage of hot gases or the flames
through the rebate or the gap between the door frames and shutter and through
the holes developed in the shutter during fire.

c) Insulation : The mean temperature on its unexposed side should not exceed 140
degree C. above ambient temp.

The procedure and method of fixing doors shall be as per the recommendations
of the Manufacturer.

Mode of measurement shall be as per relevant I. S. Code.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 65


22.0 VITRIFIED TILES :

22.1. Vitrified tiles are those tiles, which have higher amount (percentage) of vitrification and
less water absorption. Vitrification is nothing but partial development of glass phase
inside the tile while firing, which mainly due to melting crystal formation of raw materials
used in the body of the tile.

22.2. Laying :

When laying the tiles, use special porcelain stoneware adhesives. However, if you have
chosen the traditional laying method, using cement mortar, the adhesive drying times
are longer, since cement has different drying times to adhesives. Do not get the material
wet before it is laid. You should lay the tiles with an open joint, leaving a joint of 2-4 mm.
to enable the jointing material to take and to allow for settling and/or the expansion of the
surface below or any slight laying imperfections. Use the correct expansion joints. Do not
mark the surface of the material with pencils or indelible markers.

For the grouting, use a jointing material, which matches the colour of the floor, for both
technical and aesthetic reasons. Always remove any grouting residue when it is still wet.
If you do not remove it all, or you attempt to remove later, the task will be more difficult.

22.3. AFTER LAYING :

Traces of mortar, cement or working residues will remain on the floor surface, invisible to
the naked eye. These deposits may retain dirt, acting as anchorage points. It is essential
then to remove these deposits carefully using acid-based scale remover or other specific
products. When the laying is complete, protect the floor from any damage that could be
caused by work being carried out in the building.

22.4. VITRIFIED TILES STANDARDS :

The following standards are given below :

Thickness = + / - 5 %
Water absorption = Less than or equal to 3 %
Flexion Resistance = Less than or equal to 27 Nmm.
MOHS hardness = Greater than or equal to 6 MOHS.
Abrasion Resistance = Greater than or equal to 205 mm.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 66


23.0 PRECAST TERRAZZO TILING (CHEQUERED TILES)

23.1. Tiles shall conform to IS:1237

Metric size of tiles as per IS :1237 are :

Nominal Size Actual Size Minimum Thickness


200 mm x 200 mm. 198.5 mm. x 198.5 mm. 20 mm.
300 mm x 300 mm. 198.5 mm. x 298.5 mm. 25 mm.
250 mm. x 250 mm. 248.5 mm. x 248.5 mm. 22 mm.

Tolerances on length and breadth shall be maximum 1 mm. and in thickness 3 mm.

Tiles shall be hydraulically pressed with a minimum pressure of 140 kg.sq.cm. Tiles shall
be single coat polished prior to receipt at site. Backing of tiles shall be in ordinary
cement aggregate in proportion of 1:3 by weight. Top wearing course shall be minimum
6 mm. at any point in the tiles.

22.2. Bedding :

The bedding for the tiles shall be with cement mortar 1:6 or as specified in Schedule `A
of the tender. Thickness of bedding mortar shall be 30 mm. average.

Structural concrete or base slab shall be cleaned, wetted and mopped. Mortar shall be
spread uniformly, tamped and leveled with a 3 m. straight edgy. The bed shall be keyed
prior to finishing of the days work. Thickness shall be as specified but at no point shall
the bed be less than 10 mm.

23.3. Laying of Tiles :

A thick cement slurry/paste shall be spread over the bedding and cleaned tiles laid over
this grouted area. Grouting shall be such that the area is covered within 15-20 minutes.
Joints shall be as thin as possible and limited to 2 mm. at the maximum.

Laying shall start after due consideration is given to the following points and approved by
the Engineer-in-charge.

a) Datum levels of floors in rooms, adjacent rooms, passages etc.

b) Slopes, if provided, the flooring should be given by adjusting thickness of mortar.

c) Tiles in openings and doors are equally placed.

d) Passage may be laid first to achieve evenness in doors.

e) Tiles in room shall be symmetrical and equal cut tiles shall be around the edges.

f) In case of differently coloured tiles in passages and rooms, a dividing strip shall be
provided and change over of colour shall be under the shutter.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 67


g) In case there is any other architectural or structural feature, the same shall be
considered and the pattern adjusted accordingly.

h) Tiles may be allowed to go under plaster or dado about 10 mm.

23.4. After the tiles are laid, surplus cement slurry from the joints shall be cleaned. The
following day the joints shall again be cleaned, washed and wire brushed.

Grouting of joints shall be carried out with coloured (pigmented cement) cement or gray
cement that matches the colour of tiles. Grout shall be worked into joints. Excessive
grouts shall be cleaned off.

23.5. The floor shall be kept wet for a period of 7 days. No traffic shall be allowed on the
bedding and bedded tiles for atleast 2 days.

23.6. Precast terrazzo tiles (Chequered Tiles) are measured in square meters : Their rate shall
include all material and labour costs required to complete the item to the satisfaction of
the EIC. No extras shall be admitted on account of cutting of tiles in shape, preparing a
pattern from different coloured tiles or a special border or a band. Landing of staircase
shall be paid for in square meters. Treads and risers shall be measured in running
meters for a particular width of tread and height of riser.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 68


24.0 SPECIFICATIONS FOR INTER-LOCKING CONCRETE PAVING BLOCK

Quality :

The block for the paving works shall be as per IS : 2187 Part-II Paving Blocks. The blocks
shall be 60 mm. thick of quality concrete grade M30 having specified size and type with grey or
red or combination of them.

Sub-base & Base :

Over the prepared and consolidated sub-grade a layer of Sub-base using crushed aggregate
shall be laid to falls and slopes to a compacted thickness of 100 and compacted with C-10
tonne roller. Over the prepared sub-base, a layer of 3 mm. and down fine sand shall be laid to a
thickness of 50 mm. and accurately screed and levelled and compacted to 38 mm. in thickness
and to required falls and slope to the satisfaction of the Engineer.

Layers :

The blocks shall be laid on top of the prepared base in required pattern as directed by the
Engineer. On completion of the laying work approved fine screened sand shall be spread over
the paving and the joints filled with fine sand compacted as directed by the Engineer. Extra sand
on the surface shall be removed by brush. When required, edge blocks shall be cut clean and
sharp with approved tools and as per manufacturers instructions. The cut edges shall be
rubbed smooth before laying. Compaction with a power vibrating plate (Wacker model VPH 70)
shall be used suitably as recommended by the approved proprietary manufacturer. Any blocks
damaged during laying shall be replaced. The entire work of the installation and materials shall
meet the approval of the Engineer.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 69


25.0 READY MIX CONCRETE (RMC) :

25.0 ADDITIONAL SPECIFICATION FOR RCC WORKS :

1.1 CEMENT

1.1.1 The type of cement as to whether it shall be ordinary Rapid Hardening or Low Heat
cement shall be specified and shall be of any of the following types with prior approval of
the Architects . When no type is specified, Ordinary Portland Cement shall be used.

a) Ordinary Portland Cement IS:269


b) Rapid Hardening Portland Cement IS:8041
c) Portland Slag Cement IS:455
d) Portland and Pozzolana Cement IS:1489
e) High Strength Ordinary Cement IS:8112
f) Hydrophobic cement IS:8043

1.1.2 Cement shall be used in the order in which it is received. Cement in bags in storage for
more than 3 months shall be retested before use.

Aggregates: Used for concrete shall be in accordance with the requirements of


IS 456. Ref. IS 4926: 2003 R.M.C. code of practice clause 4.4.

1.1.3 TESTING :

A sample taken once for every 1000 bags shall be tested. Tests shall be carried out for
fineness, initial and final setting time, compressive strength (IS:4031) and the results
approved by the Engineer, before use of the cement in permanent works. Samples shall
be taken immediately on receipt of cement at site. The methods and procedure of
sampling shall be in accordance with IS : 35555.

1.1.4 The Engineer may specify other forms of sampling and tests including chemical analysis
(IS:4032). If in his opinion the Cement is of doubtful quality, the costs of such additional
tests shall be borne by the Contractors.

1.1.5 In addition to above, the cement shall confirm to item no. A.2 Vol.I, Page 5 of Standard
Specifications of Government of Maharashtra P.W.D.

1.2 MIXERS AND VIBRATORS :

1.2.1 For all Structural Concrete work the Contractor shall provide Platform-types of weighing
machinery of a capacity not less than 200 kg.

1.2.2 The Contractor shall provide concrete mixers (IS:1791) - Batch-type concrete mixers
(IS:2439) - roller APN Mixer and vibrators (IS:2505) - Concrete vibrators Immersion Type
(IS:20506) - Screed-board concrete - vibrators, (IS:2506) - Screed board concert
vibrators (IS:4656) - form -vibrators for concrete supplied by recognised manufacturers.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 70


1.2.3 CONVEYING :

Concrete shall be conveyed from mixer to forms as rapidly as practicable by methods


which will prevent segregation and/or loss of ingredients. In case such segregation
occurs inadvertently, concrete shall be remarked before being placed in final position. It
shall be deposited in final position as early as practicable, but always within a period of
30 minutes after mixing. When initial set has taken place in Concrete before it is placed
in final position, such concrete shall be rejected and taken away from the site to a
distance and disposed off as ordered by the Engineers Representative.

1.2.4 GRADE OF CONCRETE :

The Concrete is designated as M-15, M-20, M-25, M-30. The letter M refers to the Mix
and the number represents the characteristic compressive strength in Mpa (Mega
Pascals). Maximum content of cement as per table 5 of IS 456.

1.2.5 TRIAL MIXES :

1.2.5.1 The Contractor is entirely responsible for the design of Concrete mixes. The design is
however to be approved by the Architects atleast 8 weeks before commencing any
concreting in the works and which have been tested in an approved laboratory. A clean
dry mixer shall be used and the first batch discarded.

1.2.5.2 The required average strengths of different grades of concrete at 28 days, for which the
mixes shall be designed are specified below :

---------------------------------------------------------------------------------------------------------
Grade of Characteristic Target Mean Fcm (Mpa) at
Concrete strength at Strength at 28 days
28 days 7th day
(MPs) (MP)
---------------------------------------------------------------------------------------------------------
M15 15 18 24
M25 20 21 29
M25 25 23 24
M30 30 26 39
M35 35 31 44
M40 40 36 49
M45 45 40 54
---------------------------------------------------------------------------------------------------------

The mixes are designed to yield mean strengths (fcm)greater than the corresponding
specified characteristic strengths (fck) as indicated in above table. The difference
between tcm and tck is called the current Margin. The value of the current margin has
been set at 9 Mpa for all grades of concrete. The concrete mixes shall be designed on
the basis of required strength, desired workability, the maximum size of aggregate and
also upon the various grades of cements as specified in IS : 10262-1982. Accordingly
the required cement content shall be ascertained. The Contractor may be allowed to
use either approved plasticizers or increased cement content to achieve the required
strengths at his own cost.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 71


1.2.5.3 For each grade a total of 18 cubes shall be made. Of these 18 cubes made, not more
than 6 may be made on any day and further of the 6 cubes made in one day, not more
than 2 cubes, each representing a different batch of concrete shall be tested at the age
of 7 of 28 days. The making of the cubes, their curing, storing, transporting and testing
shall be in accordance with Indian Standards IS : 516. The test shall be carried out in a
laboratory approved by the Architects .

1.2.5.4 If the average strength of the concrete cubes falls below the required strength, fresh
preliminary mixes for that grade shall be made as before, until the trial mixes yield cubes
of compressive strength at 28 days greater than the required average strength at that
age.

1.2.5.5 Whenever there is a significant change in the quality of any of the ingredients for
concrete, the Architects may at his discretion, order the carrying out of fresh trial mixes.
All costs for trial mixes and tests shall be to the Contractors account and held to be
included in the contract rates.

1.2.5.6 Before commencing the work, the contractor shall submit to the Architects for approval
full details of all preliminary trial mixes and tests.

1.2.5.7 When the proportions of a concrete mix have been approved by the Architects , the
Contractor shall not vary the quality or source of the material or the mix without written
approval of the Architects .

1.2.6 CONCRETE CUBE TEST :

Quality of hardened concrete will be certified by the following procedures :

1.2.6.1 The Engineer or his representative shall select random batches of concrete for
examination without warning the Contractor and sampling will generally be done at point
of discharge from the mixer.

1.2.6.2 From the batches thus selected, 6 concrete cubes shall be made from any single batch.
Of these, 6 cubes may be made from any single batch. Of these 6 cubes thus made, 3
cubes (each cube representing Concrete of different batches) shall be tested at 7 days
and the remaining 3 cubes shall be tested at 28 days.

1.2.6.3 All cubes shall be made, cured, stored, transported and tested in accordance with Indian
standards. The tests shall be carried out in a laboratory approved by the Engineer.

1.2.6.4 Atleast 6 cubes shall be made on each days concreting until 60 cubes have been made
for each grade of concrete. This is the initial period.

1.2.6.5 After the initial period, subject to the acceptance of the Engineer, the frequency at which
the cubes shall be made may be reduced as follows : 1 set of 6 cubes, on each days
Concreting consisting of :

a) 1 set for every 10 Cu.mt. or part thereof of concrete for critical structural elements like
columns, large cantilevers, plus :

b) 1 set for every 40 Cu.mt. or part thereof for all other elements. If concrete is batched at
more than one point simultaneously, the above frequency of making cubes shall be
followed at each point of batching.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 72


c) Of the cubes if each set shall be tested at 7 days and the remaining 3 cubes shall be
tested at 28 days from the day of casting the cubes.

1.2.7 ACCEPTABILITY CRITERIA :

1.2.7.1 The strength requirement of any particular grade of concrete will be considered
satisfactory if the 28 days compressive strengths of individual sets (each set consists of
3 cubes) and of individual cubes satisfy the following requirements :

1.2.7.1.1FOR THE FIRST FIVE SETS :

a) The average strength determined from any group of three consecutive test cubes
exceeds the specified characteristic strength (fck) by not less than 0.8.

b) Only one individual cube test result in any set may fall below the specified characteristic
strength provided that this value is not less than 95 % of the specified characteristic
strength.

1.2.7.1.2Provided that the average strength of any fifteen consecutive cubes exceeds the
specified characteristic cube strength by atleast 0.9 times the current margin. All the
subsequent test results may be considered acceptable if :

a) The average strength as determined from any group of three consecutive test cubes
exceeds the specified characteristic strength (fck) by not less than 0.6 times the current
margin.

b) Only one individual cube test result in any set may fall below the specified characteristic
strength provided this value is not less than 90 % of the specified characteristic strength.

1.2.7.2 Whenever a mix is redesigned due to a change in the quality of Aggregate or of cement
or for any other reason, it shall be considered a new mix and initially be subject to the
acceptability criteria as stated above.

1.2.7.3 The above specification is based on an assumed standard deviation of 5.5 Mpa, and a
probability of concrete strengths failing below the desired minimum strength of 1 to 20.
In case quality control is very good at site and the cube test results consistently show a
standard deviation better than the standard deviation assumed here, the Engineer may
in his discretion reduce the required target strength tcm for any particular grade of
concrete, and in current the current margin.

1.2.7.4 If the concrete produced at site does not satisfy the above strength requirements, the
Architects will reserve the right to required the Contractor to improve the methods of
batching, the quality of the ingredients and redesign the mix with increased cement
content if
necessary. The Contractor shall not be claimed any extra cost for the extra cement used
for the modifications stipulated by the Engineer for fulfilling the strength requirements
specified.

1.2.7.5 It is the complete responsibility of the Contractor to design the concrete mixes by
approved standard methods and to produce the required concrete conforming to
specifications and the strength requirements approved by the Engineer. It is expected
that the contractor will have competent staff to carry out this work.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 73


1.2.8 As frequently as the Engineers Representative may require, testing shall be carried out
in the field for :

1.2.8.1 Moisture content of sand

1.2.8.2 Moisture content of Aggregates

1.2.8.3 Silt content of sand.

1.2.9 Failure to meet specified requirements :


If from the cub-test results it appears that some portion of the works has not attained the
required strength, the Architects may order that portion of the structure be subjected to
further testing of any kind whatsoever as desired by the Architects including, if so
desired by him, full load testing of the suspected as well as adjacent portions of the
structure as specified in the Conditions of contract. Such testing shall be at the
contractors cost. If the strength of concrete in any portion of the structure is lower than
the required strength, but is considered nevertheless adequate by the Architects so that
demolition is not necessary, the Contractor shall be paid a lower rate such lower
strength concrete as determined by the Architects.

1.2.10 As frequently as the Engineers Representative may require, testing shall be carried out
in the field for :

1. Moisture content of sand


2. Moisture content of Aggregates

3. Silt content of sand

4. Grading of sand

5. Slump test of concrete

6. Grading of Aggregates

7. Concrete cube test

The Contractor shall provide and maintain at all times, until the works are completed,
equipment and staff required for carrying out these tests at his own cost. The Contractor
shall grant the Engineer or his representative full access to this laboratory at all times
and shall produce on demand complete records of all tests carried out on site. Before
concreting commences on any section of the works the contractor shall obtain approval
of the Engineer or his Representative as regards the form and reinforcement confirming
with the drawings. He shall also indicate to Engineer in writing and obtain his approval
for position of construction joints the Engineer or his representatives approval shall not
relieve the Contractor of any of his obligations to comply with the provisions of this
Specification or contract.

1.2.11 ADMIXTURES :

Approved admixtures and air entraining may be permitted by the Engineer at his
discretion provided that the strength requirement are not affected by their use. Any
cement saving due to their use will be to the benefit of the Client. The admixture will not
be paid for separately. (IS 4926: 2003 Ready mix concrete code of practice clause 4.50.)

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 74


1.2.12 VOLUME, BATCHING WITH WEIGHT CONTROL :

Where volume batching with weight control is specified by the Architects all
measurements of coarse aggregates and water shall be by volume and of cement by the
bag, controlled by regular periodic weighings. In order to ensure correct proportioning
the following precautions shall be taken.

1.2.12.1The contractor shall maintain at site suitable number of platform balances similar to the
balance used for weighing luggage at railway platforms, capable of weighing upto 200
kg. To the nearest 100 grams; the balance shall be used for weighing cement bags and
occasional boxes of sand and coarse aggregate as specified below.

1.2.12.2The Contractor shall provide the mixer operator with standard measures for measuring
the water to be used in the mix.

1.2.12.3The quantity of water to be added to the mix shall be approved by the Engineer or his
representative and may be adjusted by him as frequently as necessary in order to allow
for the moisture content of the sand or coarse aggregate and workability desired. On no
account shall the Contractor allow more water to be added to the mix. Concrete
containing water in excess of that specified shall be rejected and not allowed for use in
the works.

1.2.12.4Sand and coarse aggregates shall be measured by volume. The size of measuring
boxes or the depth to which they are filled or both shall be adjusted to obtain the correct
weight of each material specified by the Engineer for that mix.

1.2.12.5Every fifth or tenth measuring box of sand or of coarse aggregate shall be weighed on
the balance to ensure that filling of boxes is being uniformly done. Adjustments shall be
made from time to time in the amount of each box filled to take into account variations in
moisture content and consequent bulking of sand.

1.2.12.6More frequent weighing of boxes, particularly of sand if found to vary considerably in


moisture content and building, may be required by the Engineers representative and
shall be done by the Contractor without additional cost.

1.2.13 WEIGH BATCHING :

All structural concrete shall be weigh batched. All concrete ingredients except shall be
batched by weight using a weigh batcher of an approved make (IS:2722 Portable swing
weigh batchers for concrete). Batching shall be to an accuracy of not less than 1/2 kg.
and the batcher shall be test for accuracy of calibration before commencement of the
works and atleast once a week thereafter or more frequently if so required by the
Engineer. For calibration & weighing equipment refer to Annexure of IS 4926: 2003 RMC
code of practice.

1.2.14 Water shall be batched by weight or by volume measures as approved by the Engineer.
The method of batching shall be such as will ensure in accuracy to 0.5 litres or better.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 75


1.2.15 PLACING TEMPERATURES :
During extreme hot or cold weather, the concreting shall be done as per procedures set
out in IS:7861, Parts I & II. Fine and coarse aggregates for concreting shall be dept
shaded and the concrete aggregates sprinkled with water for a sufficient time before
concreting in order to ensure that the temperature of these ingredients in as low as
possible prior to batching. The mixer and batching equipment shall be also shaded and if
necessary painted white in order to keep their temperatures as low as possible.

The placing temperature of concrete shall be as taken to protect freshly placed concrete
from overheating by sunlight in the first few hours of its laying. The time of day selected
for concreting shall also be chosen so as to minimize placing temperatures. In case of
concreting in exceptionally hot weather the Architects may in his discretion specify the
use of ice either flaked and used directly in the jix or blocks used for chilling the mixing
water. In either case, the Contractor shall not be paid any extra on account of ice and
additional labour involved in weighing and mixing etc.

1.2.16 TRANSPORTING, PLACING, COMPACTING AND CURING :

1.2.16.1 Transporting, placing, compacting and curing of concrete shall be in accordance with
IS : 456. For workability ref. To clause 6.2 of IS 4926:2003 RMC code of practice.

1.2.16.2All rubbish etc. Inside the shuttering and curing of concrete shall be washed out
immediately prior to placing of concrete. A layer is placed and separate batches shall
follow each other so closely that the succeeding layer shall immediately below has taken
initial set. The method of segregation, concreting of any portion or section of the work
shall be carried out in one continuous operation and no interruption of concreting work
will be allowed without approval of the Engineer or his representative. It should be held
in position until air bubbles cease to come to the surface and then slowly withdrawn so
that the concrete can flow into the space previously occupied by the vibrator. The
vibrator shall not be dragged through the concrete nor used to help heaps of concrete to
spread out. It may be used vertically, horizontally or at an angle depending on the nature
of the work.

1.2.16.4To secure even and dense surfaces free from aggregate pocket, vibration shall be
supplemented by tamping or rodding by hand in the corners of forms and along the form
surfaces while the concrete is plastic.

1.2.16.5 A sufficient number of spare vibrators shall be kept readily accessible to the place of
deposition of concrete to assure adequate vibration in case of breakdown of those in
use.

1.2.16.6Form vibrators whenever used shall be clamped to the sides of formwork and shall not
be fixed more than 450 mm. above the base of the new formwork and concrete shall be
filled not higher than 230 mm. above the vibrator. The formwork must be made serially
strong and watertight where this type of vibrator is used. Care must be taken to guard
against over vibration especially where the workability or the concrete mix is high since
this will encourage segregation of the concrete. All concrete shall be protected from
falling earth during and after placing. Concrete placed in ground containing deleterious
substances shall be kept free from contract with such ground and with water
draining therefrom during placing and for a period of seven days or as otherwise
instructed thereafter.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 76


Approved means shall be taken to protect immature concrete from damage by debris,
excessive loading, abrasion, vibrations, deleterious ground water, mixing with earth or
other materials and other influences that may impair the strength and durability of the
concrete.

1.2.17 CONSTRUCTION JOINTS :

Construction joints in all concrete work shall be made as directed by the Engineer.
Where vertical joints are required, these shall be shuttered as directed and not allowed
to take the natural slope of the concrets. Before fresh concrete is placed against a
vertical joint, the old concrete shall be chipped, cleaned and moistened. Where required,
suitable expansion joints shall also be provided as directed by the Engineer. No
separate payments shall be allowed to the Contractor for forming joints or chipping and
cleaning them. When a horizontal construction joint is formed, provision shall be made
for interlocking with the succeeding layer by the embedment of saturated wooden pieces
shall be loosened and removed in such a manner as to avoid injury to the concrete
during placing of concrete.

1.2.18 CRACKS :

If cracks, which in the opinion of the Architects may be detrimental to the strength of the
construction, develop in concrete construction, the Contractor at his own expense shall
test the slab or other construction as directed by the Architects . If under such test loads
the cracks develop further, the Contractor shall dismantle the construction, carry out all
other consequential building works such as plaster, moulding, surface finish of floors,
roofs ceilings, etc. Which in the opinion of the Architects have suffered damage either in
appearance or stability owing to such cracks. The Architects decision as to the extent of
the ability of the Contractor in the above matter shall be final and binding.

1.2.19 DEFECTIVE CONCRETE

Should any concrete be found honeycombed or in any defective, such concrete shall on
the instruction of the Engineer be cut by the Contractor and made good at his own
expense.

1.2.20 EXPOSED FACES, HOLES AND FIXTURES :

On no account shall concrete surfaces be patched or covered up or damaged concrete


rectified or replaced until the Engineer or his representative has inspected the works and
issued written instructions for rectification. Failure to observe this procedure will render
that portion of the works liable to rejections in which case it will be treated as rejection
which has failed to meet specified strength requirements and dealt with according to
item Failure to meet specified requirements.

1.2.21 On removal of the form work to remove irregularities. The face of concrete for which
formwork is not provided other than slabs shall be smoothed with a float to give a finish
is provided. The top face of a slab which is not intended to be covered with other
materials shall be levelled and floated to a smooth finish at the levels or falls shown on
the drawings or as directed. The floating shall be left with a spaded finish. Faces of
concrete intended to be plastered shall be roughened by approved means to form of a
key.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 77


1.2.22 FOR FLOORING ON GRADE :
Concrete for flooring on grade shall be over well packed stone metalling or on earth as
specified with or without reinforcement, placed in alternate bays not exceeding more
than 6 m. x 6 m. or as specified including backing the joints or adjacent bays. The water
cement ratio shall not exceed 0.4. The stiff mix shall be thoroughly vibrated and finished
to receive the floor finish.

1.2.23

1. Mixing : Dry grout should be mixed in a mechanical mixers the conventional 200/400-
litre capacity concrete mixer can be used to mix four bags of dry grout; alternatively,
paddle type mortar mixers can be used. The quantity of grout to be mixed at one time
should not exceed that amount which can be placed in approximately 10 to 15 minutes.

2. Batching : Batching of grout by fraction of a bag is not allowed. The quantity of mixing
water should be the minimum commensurate with workability, compaction and filling of
the grout in all corners and crevices. Mixing should be done for a minimum of three
minutes to obtain a fluid grout of uniform consistency.

3. Cleaning and preparation of the surface : The base concrete should be clean and
strong, and its surface should be properly hacked; all dust should be removed suction of
compressed air. The surface should be thoroughly wetted with water for several hours.
Before the grut is poured, all the water should be removed and the flat surfaces coated
with a thin cement slurry.

4. Restraint : Heavy beck-up blocks of timber or concrete should be fixed on all sides of
the base plate to prevent escape of the grout, when poured through the openings
provided in the base plate. Adequate restraint must be ensured on all sides for a period
of 7 days to obtain effective expansion and shrinkage compensation.

5. Curing :

The grout should not dry out where external restraint is provided in the form of formwork,
the top openings and all stray openings should be covered with wet sack for atleast 7
days.

6. Placing and compaction :

The grout should be placed quickly and continuously either through the holes in the base
plates or from one side only to ensure complete filing without entrapment of air. Grout
should be properly spread and Compacted/Excessive vibration should be avoided.

7. Below the bed plates the grout should be compacted using long pieces of doubled-over
flexible steel strapping or chains. The forward and backward movements or the strap or
chain will assist in the flow of the grout into place. Steps must be taken to keep the grout
in full contact with the underside of the bed plate until the grout sets, maintaining a small
head of fresh grout in the forms.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 78


1.2.24

1. HANDLING STORAGE :

The precast units shall be stored as directed by the Engineer. The area intended for the
storage of precast units should be surfaces in such a way that no unequal settlement
can occur. To prevent deformation of slender units, they should be provided with
supports at fairly close intervals should also be safeguarded against tilting. Lifting and
handling positions should be against tilting. Lifting and handling positions should
conform to the Architects drawing details in addition, location and orientation marks
should be put on the members, as and when necessary. During erection the precast
units should be protected against damage caused by local crushing and chafing effects
of lifting and transport equipment.

2. TEMPORARY SUPPORTS AND CONNECTIONS :

Temporary supports provided during erection should take into account all construction
loads likely to be encountered during the completion of joints between any combination
of precast and in-situ concrete structural elements. The supports should be arranged in
a manner that will permit the proper finishing and curing of any in-situ concreting and
grouting associated with the precast member being supported when the gaps of joints
have to be filled with concrete or mortar. They should first be cleaned and faces of the
joints should be wetted. The mixing, placing and compacting of cement and mortar
should be done with special care. Mortar of a dry consistency should be in the proportion
of 1 part or cement to 1 1/2 parts of sand and should be placed in stages and packed
hard from both sides of the joint.

3. TOLERANCES :

The following Tolerances apply to finished pre-cast products at the time of placement in
the structure. The forms must be constructed to give a casting well within these limits :

a) Overall dimensions of members should not vary more than plus or minus 6% per 3 m.
length with maximum variation of plus or minus 20 mm.

b) Cross sectional dimensions should not vary more than the following :

+/- 3 mm. for sections less than 150 mm. thick.


+/- 4 mm. for sections over 150 mm. & less than 450 mm.
+/- 6 mm. or section over 450 mm. to 1000 mm.
+/- 10 mm. for sections over 1000 mm.

c) Deviation from straight line in long sections should not be more than

+/- 6 mm. upto 3 m.


+/- 10 mm. for 3 m. to 6 m.
+/- 12 mm. for 6 m. to 12 m.

**********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 79


26.0 DETAILED SPECIFICATION FOR STRUCTURAL GLAZING SYSTEM

SCOPE OF WORK

The scope of work under this contract is limited to design, engineering, manufacturing and
supply contract and maintenance upto defects liability period the Structural Glazing Systems for
the proposed projects building :

1.1. The work under this section includes all labour, materials, equipment and services as
required for the complete design, engineering, Fabrication, assembly, delivery,
anchorage and installation of the Structural glazing, Aluminium composite cladding, dry
cladding, glass canopies all in accordance with the true intent and meaning of the
specification and drawings taken together, regardless of whether the same may or may
not be particularly shown on the drawings or described in the specification provided that
the same can be reasonably inferred thereform. Anchorage includes all primary and
secondary anchor assemblies and supportive structural framing as required to secure
the Structural glazing system, aluminium composite cladding to the building structure.

2.0 The detailed scope of work is as outlined there under :-

2.1 Structural Glazing System


Complete exterior walling for the building comprises the following elements :

2.2 SEMI UNITISED STRUCTURAL GLAZING SYSTEM / PROPRIETARY DESIGNED


STRUCTURAL GLAZING consisting of colour anodising finished aluminium sections
with single monolithic high performance Medium Coat, Heat Strengthened / Toughened
6 mm ice blue (silvery Azure) Glaverbel glass, with silicone sealant, anchorage system,
weather stripping, setting blocks, protection, structural design of the system.

3.0 Performance tests in an laboratory as per international standards

Performance requirements :

A Design Responsibility

The contract documents define design intent and performance requirements. The
Contractor will be totally responsible for design, structural stability.

The Contractor shall submit shop drawings & submit structural calculations with the shop
drawings.

B Design Pressure

The system to be designed to withstand 1.5 times the design wind pressure as per IS
875 Part.

C Design Criteria

The above system options shall meet the following design parameters, and will also
comply with BS / Indian Standard Specifications and Codes of Practice.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 80


D Design Principle

Pressure equalised systems with a minimum of three lines of defence against external
weather & a thermally broken system so that there is no transfer of heat inside the
building through aluminium.

E Design Loadings

The structural glazing system design shall be capable of accommodating dead load and
wind loads and other movements without reducing its performance or causing
permanent damage. The structural glazings own dead loads and the loads and the
loads occurring due to wind forces acting on them shall be transferred to the structure at
its anchorage points. The vertical movements occurring due to thermal expansion /
contraction and slab deflection shall be accommodated at the horizontal inter-panel
joints at slab levels. The horizontal movement joints shall be accommodated as per the
design of the building.

F Temperature Difference

The system design shall accommodate a standard temperature range of + 10C to 70C.

G Deflection

The curtain walling system shall allow a standard deflection of 1/175 (this may vary from
project to project) and shall also accommodate variable deflection limits.

H Fire and Smoke Stops

The system design to have provision for incorporating fire and smoke stops.

I Air / Water Penteration Resistance

The Structural glazing system shall be designed to withstand test pressures as specified
in BS and Indian Standards or ASTM (E283-91 and E330-93).

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 81


LIFE EXPECTANCY PERIODS

OF KEY MATERIALS AND COMPONENTS

Life expectancy period of some materials used for structural glazing work is as follows. Please
note that this is for information only, on documentary evidence can be produced for the same.

Sr. ITEM LIFE EXPECTANCY TO BE FILLED BY


No. PERIOD (YEARS / TENDERER
CYCLES)

1. Glass Units 30-40 Years

2. Gaskets (Type : EPDM) 30-40 Years

3. Polyester Powder Coat Surface 10-15 Years

4. PVDF2 Surface Finishing 30-40 Years

5. Anodised Surface Finishing Not Available

6. Sealants (Type : DC/GE Silicone) 30-40 Years

7. Insulation (Type : Mineral Wool) 50 Years

8. Ironmongery 30-40 Years

9. Anchor Bolts (Stainless Steel) 30-40 Years

10. Basketry and sub-construction 30-40 Years


(MS Galavanised)

***..***

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 82


TECHNICAL SPECIFICATIONS

3.0 General Specifications : The system / details given below.

3.1 Contractor for the Structural Glazing shall supply, fabricate, erect and install in position
Structural Glazing forming uninterrupted glazed surface in accordance with architectural
elevation and layout drawings. The glazed surface shall be formed by framing system
which shall be structurally and mechanically designed technology for fabrication and
erection with grid sizes indicated in the drawing. The horizontal members shall span in
length between vertical frames. The perimeter of the frames shall be structurally
integrated to form air and waterproof movement joint on all four sides of each panel with
pressure equalization chambers formed internally. Design and sealing of such joints
shall ensure that there is no penetration of rainwater through these joints under heavy
wind pressures.

3.2 The Contractor must comply with all relevant Indian Standards, Code of Practice and
technical literature relating to best practice pertaining to Structural Glazing. The
equivalent International Standards may be used where these are not lower. Nothing in
this clause shall relieve the contractor of his obligation to provide a higher standard
where required and directed.

4.0 Glass Panels

The infill panels shall be factory made glazed unit of size as per design and consisting of
6 mm thick ice blue (silvery Azure) Glaverbel make. The glazed framing panel shall be
formed by means of imported special structural quality silicone adhesive sealant layer
manufactured by M/s. Dow Coming, USA between glazing panel unit and anodized
aluminium framing applied on all four sides of glass on sides and internal face with
spacer block of thickness required for the joint formed by approved quality imported
silicone adhesive sealant trained tradesmen certified and approved by the adhesive
sealant manufacturer namely Dow Corning U.S.A. The procedure laid down by the
imported adhesive structural sealant manufacturer shall be strictly followed by these
applicators for its application to ensure the high quality and degree of expertise in
document from the silicone manufacturer as a proof of panels having been tested and
certified as per their norms. The Contractor for strict adherence shall submit all the
norms laid down by the silicone manufacturer.

4.0 Framing System :

The framing system and fixing arrangements to the RCC framed structure will be with
MS / Aluminium brackets etc. The fixing arrangements of factory formed infill glazed
unitized framing system shall be designed by the Structural Glazing contractor to
withstand all external forces due to worst condition of wind-loads as per IS Code
applicable in Mumbai (but for wind pressure not less than 150 Kg./Sq.m whichever is
more), earthquake forces occurring in Zone II as per IS Code 1893, building frame
movement forces due to wind, outside temperature (10 C to 45 C) experienced during
last 10 years in the locality of the building.

The maximum rainfall is about 600 mm within 24 hours and relative humidity of 90%.
The structural bite or contact dimensions of silicone adhesive structural sealant to the
glass required, that is the amount of silicone adhesive structural sealant (contact width
and thickness) required to support the glass externally and internally in the panel against

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 83


the action of the worst conditions of external forces such as wind, building movement
forces, temperature forces including their combination etc., as well as prevent any
penetration of rain water under heavy wind conditions experienced during the last 10
years in the region in which the locality exists shall be designed in accordance with the
requirement of the silicone adhesive structural sealant manufacturer and supplier
mentioning the factor of safety obtainable as per the design. The factor of safety shall
be not less than 1.5.

5.0 All the joints in aluminium framing system and factory glazed panels as well as joints
between aluminium frame with concrete and / or masonary meeting surrounds shall be
fully sealed and made air, water and weather light preventing seepage of rain water
under heavy wind pressures with provision of adhesive silicone sealant and superior
quality approved make EPDM gaskets. The EPDM gaskets shall be free from contract
and migration stain and shall be compatible with all substrates. Sealant and finishes,
which are likely to come in contact shall comply with provisions of IS code. The EPDM
gaskets shall be purpose made by approved manufacturer.

6.0 Components of Structural Glazing :

7.1 Fixing bolts, anchors, screws and nuts shall be manufactured from stainless steel grade
304 Rivets, pins to be of aluminium alloy of appropriate grade as required. All bolts,
anchors and other fastening devices shall be self locking unless otherwise noted and
shall be torque tightened to achieve maximum torque tension where required. Brackets
shall be hot dip galvanised M.S. of adequate size to meet design parameters. The
bracket joint shall be flexible to allow for all movements, deflection and expansion /
contraction. All metal to metal joints shall be separated by tough high impact and both
side smooth membrane of Teflon of minimum 1.0 mm thickness.

7.2 Framing System : The framing system consisting of mullions, transoms, shall be of
heavy gauge aluminium extruded sections to be specially selected to fulfill the
requirements of design criteria stipulated herein after in these specifications and 20
micron anodised in specified shade.

7.3 Vertical Mullions : Contractor to indicate size, shape, spacing average weight per metre
length to comply with requirements of the specified design parameters.

7.4 Horizontal Transom : Contractor to indicate size, shape, spacing and average weight
per metre length. Horizontal Transoms shall not be visible on the floors when seen
through the vision panels from inside.

7.5 Glass : Glass shall be imported approved make viz ice blue (silvery Azure) blue
Glaverbel, Fixing of glass shall be with silicone adhesive structural sealant of imported
make Dow Corning (U.S.A.)-995 on all four sides and edges of glass to framing member
manufactured from extruded aluminium sections of heavy quality and stainless steel
bolts. The glazing frame shall be factory made mechanical joints with crimps and sealed
with sealants. The glass shall be cut by machine only to required size and edges shall
be ground smooth by dressing with carborandum file or equivalent approved by the EIC.

7.6 Toughening of Glass : The rolling direction shall be parallel to the width of the glass
panel such that waviness if any is parallel to the horizontal and no waviness parallel to
the vertical and to ensure that such waviness is of negligible order.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 84


7.7 Sealants : Imported silicone adhesive structural sealant having excellent properties of
adhesion, elasticity, long life (more than 30 years) and of approved make Dow Corning
(U.S.A.) 995 shall be used. All the joints between metal sections and between glass and
metal sections shall be air and water tight and capable of preventing leakage of rain
water under heavy wind pressure and under heavy weather conditions. Directions of the
manufacturer of the sealant shall be strictly followed.

7.8 Finish to aluminium framing members : 20-micron anodized finish in required shade /
colour. This cab be tested with help of electronic meter in laboratory or at site.

7.0 Technical services to be rendered by The Structural Glazing Contractor : The technical
service of the selected silicone adhesive structural sealant shall be made available on
site by the Structural Glazing Contractor free of cost shall make technical service of the
selected silicone adhesive structural sealant available on site to the Client if any problem
with the sealing product (i.e. silicone sealant) arises. Liability for any damage, harm,
injury, cost of expense to any person resulting directly or indirectly from reliance on the
properties and compatibility of the structural silicone sealant in the event of any failure as
well as any leakage due to penetration of rain water during heavy wind pressures shall
rest with the Contractor. The Contractor will be responsible to check and offer the
premium quality approved imported product of silicone structural glazing sealant
specified to hold the glass panel in place against a variety or combination thereof of
stresses that can be caused by severe wind load, thermal movement and dead load and
to prevent any penetration of rainwater during heavy wind conditions and that the
silicone building sealant for the structural glazing has the continued reputation of failure-
free performance for the particular quality offered for execution to meet with the
requirements mentioned above for flush-glazed Structural Glazings. The Contractor
shall ensure that the silicone sealant for structural glazing has contract dimension to the
glass and subsequently to the aluminium sufficient to transfer the buffering forces arising
from wind and other forces mentioned above with safety factor at the predetermined
design criteria to meet with all the above said requirements.

Information on all these values shall be submitted by the Contractor as proof of his
application to the critical values meeting with the requirements. Design strength for
silicone adhesive sealant in structural glazing joint shall be stated as proposed and shall
not be less than 138 KPa (or 20 pounds per square inch or 1.41 Kg. per square cm) with
a safety factor of 1.5. The contact dimension of maximum value required for the worst
case shall be used throughout for all areas without variation. The silicone sealant fillet
size shall be given.

The Structural Glazing fabricator should ensure that the procedure for application of
silicone sealant in structural glazing are adequate for producing the total joint fill and full
adhesion with glass and frame continuously on all four sides of the glass. 1% of the
every 100 sealed frames shall be totally got deglazed by silicone manufacturer and the
register or log book is maintained for this and warranty certificates from silicone supplier
shall be submitted.

The appraisal of the silicone adhesive for structural glazing, sealant joint design is
crucial to ensure that the correct products are used to withstand the desired degree of
load on the bondline by resistance to external forces as specified and rotational effects
at the panel corners and any secondary stresses produced and to ensure prevention of
rain water penetration during heavy wind pressure through the joints. It is the
responsibility of the Contractor to ensure that the manufacturer of the silicone sealant
shall provide managers to liase with the applicators during the use of their product with

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 85


technical expertise to ensure high degree of performance of their product by correct
procedure of application and to ensure that the correct product is used. To ensure the
quality and achieve controlled application, the panels shall be pre-glazed within the
factory and carefully transported to the site for erection and installation in position.
There should be atleast one representative nominated by the manufacturer of silicone
sealant present all the time for supervision during application in factory premises and
their certification.

Provision of weather seal dimensions to ensure that the thermal expansion of the
substrates will not be beyond the performance capability of the silicone sealant product
and that penetration of rain water does not take place even during heavy mind pressures
and compliance with the factor of safety for the design requirements stipulated under
clause above.

9.0 Installation of Frames :

Frames shall be installed from external scaffold or provision of which shall be the
responsibility of Structural Glazing Contractor including dismantling on Completion of
work. Installation of semi unitized glazing units and fixing to the main framing system
shall be from the scaffold. Tenderer shall submit details of proposed method of
installation. Removable protective peel off film should be provided to exposed surfaces
on inside and outside faces of aluminium frame work and glazing surfaces which should
be removed and cleaned by the Contractor when instructed on completion of work. No
separate payment will be made for the same.

10.0 Structural Glazing Performance Criteria :

The Contractor shall be responsible for the quality and efficiency of the design and
application of the Structural Glazing technology offered. The system offered shall be
structurally sound, aesthetically pleasing and pretested in accredited overseas
laboratories certifying performance of the whole Structural Glazing system in accordance
with International Structural Glazing Standards.

11.0 The period for import of glass, fabrication, installation and completion of work shall be
indicated by the tender in the offer which will be discussed during negotiations and
finalized at the time of issuing work order.

12.0 Information to Contractors : Design Parameters for Building / Structure

12.1 Wind load as per IS 875 (Part III) 1987 Basic wind speed 44 m/s

12.2 The structure is designed as per IS 456-1978

12.3 Loading as per IS 875 (Part I) 1987 IS 875 (Part II) 1987

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 86


SEMI UNITILISED SYSTEM GLAZING DESIGN CRITERIA

Design windload : 1.25 kpa

Aluminium mullion section 2.7 kg/mtrs.

Aluminium transom section 2.38 kg/mtrs.

Aluminium slash shutter 0-89 kg/mtrs.

All aluminium section shall be colour anodizing (20 microne) matt finish / power coated

Structural sealant and weather proof seal of internationally approved quality (dow corning /
wacker).

EPDM rubber gaskets Flex chemie make

5 mm epoxy power coated MS clamps to support the system

Stainless steel (304) expansion bolts and stainless steel nut, bolts and fittings

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 87


27. ALLUMINUM COMPOSITE PANNELING

Anchorage System and Building Frame

Each glazed unit shall be fixed to the structural slab at each floor level. All fasteners shall be
stainless steel of approved grade. The contractor shall also make necessary modifications to
the anchor fasteners to suit existing site conditions of steel reinforcement without additional
charge.

Mullions and Transoms

The sections of mullions and transoms shall be designed to restrict deflection under wind
pressure as specified and shall be rigid enough to support and retain the glass under all
conditions.
Reinforcing members, where used, shall be completely enclosed and if fabricated from steel
shall be galvanized and protected with primer and two coats of zinc chromate

Window units (Vision Panels)

All windows shall be glazed from inside where possible. All cladding as well as internal glazing
beads, if any (unless otherwise specified) shall be in anodized aluminium.
Openable Windows and Doors
Windows and doors shall be provided at positions as shown on the drawings. The ventilators
when in closed position shall remain watertight under all weather conditions and pass the water
tightness tests as specified.
All hardware and accessories shall be supplied by the contractor and when exposed shall be of
stainless steel with approved finish.
Minimum aggregate openable area of the ventilator shall be as given in the EICs drawings.
The detailed system of the ventilators and doors must be proposed by the tenderer keeping the
position as shown on the drawings.

CLADDING
Cladding shall be non-toxic composite aluminum panels of approved make of adequate strength
with approved aluminum details. The panels shall be 4mm thick aluminum composite panel of
approved make/shade/colour, comprising 2 layers of aluminum sheet (0.5mm thick each)
sandwiched with polythene core 100% virgin, PVDF coating minimum 25 micron on top coil,
service coating polyster coat minimum & micron
All cladding panels of one kind shall be obtained in one lot from the manufacturers.
Each panel shall be guaranteed for a flatness of 1 mm from the true face after installation under
no-wind conditions. Deviations from the true alignment of adjoining panels shall not be
cumulative. Full load deflections shall be kept to the minimum possible. Each panel shall be
capable of withstanding 240 Kg/Sq.m wind pressure without any permanent deformation.
The cladding system shall be adequately ventilated. The air-gap between the cladding panels
and the concrete/block-wall shall be at least 50 mm to allow proper ventilation of the rain screen
system. The cavity shall be closed by a perforated bird/vermin-proof closer at bottom and by a
flashing at top.
The fabrication processes including cutting, grooving, benching, folding, joining, root-in as well
as approved aluminum support framework, fixed to wall with galvanized M.S brackets.
The composite Aluminum panels shall satisfy the following fire codes requirements:

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 88


BS476 part 6 class 0
ASTM E-84 Flame Spread index 0
Smoke developed index <15
UBC 20-9 & NFP for 30 minute intermediate scale Multi-storey Apparatus Test to prove
no flame spread beyond the area directly exposed to fire source

FABRICATION

General: All assemblies shall be fabricated and assembled in accordance with the drawings
and the
Requirement of these specifications, Deviations of any nature, without approval of the EIC
/Consultant shall not be permitted.

Tolerence: Furnish a schedule of fabrication tolerances for all major wall cladding components.
In addition to the fabrication tolerances, provide for and schedule thermal movement including
assembling and installation tolerances for all major and/or applicable wall cladding components
and/or assemblies.

Workmanship

All work shall be performed by skilled workmen, specially trained and


experienced in the applicable trades and in full conformity with the applicable
provisions of the listed References and Standards and/or otherwise noted on the
drawings or as specified herein.

All work shall be carefully fabricated and assembled with proper and approved
provisions for the thermal expansion and contraction, fabrication and installation
tolerances and design criteria.
All forming and welding operations shall be done prior to finishing, unless
otherwise noted.
All work shall be true to detail with sharp, dean profiles, straight and free from
defects, dents, marks, waves or flaws of any nature impairing strength or
appearance fitted with proper joints and intersections and with specified finishes.
All work shall be erected true to plumb, level, square to line, securely anchored,
in proper alignment and relationship to work to other trades and free from waves,
sags or other defects.

Joints in Metal Work


All exposed work shall be carefully matched to produce continuity of line, design
and finish. Joints in exposed work, unless otherwise shown or required for
thermal movement, shall be accurately fitted. Rigidly secured with hairline
contracts and sealed watertight.
Where two or more sections or metals are used in building up members, the
surface in contact shall be brought to a smooth, true and even surface and
secured together so that the joints shall be absolutely tight without the use of any
pointing materials. Extrusions shall be tolerated to eliminate any edge projection
or misalignment at joints.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 89


Furnish physical samples of all joinery elements as for comparative appraisal and
approval of the production materials. Physical sample of all typical wall
intersection
Assemblies shall be colour coded on surfaces and /or areas to receive sealants.

Specifications for RMC Plant to be installed at site / Selection of RMC Supplier

1 RMC Plant at site or RMC Supplier should confirm to following requirements-


a Minimum capacity should be 30 cu.m./hr.
b Plant should be Automatic.
c All controls to be Computerized.
d Minimum two nos. of Transit Mixers 5 cu.m. capacity each, exclusively for this
project.
e One Concrete Pump 30 cu.m. / hr. capacity, exclusively for this project.
(Schwing Stater, Greaves, Putzmeister)
f Plant Controls should be capable of taking necessary input data and make
automatic corrections for moisture in sand.
g Plant should also generate autographic records

2 Other Operational Specifications


a Aggregates used for Ready Mix Concrete shall be tested for as per IS Code
4926 : 2003, Annexure B
b Equipments should be calibrated as per IS Code 4926 : 2003, Annexure E
c Maintenance of Plant and Equipment should be carried out as per IS Code
4926 : 2003Annexure F

3 Ready Mix Concrete Supplier should confirm to following -


a Accept order in accordance with the format given in IS Code 4926 : 2003, Annexure
D.4926
b RMC supplier shall issue Delivery Ticket giving information as per IS Code
4926 : 2003, Annexure G.

Contractor should select RMC supplier who operates through Established Quality
c Schemes (which is to be approved by Architects ).

The Ideal Quality Scheme will be consisting of

i) Order Processing
Order is reviewed by Technical Person
Proper rating by Concrete Technologists
Instructions to the Batching Plant after review and rating.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 90


ii) Documents giving control on Raw Material , should be available for inspection
Identifying source.
Acceptance of material at plant
List of approved parallel sources
Various tests done on Raw Material.

iii) Concrete Mix Design Methodology and furnishing Mix Design Details.
iv) Production Control including calibration and maintenance of equipments.
v) Control of Concrete
vi) Analysis of Test Results.

************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 91


BRIEF TYPICAL SPECIFICATION FOR SHORING SYSTEM WITH PILING WORK.

1.0 GENERAL

1.1 The construction of pile foundation shall confirm to the requirement of IS 2911 [Part
1/Sec.2]

1.2 Piles shall be of diameter of 600mm .Cast in situ pile of about 7.5m deep to be constructed
by boring holes of required diameter by using Rotary drilling method through rock and
socketing to the minimum depth of 1.5m is to be carried out.

1.3 The as cast diameter shall not be less than the specified dia of that pile.

1.4 Piles shall be constructed in such sequence that the previously constructed piles are not
affected by the construction of the subsequent ones. The contractors shall indicate their
proposed sequence of construction to the Supervising Engineer and proceed with the work
only on obtaining his approval there to. Generally there should be a time interval of at least
24 hours between completion of concreting of one pile and commencement of boring for
adjacent piles.

1.5 The eccentricity or shift of the piles from their the theoretical position shall not be more than
75mm.Out of the plumb piles shall not be more than 2%. The cost of the additional
structural changes including driving of additional piles due to excessive than admissible
eccentricity shall be debited to the contractor.

1.6 The responsibility for the load carrying capacity of piles will be of the contractor & he shall
give a performance Certificate for the same as acceptable to the R.C.C Consultant.

2.0. MOBILISATION AND SETTING OUT

2.1 The contractor shall set out the entire work as per the line out drawing furnished to the
contractor and a base line actually set out at site as directed by the Architects . The entire
lining out shall be checked by the Architects and got approved from the Architects in writing
before the start of the work.

2.2 The contractor shall provide all the necessary plants & equipments required for the work
and contractor shall demobilize the same after the work is completed.

Tenderer to note that DEPLOYMENT OF MIMIMUM 2 (TWO) ROATARY FOR EACH


DIAMETER OF PILES SHALL BE MAIN CRITERIA FOR THE CONSIDERATION OF
TENDERS.

3.0 BORING

3.1 Boring in through whatever strata encountered up to required strata by using Rotary drilling
method with approved equipments.

3.2 The tops of the bore holes shall be defined and stabilized by driving non removable casings
to a level below which boring can be continued without them. The internal and not the
external diameter of the removable casings, and the diameter of the borehole beyond the
casings, both shall be such that the pile reinforcement cage of specified diameter can be
properly lowered into the bore.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 92


3.3 All bored material including mud shall be carted away & the site kept clean at the
contractors expense. This muck disposal shall be done simultaneously while boring is in
progress. The Supervising Engineer may stop the work if muck accumulates at site and
delay in completion of the work due to such stoppage shall be to the contractors account.

3.4 It shall be contractors responsibility to stabilize the walls of bore holes by non removable
casing.

3.5 DRILLING THROUGH ROCK & ESTABLISHING THE FOUNDING STRATA

Boring through overburden shall be deemed to have been terminated at the lower of the two
levels determined by the following requirements.

1) The level at which further boring by bailer is not possible, after having rotary drilled
through locally encountered boulders or hard strata.

The strata encountered at the lower of the two levels determined as above, after checking the
energy requirement of 3.1, shall be considered as rock. Further boring shall be continued by
rotary drilling and shall be considered as boring through rock for the purpose of measurement
and payment but locally encountered boulders or hard strata till reaching founding strata shall
not be paid as boring through rock. Boring through old foundation shall be paid separately at
drilling rates.

4.0 REINFORCEMENT

4.1 Mild steel bars used shall confirm to I.S.432 and high yield strength deformed (HYSD) bars
shall confirm to I.S.1786.

4.2 Reinforcement shall be cut and fabricated as per the Consulting Engineers drawing using
18G galvanized binding wire.

4.3 The main reinforcement bars shall be in one piece but if this length exceeds the
commercially available lengths then the overlapping equal to 60 times diameter of the bar
shall be provided and in addition the overlapping portion shall be tack welded at three points
to make overlap rigid.

4.4 Providing helical stirrups should be provided to hold the longitudinal reinforcement in the
piles. At the end of the helical shall overlap by two rounds and the helical shall be
alternatively left handed and right handed.

4.5 All reinforcement shall be provided with proper specified cover. Providing precast concrete
circular disc shaped cover blocks with a hole in the center shall ensure this cover. These
shall be threaded on to the spiral stirrups.

4.6 The assembly of the fabricated reinforcement of the piles into a cage shall be carried out on
a level platform so as to maintain its linearity in the longitudinal direction. The entire
assembly shall be rigid and stable during handling and placing.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 93


4.7 The assembled cage of the reinforcement shall be carefully lowered into the borehole by a
crane or a hoist so that no muck or soil or other impurities fall into the borehole.

5.0 CONCRETING OF PILES

5.1 a) Concrete mix to the piles shall be of M-25 grade, cement ratio shall not exceed 0.45.
Workability may be improved by use of plasticisers or water reducing admixture as
approved by the Architects .

b) Concreting mix to the piles of dia 600mm shall be of proportion of M25 designed
concrete mix (minimum Cement content is 390 kg/ m3) and maximum water cement
ratio 0.45.

5.2 Concrete shall be deposited in the pile using a termie pipe. A minimum concrete height of 1
tm shall be maintained inside the termite over that of the concrete in the pile. A minimum
tremie penetration of 1 m into the concrete shall be ensured at all times so that during the
up and down movement of the tremie its bottom does not come out of the concrete in the
pile. (Use of tremie pipe is a must for concreting).

5.3 All piles shall be concreted to a level of 1 mtr. higher than the specified cut-off elevation of
the pile. 1 in 20 piles shall be cast up to the ground level for perm visual inspection of the
overflow of concrete.

5.4 Concrete shall be measured for payment in Cum arrived at by multiplying the cross-
sectional area of the pile determined by the specified internal diameter of the liner by the
length of the pile measured from the elevation of the founding stratum to the specified cut -
off elevation. Excess concrete over and above this if deposited shall not be measured for
payment.

6. PILE TEST (LATERAL TEST / LOAD TEST) :

Pile test shall be carried out as per IS 2911 part IV (1985) and as directed by Consultant
Architects . The necessary test results must comply requirements of IS 2911 part IV (1985)
and to the satisfaction of Architects .

*****

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 94


BANK OF INDIA (BOI),

LIST OF APPROVED MAKE OF MATERIALS CIVIL

C.M.BELEKAR, ARCHITECTS

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 95


CIVIL

LIST OF MATERIALS OF APPROVED BRAND AND THEIR MANUFACTURERS

1. Glazed Tiles : H.R. Johnson,


Somani , Asian
NITCO, Kajaria or Rak

2. Ceramic Tiles : H.R. Johnson


Somani, NITCO
Asian, Kajaria

3. Vitrified Tiles : Johnson, Pavit


Somani NITCO
Asian,Kajaria

4. Fittings : Shalimar/ Laxmi / Jayant Bldg. &


Architectural Products Pvt. Ltd.
or equivalent IS mark.

5. Aluminium Extrusion : Extrusion sections of Narmada


Sections and Aluminium Extrusion Ltd.
Louvered Windows Indalco Inds. Ltd./ Jindal / Borka

5.1 UPVC Windows : Encraft/ Fenesta


Kommreling

6. Waterproof Cement Paint : Snowcem India Ltd. (Killick Nixon)


Asian
ICI Dulex
Berger

7. Float Glass : Triveni Glass Ltd.,


Tata Glass
Modi Guard Glass
Saint Gobin

8. Plywood : Archid Ply , Green Ply


Mayur Ply, Samrat
Duro
Everest

9. External Water-proofing Paint : Raincoat of Pidlite or equivalent


ICI Dulex, Asian
Berger
Gubbi

10. White Cement : J. K. Cement,


Birla Cement
Ultra Tech, ACC

11. Anti-Termite Agencies : Pest Control of India


Balaji Pest Control
Or approved agency.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 96


12. Waterproofing Compound : Pidlite , Tikidan
Sunanda Chemicals
Nina Concrete System
Fosroc, BASF

13. Enamel Paint : Asian,


ICI,
Jenson & Nicholson,
Berger

14. Waterproofing agencies : Nina Waterproofing, Likproof,


All India Waterproofing Co.
India Waterproofing

15. Flush Doors : Green Ply


Duro , Everest
Mayur, Anand Mumbai

16. Fire Doors : Sukri, Duro , Godrej


Guardian, Singum, Kalptaru

17. Cement (53 / 43 Grade) : Ultratech, ACC


OPC / PPC Guj. Ambuja,
Birla

18. TMT Bars : TISCO


SAIL
VIZAG

19. Mild / Structural Steel Bars : TISCO


SAIL
VIZAG

20. Laminates / Veneer : Sunmica, (AICA), Greenlam,


Century , Duro, Vir, Archid Ply, Finex

21. Reflective Glass : Saint Gobin, Pilkington, ASAHI, Glaver Bel


(Structural Glass)

22. Structural sealant : Dow Corning

23. Expansion Anchor/ Fastener : Hilti, Fischer

24. Aluminium composite panel : Durabuild, Alucoband, Renobond, Timex

25. Lock : Godrej, Harison, Yale, Link, Ozone

Note : 1. Materials listed out as stated above will be selected jointly by the BOI / Architects
prior to placing order for the material by contractor.

2. Material which is not listed hereinabove / BOQ shall be of IS mark / IS embossed


and the same should be prior approved to the satisfaction of the BOI /
Architects before procurement.
*******

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 97


BANK OF INDIA,

TECHNICAL SPECIFICATIONS
FOR
PLUMBING & SANITARY WORKS

C.M. BELEKAR, ARCHITECTS

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 98


PLUMBING, WATER SUPPLY SANITARY AND DRAINAGE WORKS

28. PLUMBING, WATER SUPPLY SANITARY AND DRAINAGE WORKS

1.0 GENERAL CONDITIONS :

1.1 All water supply, internal plumbing, sanitary installation and drainage work shall be
carried out by Licensed Plumber as per plumbing drawings, layouts and relevant by-laws
of the municipal or of the local bodies in whose jurisdiction the work is to be executed.

1.2 All the fittings are to be accurately placed in the position to be securely plugged to walls
with hard wood or any other approved plugs or breeze blocks built into Bricks/stone,
RCC work, or set in cement are to be left in a clean sound and perfect condition.

1.3 All sizes and lengths to be verified at site.

1.4 Sewers and drains shall be laid in proper alignment and gradient. In accordance with
the rules and regulations of statutory bodies whose approvals are necessary on
completion.

2.0 SPECIAL CONDITIONS :

2.1 Whole of work (under this contract) comprise of providing and installations of all
materials, equipments and labour as described in details under description of items of
the schedule of quantity and as shown on drawings.

3.0 RATES TO COVER :

3.1 Whether specifically mentioned or not, the Contractor should cover in the rates quoted
by him in the schedule of quantities, for all the conditions, materials and labour. The
Contractor should also cover in his rates for the method of work, cost of materials, labour
etc. to comply with the General Specifications, General Instructions to Contractors,
Conditions of Contract, Special Conditions (if any) and all documents of this contract.

3.2 The Contractors rates shall cover for all materials, tools & plants, scaffolding and
everything necessary for the proper execution of the work to the satisfaction of the
Architects / BOI . All materials and workmanship used in the execution of the work shall
be the best or first quality and description, unless otherwise stated. All materials or
procedure or specifications for work, unless otherwise stated shall conform to the current
Indian Standard whether or not specific mention is made thereof. The Contractor shall
be responsible for and shall replace or make good at his own expense, any materials
lost or damaged or of quality not approved.

3.3 Excavation in all types of soil refilling and carting away surplus materials to contractors
own dump or as directed for manholes, inspection chambers, gully traps water supply
and drainage lines and appurtenances.

3.4 All subsidiary fastenings, fittings and fixtures required even though they may not have
been specifically described under particular item.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 99


3.5 All fittings fixed to walls will have approved clamps fixed to wooden plugs.

3.6 Two coats of approved ready mixed paint over red oxide primer to all exposed iron or wood
work including C. I. brackets, G. I. pipes and C. I. pipes, All G. I. pipes whether laid in
ground or concealed in walls or floors shall be coated with bitumen, wrapped with hessian
and again coated with bitumen. All C. I. pipes fixed in chases or concealed in floors shall be
given three coats of bitumastic paint. The inside of flushing cistern and fitting shall be
painted with approved bitumastic paint and outside of the cistern, brackets, overflow and
flush pipes etc. shall be painted with two or more coats of white zinc or any other colour
over a red oxide primer.

3.7 Rates shall be inclusive of making holes through concrete/masonary, making good the
work and redoing and replastering the same to match surroundings.

3.8 For all pipes, rates shall be inclusive of all fittings and specials such as couplings, bends,
unions, cleaning cyes, tees, plugs, reducers etc. and making joints and connection to
valves, tanks, pumps and existing pipe lines etc. as required.

3.9 Cutting chases for concealing pipes in walls and floors and making good with cement
plaster.

3.10 Fixing of drainage pipes and rainwater pipes 5 cm. away from the wall by means of
holder bats fixed to wooden plugs.

3.11 Rates quoted shall include for hoisting to and work at all levels and list of materials shall
not form any criterion for any extra claims.

3.12 Cutting into existing manholes/chambers above the invert level of the existing drain but
without drop arrangements and not disturbing existing benching of manhole/chamber
including making good the same.

3.13 Disinfection and flushing of water supply mains as directed.

3.14 Testing the installations by smoke and water test.

3.15 Supplying and Fixing : All rates quoted shall include for supplying and fixing although
the same may not have been mentioned in the items of the Schedule of Quantities.
Words Providing & fixing where used shall have the same meaning as supplying and
fixing.

3.16 Description of Items Clarification : Description of item shall mean its description in all
relevant part of the tender including that described in description of item, General
specifications, general instructions etc.

Every care is taken to describe an item as clearly as possible. If meaning of any of the
items is not clear, the Contractor is advised to have the clarification writing from the
Architects before submitting tenders.

3.17 Price Fluctuation : Rates quoted by the Contractor shall be firm throughout the currency
of the Contractor (including extensions of time, if any, granted) and will not be subject to
any fluctuation due to variation in cost of materials or labour.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 100


3.18 Client reserves the right to increase or decrease and/or revise the scope of contract if
required at his own discretion and his decision in this respect shall be final and binding
on the contractor. No claim whatsoever from contractors on this account will be
entertained.

3.19 In case any variation or discrepancy is found between the description in the schedule of
quantities and that of the specifications for sanitary work, the Schedule of quantities will
take precedence over the specifications for Sanitary work.

3.20 The work involved calls for a high standard of workmanship combined with speed.

3.21 The Contractor shall have to carry out all ancillary and connected works within the
boundary of the plot of the proposed work and inside the building if ordered to do so by
the Architects / BOI at the rates quoted in the Schedule of Quantities, at any time
during the currency of this contract including extension of time, if any granted.

4.00 SAMPLES :

The Contractor shall furnish at the earliest possible opportunity before work commences
at his own cost, any samples of materials of workmanship that may be called for by the
Architects /BOI for the approval of the BOI and any further samples in case of rejection
until such samples are approved. Such samples when approved shall be at the
minimum standard for the work to which they apply. Rates quoted shall cover for such
preliminary work which shall not be paid for.

4.01 Contractor should ensure that each and every quoted rate is workable and self-
supporting. If called upon by the Architects / BOI detailed analysis of any or of all the
rates shall be submitted. The Architects / BOI is not bound to recognise Contractors
analysis and reserves the right to reject abnormal rates quoted by the Contractor. In
case there are inconsistencies in the rates for items of the same description quoted in
the different parts of the Schedule of Quantities, the lowest of such rates will be
considered as the rate for all such items, unless Architects / BOI finds that there is
jurisdiction for such inconsistent rates.

4.02 The Architects / BOI reserves the right to fix the order in which the various items of work
involved in this contract are to be executed & Contractor shall comply with the same.
There shall be no extra claims on account of this.

5.00 PERMISSIONS, APPROVAL, CERTIFICATES FROM MUNICIPALITY :

5.01 All work shall conform to the description given for each of the items, in addition to the
Bye-laws of the Municipality/Public Health Authority within whose jurisdiction the items
are to be executed. Contractor shall obtain approval to drainage and water supply work
and work shall be considered as completed only when the Contractor produce No
Objection and Completion Certificate from the Municipal/Public health Authorities.
Rates quoted shall include for the same.

5.02 All sanitary & plumbing work shall be carried out through licensed plumbers, as per the
Bye-laws and regulations of the concerned Municipal Authorities.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 101


The Contractor shall complete all the formalities of Local Municipal Authorities in
respect of the work covered under this tender including getting the water supply and
drainage plans approval.

After completion of work the contractors shall obtain the drainage and water supply
completion certificate including water sufficiency certificate from the Municipal
Authorities. No charges whatsoever, either professional or Municipal, including any
deposits or any other charges required to be paid for getting the materials tested and
approved from the Municipal Authorities etc. obtaining permissions, certificates etc. will
not be paid to the Contractor and the rates should be based accordingly.

6.00 TESTING :

All joints in piping shall be made properly so as to be mechanically sound and leakproof
and shall satisfy water and smoke tests. Leaking or sweating joints shall be remade to
Architects / BOIs satisfaction at Contractors expense.

6.01 The Contractor shall be responsible for the adequacy and efficiency of the entire
plumbing system and if in his opinion he finds any serious objections to the systems
shown on the drawings he shall set forth his objection or his suggestions to ensure
adequacy and efficiency of the said system and notify the Architects /BOI before
proceeding with the work.

6.02 The work should be executed simultaneously with completion of the General Building
work and the Contractor shall taken care to see that no damage or breakage is done to
work once it is constructed and finished. The sanitary work should be so adjusted that it
does not hold up the general construction or other contractors work.

7.00 APPROVED MAKE/BRAND OF MATERIALS TO BE USED IN WORK :

7.01 All sanitary ware and fittings shall be colour / white glazed VITEREOUS CHINA of
approved make.

7.02 All C. I. pipes and fittings shall be of heavy quality and approved make.

7.03 Unless otherwise specified pipes for water supply shall be Heavy quality galvanised
steel tubing (C class) of approved make, welded and seamless, screwed and socketed.

7.04 Plumber brass work or gunmetal valves and fittings shall be of heavy quality and of
approved make with tested ISI mark, All sanitary appliances, pipes and fittings shall be
of approved make and brand as per list of approved makes/brands of materials
mentioned elsewhere in the tender.

7.05 Rates for items with excavation shall include for shoring, timbering, structuring etc. for
protection of excavated sides bailing out water due to rains or subsoil water if
encountered and dewatering by pump wherever required until all work below water level
is finished to the satisfaction of the Architects /BOI.

7.06 The proportion of mixes for concrete work is by volume. Cement shall not however be
measured by volume, but shall be measured by weight. One bag of cement containing
50 kgs. of cement shall be assumed to contain 35 litres (1.20 Cft.). Unless otherwise
specified, ordinary portland cement shall be used complying with the requirements of
latest I. S. specifications.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 102


7.07 Bricks used for construction of manholes, gully trap chambers etc. shall be from the
approved source. Bricks shall be well burnt of good quality, having regular shape with
sharp corners and edges. It shall not absorb water more than 20% of its own weight
when dry.

7.08 The thickness of plaster where specified is the minimum thickness required over the
permanent part of the wall and all dubbing out shall be included in the rates quoted.
Sand for mortar and plaster shall be clean, free from salt, loam clay, shells, vegetable
matter and fit for use in the opinion of the Architects .

7.09 Cement waterproofing compound wherever mentioned shall be of approved make and
use as per manufacturers specification. The rates quoted for items where waterproofing
compound is specified shall include for the same.

8.00 DRAWINGS (PLUMBING) :

8.01 Plumbing, sanitary, water supply and drainage drawings are to be used as guideline and
to be followed as close as possible.

8.02 No Dimensions to be measured on drawings and only written dimensions are to be


followed.

8.03 Contractor shall refer for further details, dimensions to the Architectural and structural
details drawings.

8.04 Discrepancies, variation, changes in drawings should be brought to the notice of the
Architects and written approval should be obtained by the Contractor before starting the
item of work.

9.00 SHOP DRAWINGS :

9.01 The Contractor shall submit to the Architects 4 (four) copies of the shop drawing for the
change in layout, sanitaryware layout, piping layout in the plumbing water supply and
drainage drawings.

10.00 AS BUILT DRAWINGS (COMPLETION DRAWINGS) :

Contractor shall submit As Built drawings on completion of work, one complete set of
original tracings and 3 prints to the BOI through Architects for the following and the
drawings in the form of C.D.

10.01 (a) A run of all open/concealed piping, with diameters from terrace to
final. Outlet point with various controls, clean outs access panels for water
supply, soil, waste, vent, rain-water piping at all levels.

(b) Drainage, water supply layout, location of inspection chambers, diameter of


drainage pipes, from W. C. to chamber from gully trap to chamber and between
two chambers with ground levels and invert level of drainage pipes in chambers.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 103


10.02 Contractor shall submit 4 (four) sets of manufacturers catalogues list of spare parts and
also name and addresses of manufacturers, Agents for all plumbing materials provided
and fixed by him.

*************************

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 104


29. WATER SUPPLY, INTERNAL SANITARY WORK AND DRAINAGE WORKS
SPECIFICATIONS

1.0 CAST IRON PRESSURE PIPES AND SPECIALS :

1.1 PIPES & SPECIALS :

All pipes and specials shall be of cast or spun iron, straight with spigot and socket ends
or with flanged ends as specified and shall conform to the latest edition of the Indian
Standards Specifications for class LA pipes. Class A pipes may be used when the test
water pressure exceeds 120 meters of head. The pipes and specials shall be suitable
for jointing with lead unless otherwise specified. As far as possible only standard
specials shall be used.

All pipes shall be coated inside and outside while hot with an approved anti-corrosive
paint having a tar or, other suitable base.

1.2 EXCAVATION OF TRENCHES FOR C.I. PIPES AND SPECIALS :

Excavation :

1.2.1.1 The trenches for the pipes shall be excavated to lines and levels as directed the bed of
trenches shall have to be truly and evenly dressed throughout from one change of grade
to the next.

1.2.1.2 The gradient is to be set out by means of boning rods and should the required depth be
exceeded at any point, the trench shall be refilled as directed by the Architects at the
Contractors expense.

1.2.1.3 The bed of the trench, if in soft or made up earth, shall be well watered and rammed
before laying the pipes and depressing thus formed shall be filled with sand or other soft
materials as the Architects may direct.

1.2.1.4 If rock is met with, it shall be removed to 15 cm. below the level of the pipe valves and
fittings and the trench shall be refilled with sand or other suitable materials.

1.2.1.5 The excavated materials shall not be placed within 1 meter or half the depth of the
trench whichever is greater from the edge of the trench.

1.2.1.6 The trench shall be kept free from water, Shoring and timbering shall be provided
wherever required.

1.2.1.7 The width of trench at bottom between faces of sheeting shall be such as to provide not
less than 20 cms. clearance on either side of pipe. Trenches shall be of such extra
width when required as will permit the convenient placing of timber supports, strutting
and planing and handling of specials.

1.2.2 Internal Road Crossing : All road crossing within the site, if any will be excavated half at
a time the second half being commenced, after the pipes have been laid in the first half
and the trench refilled. The trench at existing road crossing shall be filled with mud
concrete for the full depth except for the top 15 cm. layer which will be filled with the
cement concrete 1:2:4. The rates quoted shall also cover the cost of breaking road
surface of all types wherever met with including their foundation.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 105


1.2.3 Protection of Existing Services : All pipes, water mains, cables etc. met within the
course of excavation shall be carefully protected and supported by the Contractors at
their own cost to the satisfaction of the Architects . Such mains will be hung from
timbers placed across the trench. Care shall be taken not to disturb the electrical and
communication cables, removal of which if necessary shall be arranged by the
Architects.

1.2.4 Lighting and watch : The open trenches shall be provided with fencing and watchmen to
guard against accidents. Red flags during day and Red lights during night shall be
provided at the ends and at intervals along the sides of the trenches and the cost of
which is deemed to be included in the rates quoted by the tenderer.

1.2.4.1 Sign boards with necessary wordings such as SLOW ROAD CLOSED etc., shall be
provided at least 30 metres, ahead of road crossing where the work is in progress. The
precautions where the work is in progress. The precautions will be continued till the
surface is restored. The Contractor shall be held responsible for compensation as a
result of accident or injury to any person or property due to improper fencing or
inadequate lighting arrangements.

The cost of all the above is to be borne by the tenderer.

1.2.4.2 Temporary bridges of planks shall be provided over the trenches for keeping open the
access to private or public property.

1.3 LAYING OF PIPES & SPECIALS :

1.3.1 Stacking : The pipes and specials shall be lined up on one side of alignment of the
trench, socket facing up hill or in the direction of flow of water.

1.3.2 Laying : Before being laid the pipes shall be examined to see that there are no cracks or
defects. Subject to the approval of the Architects, the damaged portion the cracked pipe
may be cut at a point not less than 15 cm. beyond the visible extremity of the crack with
diamond pointed chisel.

Before lowering the pipe in the trench, the pipes shall be thoroughly cleaned of all dust
and dirt. Special care shall be taken to clean the inside of the sockets and the outside of
the spigots. Holes to receive the sockets shall be excavated in the trench bed so as to
firmly bed the full length of the pipe.

1.3.2.1 The pipes shall be lowered into the trench be means of suitable pulley blocks, shearlegs,
chains, ropes etc. In no case the pipes shall be rolled the dropped into the trench. After
lowering the pipes, the spigot of the pipe shall be carefully centered into the socket of
the next pipe and driven to the full distance that it can go and the pipeline laid to levels
required, being kept in position by earth filling well watered and rammed at two or more
places in its length.

1.3.2.2 Specials shall also be laid in their proper position as stated above.

1.3.2.3 The pipes laid on level ground, will be laid with socket facing the direction of flow of
water in all other cases, the sockets will be laid facing uphill.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 106


1.3.2.4 Any deviation either in plan or elevation of less than 11 degree shall usually be
effected by laying the straight pipes round a flat curve, of such radius that minimum
thickness of lead at the face of the socket shall not be reduced below 12 mm. or the
opening between spigot and socket increased beyond 12 mm. at any point. A deviation
of about 2 degree can be effected at any joint in this way.

1.3.2.5 At the end of each days work, the last pipe to be laid shall be have its open and
securely closed with a wooden plug to prevent access to dirt and animals.

1.4 THRUST BLOCKS AND ANCHORAGES :

Portland cement concrete thrust blocks of suitable design shall be provided at all bends
of the pipes so as to withstand dynamic and static forces likely to be developed due to
water running through the pipes. The thrust shall be made after the joints have been
caulked with lead and these shall be paid for separately, unless otherwise specified.

1.5 LEAD CAULKED JOINTS :

1.5.1 Lead for joints : It shall be foreign blush grey in colour very soft and malleable of uniform
quality readily melted, free from foreign material and shall conform to I.S. 782.

1.5.2 Spun yarn for joints : This shall be of best quality preferably white. It shall be free from
oil, tar or greasy substances and shall be soaked in hot coal tar or bitumen and dried
before use.

1.5.3. Jointing : The yarning material shall be placed around the spigot of the pipe and shall be
of proper dimensions to centre the spigot in the socket. When the spigot is shoved
home, the yarning material shall be driven tightly against the inside base or hub of the
socket with suitable yarning tools. When a single strand of yarning material is used, it
shall have an overlap at the top of not more than 5 cm. When more than a single strand
is required, for a joint, each strand shall be cut to sufficient length so that the ends meet
without causing overlap. The ends of the strands shall meet on opposite sides of the
pipe and not on the top or at the bottom. Successive strands of yarning material shall be
driven home separately. The leading of the pipes etc. shall be done by means of ropes
covered with clay or by using special leading rings. The lead shall be rendered
thoroughly fluid and each joint shall be filled in one pouring.

1.5.4 Quantity of lead and yarn : Approximate weight of lead and yarn required for joint for
various sizes of C. I. pipes and specials shall be as per I. S. 3114 as under :
---------------------------------------------------------------------------------------------------------------
Dia. of Pipe Lead/Joint Spun Yarn / Joint
---------------------------------------------------------------------------------------------------------------
80 mm. 1.8 kg. 0.10 kg.
110 mm. 2.2 kg. 0.18 kg.
125 mm. 2.6 kg. 0.20 kg.
150 mm. 3.4 kg. 0.20 kg.
200 mm. 5.0 kg. 0.30 kg.
250 mm. 6.1 kg. 0.35 kg.
300 mm. 7.2 kg. 0.48 kg.
350 mm. 8.4 kg. 0.60 kg.
400 mm. 9.5 kg. 0.75 kg.
---------------------------------------------------------------------------------------------------------------

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 107


NOTE : The Quantities of lead and spun yarn given in this table are provisional and a
variation of 20 percent is permissible.

1.5.5 Caulking : After the joints have been run they must be thoroughly caulked until they are
perfectly watertight. Caulking of joints will be done after a convenient length of pipe has
been laid and leaded. The leading ring shall first be removed and any lead, outside the
socket shall be removed with a flat chisel and then the joint caulked round 3 times with
caulking tools of increasing thickness and a hammer of 2 to 3 kg. weight.

Lead joints shall not be covered till the pipe line has been tested under pressure, but
the rest of the pipe line may be covered up to prevent expansion and contraction due
to variation in temperature.

1.5.6 Lead wool joints : When it is impractical or dangerous to use molten lead for joints they
may be made with lead wool inserted in strings not less than 6 mm. thick and thoroughly
caulked.

1.6 FLANGED JOINTS :

C. I. pipes may also be jointed by means of flanges cast on where specified. The
jointing material between flanges of pipes shall be compressed fibre board or rubber of
thickness between 1.5 mm to 3 mm. The fiber board shall be impregnated with
chemically neutral mineral oil and shall have a smooth and hard surface. Its weight per
sq. mtr. shall not be less than 112 gm/mm. thickness.

1.6.1 Each bolt shall be tightened a little at a time taking care to tighten diametrically opposite
bolts alternatively. The practice of fully tightening the bolts one after another is highly
undesirable.

1.7 TESTING :

Before testing, the trench shall be partially back filled expect at the joints, Completed
pipe line shall be subjected to the following two tests :

(a) Pressure test at a pressure of at least double the maximum working pressure of pipe
and joints shall be absolutely watertight under the test.

(b) Leakage test (to be conducted after the satisfactory completion of the pressure test) for
a duration of two hours.

1.7.1 Where any section of a main is provided with concrete thrust blocks or anchorage, the
pressure test shall not be made until at least 5 days have elapsed after the concrete is
cast.

1.7.2 Pressure test procedure : Each valved section of the pipe shall be slowly filled with
water and all air shall be expelled from the pipe through hydrants and blow-offs. If these
are not available at high places, necessary tapping may be made at points of highest
elevations before the test is made and plugs inserted after the tests have been
completed.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 108


1.7.2.1 The specified pressure shall be applied by means of a pump connected to the pipe in a
manner satisfactory to the Architects . The duration of the test shall not be less than five
minutes.

1.7.2.2 All exposed fittings, valves, hydrants and joints should be carefully examined during the
test when the joints are made with lead, all such joints showing visible leaks shall be
recaulked until tight. Any cracked or defective pipes, fittings, valves or hydrants
discovered in consequence of this pressure test shall be repeated at contractors own
expenses until satisfactory results are obtained.

1.7.3 Leakage Test Procedure : Leakage is defined as the quantity of water to be supplied into
the newly laid pipe, or any valved section thereof, necessary to maintain the specified
leakage test pressure after the pipe has been filled with water and the air expelled.

1.7.3.1 Should any test of pipe laid disclose leakage greater than that permitted by I. S. code of
practice 3114, defective joints shall be repaired at Contractors own expense until the
leakage is within the specified allowance.

1.8 REFILLING :
Refilling in trenches for pipes shall be commenced as soon as the joints have been
tested and passed. The refilling on top and round the pipes, shall be done with great
care and in such a manner so as to obtain the greatest amount of compactness and
solidity possible. For this purpose the earth filling shall be done in regular layers of 15
cm. (Water and rammed at each layer). All surplus earth shall be disposed off as
directed by the Architects / BOI .

2.0 G. I. PIPES & FITTINGS :

2.1 PIPES AND FITTINGS :

The pipes shall be of the class specified in the schedule of quantities and shall be of
galvanised steel welded and seamless, screwed and socketed and shall conform to
latest Indian Standard specifications for such pipes. They shall be manufactured by a
Firm of repute. All fittings shall be of malleable iron galvanised fittings of approved
make.

2.1.1 The details of screwed and socketed G. I pipes regarding nominal bore thickness and
weight shall be as per IS 1239 (Par I) as under :

---------------------------------------------------------------------------------------------------------------
NOMINAL BORE WEIGHT OF PIPE IN KG./M.
Light Medium Heavy
---------------------------------------------------------------------------------------------------------------
15 mm. 0.96 1.23 1.46
20 mm. 1.42 1.59 1.91
25 mm 2.03 2.46 2.99
32 mm. 2.61 3.17 3.87
40 mm 3.29 3.65 4.47
50 mm 4.18 5.17 6.24
65 mm 5.92 6.63 8.02
80 mm 6.98 8.64 10.30
100 mm 10.20 12.40 14.70
---------------------------------------------------------------------------------------------------------------

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 109


NOTE : The above weights are for black pipes and theoretical weights of galvanished pipes
are about 6% higher.

2.1.2 The pipes shall be tested to withstand a pressure of 9 kg./sq.cm. without showing
defects of any kind. These shall be supplied screwed with taper threads and the sockets
with parallel threads.

2.2 LAYING IN TRENCH FOR EXTERNAL WORK :

G.I. pipes and fittings shall be laid in trenches. The width of the trench shall be the
minimum width required for the working. The pipes laid underground shall not be less
than 60 cm. from the ground level. They shall be surrounded on all sides by approved
quality material. The work of excavation and refilling shall be done as specified earlier
for cast iron Pressure pipes. All pipes and fittings laid below ground shall be painted
with anti-corrosive bitumastic paint and wrapped with hessian and again coated with
anti-corrosive bitumastic paint of approved quality. The cost of the above shall be
included in Contractors rates.

2.2.1 Pipes embedded in masonary/concrete shall be treated similarly as described above.

2.3 FIXING OF PIPES FOR INTERNAL WORK :

G. I. Pipes and fittings on the walls shall be fixed by means of standard pattern holder-
bat clamps, keeping the pipe 12 mm. clear of the plastered surface of wall everywhere,
or concealed (inside chase) as directed. Where pipes are to be concealed in walls and
floors by cutting are to be concealed in walls and floors by cutting chases, the pipes and
fittings shall be coated with bitumen, wrapped with hessian and again painted with one
coat of anti-corrosive bitumen of approved quality and rates quoted shall include for
same. Cutting long lengths of horizontal chases on the walls for concealing pipes shall
be avoided.

2.3.1 All exposed G. I. pipes and fittings shall be painted with two coats of oil paint of
approved quality, manufacture, colour and shade, over a coat of red oxide or other
approved primer after cleaning thoroughly the surface of the pipes and fittings and
allowed to dry. The cost of such painting shall be included in the rates quoted by the
Contractors.

2.3.2 All pipes and fittings shall be fixed truly vertical and horizontal or as directed by the
Architects . Care shall be taken to ensure that concealed G. I. pipes (used for external
or internal works) are not laid in lime mortar or lime concrete surroundings.

2.4 JOINTING :

Where pipes have to be cut or rethreaded, ends shall be carefully filled out so that no
obstruction to bore is offered.

2.4.1 In jointing the pipes, the inside of the socket and the screwed end of the pipe shall be
rubbed over with white lead and few turns of hemp yarn wrapped round the screwed end
of the pipe which shall then be screwed home in the socket with a pipe wrench. Care
must be taken that all pipes and fittings are kept at all times free from dust and dirt
during fixing.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 110


2.4.2 All G. I. pipes and fittings may be tested to a pressure of 7 kg. per sq. cm. to ensure that
pipes have proper threads and that proper materials (such as white lead and hemp)
have been used in jointing. All leaky joints must be made leakproof by tightening or
redoing at Contractors expenses.

3.0 C-PVC PIPE

3.1 C-PVC pipes and fittings manufactured according to IS15778 shall be used from 15mm
to 50mm dia. C-PVC pipe shall be suitable for carrying hot and cold drinking water. C-
PVC pipe shall be fixed with solvent cement jointing method and shall be fixed in a
manner to ensure 100% leakproof joints. For higher dia ( i.e. 73.02, 88.90, 114/.30 mm)
pipe dimension and pressure rating shall be as per ASTM 441.

**********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 111


30.0 WATER METERS, SLUICE VALVES AND OTHER APPURTENANCES :

1.0 WATER METERS, SLUICE VALUES AND OTHER APPURTENANCES :

Water meter Domestic types : Water meters upto 50 mm nominal size shall conform to
Indian Standard Specifications for water meters (Domestic type) ISI:779 of Type A
unless otherwise Specified. The Meter body shall be of bronze gun metal or brass and
marked to read in litres complete with registration box, cap and lid. The water meters
shall be provided with strainers. Strainers shall be of a material which is not susceptile
to electroytic corrosion. They shall be rigid, easy to remove and clean and shall be fitted
on the inlet side of water meter. It shall be possible to remove and clean the strainer in
such a way as not to permit disturbing the registration box or tampering with it. Meters
provided with internal strainer involving opening of the registration box for cleaning shall
be fitted with an additional strainer on the inlet side and rates quoted by Contractor shall
include for such additional strainer, cost of testing and sealing by local municipal
authorities complete.

1.1.1 Connections : The meter casing shall be fitted in the pipe line by two conical or
cylindrical nipples or tail pipes with connecting nuts which shall be provided with each
meter. The nipples of water meters shall be made of the same materials as specified for
body.

1.1.2 Markings : Each meter shall be marked with the following information :

(a) Nominal size


(b) Direction of flow
(c) ISI certification mark
(d) Manufacturers name and trade mark

1.2 WATER METERS (BULK TYPE) :

These shall conform to IS : 2373 and shall be of size 50 mm. and above. They shall be
of (IMPELLER) vane wheel type or helical type. The body of the meter shall be made
from cast iron. The meter casing shall be fitted into the pipe line by means of a double
flange the internal diameter of which shall be equal to nominal size of meter. The meter
shall be provided with registration box and cap of brass or cast iron. Provision shall be
made to lock the lid to the registration box. Meters shall be supplied and fitted with an
External Strainer (Dirt box) of suitable material not susceptible to electrolytic corrosion
and rates quoted by Contractor shall include for the same. Meters shall be provided with
markings as described in clause 3.1.2 above.

1.3 FERRULES :

Brass ferrules shall conform to IS : 2692. Necessary saddle pieces of approved type
shall be used for off take of the service connections and rates quoted shall include for
the same.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 112


1.4 SLUICE VALVES :

Sluice valve is shall conform to IS : 780 and shall be of Class I type unless otherwise
specified with double flange and handwheel for operation. The body, dome, cover,
stuffing box, thrust plate, wedge, gland and cap may be of cast iron but the spindle shall
be of brass or Aluminium bronze. Valves shall be fixed to spigot and socket cast iron
and steel pipes by means of suitable flanged spigots or flanged socketted tall piece as
directed and rates quoted by Contractor shall include for the same. Before the valves
are actually fixed, they shall be cleaned and greased and it should be seen that all parts
are in perfect working condition.

1.4.1 Surface boxes for sluice valves : These shall conform to IS : 3950 with a cast iron frame
and a mild steel hinge pin. The upper surface to cover shall have non-slip surface. The
surface boxes shall be coated with composition having bitumen or bar base. The
minimum size of surface box shall be 230 mm. x 150 mm. x 150 mm.

1.5 AIR VALVES :

These are placed at every summit in the pipe line to permit the escape of air when the
main is filled and afterwards if any air is carried into the main. Fixing of Air valves may
be done by means of fixing saddle pieces on pipes and drilling the same where
necessary. Rates quoted shall include for the same.

1.6 BRICK MASONARY CHAMBERS FOR HOUSING METERS, VALVES AND


APPURTENANCES :

These shall be constructed as per size as indicated. These shall be measured and paid
for separately. The bricks used shall be of first quality best locally available and from
approved source and shall be laid in cement mortar 1:3. The walls shall be plastered
both inside and outside with 15 mm. thick cement plaster 1 : 3. The foundation concrete
shall be of PCC 1:4:8 and 75 mm. thick. The top slab shall be of 100 mm. thick RCC
1:2:4 unless otherwise specified.

**********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 113


31. SANITARY APPLIANCES :

1.0 SQUATTING PATTERN W.C. PAN :

1.1 W. C. Pan : The W.C. Pan shall be of white vitreous china of specified size and pattern
(Orissa or Long Pattern as specified) with an integral flushing rim. It shall have the
flushing horn in the front unless it is not possible to accommodate cistern to suit this
design. The plan shall be approved quality conforming to I. S. specifications IS : 2556
(Part III). It shall have 100 mm. C. I. or porcelain trap, P or S type with affective seal
50 mm. and 50 mm. vent arm.

1.1.1 Fixing : The W. C. pan shall be sunk in floor slopped towards the pan in a workman like
manner, care being taken not to damage the pan in the process of fixing. If damaged in
any way, it shall be replaced at Contractors cost. It shall be fixed on a proper base of
cement mortar 1:5 proportion taking care that the cushioning is uniform and even, so as
to have the top of pan in line with the finished floor level. A pair of foot rests for long
pattern pan shall be fixed at a convenient angle where specified.

1.1.2 The joint between the pan and the trap shall be made with (a) lead or (b) cement, mortar
1:1 and hemp yarn as specified in the Schedule of Quantities and shall be leak proof.

1.2 Flushing Cistern : The flushing of the W. C. Pan shall be done by pull and let go
flushing cistern of the valveless siphonic type conforming to IS : 774 unless otherwise
specified. The cistern shall be of PVC mosquito-proof of 12.5 litres. capacity or as
specified together with cover lever, plastic chain and full of specified quality, ball valve
with copper or plastic float as specified and necessary union etc for connection with inlet
and outlet pipes overflow.

1.2.1 Brackets : The cistern shall be fixed on aluminium of rolled steel cantlever brackects
which shall be firmly embedded in the wall in CM 1:3 or fixed by using wooden plugs and
screws to the satisfaction of the Architects /BOI .

1.2.2 Flush pipe : The outlet or flush pipe from the high level cistern shall be of 32 mm.
galvanised wrought iron pipe not less than 1.00 mm thick or light quality G. I. pipe or
lead pipe of minimum thickness 2.6 mm. as specified, which shall be connected to the
W. C. pan by means of an approved type of joint. The flush pipe shall be fixed to wall by
using holder bat clamps or embedded as required. Where lead pipe pieces are required
to be used in conjunction with G. I. flush pipes for ensuring proper connection, the
Contractor shall do so at his own cost and rates quoted shall include for the same.

1.2.2.1 If the connection between the cistern and the W.C. pan is made with G. I. pipe, the
bends and offsets shall be made cold and connection to the pan may be made by means
of an approved type of joint or white lead mixed with chopped hemp.

1.2.3 Painting : Inside of Cistern and fittings shall be painted with approved bitumastic paint
and outside of the cistern, brackets, overflow and flush pipe etc. shall be painted with a
priming coat of red oxide, and finishing two or more coats of white zinc or any other
colour and shade to match with the painting of surrounding walls. The coat of such
painting shall be included in the rate quoted for the flushing cistern.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 114


2.0 PEDESTAL WASH DOWN WATER CLOSET :

2.1 W. C. Pan : The W. C. pan shall be of white, vitreous, china of one piece construction of
Wash down type with integral P or S trap as required. it shall be of approved quality
and pattern conforming to I.S. specification IS : 2556 (Part II).

2.2 Seat & Cover : The seat with lid shall be plastic seat as specified with rubber buffers
and shall be fixed in position by using chromium plated (C.P.) brass hinges and screws.

The seat shall be non absorptive and free from cracks and crevices in the material. The
plastic seat and cover where specified shall conform to I.S. specifications and shall be of
black colour unless otherwise specified.

2.3 Flushing Cistern : The flushing of the W. C. Pan shall be done by high level or low
level valveless siphonic flushing cistern of approved quality as specified in the former
case the specifications will be same as those for flushing cisterns of squatting pattern W.
C. Pans in the latter case there shall be white glazed vitreous china or porcelain
enameled or plastic as specified of 12.5 litre or of other capacity cistern as specified with
all internal fittings, brackets and C. P. brass flushing handle, which shall be fixed at low
level and connected to the W. C. pan by means of 40 mm. diameter white enameled
porcelain bend and rubber or light quality G.I.K. pipe or 2.6 mm. thick lead pipe
connection or as other specified.

2.3.1 Overflow : There shall be 20 mm. overflow with mosquito proof coupling of approved
design which shall conform to the specifications are stated under squatting pattern W.
C. Pan.

3.0 URINAL :

3.1 URINAL : The urinal shall be flat back or angular pattern lipped from basin of required
dimensions of white vitreous china and one piece construction with integral flushing box
rim of an approved make as specified. It shall be fixed in the position by using wooden
plug embedded in the wall with screws of proper size. Each urinal shall be connected to
a 40 mm. diameter waste lead pipe unless otherwise specified which shall discharge into
a channel or approved nahani trap as specified. The connection between the urinal and
flush or waste pipe shall be made by means of white lead mixed with copped hemp. The
flush pipe and waste pipe shall be concealed where directed.

3.2 FLUSHING : The flushing of the urinals shall be done by automatic flushing cisterns
conforming to I.S. specifications. The cistern shall be of cast iron not less than 5 mm.
body thickness or other specified having valveless siphon automatic flushing
arrangement of specified capacity. It shall be supported on a pair of R. S. or C. I.
cantilever brackets which shall be embedded or fixed to wall by means of wooden plugs
and screws. The cistern shall be connected to the urinal basin by means of a G. I.
Medium Quality or a lead or specified type of flush pipe with fittings. The pipe shall be
fixed by using proper holder bat-clamps or concealed by embedding as directed. The
body thickness shall not be less than 6 mm. in the case of vitreous sanitary cistern and
1.60 mm. before coating in the case of pressed steel cistern. The latter should be
porcelain enamelled against corrosion.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 115


3.2.1 Capacity : The capacity of the flushing cistern and the size of the flush pipe for the
number of urinals in a range will be as follows :

-------------------------------------------------------------------------------------------------------
Number of Capacity Size of pipe
Urinals of flushing MAIN distribution
in range Cistern
-------------------------------------------------------------------------------------------------------
1. 5 litres -- 15 mm.
2. 10 litres 20 mm. 15 mm.
3. 12.5 litres 25 mm. 15 mm.
4. 15 litres 25 mm. 15 mm.
-------------------------------------------------------------------------------------------------------

3.2.2 The joint between the urinal basin and flush and waste pipe shall be made by means of
putty or white lead mixed with chopped hemp, or as specified in case of lead pipes.

3.2.3 Painting : The inside and the outsides of the cast iron cistern, the fittings and brackets
shall be painted as given under flushing cistern for squatting pattern W.C. pan.

4.0 WASH BASINS :

4.1 BASINS : The wash basins shall be of white vitreous China of approved quality, make
and pattern conforming to I.S. specifications. It shall be one piece construction with an
integral combined overflow. The size of the basin shall be as specified.

4.2 FITTINGS : Each wash basins shall be provided with 15 mm. C. P. brass pillar taps as
specified, 32 mm. C.P. waste with C.P. brass bottle trap or G.I. trap and plug as
specified, G.I. chain and rubber plug, unions, joints etc. complete in all respects of
approved quality.

4.3 FIXING : The basin shall be supported on a pair of R.S. or C.I. cantilever brackets
embedded or fixed in position by means of wooden cleats and screws. These brackets
shall be painted to the required shade as given under flushing cistern for squatting
pattern W.C. The wall plaster shall be cut to rest over the top edge of the basin. After
fixing the basin, plaster shall be made good and surface finished to match with the
existing one.

4.4 WASTE CONNECTION : The waste pipe shall discharge into approved nahani trap
leading to a gully trap on ground floor and on upper floors it may be connected to a
waste pipe stack. The C.P. brass bottle trap and Union shall be connected to 32 mm.
G.I. light class waste pipe or lead pipe as specified which shall be suitably bent towards
the wall and/or concealed in the wall as directed.

5.0 SINKS :

5.1 Deleted

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 116


5.2 FITTINGS : Each sink shall be provided with 40 mm. C.P. brass waste coupling and
union of standard pattern. C.P. brass chain and 40 mm. rubber plug may be provided
where specified.

5.3 FIXING : The sink shall be supported on C.I. cantilever brackets embedded, fixed into
position. These brackets shall be painted to the required shade as given under flushing
cistern to the required shade as plaster on the rear shall be cut to overhang the top edge
of the sink.

5.4 WASTE CONNECTION : The waste pipe shall discharge into a approved nahani trap
leading to a gully trap on ground below and may be connected to a waste pipe stack on
upper floors. C.P. brass coupling and union shall be connected to 40 mm. G.I. light
quality waste pipe provided with suitable tee and plug for cleaning purposes.

6.0 TOILET REQUISITES :

6.1 MIRROR : The Mirror shall be of approved make glass iwth bevelled edges. The size
and shape of the mirror shall be as specified. It shall be mounted on an asbestos sheet
and shall be fixed in position by means of 4 C.P. brass screws and washers over rubber
washers and wooden plugs firmly embedded in the wall. C.P. brass clamps with C.P.
screws may be an alternative method for fixing.

6.2 GLASS SHELF : The shelf shall be of glass of approved quality with edges rounded off.
The size of the shelf shall be as specified. The shelf shall have C.P. brass guard rail
with rubber washers on position resting on grass plate and C.P. brass brackets which
shall be fixed with C.P.brass screws to wooden plugs firmly embedded in the wall.

6.3 TOWEL RAIL : The Towel Rail shall be of C.P. brass or Aluminium with two C.P. brass
or Aluminium brackets. The size of the rail shall be as specified. The bracket shall be
fixed by means of C.P. brass screws to wooden cleats firmly embedded in the wall.

6.4 TOILET PAPER HOLDER : The paper holder shall be wooden or of C.P. brass or
vitreous china as specified. The wooden paper holder shall be made of well seasoned
teakwood finished with beeswax. These shall be fixed in cleats embedded in the wall.

6.5 SHOWER ROSE : The shower rose shall be of C.P. brass swivelling type of approved
size, make and design. Where specified, the same shall be provided with a C.P. brass
shower arm with necessary C.P. brass wall flange and fitting.

6.6 WATER CONNECTORS : Water connection to flushing cistern, wash basins etc. shall
be by means of lead pipe or white polythene pipe connection pieces as specified with
C.P. brass connectors on either ends and stop cock. The size of the lead pipe or
polythene pipe connection and stop cock will depend upon the size of the water
connection and shall be as specified. The length of the connecting pieces shall be at
least 375 mm.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 117


7.0 CAST IRON SOIL, WASTE, VENT AND RAINWATER PIPES AND FITTINGS :

7.1 CAST IRON PIPE AND FITTINGS : Cast Iron Soil, Waste, Vent and Rainwater Pipes
and Fittings sphere specified shall conform to the latest Indian Standards specifications
for these pipes. The pipes shall have spigot and socket ends and shall be with or
without ears as directed.

70.2 WEIGHTS : The standard weights and thickness of pipes are given below and a
tolerance upto minus 5% may however be allowed against these standard these
standard weights :

Sand Cast Spun Iron Rainwater pipes

Nominal Minimum Nominal Minimum Nominal Minimum Nominal


Dia pipe Thickness wt. for Thick wt. for Thickness wt. for
2 M. long 2 M. long 1.8 long
pipe pipe pipe
exclusive exclusive
of ears of ears

mm. mm. kg. mm. kg. mm. kg.


--------------------------------------------------------------------------------------------------------------------------
50 5 12.65 3.5 9.2 3 7.5
75 5 18.37 3.5 13.8 3 11.0
100 5 24.15 4.0 21.0 3 14.0
150 5 35.66 5.0 38.50 4 26.0
--------------------------------------------------------------------------------------------------------------------------

7.2.1 These shall be free from cracks and other flaws. The interior of pipes and fittings shall
be clean and smooth. These pipes shall be coated internally and externally with suitable
coating materials having tar or other approved base, in accordance with relevant I.S.
specifications for these pipes.

7.2.2 The access door fittings shall be of proper design so as not to form any cavities in which
filth may accumulate. Doors shall be provided with 3 mm. rubber insertion packing and
when closed and bolted they shall be water tight and air tight.

7.3 FIXING : The pipes and fittings shall be fixed to walls at least 5 cm. clear of the finished
surface of wall by using proper holder-bat clamps. The pipes shall be fixed perfectly
vertical or in a line as directed. The spigot end shall about the shoulder of the socket
and leave no annular space in between. The pipes shall be strongly supported at the
foot by a bed of cement concrete 1:3:6, 150 mm. thick and rates quoted shall include for
provision of the same. All soil pipes shall be carried up above the roof and shall have a
suitable cowl. The bends in the bottom most soil or waste stack shall necessarily be of
long radius and preferably made of two 135 degree C.I. bends.

7.3.1 Connections between main pipe and the branch pipes shall be made by using proper
branches and bends invariably with access doors for cleaning.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 118


7.4 CEMENT MORTAR JOINTS : Where specified, the pipes jointed with cement mortar
joints shall be as under : Closely twisted spun yarn gasket of such diameter as required
to support to spigot of pipe at the proper grade and make truly concentric joints, and in
one piece of sufficient length to pass around the pipe and lap at the top, shall be
thoroughly saturated in cement paste. This gasket shall be laid in the socket for the
lower third of the circumference of the joint and covered with cement mortar 1:1. The
spigot of the pipe shall be thoroughly cleaned with a wet brush, inserted and carefully
driven home after which a small amount of mortar shall be inserted in the annular space
around the entire circumference of the pipe and solidly rammed into the joint with a
caulking too, the mortar previously placed being driven ahead of the gasket.

The remainder of the joint shall then be completely filled with cement mortar 1:1 and
bevelled off at an angle of 45 degrees with the outside pipe.

7.4.1 Where any water closet pan or earthenware pan connected to such pan is to be jointed
with C.I. soil pipe, the joint between the pan/trap and the socket of the C.I. pipe shall
always be of a flexible nature and such joint shall be made with a mixture of bitumen and
chopped asbestos fibre (not dust).

7.5 LEAD CAULKED JOINTS : Where the pipes are to be jointed with lead caulked joints,
the same shall be done as follows :

The annular space between the socket and spigot will be first well packed in with
spun yarn leaving 25 mm. from the lip of the socket for lead. The joint may be
leaded by using proper leading rings or if they are not available by wrapping a ring of
hemp rope covered with clay round the pipe at the end of the socket, leaving a hole
through which lead shall be poured in (for pipes with sockets facing upwards 12 mm.
high clay bund on the socket edge may be used).

7.6 The lead shall be rendered thoroughly fluid and each joint filled in one pouring. Before
caulking, the projecting lead shall be removed by flat chisels and then the joint caulked
round with proper caulking tools and a hammer of 1 to 1.5 kg. in weight in such a
manner as to make the joint quite sound. After being well set up the joint is to be left
flush, neat and even with the socket.

7.7 TESTING : All cast iron pipes and fittings including joints will be tested for gas tightness
by a smoke test and hydraulic performance by a water test left in working order after
completion.

7.7.1 Smoke test : Smoke shall be pumped into the drains at the lowest end from a smoke
machine which consists of a blow & burner. The materials usually burnt are greasy
cotton waste which from clear pungent smoke which is easily detectable by sight as well
as by smell if leaking at any point of the drain.

7.7.2 Water test : The water test may be applied before the appliance are connected & any
carried out in section so as to limit the static head to 4.5 mt.

7.7.3 The Contractor will have to rectify all defects traced in such tests at his own expense to
the satisfaction of the Architects .

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 119


7.8 PAINTING : All the exposed C.I. pipes & fittings shall be painted with two coats of oil
paint of approved quality, manufacture, colour and shade to match the surroundings.
The cost of such painting should be in the Contractors rates.

7.8.1 The surface of the pipes and fittings to be painted shall be cleaned thoroughly. Red
oxide or other approved primer shall be painted and allowed to dry. The finishing shall
be done by painting 2 or more coats with paint in approved colour and shade.

7.9 On no account shall lime mortar or lime concrete come in direct contract with C.I. pipes.

**********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 120


32.0 SOIL WASTE, RAIN WATER, AND VENT PIPES AND FITTINGS :

1.1 PIPES AND FITTINGS : Asbestos Cement Rainwater, Soil, Waste and Vent Pipes and
Fitting shall conform to the latest Indian Standard specifications for these types of pipes.
The pipes shall have spigot and socket ends. The access door fittings shall be of proper
design so as not to conform any cavity in which filth may insertion packing and when
closed and bolted they shall be water tight and air tight.

1.2 THICKNESS AND SIZES : The Standard thickness & sizes with permissible tolerance of
the dimension for pipe and fittings shall be as given below :
-----------------------------------------------------------------------------------------------------------------
Nominal dia of Thickness of Pipe Permissible variation Permissible
Pipe or Fitting or fitting in thickness variation in
External dia
mm. mm. mm. mm.
----------------------------------------------------------------------------------------------------------------
50 6.5 + or 1.0 + or 1.5
60 6.5 + or 1.0 + or 1.5
80 8.0 + or 1.0 + or 1.5
90 8.0 + or 1.0 + or 1.5
100 8.0 + or 1.0 + or 1.5
125 9.5 + or 1.5 + or 2.5
150 9.5 + or 1.5 + or 2.5
--------------------------------------------------------------------------------------------------------------------------

1.3 FIXING : The pipes and fittings shall be fixed to walls at least 5 cm. clear by using
proper holder bats clamps weighing 1 to 1.5 kgs. each. The spigot end shall abut the
shoulder of the socket and leave no annular space in between. All soil pipes shall be
carried up above the roof and shall have an A.C. Cowl. The bends in the bottom most
soil or waste stack shall necessarily be of C.I. long radius and preferably made of two
135 degree C.I. bends.

1.3.1 Connections between main pipe and the branch pipes shall be made by using proper
branches and bends invariably with access doors for cleaning.

1.4 JOINTING : A.C. pipes shall be jointed with cement Mortar joints 1:1 as described for
cast iron pipes.

1.5 TESTING : The joints of pipes shall be tested by smoke test and water test as described
for cast iron pipes.

1.6 PAINTING : A.C. pipes shall be painted to match the surroundings and rates quoted
shall include to cover the same.

**********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 121


33.0 PLUMBERS BRASS WORK AND WATER AND WASTE FITTINGS :

1.0 GENERAL : Generally, the whole of plumbers brass work or gunmetal fittings shall be of
heavy quality and approved manufacture and pattern. They shall in all respects comply
with the latest Indian Standards specifications. Brass castings for valves, unions,
thimbles, ferrules, taps, traps, waste etc. shall be in all respects sound and good, free
from laps blow holes and fittings, plugs burns stops or patches. The fittings shall be
fixed in the pipe line in a workmanlike manner. Care shall be taken to see that joints
between fittings and pipes are made leakproof. The fittings and joints shall be tested to
a pressure of 20 kg. per sq.cm. unless otherwise specified. The defective fittings and
the joints shall be repaired, redone or replaced. Brass work requiring connection to lead
pipes shall have tinned ends.

1.2 SCREW DOWN BIB AND STOP TAPS : These shall be of cast brass or bronze, of
Chromium plated finished and of size as specified and shall conform to I.S. 781.

1.2.1 Unless otherwise indicated, the minimum finished weights of bib taps and stop taps shall
be as given below :

-------------------------------------------------------------------------------------------------------
Size in Minimum finished weight in kg.
mm. Bib taps Stop taps
-------------------------------------------------------------------------------------------------------
15 0.40 0.40
20 0.75 0.75
25 1.25 1.30
32 -- 1.80
40 -- 2.25
50 -- 3.85
-------------------------------------------------------------------------------------------------------

1.2.2 Washers for cold water taps shall be of selected PVC, rubber asbestos composition or of
plastics as directed. Washers for hot water taps shall be of good quality fibre or rubber
asbestos composition as directed.

1.3 PILLAR TAPS : Pillar Taps shall be of cast brass of chromium plated finish and of the
size as indicated and shall conform to I.S. 1795. Washers shall be of materials as for
bib taps and stop taps.

1.3.1 Unless otherwise indicated the minimum finished weight of pillar taps shall be as given
below :

-------------------------------------------------------------------------------------------------------
Size in mm. Minimum finished weight in kg.
-------------------------------------------------------------------------------------------------------
15 0.60

20 1.00

25 1.50
-------------------------------------------------------------------------------------------------------

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 122


1.4 BALL VALVES : Ball valves shall be of high pressure type, made of (excluding the float
or ball) brass of size indicated and shall conform to IS : 1703. The float shall be of
copper sheet or polythene as indicated. Unless otherwise indicated, the minimum
finished weights of ball valves (exclusive of the float) and those of copper floats shall be
as below :
-------------------------------------------------------------------------------------------------------
Weight in kg.
Nominal size Ball valve Copper Dia. of float
in mm. exclusive of float float in mm.
-------------------------------------------------------------------------------------------------------
15 0.30 0.22 127
20 0.47 0.32 152
25 0.87 0.68 203
32 1.20 0.92 229
40 1.65 1.05 254
50 1.92 1.53 305
-------------------------------------------------------------------------------------------------------
1.4.1 The minimum thickness of the copper sheet used for making floats shall be 0.55 mm.

1.5 WASTE FITTINGS : Waste fittings shall be brass chromium plated conforming to I.S.
2963. Sink waste shall be of 40 mm. bore and wash basin waste shall be 32 mm. bore,
unless otherwise specified.

1.6 WASTE PLUG AND ACCESSORIES : Waste plug shall be of hard rubber or other
equally suitable material and shall conform to IS : 3311. The depth and thickness of the
plugs shall have a loose shackle. The shackle and other metal components shall be of
corrosion resistant material.

1.6.1 Plug chains shall be made of brass or bronze wire, of diameter not less than 1.80 mm.
with brazed oval links approximately 13 mm. in length.

1.6.2 Chain stays shall be of brass or bronze and shall be of bolt or screw type as indicated.

1.7 GATE VALVE : The valves used for cold water services shall be of gunmetal and
conform to Class-I type of IS : 778. For hot water installations Class-II valves shall be
used. The gate valves shall be of the full way opening type with a metallic hand wheel
fixed on the head of the spindle. The valves shall have screwed of flanged ends as
approved by the Architects .

1.8 GLOBE VALVE (SCREWED DOWN SHOP VALVES) : These shall be of gunmetal
Class I type for cold water services conforming to IS 778, unless otherwise specified.
The valves shall have screwed or flanged ends as directed. They shall be provided with
metallic band wheel fixed on the head of the spindle.

1.9 CHECK (NON-RETURN) VALVES : These shall be of gunmetal Class I type for cold
water services conforming to IS 778 unless otherwise specified. The valves shall have
screwed or flanged ends as directed. They shall be suitable for horizontal or vertical use
as directed.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 123


1.10 FOOT VALVES : Foot valves shall be of swing or lift type and provided with brass
strainer and conform to the requirements of IS 4038. The ends shall be screwed or
flanged as directed.

1.11 NAHANI TRAP : The traps shall be of PVC and self cleaning design. The traps shall be
of specified size and fitted with a hinged, PVC grating as specified, trap seal shall be
minimum 20 mm. depth.

1.11.1 The grating shall be fixed flush with the floor while the trap shall rest on a
1:6 cement mortar bed.

1.11.2 Where one pipe or single stack system of plumbing is employed it shall be essential to
provide deep seal cast iron floor traps of effective water seal 50 mm. complying with the
requirements of Indian Standard specifications.

**********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 124


34.0 WATER TANKS :

1.1 WATER TANKS :

The Over Head (O.H.) Water Tank with necessary compartments shall be constructed at
Terrace level as per Architectural and Structural design. The capacities of each O.H.
Tanks shall have necessary compartments for Domestic, Flushing and Reserve water
for Fire Fighting purpose.

The Under Ground (U.G.) Water Tank shall be constructed as per Architectural and
Structural drawing and the same shall be paid in Civil work. However, the necessary
inserts, pipes of appropriate dia. and positions are indicated in the drawings. In absence
of such details, the Contractors should prepare the Shop drawings and get approval for
the same from the Architects before commencement of the U.G. & O.H. Water Tanks.

1.2 PIPES INSERTS :

G.I. pipes inserts to be kept in position for outlets, washouts and inter connection of
tanks while cast RCC water tanks shall be of the specified size and diameter and shall
be threaded throughout its length. A 150 mm. x 150 mm. MS plate 6 mm. thick shall be
welded centrally onto the threaded body of pipe as directed. Rates quoted shall include
for the same.

**********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 125


35.0. DRAINAGE :

1.0 SALT GLAZED STONEWARE PIPE DRAINAGE :

1.1 PIPES : All pipes and fittings must be new perfectly sound, free from fire cracks and
imperfections of glazing, cylindrical and standard nominal diameter, length and depth of
socket. They shall be made of hard burnt stoneware of dark grey colour and thoroughly
salt glazed inside and outside. These pipes and fittings shall conform to grade A of the
relevant latest I.S. specifications for these pipes and fittings, unless otherwise specified.

1.2 EXCAVATION OF TRENCHES FOR SALT GLAZED STONEWARE PIPES :


Excavation of trenches and connected works such as road crossing, protection of
existing services lighting and watch etc. shall generally be carried out in accordance with
the procedure described earlier in respect of Cast iron pressure pipes and fittings.
Trenches for drainage work shall be carried out to the required levels. Use of sight rail
and boning rods shall be adopted during the whole process of excavation and laying of
pipes. Any excess excavation more than required shall be made and in 1:3:6 PCC at
Contractors cost.

1.3 CONCRETE SUPPORT OF PROTECTION : Where it is desired to support or surround


pipe sewers or drain, it shall be done in concrete 1:4:8 by adopting one of the following
methods as specified.

1.3.1 Bedding : Bedding shall be rectangular in section and shall extend laterally at least 15
cm. beyond on both sides of the projection of the barrel of the pipe. The thickness of the
concrete, below the barrel of the pipe shall be not less than 10 cm. for the pipes under
15 cm. in diameter and be not less than 15 cm. for pipes 15 cm. and over in diameter.
Where bedding is used alone, the concrete shall be brought up at least to the invert level
of the pipe to form a cradle and to the line contact between the pipes and the bed.

1.3.2 Haunching : Concrete haunching shall consist of a concrete bed as described for
bedding with the full width of the bed carried upto the level of the horizontal diameter of
the pipe and splays from this level carried up on both sides of the pipe from the full width
of the bed to meet the pipe barrel tangentially.

1.3.3 Surround or Encasing : The surround or encasing shall be similar to haunchings upto
the horizontal diameter of the pipe and the top portion over this shall be finished in a
semi-circular form to give a uniform encasing for the top half of the pipe. Encasement
may be provided when the maximum subsoil water-table level is likely to rise above the
top of barrel of where there is insufficient earth cover the top of the barrel.

1.4 LAYING OF PIPES : Pipes shall be carefully laid to the level and gradients shown on
the plans. The pipes between the man-holes shall be laid truly in straight line without
vertical or horizontal undulations. The pipes shall be laid with the socket leading uphill.
The body of the pipe shall for its entire length rest on an even bed of concrete and
places shall be excavated in the concrete to receive the socket of the pipe,

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 126


1.5 JOINTING : In each joint, tarred gaskin or spun yarn soaked in neat cement slurry shall
be passed round the joint and inserted in it by means of a caulking tool. More skeins of
yarn shall be added and well rammed home.

14.5.1 The object of the yarn is to centre the spigot of one pipe within the socket of the other
and to prevent the Cement mortar of the joint penetrating into the pipes.

1.5.2 Cement mortar 1:1 shall be slightly moistened and must on no account be soft or sloopy
and shall be carefully inserted by hand into the joint. The mortar shall then be punched
and caulked into the joint and more cement mortar added until the space the joint has
been filled completely with tightly caulked mortar. The joint shall then be finished off
neatly outside the socket at an angle of 45 degree.

1.5.3 Any surplus mortar projecting inside the joint shall be removed and to guard against any
such projections, sack or gunny bag shall be drawn past each after completion.

1.6 CURING : The cement mortar joints shall be cured at least for seven days before
testing.

1.7 QUANTITY OF CEMENT AND SPUN YARN : The approximate quantity of cement and
yarn required for each joint for certain common sizes of pipes are given below for
guidance :

Nominal dia. of pipe Cement Spun Yarn


mm. kg. kg.
100 1.0 0.25
150 1.5 0.35
200 2.0 0.70
250 2.5 0.80
300 3.25 1.10
350 4.5 1.25
400 5.5 1.50

1.8 TESTING : All joints shall be tested to a head of 60 cms. of water above the top of the
highest pipe between two man-holes.

1.8.1 The lowest end of the pipe shall be plugged water tight. Water shall then be filled in a
man hole at the upper end of the line. The depth of water in the man hole shall be 60
cms. plus the diameter of the pipe. The joints shall then be examined. Any joint found
leaking or Sweating shall be remade or embedded into 15 cm. layer of cement concrete
1:2:4 30 cms. in length and the section retested at the Contractors expense until
satisfactory results are obtained.

1.9 REFILLING : Refilling in trenches for pipes shall be commenced as soon as the joints
and concrete have been passed. The refilling on the top and around the drain shall be
done with great care and in a manner as will obtain the greatest amount of compactness
and solidity possible. For this purpose the earth shall be laid in regular layers of 15 cm.
watered and rammed at each layer. All surplus earth shall be disposed of a directed by
the Architects .

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 127


1.10 All chambers shall be constructed in bricks and the chamber size varies as per design.
The minimum chamber size should be 450 mm. wide and 300 mm. deep with 1:200 ratio
/ slope.

2.0 STORM WATER DRAINS :

2.1 STORM WATER DRAINS : When S.W. pipes are used for storm water drainage, no
concreting will be necessary. The cement mortar for jointing will be 1:3 or as specified.
To avoid clogging of drains, both ends shall be kept plugged until the construction of
manholes is completed in every respect. On completion care shall be taken that each
plug is removed and the face of the drain made smooth.

3.0 STONEWARE GULLY TRAPS :

3.1 GULLY TRAP :


This must be new perfectly sound free from fire cracks and other imperfections of
glazing of standard nominal diameter and other dimensions. It shall be made of hard
burnt stoneware of dark grey colour and thoroughly salt glazed inside and outside.

3.1.1 Each gully trap shall have one C.I. grating 15 x 15 cm. and one watertight C.I. cover with
frame 30 x 30 cm. (inside dimensions) with machined seating faces.

3.2 EXCAVATION :
The excavation for gully traps shall be done true to dimensions and levels as indicated
on plans or as directed by the Architects .

3.3 FIXING :
The gully trap shall be fixed on cement concrete foundation 70 cm. square and not less
than 10 cm. thick. The mix for the concrete will be 1:4:8 (1 cement : 4 sand : 8 stone
ballast 40 mm.). The jointing of gully outlet to the branch drain shall be done similar to
jointing of S.W.pipes.

3.4 MASONARY CHAMBER :


After fixing and testing the gully and branch drain, a brick masonary chamber 30 x 30
cm. (inside) in first class brick in cement mortar 1:4 shall be built with 11 cm. thick wall
round the gully trap from the top of the bed concrete upto ground level, the space
between the chamber walls and the trap being filled in with cement concrete of the
specifications of bed concrete. The chamber shall be plastered internally and externally
with cement mortar 1:3 (1 cement : 3 sand) finished with a floating coat of neat cement.
The corners and bottom of the chamber shall be rounded off so as to slope towards the
grating.

3.5 C.I. COVER :


C. I. cover with frame 30 x 30 cm. (inside) or as specified with machined seating face
shall then be fixed on the top of the brick masonary with cement concrete 1:2:4 and
rendered smooth. The finished top of cover shall be left 5 cm. above the adjoining
ground level so as to exclude the surface water from entering the gully trap.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 128


4.0 REINFORCED CEMENT CONCRETE PIPE DRAINAGE :

4.1 RCC PIPES : All pipes and fittings must be new and perfectly sound, free from cracks,
cylindrical straight and of standard nominal diameter and length. They shall be made of
reinforced cement concrete, manufactured be centrifugal or spun process and shall have
an even texture. Each pipe shall have one collar with it. The pipes shall conform to
latest Indian Standard Specifications and shall be of NP2 class unless otherwise
specified.

4.2 EXCAVATION OF TRENCHES : Excavation of trenches and connected works, such as


road crossings, protection of existing services, lighting and watch etc. shall generally be
carried out in accordance with procedure described earlier of cast iron Pressure pipes
and stoneware pipes.

4.3 CONCRETE SUPPORT : Chairs made of cement concrete shall be used unless
otherwise specified for supporting pipes. These shall be provided at suitable intervals
which shall not exceed the length of pipe. In cases where the soil is made up or is very
soft, other forms of concrete supports may be resorted to form the bed of the trench
below the pipe as directed by the Architects .

4.4 LAYING : The pipes shall be carefully laid to levels and gradients shown in the plans
and sections. Great care shall be taken to prevent sand etc. from entering the pipes.
The pipes between two manholes shall be laid truly in straight lines without vertical or
horizontal undulations.

4.4.1 The body of the pipe shall for its entire length rest on an even bed in the trench and
places shall be excavated to receive the collar for the purpose of jointing.

4.5 JOINTING : A few skeins of spun yarn soaked in neat cement wash shall be inserted in
the groove at the end of the pipe and the two adjoining pipes butted against each other.
The collar shall then be slipped over the joint, covering equally both the pipes. Spun
yarn soaked in neat cement wash shall be passed round the pipes and inserted in the
joint by means of caulking tools from both ends of the collar/more skeins of yarn shall be
added and well rammed home.

4.5.1 The object of the yarn is to centre the two ends of the pipes within the collar, and to
prevent the cement mortar of the joint penetrating into the pipes.

4.5.2 Cement mortar 1:1 (1 cement :1 sand) shall be slightly moistened and must on no
account be soft or sloppy and shall be carefully inserted by hand into the joint. The
mortar shall then be punched and caulked into the joint and more cement mortar added
until the space of the joint has been filled completely with tightly caulked mortar. The
joint shall be finished off neatly outside the collar on both sides at an angle 45 degrees.

4.5.3 Any surplus mortar projecting inside the joint is to be removed and to guard against any
such projections sack or gunny bag shall be drawn past each joint after completion.

4.6 CURING : The cement mortar joints shall be cured at least for ten days.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 129


4.7 TESTING AND REFILLING : This shall be the same as described for S.W. pipe drains
except that in the use of testing, the head of water for testing shall be 2 metres above
the top of the highest pipe between two manholes.

5.0 CEMENT CONCRETE STORM WATER DRAINS :

1.1 STORM WATER DRAINS : When concrete pipes are used for storm water drainage, the
cement mortar for the jointing shall be 1:3 (1 cement : 3 sand) or as specified. To avoid
clogging of drains both ends shall be kept plugged until the construction of manholes is
completed in every respect. On completion care shall be taken that each plug is
removed and the face of the drain made smooth.

6.0 BRICK MASONARY OPEN SURFACE DRAINS :

6.1 SURFACE DRAINS : The top of the drain shall always be kept 50 to 75 mm. above
adjoining ground level so as not to admit storm water from surrounding area into it. The
overall depths of the various sizes of drains shall be as follows :

Drain size Depth


-------------- ---------
10 cm. 15 cm.
15 cm. 23 cm.
23 cm. 30 cm.

6.1.1 The earth excavation shall be done true to level and lines. The drains shall be built in 1st
class brick in cement mortar 1:5 over a 10 cm. bed of cement concrete 1:2:4. The inside
bottom corners of the drain shall be rounded off by means of fine cement concrete 1:2 :4
inside of ten drain, top and sides of the brick work shall be plastered with 12 mm.
cement mortar 1:3 finished with a floating coat of neat cement. The drain may be given
as far as possible a uniform slope from the starting point to the discharging point.

6.2 BRICK MASONARY DRAINS WITH STONEWARE GLAZED CHANNELS : The work
shall be carried out as per specifications of open surface drains except that the cement
plaster of the inside of the drain shall be omitted and stoneware glazed channel of
proper shall be fixed in drain with cement mortar 1:1.

7.0 MAN HOLES AND INSPECTION CHAMBERS :

7.1 CHAMBERS : At every change of alignment, gradient or diameter of a drain there shall
be a manhole or inspection chamber. The maximum distance between manholes shall
not be exceed 30 metres.

7.2 SIZE : The size of the manhole or inspection Chamber specified shall be the internal
size of the manhole (between brick faces). The work shall be done strictly as per
drawings and specifications.

7.3 EXCAVATION : The manhole shall be excavated true to dimensions and levels shown
on the plan or as directed by the Architects .

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 130


7.4 BRICK WORK : The bricks shall be of first quality, best locally available and from
approved source. The brick work shall be laid in cement mortar 1 :3. The joints shall be
made thoroughly leakproof.

7.5 PLASTER : The walls shall be plastered both inside and outside with 20 mm. thick
cement plaster 1:3 where subsoil water condition exists, the outside surface of the walls
shall be plastered with the addition of approved waterproof compound.

7.6 FOUNDATION CONCRETE : The manhole/inspection chambers shall be built on a base


of cement concrete mix 1:4 :8 of thickness of at least 15 cms. for chambers upto 1 M.
depth at least 20 cms. for chamber from 1 M. to 1.5 M. depth and at least 30 cms. for
inspection chamber of greater depth.

7.7 POINTING : Pointing shall be done with cement mortar 1:2 wherever required.

7.8 CHANNELS AND BENCHING : The channels and benching shall be done in cement
concrete 1:2:4 and rendered smooth to the grade with cement mortar 1:2. The channel
shall be semi-circular in the bottom halt and of diameter equal to the sewer. Above the
horizontal diameter, the sides shall be extended vertically to the same level as the crown
of the outgoing pipe and the top edge shall be suitably rounded off.

7.9 FOOT RESTS : Foot rests shall be provided in all inspection chambers and manholes
over 0.8 M. in depth and shall be of C.I. square flats 25 mm. weighing at least 4.50 kg. or
as specified and shall be weighing with coal tar. These shall be embedded in masonary
in cement mortar at least 25 cm. while the brickwork is in progress. They shall be set
staggered into two vertical runs which may be 38 cms. apart horizontally and 30.5 cms.
apart vertically. The top foot rest shall be 45 cms. below the manhole cover and the
lowest not more than 30 cms. above the benching.

7.10 LEVELS AND INVERT : Sewers of unequal sectional area should not join with level
inverts in a manhole but the crown of the sewers shall be kept at the same level and
necessary slope given in the invert of the manhole chamber. The branch sewer should
deliver sewage in the manhole in the direction of main flow and the junction must be
made with care so that flow in the main is not impeded.

7.11 HOUSE CONNECTIONS : No drain from house fittings eg. gully trap or soil pipe etc. to
manhole shall exceed a length of 6 meters unless it is unavoidable.

7.12 MEASUREMENTS : The depth of the manhole shall be reckoned from the invert level
of the channel to the top of the C.I. cover. The depth shall be measured correct to
nearest cm.

7.13 MANHOLE UPTO 1 METRE DEPTH : This shall be of 0.80 M x 0.80 M. size unless
otherwise specified and is generally constructed within compounds for house drainage
only. The thickness of brick walls shall not be less than 23 cms.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 131


7.14 MANHOLES OF DEPTHS BETWEEN 1.00 M. AND 1.5 M. : This shall be of 1.2 M x 0.9
M. unless otherwise specified. The thickness of brick walls shall not be less than 23
cms.

7.15 MANHOLES OF DEPTHS MORE THAN 1.5 METRES : Circular chambers with a
minimum diameter of 1.4 metres or rectangular chambers with minimum internal
dimensions of 1.2 M. x 0.9 M. shall normally be provided unless otherwise specified.
The brick work for the portion exceeding 1.5 Metres and upto 2.20 metres shall normally
be of 34.5 cms. thickness, unless otherwise specified.

7.16 DROP MANHOLES : Where it is impractical to arrange the connections of the branch
pipe sewer within 60 cm. of the invert of the outgoing sewer in the manhole, a drop
connection shall be provided. If the difference in level between the incoming drain and
the sewer does not exceed 60 cms. the connecting pipe may be directly brought through
the chamber wall and the fall accommodated by constructing a ramp in the benching of
chamber.

7.16.1 The connection shall be made by constructing a vertical shaft outside the manhole
chamber as shown in drawings or directed by the Architects / BOI . The rates quoted
shall include for providing the requisite length of SW or RCC pipe embedded in the
masonary or PCC at the upper and lower ends of the drop arrangement, providing and
fixing SW or RCC right angled bend and double tee junction of the requisite size
including cutting ends if required and joining, providing 11 cm. thick brick masonary in
1:2 cement mortar or PCC encasement around including finishing with cement plaster
1:1:20 mm. thick and excavation and plugging the open mouths of the double tee
junctions and house connection pipes wherever directed.

8.0 C.I. MANHOLE COVERS :

8.1 COVERS : The C.I. Manholes covers and frame shall be clearly cast and shall be free
from six and sand holes, cold shuts and warping which are likely to impair utility of
castings. They shall be tough homogenous cast iron of heavy, medium or light duty type
as specified. The sizes specified are the clear internal dimensions. The minimum
weights of the various types of manhole covers with frames and their internal sizes will
be as given below :

Sr. Description Clear Minimum weight Min. weight Total


No. opening of cover of frame weight
mm. mm. kg. kg.
1. Heavy Duty
Circular 500 dia. 118 111 229
2. Medium Duty
Rectangular 455 x 610 80 64 114
3. Medium Duty
Circular 500 dia. 58 58 150
4. Light Duty
Rectangular
Double seal 455 x 610 29 23 52

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 132


8.2 Manhole covers with double seal shall be used near buildings and within compounds.
When the inspection chamber is built in domestic premises where they are not subjected
to wheeled traffic load light duty C.I. covers may be used. When it is built within the
metalled width of the road under heavy vehicular traffic, it shall be provided with heavy
duty C.I. cover. Medium duty covers shall be used light traffic conditions such as
internal approach roads and cycle tracks.

8.2.1 The covers used in manholes on sewer lines shall invariably bear the word SEWER on
the top, and those used for storm water drains shall bear the word S.W.D.. These
markings shall be done during casting of the covers.

8.2.2 The frame of manhole cover shall be embedded firmly in the RCC slab or plain concrete
as the case may be on the top of the masonary.

8.2.3 After the completion of the work manholes covers shall be sealed by means of thick
motor grease. All exposed surfaces of the frames and covers shall be painted with coal
tar. The cost of such work should be included in the Contractors rates.

**********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 133


36.0 EXTERNAL WATER SUPPLY SYSTEM :

1.1 SCOPE OF WORK :

Work under this section consists furnishing all materials, labour , equipment and
appliances necessary and required to completely install the water supply system as
required by the drawings, specified hereinafter and given in the Schedule of
Quantities.

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

(a) Water supply mains and sub-mains.


(b) Control valves and fire hydrants.
(c) Masonary chambers and other appurtenances.
(d) Excavation and refilling of pipe trenches.
(e) Concrete anchor blocks.
(f) Anything etc. connected with water supply system.

1.2 GENERAL REQUIREMENTS :

All pipes, fittings and appurtenances shall be laid at proper depths or to required
slopes in a neat workmanlike manner.

Both ends of the pipe lines shall be blocked with suitable timber or other type of plugs
at the end of each days work.

Pipe lines shall be kept clean throughout the progress of the work. Special care shall
be taken to avoid accumulation of debris, building materials and trench water and
mud from collecting within the pipelines. Choked pipe is to be replaced or rectified
and cleaning is to be done at Contractors own cost for all the above.

Pipe lines shall be kept free from all types of animals and care cases during laying.

Location of all appurtenances eg. sluice, scour and air valves and fire hydrants shall
be confirmed from the Engineer before execution at site.

Exact location and depth of all lines shall be as shown on the Drawings and directed
by the Engineer.

No pipe lines shall cross any drain any open drain between its high flood level and
bed level to avoid corrosion, contamination of water supply and blockage of drain.
Otherwise the cost of replacement/making good is to be borne by the Contractor.

1.3 ALIGNMENT AND GRADE :

The water lines shall be laid to alignment and gradient shown on the drawings but
subject to such modifications as shall be ordered by the Engineer from time to time to
meet the requirements of the work. No deviations form the lines, depths of cutting or
gradients as shown on the plans and sections shall be permitted except by the
express direction in writing of the BOI / Architects .

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 134


1.4 EXCAVATION :
The excavation for pipe lines shall be in all types of soils and under water, shall be in
open cutting, unless the permission of the Engineer for the ground to be tunneled is
obtained in writing. Where lines have to be laid along narrow passages, the
Engineer may order the excavation to be made partly in tunnel and in such cases the
excavated soil shall be brought back later on for refilling the trenches or tunnel.

1.5 OPENING OUT TRENCHES :

In excavating the trenches etc. the solid road metalling, pavement, curbing etc. and tur
is to be placed on one side and preserved for reinstatement when the trenches or
other excavation shall be filled up before any road metal is replaced. It shall be carefully
shifted. The surface of all trenches and holes shall be restored and maintained to the
satisfaction of the Engineer and of the Client of the roads or other property transversed
and the Contractor shall not cut out or break down any live fence or trees in the line of
the proposed works, but shall tunnel under them, unless the BOI / Architects
shall order to the contrary.

The Contractor shall grub up and clear the surface over the trenches and other
encumbrances affecting execution of the work and shall remove them from the site
to the approval of the Engineer.

1.6 OBSTRUCTION OF ROADS :

The Contractor shall not occupy or obstruct by his operation more than one half of the
width of any road or street and sufficient space shall then be left for public and private
transit. He shall remove the materials excavated and bring them back again when the
trench is required to be refilled. The Contractor shall obtain the consent of
the BOI / Architects in writing before closing any road to vehicular traffic
and foot walks must be clear at all times.

1.7 REMOVAL OF FILTH :

All night soil, filth or any other offensive matter immediately after it is taken out of any
trench, sewer or cesspool shall not be deposited on to the surface of any street or
where it is likely to be a nuisance or passed into any sewer or drain, it shall be
disposed of as directed by the BOI / Architects nothing extra will be
paid for any of the above to the Contractor.

1.8 EXCAVATION TO BE TAKEN TO PROPER DEPTHS :

The trenches shall be excavated to such a depth that the lines shall rest on approved
bedding so that the inverts may be at the levels desired. In bad grounds, the BOI /
Architects may order the Contractor to excavate to a greater depth than
that shown on the drawings and to fill the extra depth of excavation with concrete,
broken stone, gravel or other materials.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 135


For such extra excavation and concrete, broken stone, gravel or other materials, the
Contractor shall be paid extra at rates laid down for such works in the Bill of
Quantities. But if the Contractor should excavate the trench to a greater depth than
is required without a specific order of the Engineer, the extra depth shall have to be
filled up with concrete at the Contractors own costs to the requirements and
satisfaction of the BOI / Architects.

1.9 EXCAVATION UNDER WATER :

Excavation under water will be done by lowering the water table by constant pumping
from the trenches so that all the work to be done in the trench could be done in dry
condition. The cost of such dewatering are deemed to be included in rates quoted
for excavation, laying and testing.

1.10 REFILLING :

After the lines or other work has been laid and proved to be water tight, the trenches
or other excavations shall be refilled. Utmost care shall be taken in doing this, so
that no damage shall be caused to the sewer and other permanent work. The filling
in the hauches and upto 75 cms. above the crown of the lines shall consist of the
finest selected materials placed carefully in 15 cms. layers and flooded and
compacted. After this has been laid, the trench and other excavation shall be refilled
carefully in 15 cms. layers with materials taken from the excavation, each layer being
watered to assist in the compaction unless the BOI / Architects shall
otherwise direct.

1.11 CONTRACTOR TO RESTORE SETTLEMENT AND DAMAGES :

The Contractor shall at his own cost make good promptly during the whole period, the
works in hand, and during maintenance liability period. Thereafter any settlements that
may occur in the surfaces of the roads, beams, footpaths, gardens, open spaces etc
whether public or private caused by his trenches or by his other excavations, he shall be
liable for any accidents caused thereby. He shall also, at his own expense and charges,
repair and make good any damage done to buildings and other property. If in the
opinion of the Engineer he fails to make good such work with all practicable dispatch, the
BOI / Architects shall be at liberty to get the work done by other means and the
expenses thereof shall be paid by the Contractor or deducted from any money that may
be or become due to him or recovered from him in any other manner according to the
law of the laid.

1.12 SHORING OF PIPE TRENCHES :

The Contractor shall at all times support efficiently and effectively the sides of the
trenches and other excavations by suitable sheet piling, timbering, piling and sheeting.
Cost of such shoring is deemed to be included in the rates quoted for excavation
Contractor shall obtain approval of all shoring method proposed to be used.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 136


1.13 SHORING OF BUILDINGS :

The Contractor shall shore up all buildings, walls and other structures, the stability of
which are liable to be endangered by the execution of the work and shall be fully
responsible to bear the cost for all damages to persons or property resulting from any
accident.

1.14 REMOVAL OF WATER FROM TRENCHES :

The Contractor shall at all times during the progress of the work keep the trenches
and excavations free from water which shall be disposed of by him in a manner as

will neither cause injury to the public health nor to the public or private property nor to
the work completed or in progress not to the surface of any roads on streets, nor
cause any interference with the use of the same by the public. Cost of such removal
of water from trenches is deemed to be included in the rates quoted for excavation.

If any excavation is carried out at any point or points to a greater width then the
specified cross section of the lines with its envelope, the full width of the trench shall
be filled with concrete by the Contractor at his own expenses and charges to the
requirements of the BOI / Architects .

1.15 WIDTH OF TRENCH :

The Client / Architects shall have the power of giving an order in writing to the
Contractor to increase the maximum width in respect of which payment will be
allowed for excavation in trenches for various classes of lines, manholes, and other
works in certain lengths to be specifically laid down by him, where on account of bad
ground of other unusual conditions, he consider that such increased widths are
necessary in view of the site conditions.

1.16 RECOMMENDED WIDTH OF TRENCHES AT THE BOTTOM :

For all sizes of pipes upto an average depth of 120 cms. the width of trench shall be
equal to diameter of pipe plus 30 cms.

For all sizes of pipes, for depths above 120 cms. the width of trenches shall be equal
to dia of pipe plus 40 cms.

1.17 ANCHOR BLOCK :

Suitable anchor blocks shall be provided at all bends and tees to encounter the
excessive thrust developed due to water hammer as specified.

1.18 RUBBER JOINTS :

Joints between two pipes shall be made by pre-moulded rubber joints with suitable
tackles in a manner recommended and approved by the manufacturer. No joints
shall be covered until the lines are hydraulically tested.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 137


2.0 VALVES, WATER METERS :

2.1 SLUICE VALVES :

Sluice valves shall be socketed type or double flanged type conforming to IS : 780.
Joints for socketed valves shall be lead caulked joints as specified above.

Joints for double flanged sluice valves shall be made with suitable tall/socket pieces
on pipe line and flanged joints made with 3 mm. thick insertion rubber gasket with
appropriate number of bolts, nuts and washers.

2.2 SCOUR VALVES :

Scour valves shall be CI sluice valves as specified above. They shall be installed at
the lowest level or tail and of the line as shown on drawings and directed by
BOI / Architects .

2.3 AIR VALVES :

Air valves shall be single acting type air valves with cast iron body and bronze /
gunmetal internal parts and plastic float.

Each air valve shall be provided with a Gun metal isolating sluice valve of
specification given above. Air valves shall be welded in addition to the flange joints.

2.4 VALVE CHAMBERS :

Contractor shall provide suitable brick masonary chambers in cement mortar 1 : 5 (1


cements : 5 coarse sand) on cement concrete foundations 150 mm. thick 1:4:8 mix (
1 cement : 4 fine sand : 8 graded stone aggregate 40 mm. nominal size) 15 mm.
thick cement plaster inside and outside finished with a floating coat of near cement
inside with cast iron surface box approved by fire brigade including excavation,
backfilling complete.

Valve chambers shall be of following sizes.

For depths 90 cms. 60x60 cms. for depths upto 100 cms. beyond 120 x 120 cms.

2.5 WATER METER :

Water Meter shall be providing for each block/house/public building as specified in


the Bill of Quantities.

2.6 TESTING :

All pipes, fittings and valves shall be tested by hydrostatic pressure of 7 kg./sq.cm.

Pressure shall be maintained for a period of at least two hours without appreciable
drop in the pressure after fixing at site (+ 10%).

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 138


A test register shall be maintained and all entries shall be signed and dated by
Contractor(s) / Architects and shall be kept in BOI s office.

In addition to the sectional testing carried out during the construction, Contractors
shall test the entire installation after connections to the overhead tanks or pumping
system or mains. He shall rectify all leakages , and shall replace all defective
materials in the burst pipes or on failure of fittings to the building. Furniture and
fixtures shall be made good during the defects liability period without any extra cost.
Replacement, reconstruction, testing and repair of water tanks shall be borne by the
contractor without any extra cost.

After commissioning of the water supply system, Contractor shall test each valve by
closing and opening it a number of times to observe if it is working efficiently. Valves
which do not effectively operate shall be replaced by new ones at no extra cost and
the same shall be tested as above.

*********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 139


37.0 DISINFECTION :

After completion of the work, Contractor shall flush clean the entire system with the
citys filtered water after connection has been made.

After the first flushing, add commercial bleaching powder to achieve a dosage of 2 to
3 mg./litre of water in the system and flush. This operation should be performed
twice to ensure that the system is fully disinfected and usable. Nothing extra will be
paid for this it is deemed to be included in the Tender.

1.0 PRE-COMMISSIONING :

1.1 Ensure that all pipes are free from debris and obstructions.

1.2 Check all valves and fire hydrant for effective opening and closing action. Defects
should be rectified or valves replaced.

1.3 Ensure that all connections to branches have been made.

1.4 Ensure that mains have been connected to the respective pumps, underground and
overhead tanks.

1.5 Water supply should be available at main under-ground tank.

1.6 All main line valves should be closed.

2.0 COMMISSIONING :

2.1 Fill underground tank with water Add 1 kg. of fresh bleaching powder after making a
solution to be added near inlet.

2.2 Start water supply pump and allow water to fill main underground tank. Water will first fill
the fire tank and then overflow to the domestic tanks.

2.3 After filling overhead reservoir, drain the same to its one fourth capacity through tank
scour valve. (This is to ensure removal of all mud, debris etc. in the tank).

2.4 FILL OVERHEAD TANK TO FULL :

Release water in the main lines by opening valves in each circuit. Drain out water
in the system scour valves or fire hydrant in lower regions. Ensure clean water is
now coming out of the system.

Open valves for individual sectors observe for leakages or malfunctions. Check
pressure and flow at the end of line by opening hydrants etc. Remove and rectify
defects noticed.

Check all fire hydrants for proper operation by opening each valve and allowing
water to flow for a few minutes. Also check for effective closure of valve.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 140


The entire water supply system, should be dis-infected with bleaching powder and
system flush cleaned.

Send four samples of water drawn from four extreme locations for testing for
bacteriological test in sterilized bottles obtained from the concerned laboratory.
(Laboratory personal may collect the samples themselves).

2.5 RESPONSIBILITY :

Responsibility for various activities in pre-commissioning and commissioning


procedures will rest with the Contractor and the cost of which is deemed to be
included in the rates quoted.

*********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 141


38.0 EXTERNAL SEWERAGE SYSTEM :

1.1 SCOPE OF WORK

Work under this section shall consist of furnishing all materials, Labour equipments
and appliances necessary and required to completely install and sewerage system
as per the drawings and specified hereinafter or given in the schedule of quantities.
Without restricting to generally of the foregoing, the sewerage system shall include.
Sewer lines including excavations, pipelines, manholes, drop connections and
connections to the existing sewer, pumping station or outfall pumphouse.

1.2 GENERAL REQUIREMENTS :

Drainage lines shall be laid to the required gradients and profiles.

All drainage work shall be done in accordance with the local Municipal bye-laws as
and where applicable.

Contractor shall obtain necessary approval and permission for the sewerage
system from the Municipal or any other competent authority if so required.

Location of all manholes, etc. shall be confirmed by the BOI / Architects before the
actual execution of work at site.

All works shall be executed as directed by the BOI / Architects .

1.3 ALIGNMENT AND GRADE :

The sewer lines shall be laid to alignment and gradient shown on the drawings but
subject to such modifications as shall be ordered by the Engineer from time to time
to meet the requirements of the works. No deviations from the lines, depths of
cutting or gradients as shown on the plans and sections shall be permitted unless
otherwise directed by BOI / Architects in writing.

1.4 EXCAVATION :

The excavation for pipe lines shall be in all type of soil and under water. It shall be
in open cutting unless the permission of the BOI / Architects for the ground
to be tunnelled is obtained in writing where lines have to be laid along narrow
passages. The BOI / Architects may order the excavation to be made
partly in tunnel and in such case the excavated soil shall be brought back later on for
refilling the trenches or tunnel.

1.5 OPENING OUT TRENCHES :

In excavating the trenches etc. the road metalling, pavement, curbing etc. and turf
is to be placed on one side and preserved for reinstatement when the trenches or
other excavation shall be filled up. Before any road metal is replaced, it shall be
carefully shifted. The surface of all trenches and holes shall be restored and

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 142


maintained to the satisfaction of the BOI / Architects and of the Clients of
the roads or other property traversed and the Contractors shall not cut of or break
down any live fence or trees in the lines or the proposed works but shall tunnel under
them, unless the BOI / Architects shall order to the contrary.

If any excavation is carried out at any point or points to a greater width than the
specified cross section of the lines with its envelop, the full width of the trench shall
be filled with concrete by the Contractor at his own expenses to the requirements of
the BOI / Architects .

1.6 WIDTH OF TRENCH :

The Engineer shall have power of giving an order in writing to the Contractor to
increase the max. width of respect of which payment will be allowed for excavation
in trenches for various classes of lines, manholes and other works in certain lengths
to be specifically laid downs by him, where on account bad ground or other unusual
conditions, he considers that such increased widths are necessary in view of the
site conditions.

1.7 RECOMMENDED WIDTH OF TRENCHES AT THE BOTTOM :

A) For all size of pipes upto an average depth of 120 cms. the width of trench shall
be equal to diameter of pipe plus 30 cms.

B) For all sizes of pipes, for depths above 120 cms. the width of trench shall be
equal to dia. of pipe plus 40 cms.

C) Not withstanding (A) and (B) the total width of trench shall not be less than 75
cms. for depths exceeding 90 cms. Salt Glazed Stoneware Pipes (Pipes from
House Manholes to Lateral Mains).

Stoneware pipes shall be first class quality salt glazed and free from rough
from rough texture inside and outside straight. All pipes shall have the
manufacturers name marked on it and shall comply to IS 651 1971
approved makes. They shall be B.M.C. approved.

2.0 LAYING OF STONEWARES :

2.1 LAYING AND JOINTING OF STONEWARE SALT GLAZED PIPES :

A) Pipes are liable to be damaged in transit and notwithstanding tests that may have been
made before dispatch each pipe shall be examined carefully on arrival at site. Each pipe
shall be hung with a wooden hammer or mallet and those that do not ring true and clear
shall be rejected. Sound pipes shall be carefully stacked to prevent damage. All
defective pipes should be segregated marked in a conspicuous manner and their use in
the works prevented.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 143


B) The pipes shall be laid with sockets leading uphill and should rest on solid and even
foundations for the full length of the barrel. Socketholes shall be formed in the
foundations sufficiently deep to allow the pipe jointer room to work right round the pipe
and as short as practicable to admit the socket and allow the joint to be made.

C) Where Pipes are not bedded on concrete the trench bottom shall be left slightly high and
carefully bottomed up as pipe laying proceeds so that the pipe barrels rest on firm
ground. If excavation has been carried too low it shall be made up with cement concrete
at the Contractors expenses and charges.

D) If the bottom of the trench consists of rock or very hard ground that cannot be easily
excavated to a smooth surface the pipes shall be laid on cement concrete bed to ensure
even bearing.

2.2 JOINTING OF PIPES :

A) Tarred gaskin shall first be wrapped round the spigot of each pipe and the spigot shall
then be placed into the socket of the pipe previously laid. The pipe shall then be
adjusted and fixed in its correct position and the gaskin caulked tightly home so as to fill
not more than one quarter of the total length of the socket.

B) The remainder of the socket shall be filled with stiff cement mortar ( 1 cement : 1 clear
sharp washed sand) when the socket is filled, a fillet should be formed round the joint
with trowel forming an angle of 45 degrees with the barrel of the pipe. The mortar shall
be mixed as needed for immediate use and no mortar shall be beaten up and used after
it has begun to set.

C) After the joints has been made, any extraneous materials shall be removed from inside
of the joint with a suitable scrapper of Badgar. The newly made joints shall be protected
until set from the sum, drying winds, rain or dust. Sacking or other materials which can
be kept damp shall be used. The joints shall be exposed and space left all round BOI /
Architects the pipes for inspection by the BOI / Architects . The inside of the sewer
must be kept absolutely clear in bore and free from cement mortar or other obstructions
throughout its entire length and shall efficiently drain and discharge.

2.3 REINFORCED CEMENT CONCRETE PIPES :

All lateral and main sewer lines shall be centrifugally spun RCC pipes of specified
class. Pipes shall be true and straight with uniform bore throughout. Cracked,
warfed pipes shall not be used in the work. All pipes shall be tested by the
manufacturer and the Contractor shall produce, when directed a certificate to that
effect from the manufacturer. Pipes shall be plain or socketed as specified in the Bill
of Quantities.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 144


LAYING :

A) Cement Joints :

After setting out the pipes the collar shall be centered over the joint and filled in with
tarred gaskin, so that sufficient space is left on either side of the collar to receive the
mortar. The space shall then be filled with cement mortar 1:2 (1 cement : 2 fine
sand) and caulked by means of proper tools. All joints shall be finished at an angle
of 45 degrees to the longitudinal axis of the pipe on both sides of the collars neatly.

B) Rubber Ring Joints :

Where specified jointing between pipes shall be done by approval type of rubber ring
joints quality of rubber rings and method of fixing shall be as recommended by
manufacturer of pipes.

*********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 145


39.0 TESTING OF MATERIALS:

A) All lengths of the sewer (RCC & SWP) shall be fully tested for water tightness by means
of water pressure maintained for not less than 30 minutes. Testing shall be carried out
from manhole to manhole. All pipes shall be subject to a test pressure of at least 1.5
metre head of water. The test pressure shall however, not exceed 6 metre head at any
point. The pipes shall be plugged preferably with standard design rubber plugs on both
ends. The upper end shall however, be connected to a pipe for filling with water and
getting the required head.

B) Sewer lines shall be tested for a straightness (I) by inserting a smooth ball 12 mm. less
than the diameter of the pipe. In the absence of obstruction such as yarn or mortar
projecting at the joints, the ball should roll down the invert of the pipe and emerge by at
the other end. If the pipe line is straight the full circle of light will be seen otherwise
obstruction of deviation will be apparent.

C) A test register shall be maintained which shall record all testing, operations conducted
dates results and remarks and shall be signed and dated by BOI / Architects and
Contractors.

Cement Concrete and Masonary works ( Manholes and chambers etc.) Materials :

a. Water :

Water used for all the constructional purposes shall be clear and free from oil
acid, alkali organic and other harmful matters, which shall deteriorate the
strength and/or durability of the structure. In general the water suitable for
drinking purposes shall be considered good enough for constructional purpose.

b. Aggregate for Concrete :

The aggregate for concrete shall be in accordance with IS 383 and IS 515. In
general, these shall be free from all impurities shall may cause corrosion of the
reinforcement. Before actual use these shall be washed with water if required,
as per the direction of BOI / Architects . The size of the coarse aggregate shall
be as per IS 383.

c. Sand :

Sand for various constructional purposes shall comply in all respects with IS 650
and IS 2116. It shall be clean, coarse hard and strong, sharp, durable, uncoated,
free from any mixture of clay, dust, vegetable matters, mica, iron impurities soft
or flaky and elongated particles, alkali organic matters, salt, loam and other
impurities which may be considered by the BOI / Architects harmful for the
construction.

d. Cement :

The cement used for all the constructional purposes shall be ordinary portland
cement or rapid hardening portland cement conforming to IS 269.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 146


e) Mild Steel Reinforcement :

The mild steel for the reinforcement bars shall be in the form of round bars
conforming to all requirements of IS 432 grade I or TOR steel as per IS 1786.

f) Bricks :

Brick shall have uniform colour, thoroughly burnt but not over burnt, shall have
plain rectangular faces with parallel sides and sharp right angled edges. They
should give ringing sound when struck. Brick shall not absorb more than 20% to
22% of water, when immersed in water for 24 hours. Bricks to be used shall be
approved by the BOI / Architects .

g) Other Materials :

Other Materials not fully specified in these specifications and which may be
required in the work shall conform to the latest IS. All such materials shall be
approved by the BOI / Architects before use.

1.0 CEMENT CONCRETE (PLAIN REINFORCED) :

A) Cement concrete pipes bedding, cradles, foundations and RCC slabs for all works shall
be mixed by a mechanical mixer. Where quantities of the concrete poured at one time
permit hand mixing on properly constructed platforms may be allowed for small
quantities by the BOI / Architects . Rate for cement concrete shall be inclusive of
shuttering and centering at all depth and heights.

B) Concrete work shall be of such thickness and mix as given in the Schedule of Quantities.

C) All concrete work shall be cured for a period of at least 7 days. Such work shall be kept
moist by means of gunney bags at all times. All pipes trenches and foundations shall be
kept dry during the curing period.

1.2 MASONARY WORK :

Masonary work for manholes and such other works as required shall be constructed
from best available bricks in cement mortar 1:5 mix ( 1 cement : 5 coarse sand). All
joints shall be properly raked to receive plaster.

1.3 CEMENT CONCRETE FOR PIPE SUPPORT :

A) Wherever specified or shown on the drawings, all pipes shall be supported in bed and
encased all round with cement concrete. The thickness and mix of the concrete shall be
given in the schedule of quantities. Width of the bedding shall be as per paras 3.2.17.

B) Unless otherwise directed by the Engineer concrete for bed, all round or in haunches
shall be laid as follows :

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 147


S.W./RCC pipes For all depth
No Sub-soil water All round
(1:4:8)

S.W./RCC pipes All round


Below sub-soil water (1:3:6)

C) Pipes in loose soil or above ground shall be supported on brick or stone masonary
pillars.

1.4 MANHOLES AND CHAMBER :

Rectangular manholes, inspection chambers, and other such work as specified shall
be constructed in brick masonary in cement mortar 1:5 ( 1 cement : 5 coarse sand) or
as specified in the schedule of quantities.

Circular manholes shall be in brick masonary of thickness as specified in the item


description. The top portion shall be conical in section. The final grade shall be
achieved by providing brick masonary for manhole covers as per drawing.
Manholes, chambers etc. shall be supported on base of cement concrete of such
thickness and mix as given in the Schedule of Quantities or shown on the drawings.

Where not specified, manholes shall be constructed as follows (all dimensions


internal clear in mm.)

Manholes shall be provided with cement concrete benching 1:2:4 mix (1 cement :2
coarse sand : 4 stone aggregate 20 mm. nom. size ). The benching shall have a slope
of 10 cms. towards the channel. The depth of the channel shall be full diameter of the
pipe. Benching shall be finished with a floating coat of neat cement.

Rectangular manholes shall be plastered with 12/15 mm. thick cement mortar 1:3 (1
cement : 3 coarse sand) and finished with a floating coat of neat cement (inside
manhole shall be plastered outside as above but with rough plaster having water
proof compound as per manufacturers specification.

Rectangular manholes with depths greater than 1 M. shall be provided with 20 mm. or
25 mm. round rods catch rings set in cement concrete blocks 25 x 10 x 10 cms. in 1:2:4
mix 30 cms. vertically and staggered. Foot rests shall be coated with coal tar before
embedding.

Manholes shall be provided with RCC frame & cover 4 thick and embedded in
reinforced cement concrete slab. Weight of cover, frame and thickness of slab shall
be as specified in the Schedule of Quantities or given above.

1.5 MAKING CONNECTIONS :

Contractor shall connect the new sewer line to the existing manhole by cutting the
walls, benching and restoring them to the original condition. A new channel shall be
cut in the benching of the existing manhole for the new connection. Contractor shall
remove all sewage and water if encountered in making the connection with additional
cost.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 148


1.6 VENT SHAFTS :

No vent shafts shall be provided to the starting chambers of building and sewer traps
of the individual building chamber.

1.7 DROP CONNECTIONS :

Drop connections shall be provided between a branch line and main if the difference
in invert levels exceeds 600 mm. It shall be of external type.

Drop connections shall be made by providing stoneware pipe to cement tee, bend,
lead caulked, joints plugs as per standard drawing.

Drop connections shall be encased in cement concrete 1:3 :6 mix with a surface box
at the top for inspection and cleaning.

*********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 149


BANK OF INDIA (BOI),

LIST OF APPROVED MAKE OF MATERIALS


PLUMBING & SANITARY WORKS

C.M. BELEKAR, ARCHITECTS

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 150


LIST OF MATERIALS OF APPROVED BRAND AND THEIR MANUFACTURERS
FOR SANITARY AND PLUMBING WORK

1. Cast Iron Pipes and : NECO with ISI mark for


Fittings soil and Waste Water pipes

2. G. l. pipes : JINDAL, Zenith, TATA

3. G. I. fittings : Leader, Unik, ISI mark or approved make

3.1 C-PVC Pipe : Supreme, Finolex, Ashirwad, Prince, Viega

4. Gun Metal valve : Leader / Sant, NEW, Zoloto, C&R


Butterfly valve / Pressure
Reducing valve

5. Brass C. P. concealed : Jagqar, Parryware, Mark, Hindware


fittings

6. W. C. pans wash basins : Hindware/ Parryware/ Jaquar / Cera

7. Flushing Cistern : Commander, Hindware, Parryware / Jaquar

8. Water Meter : Capston, Krati, Anand or approved by MCGM

9. Hot & Cold water mixer : Jaguar, Hindware , Mark, Parryware

10. Mirror : Tata float, Triveni, Modi Glass, Saint Gobin

11. Plastic seat for : Commander, Parryware, Hindware, Aquar


European W.C.

12. PVC Pipe : Finolex, Supreme, Prince, Ashirwad, Astral

13. Pumps & Motors : Kirloskar, Crompton, Bharat Bijlee, Grund Foss/
Siemens

14. Water Heater : Racold, Spherehot, Phillips, Jaquar

15. C.I. covers (for Manholes : NECO , Supreme, Thermodrain/ or equivalent IS


& Inspection Chambers) mark

16. S.S. Sink : Nirali, Kanchan, Jyana

Note : 1. Materials listed out as stated above will be selected jointly by the BOI / Architects
prior to placing order for the material by contractor.

2. Material which is not listed hereinabove / BOQ shall be of IS mark / IS embossed


and the same should be prior approved to the satisfaction of the BOI /
Architects before procurement.
*******

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 151


Bank of India

TECHNICAL SPECIFICATIONS

FOR

SOIL INVESTIGATION

C.M. BELEKAR, Architects

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 152


GENERAL SPECIFICATIONS

1. LOCATION OF WORK :

The works covered by these specifications are to be carried out at the site of Proposed
reconstruction of Corporate Training Centre (CTC) at New India Staff Quarters, 34, C.D.
Burfiwala Marg, Juhu Lane, Andheri (West), Mumbai 400 058 for New India Assurance
Co. Ltd.

2. SCOPE OF WORK :

The work comprises essentially of Site Investigations in the nature of borings, recovery,
testing of soil and collecting water samples and more particularly.

a) Boring at 10 locations. Depth of such boring to be minimum 2 M. into rock.

b) Taking disturbed & undisturbed samples from trial pits.

c) Conducting standard Penetration Tests at 2 M. intervals.

d) Making fields analysis of samples.

e) Preparing boring charts.

f) Determining existing water tables and taking ground water samples.

g) Conducting various laboratory tests.

3. BORINGS :

These shall be carried out by shell and auger in soils (except rock) of diameter 150 mm.
and collecting core samples recovered, stacking them properly.

4. Borings in rock shall be by core drilling. Cores of rock bored through shall be obtained
and the boring shall be continued upto a minimum depth of 2 M. in the rock strata. Rock
is deemed to be met when core recovery is > or = 75 %

5. STANDARD PENETRATION TESTS :

Standard Penetration Tests shall be conducted at intervals not more than 2 meters
depth as per IS Code of Practice (IS 2131-1963 amendment 1).

6. GROUND WATER OBSERVATIONS :

Any and all unusual water conditions and gain or loss of water in boring operations shall
be recorded completely in boring logs. Observations of ground water levels shall be
made and recorded as under :

i) After each test boring is completed, the hole shall be dewatered, casing pulled up
by 0.3 M. and the water recover in the pipe is to be recorded every 2 hours until
steady state is established.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 153


ii) Ground water samples shall be collected as directed in 5 litre cans and furnished
to the Employer for further analysis by him in addition to the testing done by the
Contractor as per clause 8 of Technical Specifications.

7. LABORATORY TESTS :

Undisturbed samples from trial pits shall be tested in the laboratory for the tests
mentioned in items of Schedule of Tests.

8. REPORT :

A detailed report shall follow field and laboratory work. It shall include working
procedures, field and laboratory test results and recommendations for foundation type,
the bearing capacity and estimated settlement for open type foundations for raft or
isolated footings.

***********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 154


TECHNICAL SPECIFICATIONS

FOR

GEOTECHNICAL INVESTIGATION

1.0 Mobilisation :

1.1 The scope of this item includes mobilisation of all equipment instruments and personnel
(skilled & unskilled) required to carry out the work in accordance with following
specifications.

1.2 The scope also includes demolisation of all equipment/instrument/personnel in orderly


manner so as to keep site clean for any further work by Owner. This should be to the
satisfaction of Owner or Consultants representative.

1.3 Charges of this item of work are paid as lumpsum and no extra payment will be made for
subsequent mobilisation and demobilisation of any accessories and equipment unless
specifically agreed by the Owner.

1.4 Payment : Payment of the bore holes shall be per meter basis and other items per
number basis as indicated in the Bill of Quantities. Variation of 25 % is possible over
total cost of investigation.

Variation in individual quantities is however, possible to any extent and no extra payment
on this account would be admissible.

2.0 Drilling exploratory holes in soil :

2.1 Setting up and shifting of boring/drilling rigs prior to start of boring and subsequent to
completion of boring is included in the scope of this item.

2.2 The work of drilling in soils shall be carried out in such a manner that penetration tests
can be carried out as required and collection of undisturbed samples of 100 mm. dia.
would be possible. The choice of method of drilling if left to the Contractors, but
preference shall be given to a method which permits continuous SPT of the soil layers.
The size of bore holes shall not be greater than 150 mm. diameter. The bore holes shall
be thoroughly cleaned by the Contractors as and when required. For removing particles
larger than silt size, the Contractors may have to use drilling mud of the required
consistency and flush the hole with mud at the requisite pressure.

2.3 The clearance between the split spoon sampling tube (SPT) and the bore holes shall be
as directed by the Consultant. Usually holes of very large size would not be preferred.

2.4 The drilling operations may be interrupted for collecting UDS or for conducting
penetration tests etc. The rate for the drilling work is inclusive of all such interruptions
and delays. The casing pipes where used shall not be removed unless directed by the
Consultant. Even after removal of the casing, a piece of pipe should be left in the bore
hole to identify the location.

2.5 The Contractor shall ensure that sand-blow conditions do not develop while
boring/drilling. Sufficient surcharge of water or drilling mud should be maintained all
through the operation.

2.6 The boring and/or drilling for a complete bore hole upto its required depth shall be paid
for only once on a running meter basis. No additional payment will be given if the same

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 155


rig or a different type of rig is brought to the location of the hole for completing either bed
rock drilling or any other balance activity stipulated in that bore hole.

3.0 Conducting Standard Penetration Tests (SPT) :

3.1 For details of sampling tube (spoon), equipment and procedure for conducting a
penetration test, the IS code, IS 2131 shall apply. The driving monkey should be
provided with suitable arrangement for controlling the height of fall. It should be ensured
that Sand-blow in of fine sands is avoided while conducting penetration tests. For this
purpose it may be necessary to use mud (Bentonite) circulation or create surcharge
pressure.

3.2 For Standard Penetration Test, the blow count shall be recorded at intervals of 15 cms.
for a total penetration of 60 cms. The SPT blow count shall be reckoned as the total
number of blows for the second and third penetration increments of 15 cms. In
exceptional cases penetration upto 90 cms. may be required. No separate payment
would be made for this.

3.3 All attempts shall be made to recover the full sample of the standard split spoon
sampler. The sampler must have a ball valve at the top of the sampler for minimising
loss of sample. Where sample recovery is poor or nil, a representative sample obtained
from the sludge pump/bailer shall be preserved.

3.4 Wherever a sample is recovered, the following details shall be noted alongwith usual
record of blow counts, this must be recorded for very stiff clays.

a) Penetration (meters) and blow counts.

b) Recovery (meters)

c) Logging of silt / fine sand seam if any.

d) Visual classification of soil sample.

The above information shall be recorded for each hole, in the specified format given by
the Consultant.

3.5 In the case of stiff to medium clay where a sample is recovered in the form of `cake a
suitable length of cake shall be wrapped with polythene and further by a layer of
bandage cloth.

4.0 Collection of disturbed soil samples in tubes (TDS)/Plastic Jars :

4.1 Disturbed samples are required to be collected from holes. Depending on the type of
soil, the method of collection of disturbed samples would differ.

4.2 The samples shall be collected in non-returnable 50 mm. diameter `C class M.S. pipe of
suitable length not exceeding 150 cms./ where soil type ranges between plastic silt to
clay. The sample tube should have a level edge at the bottom and holes on top for
draining trapped water. The sample should be scaled at both ends of the pipe by a
double layer of cotton waste and wax. Every care shall be taken to preserve the natural
moisture content. If required, continuous sampling should be carried out to identify the
presence of lenses and seams of fine sand.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 156


4.3 While conducting sampling, operations in sand or silty sand, the sample is likely to slip
out during extraction of a sample from the bore hole or trial pit. A flap valve boiler or
auger may be used and representative samples shall be collected without appreciable
loss of fines and preserved in screw top plastic jars (4 dia. x 6 ht.). The Contractor shall
include in his rate the cost of providing disturbed samples in screw top plastic jars and
containers. 20 kg. samples shall be collected in bags wherever instructed.

4.4 If the Contractor is instructed to use a suitable type of piston sampler for conducting
sampling in non-cohensive soil, such sampling would be paid at the rate of undisturbed
sampling in soil. The Contractor shall include the cost of providing such tubed in his unit
rate.

4.5 Wherever the sample is collected in a tube, the tube shall have a proper identification
mark (bore hole nos., depth, location, arrow mark indicating bottom end of the sample
tube etc.)

5.0 Collection of Undisturbed sample (UDS) :

5.1 Undisturbed samples shall be collected in returnable tubes of 100 mm. diameter (internal
diameter of the sample tube) and not more than 50 cms. long. Samples of small size
shall not be collected unless specifically approved by the Consultant. In hard clay, soil
and weathered rock suitable techniques and a proper sampler shall be used for
obtaining undisturbed samples. The area of cross section of the wall of a sample tube
shall not exceed ten percent of the cross section area of the sample. The details and
design of the sampler should be approved by the Consultant prior to start of the work
manual methods shall be adopted for the collection of undisturbed block or cylindrical
samples as per United States Bureau of Reclamation Earth Manual. (Designation E-2 or
Undisturbed sampling in trial pits).

5.2 The moisture in undisturbed samples shall be carefully preserved by sealing both ends
of the sample tube by applying a double cast of cotton waste and paraffin wax.

5.3 If the sample slips out due to the natural conditions of soil, the Contractor shall collect
representative sample by using a flap valve bailer or auger without appreciable loss of
fines. The representative sample shall be preserved in a screwed top plastic jar (4 dia. x
6 height). In such event the Contractor shall be paid at 50 % of the unit rate quoted for
collecting undisturbed sample.

5.4 The sample tube shall have a proper identification mark painted on it (eg. bore hole no.,
depth, location arrow mark indicating bottom end of the sample tube etc.).

5.5 The undisturbed sampling tube and method of undisturbed sampling shall conform to IS
code 2132 (1972). Provision shall be made to prevent the sample from slipping. This
provision shall be subject to scrutiny and approval by the Consultants.

5.6 Undisturbed block samples in trial pit shall be collected by hand out method. The sample
thus collected shall be properly protected and sealed for preserving the natural moisture
content as mentioned in Earth Manual vide designation E-2, page 346 to 349.

6.0 Conducting field vane shear test in cohesive soil free of sand :

6.1 The Contractor shall use a field vane shear test equipment conforming to I.S. 4434. The
set up and arrangement for conducting continuous field vane shear test without
collection of samples should be such as to permit flushing for the hole and pushing the
outer casing to desired depth simultaneously, elsewhere vane shear tests and the
pushing of the casing will proceed intermittently with collection of samples as specified.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 157


6.2 The Contractor shall calibrate the equipment afresh before use in the presence of the
Engineer. If the duration of field work and testing exceeds 3 months, the Contractor shall
recalibrate the equipment or demand by the Engineer. The calibration of the equipment
and instruments used for field tests and observations shall be repeated in the presence
of the Consultant at any intermediate stage of the work if so desired by the Consultant.

6.3 the field vane shear testing equipment shall have a gear assembly of high ration say
120:1 or more to permit application of a uniform rate of strain when the handle is rotated
at two revolutions per minute.

6.4 The procedure for vane shear tests in the undisturbed strata should conform to IS 4434.

6.5 For conducting the vane shear tests in remoulded strata, the vane shear blade shall be
rotated twice in the test location and sufficient time allowed thereafter (about 15 to 30
minutes) for thixotropic gain. The test will then be conducted to conform to IS 4434.
These tests shall be conducted at 30 % of the location specified for undisturbed strata
tests which shall be completed first.

6.6 The Contractor shall determine the sensitivity of the strata in 30 % of the locations where
vane shear tests on undisturbed strata have been carried out.

6.7 No additional payment will be made for vane shear tests in remoulded strata. This
should be included in the rate quoted for vane shear tests in undisturbed strata.

7.0 Conducting Field Permeability Tests in Bore Holes :

7.1 The Procedure for conducting field permeability tests in over burden will be according to
IS 5529 Part-I, subject to the following modifications :

i) The length of the test pocket and its diameter shall be as directed by the
Consultant. The duration of the test and frequency of observation of levels and
flow shall be as directed. Rising, falling or constant head test shall be performed
as directed.

ii) The test pockets shall be formed by driving a test tip below the bottom edge of
the casing to a stipulated depth. The diameter of the testing tip will be 50 to 75
mm. and will consist of a hard conical tip with a slotted steel pipe alongwith the
blank section. The total length of the assembly comprising the pipe and the tip
shall be two meters or shorter where directed by the Consultant. The testing tip
shall be two meters or shorter where directed by the Consultant. The testing tip
shall be attached to the lower end of the drill string by suitable threaded coupling.
Details such as the number and spacing of slots, length of the blank section etc.
shall be as directed by the Consultant. The slotted pipe shall house a perforated
pipe wrapped in a strainer fabric to prevent clogging and washed at the end of
the each testing operation. The precise details of the test tip shall be decided
after initial trials and minor modifications to achieve satisfactory results.

7.2 If a field permeability test is to be carried out in rock immediately after completing boring
in over burden a suitable size of ordinary M.S. pipe shall be socketed atleast 50 to 100
cm. into the rock to obtain a proper seal. The space between this pipe and the wall of the
borehole (or casing if one has been used) is grouted. As the grout fills, the annular
space rises up and spills out of the boreholes., the casing pipe (if one has been used) to
be gradually extracted. The grout should be either of neat cement or clay (Bentonite)
cement. The grouting should be carried out so as to obtain a water tight joint at the

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 158


socketing of the MS pipe in the bed rock capable of sustaining the pressure specified in
the IS 5529 Part II for the constant head permeability test in bed rock. Further procedure
of conducting field permeability test in underlying bed rock should conform to 7.3.

7.3 The procedure for conducting field permeability test in rock shall follow IS 5529 (Part II),
but the length (zone) of tests, test pressure, sequence of application of pressure,
positioning of packers etc. shall be as directed by the Consultant. Cyclic packer
permeability tests shall be conducted in rock.

7.4 The following precautions are necessary when carrying out lugeon permeability test :

1. Packers are to be carefully set to prevent leakage of water. When the amount of
injection water is considered excessive, the cause is likely to be :

a) A defective packer which must be changed or reset, or

b) A badly located packer, which must then be adjusted upwards or


downwards.

2. When the amount of injected water exceeds the capacity of the pump and the
injection pressure does not rise to 10 kg./sq.cm., either the pump must be
exchanged for one with larger capacity, or the length of the test section must be
shortened.

3. Each test is to continue until the rate of injection or water becomes steady.

4. The conditions under which testing was carried out are to be clearly recorded.
These include the level of the waterable, the quantity and pressure of artesian
water, bore hole diameter and the location of the pressure guage etc.

5. Since an accurate lugeon value cannot be obtained for those parts of the strata
which have been grouted and at fault zones where packer setting is difficult, both
these conditions are to be clearly recorded.

6. When large amounts of water are used the friction loss within the injection
equipment must be taken into account.

8.0 Collection of Soil and water samples for chemical analysis :

Wherever a water sample is required to be collected, the Contractor shall not use drilling
mud for boring the hole. The sample shall be collected from a case bore hole and only
after flushing out the entire contents of the bore hole by means of air flushing or a
percussion bailer or any other method approved by the Consultant. The samples shall
be collected from the bore holes at depths selected by the Consultant.

The water samples shall be collected in air tight amber glass containers (two containers
of one litre capacity each for each sample). The Contractor shall store such samples in a
covered shed.

The Contractor shall reach the samples to the approved laboratory within ten days of
their collection and secure a proper receipt for the Consultants.

The Contractor shall allow for sand blow while quoting a unit rate for this item. Th unit
rate should include the cost of all operations such as flushing and cleaning for advancing
the bore hole deeper.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 159


9.0 Conducting Probing Tests with Dynamic Penetration Test Equipment (DPT):

9.1 The test envisages expeditions sub surface sounding of the upper soft crust of a soil
deposit. It is essential to use a light weight but strong probing string. The recommended
hollow pipe probing string is of :

i) Outer diameter 26.67 mm.

ii) Wall thickness 3.91 mm.

iii) Weight per mtr. 2.2 kg./M.

The probing tip shall comprise of a hollow tube with the bottom end closed by a solid
cone and an adapter coupling at the top. The coupling shall have three holes 4 to 6 mm.
dia. spaced 120 degree apart and these holes shall be angled to jet water in an upward
direction without disturbing the soil below the level of the coupling. The external
dimensions of the probing tip shall be the same as a standard penetration tool.

9.2 The probing test shall be conducted through a guide pipe of 100 mm. diameter installed
to a depth of 1.5 M. to 2 M. below ground level. An 18 kg. hammer shall be allowed to
drop through 500 mm. (Five Hundred) height for soft soil, and 1000 mm. (One
Thousand) height for medium to hard soil (decided by Consultant).

The driving collar guide red for drop hammer, lifts arrangement for the drop weight etc.
shall be similar to the standard penetration test equipment. The number of blows MD
shall be recorded for every 15 cms. penetration below ground level, drilling mud (clay
slurry in plain water) shall be flushed through the probing string. The test shall be
terminated when `MD exceeds 100 blows for 15 cms. Before terminating the test, the
Contractor shall substitute heavy drill rod (A-rod) for the probe string but the probe tip
shall remain as specified earlier. This assembly shall then be driven with a SPT hammer
(55 kg.) falling through 75 cms. The number of blows required for every 15 cms.
penetration shall be recorded in conformity with IS 4968 part II 1958. If fifteen or more
blows are required to occur 15 cms. penetration consistently over a two parts depth, the
probe test shall be discontinued.

9.3 While conducting probing tests, the number of 18 kg. hammer blows shall be limited to
30 to 40 blows per minute.

9.4 For flushing the drilling mud/water through the probing string a triplex pump (minimum 5
HP capacity) shall be used. Typical details of a dynamic probe are shown on the drawing
which is annexed. The data of the test shall be plotted and submitted to the Consultant
in the format annexed.

9.5 The rate quoted for DPT shall be applicable to virgin strata and not lengths already
worked over by another probe string. All costs, involved in the change of equipment shall
be covered in the item for shifting and setting up equipment and shall be paid only once
for each type of equipment at any particular location.

10.0 Drilling exploratory holes in rock :

10.1 Providing all drilling equipment and carrying out NX size core drilling using a double tube
core barrel is included in the scope of this item.

The maximum lengths of drilling in bed rock over lained by over burden shall generally
not exceed 15 M. measured in rock.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 160


The rock shall comply with IS 1982 and/or as directed by the Consultant. The format
given by the Consultant shall be used for recording the rock-drilling data. The data shall
include rate of drilling, colour of wash water, nature of sediments in the wash water, loss
or gain of drilling water, core length, core recovery & RQD (Rock Quality Designation).

The length for payment under this item shall be measured in rock.

10.2 Cores shall be kept in wooden boxes with compartments of exact size of the rock cores.
While placing the core samples in wooden boxes, it should be ensured that the direction
and sequence of core placement is not altered. The core run shall be restricted in the
length as directed by the Consultant and generally not more than 1.5 M. In weal and
friable rock core run shall be reduced.

10.3 Core Box :

10.3.1 The core boxes shall be provided by the Contractor and should be made of good quality
timber. Each core box shall house samples not more than 6 M. (Six metres) long. The
Contractor shall include in his rate the cost of providing such core boxes.

10.3.2 The depth of cores below ground level shall be indicated at about every 1.5 meters
interval by writing the depth in inalienable ink or wooden spacers which shall be inserted
in their correct position in the box. Similarly, the exact depth of any change in stratum,
and failure to recover the core etc. shall be recorded.

10.3.3 The labelling of core samples of rock shall be done in accordance with Appendix D
of IS 1892.

10.3.4 All the core boxes shall be marked with details such as the bore hole number, the length
of core it contains, the name of work etc. in paint or in inedible ink on the top face ad
then handed over to the Owner.

10.4 A double tube core barrel shall be used.

10.5 An arrangement should be made for collection of wash water by installing a top socket
with a cross pipe at the top of the casing before the start of rock drilling. The side of
casing should be well packed near and top of the hole to prevent leakage. Wash water
should be collected in buckets and allowed to settle. A record of wash water shall be
maintained indicating the colour, change in colour and type of wash water (i.e. thick
slurry, lean slurry or clean water).

10.6 The number of revolutions per minute for the rock drilling shall be constant throughout
the complete drilling operation. The rate of penetration for every 250 mm. shall be
observed during rock drilling and recorded.

10.7 Whenever the field permeability tests is required to be conducted in the under-lying bed
rock during intermediate stages of drilling, the Contractor shall fix a suitable M.S. pipe as
stipulated in the relevant specifications for conducting field permeability test in
underlying bed rock.

10.8 The Contractor shall carry out stage grouting during course of drilling, whenever water
loss conditions are met with. The Contractor shall allow for such stage grouting and
delays while quoting the unit rate for drilling in rock.

10.9 Cement shall be supplied by the Contractor at his own cost.

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 161


10.10 The depth of re-drilling which is measured and paid for in the event of stage grouting,
shall in no case exceed the total length of hole irrespective of the number of times the
hole/stage is grouted and re-drilled for extending the hole to the required depth. The
Contractor shall provide for all such contingencies in his quoted rate for re-drilling.
Payment shall be made only once, for measurement in running meters of the depth of
bore.

11.0 Chisel Penetration Test (CPT) :

11.1 Chisel Penetration Test is to be carried out to determine the probable tip level of the
piles to be installed.

11.2 Rigs will be set up at specified locations and boring in soil will be done by using flap
valve bailer.

11.3 The Chisel Penetration Test will be carried out by using 800 kg. 1000 kg. chisel in 500
mm. diameter casing with a fall of 1.0 mtr.

11.4 Soil will be bailed out and penetration checked every time.

11.5 This procedure continues till the penetration becomes 5 cms. or less for 100 no. of
blows. The number of blows required for every 5 cms. penetration will be recorded. If
hundred or more blows are required to occur 5 ms. penetration consistently over three
parts then refusal is deemed to reach. At this level the chisel penetration test will be
terminated.

11.6 A graph of depth versus energy input/M. will be plotted and submitted to Consultants
alongwith time taken to achieve the successive 5 cms. penetration.

11.7 Reading of the chisel penetration test will be recorded in the format as given in Annexure
I not attached.

11.8 Payment shall be made per number of tests conducted.

12.0 Water Table :

The depth of water table from the ground level at low tide and high tide of the creek to be
ascertained and recorded.

13.0 Report :

On completion of soil exploration work and the laboratory tests, a comprehensive geo-
technical report in quadruplicate shall be prepared and submitted, after interpreting the
test results, recommending the type of foundation most suited and indicating the bearing
capacity and estimated settlements if any. The report shall be accompanied by bore log
data, test result sheets, settlement curves, etc. in four bound volumes.

14.0 All the rates quoted should be inclusive of collecting samples, labelling them and
preserving them properly as per general and technical specifications and schedule of
items. Nothing extra will be paid for these works unless specifically provided in the
Schedule of items.

***********

Bank of India, HO, Mumbai Technical Specifications-Vol.II Page 162

You might also like