100% found this document useful (1 vote)
833 views1,050 pages

Tenderrev R01

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
833 views1,050 pages

Tenderrev R01

Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

SOUTH ASIAN UNIVERSITY

Akbar Bhawan, Chanakyapuri, New Delhi

Construction of South Asian University Campus at Maidan Garhi


New Delhi.Package-II: (i) Faculty of Life Science and Earth Science Building including
Laboratories, (ii) Three Faculty Housing Blocks, (iii) Faculty Club and Guest House
and (iv) Two Guard Houses; including Basements, Superstructures, Interiors, Water
supply, Sanitary Installations, Drainage, Internal Electrical Installations, HVAC, Lifts,
Fire Alarm & Fire Fighting System, Solar Water Heating System, etc.

Percentage Rate Tender for Works

PART A
Technical / Eligibility Bid
Notice Inviting Tender, Eligibility Criteria,
General Conditions of Contract

PART B
Special, Additional Conditions and Particular
Specifications and Tender Drawings

PART C
Financial Bid

November 2015
BLANK PAGE

2
REVISION-R01
NIT

N.I.T. No. : 2/NIT/SAU-9A/2015

Name of work : Construction of South Asian University Campus at Maidan Garhi New Delhi.
Package-II: (i) Faculty of Life Science and Earth Science Building including Laboratories, (ii)
Three Faculty Housing Blocks, (iii) Faculty Club and Guest House and (iv) Two Guard
Houses; including Basements, Superstructures, Interiors, Water supply, Sanitary
Installations, Drainage, Internal Electrical Installations, HVAC, Lifts, Fire Alarm & Fire
Fighting System, Solar Water Heating System, etc.

Estimated Cost : Rs.394,62,60,925/-


Earnest Money Rs.4,04,62,609/-
Performance Guarantee 5% of tendered value.
Security Deposit 2.5% of tendered value.
Time For Completion 30 Months

Certified that this NIT contains Part-A from Page 1 to Page 62 & Part-B from Page
1 to Page 762 and Part-C from Page 1 to Page 223.

Prepared By Vetted By :

PA: PMC:

3
REVISION-R01
1.0 TABLE OF CONTENTS

S.No. Description Page No.


1.0 Table of Contents 4
2.0 Notice Inviting E Tender (Press Notice) 9
3.0 PART A : TECHNICAL / ELIGIBILITY BID 10
3.1 Information & instructions for Bidders for e-tendering 11
3.2 List of documents to be filled in by the Tenderers 15
3.3 Notice Inviting e-Tender - NIT Form CPWD-6 16
3.4 Form of Earnest Money Deposit (Bank Guarantee Bond) 21
4.0 ELIGIBILITY CRITERIA 22
4.1 Section-I : Brief Particulars of the work 23
4.2 Section- II : Guidelines for Bidders 25
4.3 Section – III : Information regarding Eligibility criterion 32
4.3.1 Letter of Transmittal 32
4.3.2 FORM ‘A’ : Financial Information 33
4.3.3 FORM ‘B’ : Form of Bankers’ Solvency Certificate from a 34
Scheduled Bank
4.3.4 FORM ‘C’ : Details of all works of similar nature completed 35
during the last seven years
4.3.5 FORM ‘D’ : Projects under execution or awarded 36
4.3.6 FORM ‘E’ : Performance Report of Works to be considered for 37
Eligibility
4.3.7 FORM ‘F’ : Structure & Organization 38
4.3.8 FORM ‘G’ : Details of Technical & Administrative personnel to 40
be deployed on the work
4.3.9 FORM ‘H’ : Details of construction equipment likely to be 41
used in carrying out the work
5.0 PERCENTAGE RATE TENDER AND CONTRACT FOR 44
WORKS (CPWD-7)
5.1 Letter of Acceptance 46
5.2 Proforma of Schedules : A to F 47
5.3 Annexure I - Equipment for Testing of Materials & Concrete at 57
Site Laboratory
5.4 Annexure II - Plant and Equipment required to be Owned / 60
Taken on lease by the Contractor
5.5 Annexure III - Recovery Rates for Quantities beyond 61
Permissible Variation
5.6 Annexure IV – Deployment Schedule 62

4
REVISION-R01
S.No. Description Page No.
6.0 PART- B : SPECIAL, ADDITIONAL CONDITIONS AND 1
PARTICULAR SPECIFICATIONS
6.1 Special Conditions - General 2
6.2 Special Conditions for Green Building 26
6.3 Conditions to be adhered as per Environmental Clearance obtained 32
from DPCC for SAU Project
7.0 CIVIL WORKS 34
7.1 Additional Conditions And Particular Specification for Civil 35
Works
7.1.1 Additional Conditions And Particular Specification for 35
Structural Steel
7.1.2 Additional Conditions And Particular Specification for 47
Reinforcement Steel
7.1.3 Additional Conditions And Particular Specification for Cement 49

7.1.4 Additional Conditions And Particular Specification for RCC 52


Works (Design Mix Concrete )
7.1.5 Additional Conditions And Particular Specification for Flooring, 59
Wall lining/Veener Works
7.1.6 Additional Conditions And Particular Specification For Civil 63
Finishes Work
7.1.7 Additional Conditions And Particular Specification For Water 72
Proofing Works
7.1.8 Technical Specification for Precast Concrete 83
7.1.9 Technical Specification For Chemical & Abrasion Resistant 86
Polyurethane Flooring
7.1.10 Technical Specification For Polyurethane Wall Coating 88
7.1.11 Technical Specification External Protection Coating of Silane 90
Siloxiane for Natural Stones
7.1.12 Technical Specifications for Colour Coated Galvanized Steel 92
Door & Window Works
7.1.13 Technical specification For Hollow Metal Fire Doors As Per 98
BS/IS Standard
7.1.14 Technical Specification For Hollow Metal General Purpose 102
Doors As Per BS/IS Standard
7.1.15 Technical Specifications For Pigmented Glass Reinforced 106
Concrete Jaali
7.1.16 Technical Specifications For Compact Laminate Toilet 107
Cubicles
7.1.17 Technical Specification For Aluminium Glazing And Door 108
And Windows Works
7.1.18 Additional Conditions And Particular Specification For 123
Structural Glazing

5
REVISION-R01
S. No. Description Page No.
7.1.19 Guarantee To Be Executed By Contractor For Removal Of 141
Defects After Completion Of Work
7.1.20 Guarantee To Be Executed By Contractor For Structure Glazing 143
And Other Related Works
7.2 Approved Makes of Materials for Civil works 145
8.0 PLUMBING & FIRE FIGHTING WORKS 149
8.1 SPECIAL CONDITIONS OF CONTRACT - 150
PLUMBING/SANITARY & FIRE FIGHTING WORKS
8.2 Technical Specifications for Plumbing & Sanitary Works 168
8.2.1 Applicable Codes And Standards 168
8.2.2 Materials and workmanship 169
8.2.3 Sanitary fixtures & C.P. Fittings 173
8.2.4 Water supply 178
8.2.5 Valves & submersible pumps 194
8.2.6 Cast iron socket and spigot pipes 204
8.2.7 UPVC pipes & fittings for rain water pipes 212
8.2.8 High density polyethylene piping work for effluent drainage 215
8.2.9 Salt glazed stoneware (GSW) pipes (SP 1 class with 16kn/m) 221
8.2.10 Reinforced cement concrete (RCC) pipes 228
8.2.11 Sewer appurtenances 236
8.2.12 Civil works for water supply and sewerage/storm 245
8.2.13 Swimming pool filtration system 262
8.2.14 Reverse osmosis plant 269
8.2.15 Hot water system 281
8.2.16 Solar hot water system 290
8.2.17 Typical detail drawings 294
8.3 Approved Makes of Materials for Plumbing & Sanitary 305
works
8.4 Technical Specifications For Fire Fighting Works 308
8.4.1 General 308
8.4.2 Applicable Codes And Standards 310
8.4.3 Quality Assurance And Quality Control 311
8.4.4 Fire Pump 312
8.4.5 Fire hydrant system 314
8.4.6 Sprinkler system 323
8.4.7 Electrical installation 326
8.4.8 Hand appliances 335
8.4.9 Water curtain system (in basement) 336

6
REVISION-R01
S.No. Description Page No.
8.4.10 NOVEC 1230 clean agent gas flooding system 340

8.4.11 Commissioning of firefighting system 342


8.4.12 Annexure – I 344
Applicable codes, standards and publications
8.4.13 Annexure – II Sheet for listing deviations 348
8.5 Approved Make & Materials for Fire Fighting works 349
9.0 ELECTRICAL & LV WORKS 352
9.1 SPECIAL CONDITIONS OF CONTRACT - ELECTRICAL & LV 353
WORKS
9.2 Technical Specifications for Electrical & LV Works 363
9.2.1 Internal wiring 363
9.2.2 Switches, receptacles (modular) & lighting fixtures 366
9.2.3 Distribution boards and panels 373
9.2.4 Earthing system 390
9.2.5 Lightning protection system 398
9.2.6 1.1 KV grade cables and cable trays 402
9.2.7 Elevator works 412
9.2.8 External lighting poles 452
9.2.9 UPS 456
9.2.10 Rising main (sandwiched type) 473
9.2.11 Cabling for voice system 478
9.2.12 Cabling for data system 485
9.2.13 Fire detection Alarm and PA system 497
9.2.14 IP based CCTV system 536
9.2.15 Access control system 548
9.2.16 Testing 574
9.2.17 Applicable standards 577
9.3 Approved Makes of Materials for Electrical & LV Works 583
10.0 HVAC WORKS 589
10.1 SPECIAL CONDITIONS OF CONTRACT - HVAC WORKS 590
10.2 Technical Specifications for HVAC Works 606
10.2.1 Applicable Codes And Standards – Mechanical Works 606
10.2.2 Heating Ventilation & Air-Conditioning 609
10.2.3 Part I - Factory Built Air Handling Units (AHU), Fan Coil Units 609
(FCU), Variable Refrigerant System (VRV) And Air Cooled Split
Units
10.2.4 PART II - Circulating water pumps 620
10.2.5 PART III - Ducting 622
10.2.6 PART IV - Mechanical ventilation system 630

7
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

S.No. Description Page No.


10.2.7 PART V –Controls 636
10.2.8 PART VI - Water plumbing work 642

10.2.9 PART VII - Insulation work 652


10.2.10 PART VIII - Electrical work 657
10.2.11 PART IX - Inspection, testing and commissioning 662
10.2.12 Appendix-A (Terminology) 669
10.2.13 Appendix-B (Schedule of technical data) 673
10.2.14 Appendix-C (Testing and measurement notes) 678
10.2.15 Appendix-D (Maintenance) 679
10.2.16 Appendix-E - List of HVAC items for Operation and 683
Maintenance (O&M)
10.2.17 Appendix-F (DBR FOR LSES) Basis of Design 684
10.2.18 Appendix-G (DBR for Faculty Club & Guest House) Basis of 726
Design
10.2.19 Appendix-H (DBR for Faculty & Staff Housing) Basis of Design 746
10.3 Approved Makes of Materials for HVAC Works 755
11.0 TENDER DRAWINGS 757
11.1 List of Tender Drawings 758
12.0 PART-C - SCHEDULE OF QUANTITIES 1-223

8
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

SOUTH ASIAN UNIVERSITY

Akbar Bhawan, Chanakyapuri, New Delhi-110021

2.0 NOTICE INVITING E-TENDER ( Press Notice )

Registrar, South Asian University ( SAU ), on behalf of the President, SAU, Delhi invites
online percentage rate bids from eligible firms/contractors in two bid system for the
following work: –

NIT NO: 2/NIT/SAU-9A/2015

Name of work:- Construction of South Asian University Campus at Maidan Garhi New
Delhi. Package-II: (i) Faculty of Life Science and Earth Science Building including
Laboratories, (ii) Three Faculty Housing Blocks, (iii) Faculty Club and Guest House and
(iv) Two Guard Houses; including Basements, Superstructures, Interiors, Water supply,
Sanitary Installations, Drainage, Internal Electrical Installations, HVAC, Lifts, Fire Alarm &
Fire Fighting System, Solar Water Heating System, etc.

Estimated Cost : Rs.394,62,60,925/-

Earnest Money : Rs.4,04,62,609/-

Time for Completion : 30 Months

Last Date and Time for Submission of Bids : 12.01.2016 (3:00 PM)

For detailed NIT/Tender Documents/Details/downloads and for any other


correction/amendments/modification/extension till the last date of submission of bids,
please visit websites: www.sau.int or www.eprocure.gov.in or www.tenderwizard.com/SAU

Tender submissions can only be made through online mode at


www.tenderwizard.com/SAU

9
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

3.0 PART-A

TECHNICAL / ELIGIBILITY BID

PART-A 10
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

3.1 INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING


FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE.

(Applicable for inviting two bid system)

Registrar, South Asian University ( SAU ), on behalf of the President, SAU, Delhi invites
online Percentage rate bids from eligible firms/contractors in two bid system for the following work :-

Date and time of opening of


Name of work & Location

Technical / Eligibility bid


Period for Completion

online as specified in the


submission of bid, EMD,
e-tender processing fee
Date of pre-bid meeting
Earnest Money
Estimated Cost put to

and other documents


Last date & time for
NIT No.
S. No.

press notice
1 2 3 Tender 4 5 6 7 8 9
Package-II: (i) Faculty of Life Science

Interiors, Water supply, Sanitary

Electrical Installations, HVAC, Lifts, Fire


Blocks, (iii) Faculty Club and Guest

Alarm & Fire Fighting System, Solar


House and (iv) Two Guard Houses;

Internal
Laboratories, (ii) Three Faculty Housing
Construction of South Asian University

including Basements, Superstructures,


and Earth Science Building including
Campus at Maidan Garhi New Delhi.

13.01.2016 at 11:00 AM
05.01.2016 at 3:00 PM
1 21.12.2015 at 11:00 AM
Rs.394,62,60,925/-

Rs. 4,04,62,609/-
Water Heating System, etc.
Drainage,

30 months
2/NIT/SAU/2015

Installations,

1. Contractors/ bidders who fulfill the following minimum criteria shall be eligible to apply.
Joint ventures are not accepted.

(a) Should have satisfactorily completed the works as mentioned below during the last
seven years ending previous day of last date of submission of bids:

i) Three similar completed works each costing not less than Rs.157crores or two similar
completed works each costing not less than Rs.236crores or one similar completed
work costing not less than Rs.315crores.

Similar work shall mean “Construction of eight or more (24 meter or more above ground
level ) storied RCC framed structure building including internal water supply, sanitary
installation, Electrical Installation, HVAC, Fire Alarm & Fire Fighting System, all
executed under one agreement.”

PART-A 11
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

ii) The Bidder should have completed at least one Institutional building such as Hospital/
Academic Institution/ Hotel/ Scientific Research and Development Centre of value not less
than Rs.60 Crore.

(b) Should have had average annual financial turnover of Rs.394 crores on construction
works during the immediate last three consecutive financial years ending 31st March
2015 (Scanned copy of Certificate from CA to be uploaded.).

(c) The bidder Should not have incurred any loss in more than two years during the last five
years ending 31st March 2015. Consecutive balance sheets, duly certified and audited by
the Chartered Accountant..

(d) Should have a solvency of Rs.157 crores (Scanned copy of original solvency to be
uploaded).

(e) The bidding capacity of the contractor should be equal to or more than the estimated cost
of the work put to tender. The bidding capacity shall be worked out by the following
formula:
Bidding Capacity = [(AxNx2)-B]
Where:
A= Maximum value of construction works executed in any one year during the last seven
years taking into account the completed as well as works in progress.
N= Number of years prescribed for completion of work for which bids have been invited.
B= Value of existing commitments and ongoing works to be completed during the
period of completion of work for which bids have been invited.
The applicant shall submit the calculation sheet of Bid Capacity and also indicate
value of balance work in hand certified by a Chartered Accountant.

2. For components of E&M works, the eligibility criteria for t h e b i d d e r o r t h e


Associate Agencies will be as detailed below:
S.No. Component of Estimated cost Eligibility
E&M Works ( Rs in crores)
i. Providing, Installing, Rs.52.60 crore 1 a) Should have completed during last 7
Testing and years upto previous day of last date of
Commissioning of submission of tender one similar work
Electrical and LV costing not less than 80% of estimated cost
works or two similar works each costing not less
than 60% of estimated cost or three similar
works each costing not less than 40% of
estimated cost.
1 b) Note : Similar work(s) means internal
electrical installation work.
ii. Providing, Installing Rs.6.80 crore same as above 1a except;
Testing and The associate agency shall be one of the
Commissioning of Lifts original manufacturers of lifts as per
approved list of makes.
iii Providing, Installing Rs.6.00 crore same as above 1a
Testing and
Commissioning of
Fire Fighting
System
iv Providing, Installing Rs.15.50 crore same as above 1a
Testing and
Commissioning of
HVAC Works

PART-A 12
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

The main contractor should either himself meet the eligibility criteria as defined in the bid document
( para above ) or he will have to Associate w i t h a n Agency for E&M package after award of
work and has to submit details of at least three such agencies conforming eligibility condition to
Engineer-in-charge within 60 days after award of work. Name of the agency(s) to be associated
shall be approved by Engineer-in-charge.

3. i) Components of work executed other than those included in definition of similar work shall
be deducted while calculating cost of similar work. Bidder shall submit abstract of cost of work
in support of this.

ii) For the purpose, “Cost of work” shall mean gross value of the completed work including the
cost of materials supplied by the Government/Client, but excluding those supplied free of
cost. This should be certified by an officer not below the rank of Executive Engineer / Project
Manager or equivalent.

iii) The value of executed works shall be brought to current costing level by enhancing the
actual value of work at simple rate of 7% per annum; calculated from the date of completion
to last date of submission of bids.

4. The intending bidder must read the terms and conditions of NIT carefully. He should only
submit his bid if he considers himself eligible and he is in possession of all the documents
required.

5. Information and Instructions for bidders posted on website shall form part of the bid
document.

6. The bid document consisting of plans, specifications, the schedule of quantities of


various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents can be seen and
downloaded from website www.sau.int/ www.eprocure.gov.in/ and
www.tenderwizard.com/SAU free of cost.

7. The bid can only be submitted after depositing e-tender Processing Fee in favour of ITI
Limited through their e-gateway by credit/debit card/Internet banking facility and uploading
the mandatory scanned documents such as Demand Draft or Pay order or Banker`s
Cheque or Deposit at call Receipt or Fixed Deposit Receipts and Bank Guarantee of any
Scheduled Bank against EMD in favour of South Asian University, New Delhi and other
documents as specified.

8. Bidders not registered on the website www.tenderwizard.com/SAU, are required to get


registered beforehand. If needed they can be imparted training on online bidding process as
per details available on the website.

9. The intending bidder must have valid class-III digital signature to submit the bid.

10. The bidders can login and see the competitor financial bid sheets after opening of the
financial bid on the bid opening date.

11. The bidder can upload documents in JPG format or PDF format.

12. Certificate of Financial Turnover: At the time of submission of bid contractor may upload
Affidavit/ Certificate from CA mentioning Financial Turnover of immediate last 3 years ending
previous day of last date of submission of bids or for the period as specified in the bid
document and further details if required may be asked from the contractor after opening of
technical bids. There is no need to upload entire voluminous balance sheet.

13. The BOQ consists of three parts:


Part A: DSR 2014 Items

PART-A 13
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Part B: Non DSR Items


Part C: Operation and Maintenance Items

Contractor shall quote definite percentage, above, below or at par for each of above parts of
BOQ separately at the designated place. If any Part of BOQ is left blank by the bidder, the
bid shall be considered as invalid.

14. The Technical/Eligibility bid shall be opened first on due date and time as mentioned
above. The time and date of opening of Financial bid of contractors qualifying the
Technical/ Eligibility bid shall be communicated to them at a later date.

15. Pre-Bid conference shall be held in the office of the Registrar, South Asian University, Akbar
Bhawan, Chanakyapuri, New Delhi - 110021 at 1 1 : 0 0 A M o n 2 1 . 1 2 . 2 0 1 5
to clear the doubts of intending bidders, if any. The tenderers are requested to submit
their questions/ queries in writing in the name of Registrar, SAU or e-mail to
[email protected] to reach the employer not later than two days before the
date of pre-bid conference .

16. If any information furnished by the applicant is found incorrect at a later stage, he shall be
liable to be debarred from tendering/ taking up of works in South Asian University (SAU).
The SAU reserves the right to verify the particulars furnished by the applicant independently.

South Asian University

PART-A 14
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

3.2 List of Documents to be filled in by the tenderers in various forms as


indicated in Section III, to be scanned and uploaded in JPG format or PDF format
within the period of bid submission:

1. Demand draft/Pay order or Banker’s Cheque/Fixed Deposit Receipt of a Scheduled


Bank/ Bank Guarantee of any Scheduled Bank against EMD
2. Letter of transmittal

3. Certificate of Financial Turnover from Chartered Accountant (Form ‘A’).

4. Bank Solvency Certificate (Form ‘B’).

5. Certificates of Works Experience (Form ‘C’, ‘D’ & ‘E’).


6. Structure & Organization (Form ‘F’).
7. Details of Technical & Administrative Personnel (Form ‘G’).
8. Details of Construction Equipment (Form ‘H’).
9. List of similar past works and performance on these works.
10. Calculation of bidding capacity along with CA Certificate.
11. Certificate of Registration for Sales Tax/VAT and Service Tax and acknowledgement of
up to date filed return
12. Affidavit as mentioned under Para 1.2 ( B) of Eligibility Criteria in NIT Form CPWD 6.
13. Affidavit as mentioned under 4.0 Eligibility Criteria Section-II, Sl.No. 1.7

PART-A 15
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

3.3 NOTICE INVITING E-TENDER – NIT FORM CPWD-6

The South Asian University, New Delhi on behalf of The President, South Asian University
invites percentage rate bids for the work of Construction of South Asian University Campus at
Maidan Garhi New Delhi. Package-II: (i) Faculty of Life Science and Earth Science Building
including Laboratories, (ii) Three Faculty Housing Blocks, (iii) Faculty Club and Guest House
and (iv) Two Guard Houses; including Basements, Superstructures, Interiors, Water supply,
Sanitary Installations, Drainage, Internal Electrical Installations, HVAC, Lifts, Fire Alarm & Fire
Fighting System, Solar Water Heating System, etc.

1. 1.1 Joint ventures are not accepted.

The work is estimated to cost Rs. 394,62,60,925/-. The estimated cost is


based on CPWD DSR 2014 (civil and E&M) and Non-DSR items based on
prevailing market rates. This estimated cost, however, is given merely as a
rough guide.

Intending bidders may submit the bid after satisfying themselves that they
fulfill the following eligibility criteria:-

1.2 Eligibility Criteria

(A) Same as described in 3.1 INFORMATION AND INSTRUCTIONS FOR BIDDERS


FOR e-TENDERING (serial No.1, 2 & 3 ).

(B) The bidder shall have to furnish an affidavit as under :


I / We undertake and confirm that eligible similar work(s) has / have not been got
executed through another contractor on back to back basis. Further that, if such a
violation comes to the notice of SAU, then I / we shall be debarred for
bidding in SAU in future forever. Also, if such a violation comes to the notice of
SAU before date of start of work, the Engineer-in-Charge/SAU shall be free to
forfeit the entire amount of Earnest Money Deposit / Performance Guarantee.

2. Agreement shall be drawn with the successful bidders on prescribed Form No. CPWD 7 as
amended up to the last date of submission of tender, which is available as a Govt. of
India Publication and also available on website www.cpwd.gov.in or the format in
practice in SAU. Bidders shall quote his rates as per various terms and conditions of the said
form, which will form part of the agreement.

3. The time allowed for carrying out the work will be 30 Months from the date of
start as defined in schedule ‘F’ or from the first date of handing over of the site,
whichever is later, in accordance with the phasing, if any, indicated in the bid documents.

4. (i) The site for the work is available.


(ii) The working architectural and structural drawings will be made available on award of
work

PART-A 16
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

5. The bid document consisting of plans, specifications, schedule of quantities of items to be


executed and the set of terms & conditions of the contract to be complied with and other
necessary documents can be seen free of cost from website
www.southasianuniversity.org, www.eprocure.gov.in and www.tenderwizard.com/SAU.
Plans can also be seen in the office of the Executive Engineer, South Asian University,
Akbar Bhawan, Chanakyapuri, New Delhi – 110021
The CPWD standard publications like General Conditions of Contract, Delhi schedule of
rates 2014 (for civil and Electrical ), Specifications for Civil and Electrical works and
Delhi analysis of rates 2014 (for civil and electrical) with amendments / correction slips up
to the last date of submission can be seen free of cost from website
www.cpwd.gov.in.
Those bidders not registered on the website www.tenderwizard.com/SAU, are required
to get registered beforehand. If needed they can be imparted training on online tendering
process as per details available on the website. The intending bidder must have valid
class-III digital signature to submit the bid.

6. After submission of the bid, the tenderer can re-submit revised bid any number of times
but before last time and date of submission of bid as notified.
7. While submitting the revised bid, tenderer can revise the quoted rates any number of times
but before last time and date of submission of bid as notified.

8. Earnest Money of Rs. 4,04,62,609/- in the form of Demand Draft or Pay Order or
Banker’s Cheque or Fixed Deposit Receipt of a scheduled bank drawn in favour of
South Asian University, New Delhi, shall be scanned and uploaded to the e-
Tendering website within the period of tender submission.

A part of earnest money is acceptable in the form of bank guarantee also. In such
case, 50% of earnest money or Rs. 20 lakh, whichever is less, will have to be
deposited in the shape prescribed above and balance in shape of Bank guarantee of
any scheduled bank in accordance with the Form available in GCC-2014 having
validity for 6 months or more from the last date of receipt of tenders which is to be
scanned and uploaded by the interested bidders.

The original physical EMD (of the scanned copy uploaded) shall be deposited by the
bidder before opening of Eligibility/ Technical Bid in the office of the Registrar, SAU,
failing which the tender shall be rejected.

Interested bidders who wish to participate in the bid has to also make the
following payments within the period of tender submission:

i) e-Tender Processing Fee shall be payable to ITI Limited through their e- gateway by
credit/debit card/internet banking facility.

ii) Copy of Enlistment Order and certificate of work experience and other
documents as specified in the tender document for eligibility shall be scanned and
uploaded to the e-tendering website within the period of tender submission.
However, certified copy of all the scanned and uploaded documents as specified in
tender document shall have to be submitted by the lowest bidder within a week
physically in the office of tender opening authority. Online tender documents
submitted by interested bidders shall be opened of those bidders only , who have
deposited e-Tender processing fee with I T I L i m i t e d and Earnest Money
Deposit.

9. The bid submitted shall become invalid and e-Tender processing fee shall not be
refunded, if :

PART-A 17
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

(i) The bidder is found ineligible.


(ii) The bidder does not upload all the documents as stipulated in the tender
document including the undertaking, if any.

(iii) Any discrepancy is noticed between the documents as uploaded at the time
of submission of bid and hard copies as submitted physically by the lowest
bidder in the office of tender opening authority.
(iv) Deleted

9.1 After opening of the technical bid/ eligibility bid , SAU shall prepare a list of deficiencies
found in the bids of each bidder vis a vis requirements as per NIT within one week and
send these lists to individual bidders by Speed Post and Email with a request to furnish
required documents within one week of receipt, failing which it will be presumed that the
individual bidder do not have any further documents to furnish and decision on bids
will be taken accordingly.
10. The tenderer whose bid is finally accepted, will be required to furnish performance
guarantee of 5% (Five Percent) of the bid amount within the period specified in schedule
F or Banker’s cheque of any scheduled bank / Demand Draft of any scheduled bank / Pay
order of any Scheduled bank or Fixed Deposit Receipts o f a S c h e d u l e d b a n k o r a
n irrevocable bank Guarantee Bonds of any Scheduled Bank or the State Bank of India
in accordance with the prescribed form. In case the contractor fails to deposit the said
performance guarantee within the period as indicated in schedule ‘F’ including the
extended period if any, the Earnest Money deposited by the contractor shall be
forfeited automatically without any notice to the contractor. The Earnest Money deposited
along with tender shall be returned after receiving the aforesaid performance
guarantee.

The contractor whose bid is accepted will also be required to furnish either copy of
applicable license/ registrations or proof for applying for obtaining labour licenses,
registration with EPFO, ESIC and BOCW welfare board and programme chart (Time and
progress within the period specified in Schedule ’F’.

11. Intending Bidders are advised to inspect and examine the site and its
surroundings and satisfy themselves before submitting their bids as to the nature of the
ground and sub-soil (so far as is practicable), the form and nature of the site, the means
of access to the site, the accommodation they may require and in general shall
themselves obtain all necessary information as to risks, contingencies and other
circumstances which may influence or affect their bid. A bidders shall be deemed to have
full knowledge of the site whether he inspects it or not and no extra claims / payments
consequent on any misunderstanding or otherwise shall be allowed. The bidders shall
be responsible for arranging and maintaining at his own cost all materials, tools & plants,
water, electricity, access, facilities for workers and all other services required for
executing the work unless otherwise specifically provided for in the contract
documents. Submission of a bid by a bidder implies that he has read this notice and all
other contract documents and has made himself aware of the scope and specifications of
the work to be done and of conditions if any, in this tender document and local conditions
and other factors having a bearing on the execution of the work.

PART-A 18
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

12. The competent authority on behalf of SAU does not bind itself to accept the lowest or any
other bid and reserves to itself the right to reject any or all the bids received without
assigning any reason. All bids in which any of the prescribed conditions is
not fulfilled or any condition including that of conditional rebate is put forth by the bidders
shall be summarily rejected.

13. Canvassing whether directly or indirectly, in connection with bids is strictly prohibited and
the bids submitted by the tenderers who resort to canvassing will be liable to rejection.

14. The competent authority on behalf of SAU reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the
same at the rate quoted.
15. The tenderer shall not be permitted to bid for works in SAU responsible for award and
execution of contracts, in which his near relative is posted as an officer in any capacity ( (
Grade IV or above ) in SAU. He shall also intimate the names of persons who are
working with him in any capacity or are subsequently employed by him or are
subsequently employed by him and who are near relatives to any officer in the SAU or
in the Ministry of External Affairs. Any breach of this condition by the tenderer would
render him liable to be debar r ed f r om f ut ur e contracts .

16. No Engineer of Gazetted rank or other Gazetted Officer employed in Engineering or


Administrative duties in an Engineering department of the Government of India is
allowed to work as a contractor for a period of one year after his retirement from
Government service, without the prior permission of the Government of India in writing.
This contract is liable to be cancelled if either the contractor or any of his employees is
found any time to be such a person who has not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the
contractor’s service.
17. The tender for the works shall remain open for acceptance for a period of One Hundred
Twenty (120) days from the date of opening of Technical bid. In case the tenderer withdraws
his tender before the said period or issue of letter of acceptance, whichever is earlier,
or makes any modifications in the terms and conditions of the tender which are not
acceptable to the SAU, then the SAU shall, without prejudice to any other right or remedy, be
at liberty to forfeit 50% of the said earnest money as aforesaid. Further the tenderer shall not
be allowed to participate in the re-te ndering process of the work.

18. This notice inviting tender shall form a part of the contract document. The successful
bidder / tenderer, on acceptance of his bid by the Accepting Authority shall within 15 days
from the letter of acceptance, sign the agreement consisting of :-
a) The Notice Inviting Bid, all the documents including special conditions, additional
conditions, particular specifications and drawings, if any, forming part of the bid as
uploaded at the time of invitation of bid and the rates quoted online at the time of
submission of bid and acceptance thereof together with any correspondence leading
thereto.
b) Standard C.P.W.D. Form 7 (GCC for CPWD works 2014) amendments upto date
09.11.2015
c) An agreement on standard SAU Format on a non-judicial Stamp paper of appropriate
value.
d) Integrity Pact and Agreement as per CPWD GCC 2014 .

19. For Composite Bids


19.1.1 The bid document will include following three components:

PART-A 19
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Part A:- CPWD-6, CPWD-7 including schedule A to F,


General Conditions of Contract for CPWD 2014 or latest edition as applicable
with all amendments / modifications as amended / modified up last date
0 9.11.2015.
Part B:- Special, Additional Conditions & Particular Specifications for Civil, Electrical &
Mechanical Components and Tender Drawings.
Part C:- Schedule of Quantities applicable to Civil, Electrical & Mechanical components
19.1.2 After acceptance of the bid by competent authority, SAU shall issue letter of
award on behalf of the president SAU. After the work is awarded, the main
contractor will have to enter into an agreement with SAU.
19.1.3 Entire work under the scope of composite bid shall be executed under one
agreement.

19.1.4 The main contractor should either himself meet the eligibility criteria as defined in
the bid document or he will have to associate with an agency for E&M package
after award of work and has to submit details of at least three such agency(s)
confirming eligibility condition as defined in the bid document, within prescribed
time. Name of the agency(s) to be associated shall be approved by
Engineer-in-charge.

19.1.5 In case the main contractor intends to change any of the above approved
agency / agencies during the operation of the contract, he shall obtain prior
approval of Engineer-in-charge. The new agency /agencies shall also have
to satisfy the laid down eligibility criteria in bid document. In case Engineer-in-
charge is not satisfied with the performance of any agency, he can direct the
contractor to change the agency executing such items of work and this shall be
binding on the contractor.
19.1.6 The main contractor has to enter into agreement with contractor(s) associated
agency by him for execution of E & M w o r k . This agreement must contain
terms and conditions of payment between the main contractor and associate
contractor. Copy of such agreement shall be submitted to Engineer-in-Charge.
In case of change of associate contractor, the main contractor has to enter into
agreement with the new contractor associated by him with prior approval of
Engineer-in-charge.
19.1.7 Running payment for the work shall be made by SAU to the main
contractor. In case main contractor fails to make the payment to contractor
associated by him for E&M component within 15 days of receipt of each running
account payment then on the written complain of the contractor associated for
such E&M component , SAU shall serve show cause notice to main contractor
and after considering the reply of the same he may make payment directly to
the contractor associated for E&M component as per terms and conditions of
the agreement drawn between main contractor and the associated contractor
for the minor component.
19.1.8 The work shall be treated as complete when all the components
of the work are complete. The Completion Certificate of the work shall be
recorded by Engineer in charge of the rank not less than Executive
Engineer.

South Asian University

PART-A 20
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

3.4 Form of Earnest Money Deposit (Bank Guarantee Bond)

WHEREAS, contractor.................. (Name of contractor) (hereinafter called "the


contractor") has submitted his tender dated ............. (date) for the construction of
.............................................. (name of work) (hereinafter called "the Tender")

KNOW ALL PEOPLE by these presents that we ......................................... registered


office at ................................... (hereinafter called "the Bank") are bound unto South
Asian University , New Delhi in the sum of Rs. ......................... (Rs. in words
..............................................) for which payment well and truly to be made to the said SAU,
New Delhi the Bank binds itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ................. day of .................
20.... THE CONDITIONS of this obligation are:

(1) If after opening of tender; the Contractor withdraws, his tender during the period of
validity of tender (including extended validity of tender) specified in the Form of Tender;

(2) If the contractor having been notified of the acceptance of his tender by the
SAU, New Delhi

(a) fails or refuses to execute the Form of Agreement in accordance with the
Instructions to contractor, if required;
OR
(b) fails or refuses to furnish the Performance Guarantee, in accordance with the
provisions of tender document and Instructions to contractor,
OR
(c) fails or refuses to start the work, in accordance with the provisions of the
contract and Instructions to contractor,
OR
(d) fails or refuses to submit fresh Bank Guarantee of an equal amount of this Bank
Guarantee, against Security Deposit after award of contract.

We undertake to pay to the SAU, New Delhi either up to the above amount or part
thereof upon receipt of his first written demand, without SAU, New Delhi having to
substantiates his demand, provided that in his demand SAU, New Delhi will note that
the amount claimed by him is due to him owing to the occurrence of one or any of the
above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date* ............. after the
deadline for submission of tender as such deadline is stated in the Instructions to
contractor or as it may be extended by SAU, New Delhi, notice of which extension(s) to
the Bank is hereby waived. Any demand in respect of this Guarantee should reach the
Bank not later than the above date.
DATE ............. SIGNATURE OF THE BANK

WITNESS .................. SEAL

(SIGNATURE, NAME AND ADDRESS)

*Date to be worked out on the basis of validity period of 6 months from last date of receipt of
tender.

PART-A 21
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

4.0 ELIGIBILITY CRITERIA

PART-A 22
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

4.1 SECTION-I BRIEF PARTICULARS OF THE WORK

1. Salient details of the work for which bids are invited are as under:

Name of work : C/o Buildings for South Asian University, Main Campus at Village Maidan
Garhi, New Delhi - 110068

Estimated Cost : Rs.394,62,60,925/-


Period of : 30 Months
Completion

2. This tender is invited for the Construction of South Asian University Campus at Maidan
Garhi New Delhi. Package-II: (i) Faculty of Life Science and Earth Science Building
including Laboratories (B+LG+G+6), (ii) Three Faculty Housing Blocks (B+G+11), (iii)
Faculty Club and Guest House (G+3) and (iv) Two Guard Houses; including Basements,
Superstructures, Interiors, Water supply, Sanitary Installations, Drainage, Internal Electrical
Installations, HVAC, Lifts, Fire Alarm & Fire Fighting System, Solar Water Heating System,
etc.The project is planned with modern building concepts and technology and aims to
achieve 5 Star GRIHA rating for Large Development (LD).

3. The site for South Asian University is located in Maidan Garhi Village, New Delhi near
village Rajpur Khurd and is accessed from the Chattarpur-Fatehpur Beri Road.

4. Entire campus of South Asian University is planned to be constructed in three phases. The
first phase comprising of the above buildings will be of approximately 1,07,708 Sq.m. of
Built up area. The tentative Details of the built up spaces for Phase 1 are described in the
Brief Particulars of the work. The proposed construction is primarily planned to be RCC
Framed Structures with AAC Block Masonry Infill walls.

5. Particulars of Buildings to be constructed in Phase 1 (package-II) of SAU campus

S. No. Building No. of Structure Total Built


Blocks up Area in
Sq. M.
(Approx)
1. Faculty of Life and Earth 1 RCC Framed Structure, AAC 43,482
Science Block Masonry Walls, Precast
(AC2) Concrete Elements
2. Faculty and Staff 3 RCC Framed Structure, AAC 59,469
Housing (F1/2/3) Block Masonry Walls
3. Faculty Club & Guest 1 RCC Framed Structure, AAC 4,641
House (FC1) Block Masonry Walls
4. Guard House (GH) No. 2 2 RCC Framed Structure, 116
Random Rubble Masonry
Walls

5.1 Following brief scope of work is included in the composite tender:-


i) RCC Frame Structure with AAC Block masonry infill Walls
ii) External finishing is combination of stone cladding and textured paint.
iii) Structural glazing with double glass
iv) Aluminum/ Galvanized Rolled Steel Windows
v) Metal Fire Doors and Metal Doors.

PART-A 23
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

vi) Combination of granite, kota, vitrified tiles, CC Flooring.


vii) False ceiling of gypsum, mineral fiber, Calcium Silicate, Metal etc.
viii) Modular Kitchen and Wardrobes in Faculty Housing
ix) Toilet Cubical
x) Finishing with premixed formulated gypsum lightweight plaster
xi) Wall painting with premium acrylic emulsion paint of interior grade, having Low VOC
(Volatile Organic Compound )
xii) GRC work
xiii) Plumbing Works
xiv) Internal Electrical Installation including light fittings
xv) HVAC – Internal Ducting, Piping, AHU
xvi) HVAC – VRF System
xvii) Fire Fighting & Fire alarm system
xviii) Lifts
xix) Conduits for Data Network and telephones/ TV etc.
xx) Solar water heating system.

5.2 Work shall be executed according to General Conditions of Contract for Central PWD works
( CPWD,GCC 2014) available separately at printer’s outlets. The bidder may obtain the
address of the outlets from the Engineer-in-Charge.

5.3 The Soil report, location plan, plans & elevations are available for inspection in
the office of the Executive Engineer , South Asian University, Akbar Bhawan New
Delhi-21 on any working day between 10 AM to 4 PM and main architectural
drawings are part of tender document uploaded in two websites as specified.

5.4 The employer reserve the right to increase or decrease the scope of work before or
after the award of work without assigning any reason to the bidder/ contractor. No
claim whatsoever in this regard shall be entertained by the employer.

PART-A 24
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

4.2 SECTION II GUIDELINES FOR BIDDERS

1.0 GENERAL:

1.1 Letter of Transmittal and forms for deciding eligibility are given in Section III. It should be
uploaded along with all other tender documents.

1.2 All information called for in the enclosed forms should be furnished against the relevant
columns in the forms. If for any reason, information is furnished on a separate sheet, this
fact should be mentioned against the relevant column. Even if no information is to be
provided in a column, a “nil” or “no such case” entry should be made in that column. If
any particulars/query is not applicable in case of the bidder, it should be stated as “not
applicable”. The bidders are cautioned that not giving complete information called for in
the application forms or not giving it in clear terms or making any change in the
prescribed forms or deliberately suppressing the information may result in the bid being
summarily disqualified. Bids made by telegram or telex and including those received late
will not be entertained.

1.3 References, information and certificates from the respective clients certifying suitability,
technical knowledge or capability of the bidder should be signed by an officer not below
the rank of Executive Engineer.

1.4 The bidder may furnish any additional information which he thinks is necessary to
establish his capabilities to successfully complete the envisaged work. He is,
however, advised not to furnish superfluous information. No information shall be
entertained after uploading of eligibility criteria document unless it is called for by
SAU.
1.5 It is desirable that the applicant does not have any litigation(s) in process. The
applicant must submit information of on-going litigations and litigations had in the past
seven years. In the event that the applicant has no litigations either in process or in
the past Seven years, an affidavit to this effect, duly notarized must be submitted in
original.

1.6 The credentials submitted in respect of prequalification for tender by the bidder
may be verified if necessary, before opening of the financial bid. Any information
furnished by the bidder found to be incorrect either immediately or at a later date,
would render him disqualified and liable for forfeiture of Earnest Money Deposit/
Performance Guarantee and shall be debarred from tendering/taking up of works
in SAU.
1.7 The bidder should not have been black listed by any State/Central Government
Department or PSU or Autonomous bodies. The applicant must submit a duly notarized
affidavit to this effect. Applications received without this declaration shall stand
automatically rejected.

1.8 Overwriting should be avoided. Correction, if any, should be made by neatly crossing
out, initiating, dating and rewriting, pages of the technical bid document are numbered.
Additional sheets, if any added by the contractor, should also be numbered by him. They
should be submitted as a package with signed letter of transmittal.
After opening of the Technical bids, Engineer-in-Charge/SAU shall prepare a list of
deficiencies found in the bids of each bidder vis-à-vis requirements as per NIT within
one week and send these lists to individual bidders by Speed Post/ e mail with a
request to furnish required documents within one week of receipt, failing which it will be
presumed that they do not have any further documents to furnish and decision on bids will
be take accordingly.

PART-A 25
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

1.9 Previous experience of bidder in construction of similar works with minimum GRIHA 4
Star or above rating / LEED Gold or above is desirable, although not mandatory criteria
for his qualification for this bidding process.

2.0 DEFINITIONS:

2.1 In this document the following words and expressions have the meaning hereby
assigned to them:

2.2 EMPLOYER: Means the SAU, acting through the Engineer-in-Charge, SAU, New Delhi or
successor thereof.

2.3 BIDDER: Means the individual, proprietary firm, firm in partnership, limited
company (private or public) or corporation. Joint ventures, consortium and Special
Purpose Vehicles are not accepted as bidders.

2.4 “Year” means “Financial Year” unless stated otherwise.

2.5 “SAU” means South Asian University, New Delhi

2.6 “ E n g i n e e r - i n - c h a r g e ” means authorized representative of SAU or his successor


thereof.

2.7 “PMC” means Project Management Consultant appointed by SAU for the above work.

2.8 “PA” means Principal Architect appointed by SAU for the above work.

3.0 METHOD OF APPLICATION:


3.1 If the bidder is an individual, the application shall be signed by him above his full type
written name and current address.

3.2 If the bidder is a proprietary firm, the application shall be signed by the proprietor above
his full typewritten name and the full name of his firm with its current address.

3.3 If the bidder is a firm in partnership, the application shall be signed by all the
partners of the firm above their full typewritten names and current address, or,
alternatively, by a partner holding power of attorney for the firm. In the later case a
certified copy of the power of attorney should accompany the application. In both cases
a certified copy of the partnership deed and current address of all the partners of the
firm should accompany the application.

3.4 If the bidder is a limited company or a corporation, the application shall be signed by a
duly authorized person holding power of attorney for signing the application
accompanied by a copy of the power of attorney. The bidder should also furnish a copy
of the Memorandum of Articles of Association duly attested by a Public Notary.

4.0 FINAL DECISION MAKING AUTHORITY


The employer reserves the right to accept or reject any bid and to annul the process and
reject all bids at any time without assigning any reason thereof or incurring any liability to
the bidders.

5.0 PARTICULARS ARE PROVISIONAL


The particulars of the work given in Section I are provisional. They are liable to change
and must be considered only as advance information to assist the bidders.

PART-A 26
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.0 SITE VISIT


The bidder is advised to visit the site of work, at his own cost, and examine it and its
surroundings to satisfy himself and collect all information that he considers necessary
for proper assessment of the prospective assignment and for quoting his rates judiciously.

7.0 ELIGIBILITY CRITERIA (TECHNICAL / ELIGIBILITY BID)


Contractors/ bidders who fulfill the following minimum criteria shall be eligible to apply.
Joint ventures are not accepted.
7.1 a) Should have satisfactorily completed the works as mentioned below
during the last seven years ending previous day of last date of submission
of bids:

i) Three similar completed works each costing not less than Rs.157crores
or two similar completed works each costing not less than Rs.236crores or
one similar completed work costing not less than Rs.315crores.

Similar work shall mean “Construction of eight or more (24 meter or more
above ground level ) storied RCC framed structure building including
internal water supply, sanitary installation, Electrical Installation, HVAC,
Fire Alarm & Fire Fighting System, all executed under one agreement.”

ii) The Bidder should have completed at least one Institutional building
such as Hospital/ Academic Institution/ Hotel/ Scientific Research and
Development Centre of value not less than Rs.60 Crore.

b) The bidder should have had average annual financial turnover (gross)
of Rs.394crores on Civil construction works during the immediate last
three consecutive financial years ending 31 March 2015. This should be
duly audited by a Chartered Accountant. Year in which no turnover is
shown would also be considered for working out the average.

c) The bidder Should not have incurred any loss in more than two years
during the last five years ending 31st March 2015. Consecutive balance
sheets, duly certified and audited by the Chartered Accountant..

d) Should have a solvency of Rs.157 crores (Scanned copy of original


solvency to be uploaded).

e) The bidding capacity of the contractor should be equal to or more than


the estimated cost of the work put to tender. The bidding capacity shall be
worked out by the following formula:
Bidding Capacity = [(AxNx2)-B]
Where:
A= Maximum value of construction works executed in any one year during
the last seven years taking into account the completed as well as works in
progress.
N= Number of years prescribed for completion of work for which bids have
been invited. B= Value of existing commitments and ongoing works to
be completed during the period of completion of work for which bids
have been invited.
The applicant shall submit the calculation sheet of Bid Capacity and also
indicate value of balance work in hand certified by a Chartered
Accountant.

PART-A 27
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.2 The bidder shall have to furnish an affidavit as under :

“I/We undertake and confirm that eligible similar work(s) has/have not
been got executed through another contractor on back to back basis.
Further that, if such a violation comes to the notice of SAU, then I/we
shall be debarred for biding in SAU in future forever. Also, if such a
violation comes to the notice of SAU before date of start of work, the
Engineer-in-Charge shall be free to forfeit the entire amount of Earnest
Money Deposit/Performance Guarantee.”

7.3 The main contractor should either himself meet the eligibility criteria as
defined in the bid document (Same as described in 3.1 INFORMATION
AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING (serial No.2 )
or he will have to Associate with an Agency for E&M package after award
of work and has to submit details of at least three such agencies
conforming eligibility condition to Engineer-in-charge within 60 days after
award of work. Name of the agency(s) to be associated shall be approved
by Engineer-in-charge.

7.4 i) Components of work executed other than those included in definition


of similar work shall be deducted while calculating cost of similar work.
Bidder shall submit abstract of cost of work in support of this.

ii) For the purpose, “Cost of work” shall mean gross value of the
completed work including the cost of materials supplied by the
Government/Client, but excluding those supplied free of cost. This
should be certified by an officer not below the rank of Executive
Engineer / Project Manager or equivalent.

iii) The value of executed works shall be brought to current costing


level by enhancing the actual value of work at simple rate of 7% per
annum; calculated from the date of completion to last date of
submission of bids.

7.5 The bidder should own constructions equipment as per list required for the
proper and timely execution of the work. Else, he should certify that he
would be able to manage the equipment by hiring etc., and submit the list
of firms from whom he proposes to hire.
7.6 The bidder’s performance only for each eligible works completed in the last
7 (seven) years and in hand should be certified by an officer not below the
rank of Executive Engineer or equivalent.

7.7 The bidder should have sufficient number of Technical and Administrative
employees for proper execution of the contract. The bidder should
submit a list of these employees stating clearly how these would be involved
in this work.

PART-A 28
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.0 Evaluation Criteria for Eligibility (Technical Bid)

8.1 The Eligibility details submitted by the bidders will be evaluated in the
following manner.
8.1.1 The criteria for eligibility prescribed in para 7.1 to 7.7 above in
respect of experience of similar class of works completed, bidding
capacity and financial turn over etc. will be first scrutinized and the
bidder’s eligibility for the work be determined.
8.1.2 The SAU, however, reserves the right to restrict the list of
bidders qualifying in technical bid evaluation to any number, as
deemed suitable by it.
8.2 Even though any bidder may satisfy the above requirements, he would be
liable to disqualification if he has:
8.2.1 Made misleading or false representation or deliberately
suppressed
the information in the forms, statements and enclosures
required in the eligibility criteria document.
8.2.2 Record of poor performance such as abandoning work, not
properly completing the contract, or financial failures / weaknesses
etc.

9.0 FINANCIAL INFORMATION

Bidder should furnish the following financial information:

a) Annual financial statement for the last five year in (Form “A”). This should be
supported by audited balance sheets and profit and loss accounts duly certified
by a chartered accountant, as submitted by the applicant to the income tax
department.
b) Solvency certificate in (Form “B”). Name and address of the bankers, identification
of individuals familiar with the applicant’s financial standing and a banker’s
statement on availability of credit.

10.0 EXPERIENCE IN WORKS HIGHLIGHTING EXPERIENCE IN SIMILAR WORKS

10.1 Bidder should furnish the following:

(a) List of all works of similar nature successfully completed during the last seven
years (in form “C”).

(b) List of the projects under execution or awarded (in Form “D”). This information
should be complete and no work should be left out.

10.2 Particulars of completed works and performance of the applicant duly authenticated/
certified by an officer not below the rank of Executive Engineer or equivalent should
be furnished separately for each eligible work completed (in Form “E”).

10.3 Information in (Form “D”) should be complete and no work should be left out.

11.0 ORGANISATION INFORMATION

Bidder is required to submit the information in respect of his organization (in forms ‘F” &
“G”).

PART-A 29
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

12.0 CONSTRUCTION PLANT & EQUIPMENT


Bidders should furnish the list of construction plant and equipment including steel
shuttering, centering and scaffolding to be used in carrying out the work (in Form
“H”). Details of any other plant & equipment required for the work not included in form
“H” and available with the bidder may also be indicated.

13.0 LETTER OF TRANSMITTAL


The bidder should submit the letter of transmittal attached with the
document.

14.0 OPENING OF THE FINANCIAL BID


After evaluation of eligibility documents (technical bid), a list of short listed agencies
qualified in eligibility criteria will be prepared. Thereafter, the financial bids of only the
qualified and technically acceptable bidders shall be opened at the notified time, date and
place in the presence of the qualified bidders or their representatives. The bids shall
remain valid for 120 days from the date of opening of the Technical Bids.

15.0 AWARD CRITERIA

15.1 The employer reserves the right, without being liable for any damages or obligation to
inform the bidder, to:

(a) Amend the scope and value of contract .

(b) Reject any or all of the applications without assigning any reason.

15.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize
the employer would result in rejection of his bid. Canvassing of any kind is prohibited.

16.0 Essential Submissions and Information

16.1 The bidder shall provide copies of work orders as well as completion certificates from the
past Employer as documentary proof for having executed similar works. However,
decision with regard to eligibility of the applicant will be taken by the Engineer in charge,
SAU, only after necessary documents provided by the applicant have been examined.

16.2 The applicant's performance for each eligible work completed in the last seven years
shall be certified by an officer not below the rank of Executive Engineer or equivalent.

16.3 The applicant must submit an undertaking that up to date tax returns have been filed
along with copies of such returns submitted to the concerned IT department/
Commercial Tax department.

16.4 The applicant shall own construction equipment as per list required for the proper and
timely execution of the work. Else, he shall certify that he would be able to manage
the equipment by hiring etc. and submit the list of firms from whom he proposes to
hire.

16.5 The applicant shall have sufficient number of Technical and Administrative employees
for the proper execution of the contract work. The applicant shall submit a list of the
employees stating clearly how they would be involved in this work.

16.6 Minimum requirement of Technical Staff for this work is given in clause 36 of schedule
F.
16.7 -----D e l e t e d - - - .

16.8 Credentials for the works submitted by the bidder for qualifying the eligibility criteria, if

PART-A 30
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

required, may be verified by the Engineer - in - Charge or his authorized representative


and the bidder will make necessary arrangement for local transport, arranging meeting
with client department, etc.

PART-A 31
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

4.3 SECTION III INFORMATION REGARDING ELIGIBILITY CRITERION

4.3.1 Letter of Transmittal

From:
…………………………………………..
……………………………………………
……………………………………………
To,
The Registrar,
South Asian University
Akbar Bhawan,
Chanakyapuri,
New Delhi - 110021
Sub: Construction of South Asian University Campus at Maidan Garhi New Delhi. Package-II: (i)
Faculty of Life Science and Earth Science Building including Laboratories, (ii) Three Faculty
Housing Blocks, (iii) Faculty Club and Guest House and (iv) Two Guard Houses; including
Basements, Superstructures, Interiors, Water supply, Sanitary Installations, Drainage, Internal
Electrical Installations, HVAC, Lifts, Fire Alarm & Fire Fighting System, Solar Water Heating System,
etc.

Sir,
Having examined the details given in Press Notice and D et a i l e d Bid document available on
designated websites for the above work, I /we hereby submit the relevant information.

1. I/We hereby certify that all the statement made and information supplied in the enclosed
forms A to H and accompanying statement are true and correct.

2. I/We have furnished all information and details necessary for eligibility and have no further
pertinent information to supply.

3. I/We submit the requisite certified solvency certificate and authorize SAU, New Delhi
to approach the Bank issuing the solvency certificate to confirm the correctness thereof.
I/We also authorize SAU, New Delhi to approach individuals, employers, firms and
corporation to verify our competence and general reputation.

4. I/We submit the certificates as per the form “E” in support of our suitability, technical
knowledge and capability for having successfully completed the following works:-
S.N. Name of work Amount Certificate issued by
1.
2.
3.

5. Technical / Eligibility bid documents are submitted online and Earnest money
amounting to Rs4,04,62,609/- in the prescribed form is submitted herewith under sealed
envelope.

6. Financial bid is submitted online.

Enclosures:

Seal of bidder

Date of submission SIGNATURE(S) OF BIDDER(S)

PART-A 32
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

FORM ‘A’

4.3.2 FINANCIAL INFORMATION

Name of the firm / contractor……………………………….:

I. Financial Analysis-Details to be furnished duly supported by figures in balance sheet /


profit & loss account for the last five years duly certified and audited by the Chartered
Accountants, as submitted by the applicant to the Income Tax SAU (Copies to be
attached).
Figures in Lakhs Rs.
Sl. Particulars Financial Years
No. 2010- 2011- 2012- 2013- 2014-
2011 2012 2013 2014 2015
i) Gross Annual turnover

ii) Turnover on construction


works

iii) Profit / Loss

II. Financial arrangements for carrying out the proposed work.

III. Solvency Certificate from Bankers of bidder in the prescribed Form “B”

SIGNATURE OF BIDDER(S)

Signature of Chartered Accountant with Seal

PART-A 33
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

FORM ‘B’

4.3.3 FORM OF BANKERS’ SOLVENCY CERTIFICATE FROM A SCHEDULED BANK

This is to certify that to the best of our knowledge and information that
M/s./Shri……………………………………… having marginally noted address, a customer
of our bank are / is respectable and can be treated as good for any engagement upto
a limit of Rs…………… (Rupees……………………………………..…).

This certificate is issued without any guarantee or responsibility on the bank or any of the
officers.

(Signature) For the Bank NOTE:

1. Bankers certificate should be on letter head of the Bank, sealed in cover addressed to the
Registrar, SAU, New Delhi - 110021 tendering authority.
2. In case of partnership firm, certificate should include names of all partners as
recorded with the Bank.
3. The certificate should not be more than 6 months old.

PART-A 34
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

FORM ‘C’

4.3.4 DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST SEVEN YEARS

Name of the firm / contractor…………………………….

Sl. Name of Owner or Cost of Date of Stipulate Actual date Litigation/ Name and Remarks
No. work / sponsoring work in commencement as date of of completion arbitration Address
project and organization crores per contract completion cases pending (Postal & E-
location / in progress mail) /
with details* telephone
number of
officer to
whom
reference
may be made

1 2 3 4 5 6 7 8 9 10

Certified that the above list of works is complete and no work has been left out and that the information given is correct to the best
of my / our knowledge and belief.

SIGNATURE OF BIDDER(S)

WITH STAMP
*indicate gross amount claimed and amount awarded by the Arbitrator.

PART-A 35
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

FORM ‘D’

4.3.5 PROJECTS UNDER EXECUTION OR AWARDED

Sl. Name of Owner or Cost of Date of Stipulated Upto date Slow Name and Remarks
No. work / sponsoring work commencement date of percentage progress Address
project organization as per contract completion progress of if any, and (Postal & E-
and work reasons mail) /
location thereof telephone
number of
officer to
whom
reference
may be
made

1 2 3 4 5 6 7 8 9 10

Certified that the above list of works is complete and no work has been left out and that the information given is correct to
the best of my / our knowledge and belief and if it is found incorrect at any stage , the employer shall have the right to
disqualify we/us.

SIGNATURE OF BIDDER(S) WITH STAMP

PART-A 36
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

FORM ‘E’
4.3.6 PERFORMANCE REPORT OF WORKS TO BE CONSIDERED FOR ELIGIBILITY

1. Name of work / Project & Location

2. Agreement No.

3. Estimated Cost

4. Tendered Cost

5. Date of Start

6. Date of completion

i) Stipulated Date of Completion


( as mentioned in work order )

ii) Actual Date of Completion


7. i) Status of Compensation
(Not Levied / Levied / Not Decided )

ii) Amount of compensation levied for


delayed completion, if any

8. Amount of reduced rate items, if any.


9. Whether any litigation / arbitration case pending /
in progress in respect of this work.

10. Performance Report


1) Quality of Work Very Good/Good/Fair/Poor
2) Financial Soundness Very Good/Good/Fair/Poor
3) Technical Proficiency Very Good/Good/Fair/Poor
4) Resourcefulness Very Good/Good/Fair/Poor
5) General Behaviour Very Good/Good/Fair/Poor
11 Remarks ( if any ):

Dated: Engineer-in-
Charge
Equivalent to EE with stamp

PART-A 37
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

FORM ‘F’
4.3.7 STRUCTURE & ORGANISATION

1. Name & Address of the bidder

2. Telephone No. /
Email id /Telex No./Fax No.
3. Legal status of the bidder
(attach copies of original document
defining the legal status).
a) An Individual
b) A proprietary firm
c) A firm in partnership
d) A limited company or Corporation
4. Particulars of registration with various Government bodies (attach attested photo-copy).

ORGANIZATION/PLACE OF REGISTRATION

1.

2.

3.

5. Names and Titles of Directors & Officers with


designation to be concerned with this work.
6. Designation of individuals authorized to act for the
organization.
7. Was the bidder ever required to suspend construction
for a period of more than six months continuously after
commencing the construction? If so, given the name
of the project and reasons of suspension of work.

8. Has the bidder, or any constituent partner in case of


partnership firm, ever abandoned the awarded work
before its completion? If so, give name of the project
and reasons for abandonment.

PART-A 38
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

9. Has the bidder, or any constituent partner in case of


partnership firm, ever been debarred/ black listed
for tendering in any organization at any time? If so,
give details.

10. Has the bidder, or any constituent partner in case of


partnership firm, ever been convicted by a court of
law? If so, give details.

11. In which field of Civil Engineering Construction the


bidder has specialization and interest?

12. Any other information considered necessary but not


included above.

Signature of bidder(s) with stamp

PART-A 39
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

FORM ‘G’

4.3.8 DETAILS OF TECHNICAL & ADMINISTRATIVE PERSONNEL TO BE DEPLOYED ON THE WORK

Sl. Designation Total Number Number Name Qualifications Professional/ How these Remarks
No. for this Construction would be
work experience involved in
and details of this work
work carried
out

1 2 3 4 5 6 7 8 9

SIGNATURE OF BIDDER(S) WITH STAMP

PART-A 40
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

FORM ‘H’
4.3.9 DETAILS OF CONSTRUCTION EQUIPMENT LIKELY TO BE USED IN CARRYING OUT THE WORK

Sl. Name of Equipment Nos. Capacity Age Condition Ownership status Current Remarks
No. or Type location
Presently Leased To be
Owned Purchased

1 2 3 4 5 6 7 8 9 10 11
1. Power driven mobile roller pan
mixer conforming to IS 2438.
(Heavy duty Lime mortar Mill )
2. Automatic Concrete Batching plants,
electrically operated with automatic
load cell weigh batching system
(minimum capacity 30 cum per
hour).
3. Tower Crane.
4. Excavator cum loader (JCB 3D
model or equivalent).

5. Compressor machine minimum 200


cfm with rock breaker.

6. DG set of minimum capacity 62.5


KVA.
7. Mini batching plant (12 cum./hr.).

PART-A 41
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8. Transit mixer.

9. Concrete pump (minimum capacity


30 cum/hr. & head 90m).

10. Needle Vibrators.


11. Plate Vibrators.
12. Dumper.
13. Reinforcement bending machine.
14. Reinforcement cutting machine.
15. Power driven earth rammer (Soil
Compactor).
16. Total station.
17. Auto level & staff.
18. Tractor with trolley.
19. Water tanker.
20. Welding machine 400 Ampere
21. Screener for coarse sand and fine
sand
22. Centrifugal mono block water pump
minimum capacity 2 HP
23. Any other machinery required for
completion of the work as per
decision of Engineer-in-charge.

PART-A 42
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

24. Builder’s Hoist


25. Concrete Mixer (Diesel)
26. Concrete Mixer (Electrical)

27. Welding Generators


28. Welding Transformers (10 KVA)
29. Cube Testing Machines
30. M.S. Pipes
31. Steel / Marine Ply shuttering (sqm)
32. Steel Scaffolding (sqm equivalent)
33. Grinding / Polishing Machine

34. Trucks

I, the undersigned, do hereby undertake that our firm M/s. ………………………………… shall deploy all plants, equipment’s
and machinery required for implementation of the project as per technical specifications. I also undertake to either own or have
assured access through hire or lease the key items of the equipment as specified in this form.

………………………….……………………….

Signed by an Authorized Signatory of the firm


With stamp

PART-A 43
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

5.0 PERCENTAGE RATE TENDER & CONTRACT FOR WORKS (CPWD-7)

Tender for the work of :

Construction of South Asian University Campus at Maidan Garhi New Delhi. Package-II: (i) Faculty of Life
Science and Earth Science Building including Laboratories, (ii) Three Faculty Housing Blocks, (iii) Faculty
Club and Guest House and (iv) Two Guard Houses; including Basements, Superstructures, Interiors, Water
supply, Sanitary Installations, Drainage, Internal Electrical Installations, HVAC, Lifts, Fire Alarm & Fire
Fighting System, Solar Water Heating System, etc.

TENDER
I/We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F Specification applicable,
Drawings & Designs, General Rules and Directions, Conditions of Contract, of 2014 with amendments up to
dt. 09/11/2015, clauses of contract, Special conditions, Schedule of Rate & other documents and Rules
referred to in the conditions of contract and all other contents in the tender document for the work
“Construction of South Asian University Campus at Maidan Garhi New Delhi. Package-II: (i) Faculty
of Life Science and Earth Science Building including Laboratories, (ii) Three Faculty Housing Blocks,
(iii) Faculty Club and Guest House and (iv) Two Guard Houses; including Basements,
Superstructures, Interiors, Water supply, Sanitary Installations, Drainage, Internal Electrical
Installations, HVAC, Lifts, Fire Alarm & Fire Fighting System, Solar Water Heating System, etc.”

I/We hereby tender for the execution of the work specified for the SAU within the time specified in
Schedule ‘F’ viz., schedule of quantities and in accordance in all respect with the specifications,
designs, drawing and instructions in writing referred to in Rule-1 of General Rules and Directions and
in Clause 11 of the Conditions of contract of 2014 with amendments up to the last date 0 9. 11.2015
with such materials as are provided for, by, and in respect of accordance with, such conditions so far
as applicable.

We agree to keep the tender open for One Hundred Twenty (120) days from the date of opening of
Technical bid and not to make any modification in its terms and conditions.

A sum of Rs4,04,62,609/- is hereby forwarded in cash/receipt / deposit at call receipt of a scheduled


bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank guarantee issued
by a scheduled bank as earnest money. If I/We, fail to furnish the prescribed performance guarantee
within prescribed period, I/We agree that the said SAU or his successors representatives, in office shall
without prejudice to any other right or remedy, be at liberty to forfeit the said earnest money absolutely.
Further, if I/We fail to commence work as specified,

I/W e agree that SAU or the successors representatives in office shall without prejudice to any other
right or remedy available in law, be at liberty to forfeit the said earnest money and the performance
guarantee absolutely, otherwise the said earnest money shall be retained by him towards security
deposit to execute all the works referred to in the tender documents upon the terms and conditions
contained or referred to those in excess of that limit at the rates to be determined in accordance
with the provision contained in Clause 12.2 and 12.3 of the tender form. Further, I/W e agree that in
case of forfeiture of Earnest Money & Performance Guarantee as aforesaid, I/We shall be debarred for
participation in the re-tendering process of the work.

I/W e undertake and confirm that eligible similar work(s) has/have not been got executed through another
contractor on back to back basis. Further that, if such a violation comes to the notice of SAU, then
I/W e shall be debarred for tendering in SAU in future forever. Also, if such a violation comes to the
notice of SAU before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount
of Earnest Money Deposit/ Performance Guarantee.

PART-A 44
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

I/W e hereby declare that I/We shall treat the tender documents drawings and other records connected
with the work as secret/confidential documents and shall not communicate information/derived there
from to any person other than a person to whom I/We am/are authorized to communicate the same or
use the information in any manner prejudicial to the safety of the State.

Dated: …………..…………….** Signature of Contractor **

Witness: **

Address: ** Postal Address **

Occupation: **

PART-A 45
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

5.1 LETTER OF ACCEPTANCE

The above tender (as modified by you as provided in the letters mentioned hereunder) is
accepted by me for an on behalf of the SAU for a sum of Rs..………*……….……..
(Rupee………..………………………………………*……………………………………………………
………………….....………………...).

The letters referred to below shall form part of this contract agreement:-

(a) *
(b) *
(c) *

For & on behalf of SAU

Signature …………………*……………………

Dated: ……*…….. Designation ………………*………

PART-A 46
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

5.2 PROFORMA OF SCHEDULES


SCHEDULE ‘A’

Schedule of quantities as per Part-C from page 821 to page 1035 only

SCHEDULE 'B'

Schedule of materials to be issued to the contractor.

S. Description of item Quantity Rates in figures & words at Place of


No. Which the material will be issue
charged to the contractor

NIL

SCHEDULE 'C'

Tools and plants to be hired to the contractor

S. No. Description Hire charges per day Place of Issue

NIL

SCHEDULE ‘D’

Extra schedule for specific requirements /document for the work, if any. NIL

SCHEDULE ‘E’

Reference to General Conditions of Contract: General Conditions of Contract 2014 with


amendments issued up to the date 09.11.2015.

Name of Work: Construction of South Asian University Campus at Maidan Garhi New Delhi.
Package-II: (i) Faculty of Life Science and Earth Science Building including Laboratories, (ii)
Three Faculty Housing Blocks, (iii) Faculty Club and Guest House and (iv) Two Guard Houses;
including Basements, Superstructures, Interiors, Water supply, Sanitary Installations, Drainage,
Internal Electrical Installations, HVAC, Lifts, Fire Alarm & Fire Fighting System, Solar Water
Heating System, etc.

Estimated cost of work

I. Estimated cost of Work Rs.394,62,60,925/-


ii. Earnest Money Rs.4,04,62,609/-
iii. Performance Guarantee 5% of tendered amount
iv. Security Deposit 2.5% of tendered amount

PART-A 47
REVISION-R01
TENDER PACKAGE II

SCHEDULE 'F' (GENERAL RULES & DIRECTIONS)

Officer inviting tender : SAU, New Delhi – 110021

Definitions:
(i) Engineer-in-Charge Authorized representative of SAU, to be decided
later

(ii) Accepting Authority Building Works Committee ( BWC ), SAU

(iii) Percentage on cost of 15%


materials and Labour to cover
all overheads and profits
(ix) Standard Schedule of Rates DSR 2014 and DSR (E&M) 2014 with amendments up to
date correction up to date of submission of tender.
(v) Department South Asian University or it’s authorized
representative.
(vi) Standard CPW D Contract CPWD Form 7 & GCC 2014 modified & Corrected
Form GCC 2014 up-to 09.11.2015
Clause 1

(i) Time allowed for submission of Performance Guarantee 15 (Fifteen) days


from the date of issue of letter of acceptance
(ii) Maximum allowable extension beyond the period provided 7 (Seven) days with late fee
in (i) above @ 0.1% per day of the PG
amount.

Clause 2

Authority for fixing compensation under clause 2 President, SAU, New Delhi –
110021 or successor thereof

Clause 2A

Whether Clause 2A shall be applicable Yes

Clause 5

Number of days from the date of issue of letter of 22 (twenty-two) days or date
acceptance for reckoning date of start of handing over of site
whichever is later

PART-A 48
REVISION-R01
TENDER PACKAGE II

Milestones
Sl. Description of Milestone (Physical) Time Amount
No allowed to be
in withheld
months if
Faculty of Faculty and Faculty and Faculty and Faculty Guard (from milestone
Life Science Staff Staff Staff Club and Room start) is not
and Earth Housing Housing Housing Guest achieved
Science Cluster 1 Cluster 2 Cluster 3 House
1 Structural Structural -- -- -- -- 6 0.25% of
Works upto Works upto months tendered
Level (00) Level (2) amount
2 Structural Structural Structural Structural -- -- 11 0.75% of
Works upto Works upto Works upto Works upto months tendered
Level (4) Level (8) Level (2) Level (2) amount
ACC Block ACC Block -- -- -- --
Work upto work upto
Level (2) Level (6)
Internal Internal -- -- -- --
MEP Works MEP Works
upto Lvl (2) upto Lvl (6)
3 Structural Structural Structural Structural -- -- 17 0.75% of
Works Works Works upto Works upto months tendered
complete complete Level (8) Level (8) amount
ACC Block ACC Block ACC Block ACC Block -- --
Work Work work upto work upto
complete complete Level (6) Level (6)
Internal Internal Internal Internal -- --
MEP Works MEP Works MEP Works MEP Works
complete complete upto Lvl (6) upto Lvl (6)
4 -- -- Structural Structural Structural -- 22 1.00% of
Works Works Works months tendered
complete complete complete amount
External External -- -- -- --
Plaster Plaster
Complete Complete
Internal Internal -- -- -- --
Finishing Finishing
(Flooring, (Flooring,
Cladding, Cladding,
Base coat of Base coat of
Paint, etc.) Paint, etc.)
upto Level upto Level
(4) (8)
Installation Installation -- -- -- --
of MEP of MEP
Fittings and Fittings and
Fixtures, Fixtures,
complete complete
with their with their
Testing upto Testing upto
Level (4) Level (8)

PART-A 49
REVISION-R01
TENDER PACKAGE II

5 Completion Completion -- -- -- -- 26 1.00% of


of Internal of Internal months tendered
Landscape, Landscape, amount
Commission Commissioni
ing of MEP ng of MEP
services services
and handing and handing
over of over of
complete complete
building building

-- -- External External External --


Plaster Plaster Plaster
Complete Complete Complete
-- -- Internal Internal Internal --
Finishing Finishing Finishing
(Flooring, (Flooring, (Flooring,
Cladding, Cladding, Cladding,
Base coat of Base coat of Base coat
Paint, etc.) Paint, etc.) of Paint,
upto Level upto Level etc.) upto
(8) (8) Level (0)
-- -- Installation Installation Installation --
of MEP of MEP of MEP
Fittings and Fittings and Fittings
Fixtures, Fixtures, and
complete complete Fixtures,
with their with their complete
Testing upto Testing upto with their
Level (8) Level (8) Testing
6 -- -- Completion Completion Completion Completi 30 0.25% of
of Internal of Internal of Internal on and months tendered
Landscape, Landscape, Landscape handing amount
Commissioni Commissioni , over
ng of MEP ng of MEP Commissio
services services ning of
and handing and handing MEP
over of over of services
complete complete and
building building handing
over of
complete
building

PART-A 50
REVISION-R01
TENDER PACKAGE II

Time allowed for execution of work – 30 Months.


Authority to decide
(i) Extension of Time President, SAU or authorized representative

(ii) Rescheduling of time Stones President, SAU or authorized representative

(iii) Shifting of date of start in case President, SAU or authorized representative


of delay in handing over of site:

Clause 6, 6A

Clause applicable - (6 or 6A) 6A

Clause 7

Gross work to be done Rs. 10 Crores or part thereof as per the discretion
of Engineer in charge.
together with net
payment /adjustment of
advances for material
collected, if any, since the last
such payment for being
eligible to interim payment

Clause 7 A Applicable
No running account bill shall be paid for the work till the applicable labour licenses, registration with
EPFO, ESIC and BOCW welfare board whatever applicable are submitted by the contractor to the
Engineer In Charge.( This may be relaxed up to certain period by the President, SAU on discretion) .

PART-A 51
REVISION-R01
TENDER PACKAGE II

Clause 10A
List of testing equipment to be provided by the contractor at site lab as per Annexure-I. For electrical
and mechanical part, all measuring and testing equipment for testing during the progress of work and
final testing and commissioning shall be provided by the contractor as per CPWD general specifications
for electrical works part-I- 2013 and electrical works part –II (external) -1994 amended up to 31-10-
2015.
Clause 10B(ii)

Whether Clause 10 B (ii) shall be applicable Yes

Clause 10C
Component of labour expressed as percent of value of Applicable
work

Clause 10CA Applicable

Sl. Material covered Nearest Materials Base Price and its


No. under this clause (other than cement, corresponding period of all the
reinforcement bars materials covered under clause
and structural steel) 10 CA vide circular No.
for which all India DG/10CA/28 dt. 08.09.2015
Wholesale Price Index
to be followed.
1 Portland Rs 4240/- Per MT Base price yetto
be notified by
Pozzolana CPWD for
2 Reinforcement bars TMT- Rs 40505/- Per MT calculation of
500D (Primary 10CA for the
manufacturer) month of
December 2015,
3 Structural steel(Primary Rs 39722/- Per MT the same shall
be considered.
manufacturer)

Clause 10CC : Applicable


Schedule of component of other materials, Labour, POL etc. for price escalation:-

Component of civil (Except materials covered under clause 10CA) 75% minus cement &
steel under clause 10CA
Component of labour expressed as percent of total value of work 25%

Component of P.O.L. expressed as percent of total value of work Nil

Component of E& M Works ( except EI, Street light & cabling Other E&M works except
E&M item/material covered under clause etc. EI, Street light & cabling
10 CA if any) etc.
Value of work - 75% 90%
Component of Labour 25% 10%

PART-A 52
REVISION-R01
TENDER PACKAGE II

Clause 11
Specifications to be followed for execution of 1) Civil works; CPWD Specifications 2009
work volume- I & II with corrections slips up to
the last date of submission/uploading of
tender, Manufactures specifications and
directions of Engineer in charge.

2) E&M works; CPWD General Specifications


for Electrical Works Part I Internal – 2013,
Part IV Sub Station–2013, Heating,
Ventilation & Air-Conditioning(HVAC)-
2004,
Part-III-Lifts & Escalators-2003, Wet riser
cum Down comer 2006

Clause 12

Type of work : Project & Original work

Maximum percentage for quantity of items of work to


be executed beyond which rates are to be
determined in accordance with Clauses 12.2, 12.3 : Please refer below
12.2. Deviation limit beyond which clauses 12.2 & 30% (Thirty percent)
12.3 12.3 shall apply for building work
12.5 i) Deviation Limit beyond which clauses 12.2 & 30% (Thirty percent)
12.3 shall apply for foundation work (except
earth work)
ii) Deviation Limit for items in earth work 100% (One Hundred percent)
subhead of DSR or related items
Clause 16
Competent Authority for deciding President, SAU, New Delhi – 110021 or
reduced rates. successor thereof

PART-A 53
REVISION-R01
TENDER PACKAGE II

Clause 17
Defects Liability Period 24 Months

Clause 18

List of mandatory machinery, tools & plants to be deployed by the contractor at site:-
i) for civil works ; As per Annexure – I and
ii) for electrical and mechanical works; as required for E & M works and as decided by engineer
in charge.
Clause 25

Constitution of Dispute Redressal Committee:- SAU (These may however can be changed on the
discretion of President, SAU.)

(A) Total Claims upto 25 Lacs


Chairman OSD/Chief Liaison Officer, SAU
Member Director Finance, SAU
Member Executive Engineer, SAU
Presenting Office; Engineer in charge from PMC
(B) Total Claims above 25 Lacs
Chairman Vice President SAU
Member OSD/Chief Liaison Officer, SAU
Member Director Finance, SAU
Member Executive Engineer, SAU
Member One BWC Member shall be Nominated by Chairman of BWC whenever the
need arises.
Presenting Officer Engineer in charge from PMC
Note: The above constitution of Dispute Redressal Committee is subject to change, for
which necessary notification shall be issued by the competent authority of the SAU, if
required.

PART-A 54
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Clause 36 (i)
Minimum Requirment of Technical Staff and Recovery Rates
Manpower Minimum Designation Rate at which
experience recovery shall be
Qualification Number (Years) made from the
(For Civil+ E&M Component) contractor in the event of
not fulfilling provision of
clause 36(i)
A. Requirement of Technical Staff
Graduate Engineer 1 20( and having Project Manager Rs. 1,00,000 per month
(Civil) experience of
one similar
nature of work)
Graduate Engineer 2+1 15( and having Deputy Project Rs. 80,000 per month Per
experience of Manager Person
one similar
nature of work)
Graduate Engineer 6+2 6

Or or Senior Rs. 40,000 per month Per


Diploma Engineer Project/Site Person
10 Engineer
Respectively
Diploma Engineer 4+1 5( and having Site Engineers Rs. 30,000 per month Per
experience of Person
one similar
nature of work)
Graduate Engineer 1 8 Quality Engineer Rs. 50,000 per month Per
Person
Diploma Engineer 1 8 Surveyor Rs.30,000 per month
Graduate Engineer 1 6 Project Planning Rs. 40,000 per month Per
( Primavera Expert) Person
Graduate Engineer 1 6 Billing Engineer Rs. 40,000 per month Per
Person
B. Requirement of Safety and Environment Staff
PG Dip. In Ind. Safety 1 5 Years Exp. of Chief SHE Rs. 60,000 per month Per
similar nature Manager Person

Graduate/ Diploma in 2 2 years Exp. of Junior SHE Rs. 30,000 per month Per
Safety similar nature Manager Person
PG Deg/Dip in Env 1 2 Years Exp. of Environment Rs. 30,000 per month Per
Engg/ B.tech. Env. similar nature Manager Person

Note:
1.Foremen ,Supervisors and Safety Stewards with basic qualification and SHE certificate as per
requirement and instruction of Engineer in Charge at site.
2. The above technical representative shall be mobilized at site as per the deployment schedule given
in this NIT (Annexure -IV).

Assistant Engineers retired from Government services who are holding Diploma will be treated at par
with Graduate Engineers. Diploma holder with minimum 10 year relevant experience with a reputed
construction company can be treated at par with Graduate Engineers for the purpose of such

PART-A 55
REVISION-R01
TENDER PACKAGE II

deployment subject to the condition that such diploma holders should not exceed 50% of requirement
of degree engineers.

The contractor shall submit a certificate of employment of the technical representative(s) (in the form of
copy of Form -16 or CPF deduction issued to the Engineers employed by him) along with every
account bill/final bill and shall produce evidence if at any times so required by the Engineer-in-charge.
The CV of technical persons shall be presented to Engineer in charge before deployment in
above work for approval. Once inducted they will not be transferred or removed without the permission
on Engineer in Charge.

Clause 42

(i) (a) Schedule/statement for determining theoretical quantity DSR 2014 with upto
of cement & bitumen on the basis of Delhi Schedule of date correction
Rates slips.
(ii) Variations permissible on theoretical quantities:

(a) Cement
For works with estimated cost put to tender more than 2% (Two percent)
Rs. 5 lakh. plus / minus .

(b) Bitumen for all works 2.5% (Two point five


percent) plus only and
nil on minus side.
(c) Steel Reinforcement and structural steel sections for 2% (Two percent) plus
each diameter, section and category / minus

(d) All other materials Nil

PART-A 56
REVISION-R01
TENDER PACKAGE II

ANNEXURE – I
5.3 Equipment for Testing of Materials & Concrete at Site Laboratory

All necessary equipment for conducting all necessary tests shall be provided at the site
in the well furnished site laboratory of minimum 1000 Square Feet by the contractor at
his own cost The following minimum laboratory equipments shall be set up at site office
laboratory:-

Sl. No. Equipment Numbers


(Minimum)
1. 100MT compression testing machine, electrical-cum-manually 2
operated)
2. Slump cone, steel plate, tamping rod, steel scale, scoop 10
3. Vicats apparatus with Desk pot 2
4. Megger & earth resistance tester 2
5. Pumps and pressure gauges for hydraulic testing of 2
pipes
6. Weighing scale platform type 300 Kg capacity 1
7. Graduated glass measuring cylinder As per requirement
8. Sets of sieves of 450mm internal dia for coarse aggregate 2
[100mm, 80mm, 40mm; 20mm; 12.5mm,
10mm; 4.75mm complete with lid and pan]
9. Sets of sieves of 200mm internal dia for fine aggregate 2
[4.75mm; 2.36mm; 1.18mm; 600 microns; 300 microns & 150
micron , with lid and pan]
10. Sieve Brushes and sieve shaker capable of 200mm and 300mm 1
dia sieves , manually operated with timing switch assembly

11. Cube moulds size 70mmx70mmx70mm 18

12. Cube moulds size 150mmx150mmx150mm 72


13. Ultrasonic Test Equipment (For concrete) 1
14. Hot air oven temp. Range 50oc to 300oc- sensivity 1 degree 1

15. Electronic balance 600gx0.1g., 10kg and 50 kg


2
16. Physical balance weight upto 5 kg 1
17. Digital thermometer upto 150oc 2
18. Air Content of concrete testing machine 1
19. Measuring jars 100ml, 200ml, 500ml 3 nos each size
20. Gauging trowels 100mm & 200mm with wooden 2
handle
21. Spatula 100mm & 200mm with long blade wooden 2
handle

PART-A 57
REVISION-R01
TENDER PACKAGE II

Sl. Equipment Numbers


No (Minimum)
22. Vernier calipers 12” & 6” size 2 each
23. Digital PH meter least count 0.01mm 1each
24. Digital Micrometer least count. 0.01mm 1 each
25. Digital paint thickness meter for steel 500 micron 2
range
26. GI tray 600x450x50mm, 450x300x40mm,300x250x40mm 2 nos each
27. Electric Motor mixer 0.25 cum capacity 2
28. Rebound hammer test digital rebound hammer 2
29. Screw gauge 0.1mm-10mm, least count 0.05 4
30. Water testing kit 2
31. Motorized sieve shaker 1
32. Pruning Rods 2 Kg weight length 40 cm and ramming face 25 2
mm2
33. Extra Bottom plates for 15 cm cube mould 10
34. Standard Vibration Table for gauging the cubes 1
35. Pocket concrete penetrometer 0 to 50kg/ sq.cm 1
36. Concrete temperature measuring thermometer with Brass 2
protection sheath 0- 100 degree centigrade
37. Mortar Cube vibrator 1
38. Dial type spring balance preferable with zero correction knob 1
capacity 100 kgs reading to ½ kg.
39. Counter scale capacity 1 kg and 10 kg 1
40.a Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 200 gm, 100 gm 1 each
40 .b Standard Weights up to 2000 kg for calibration of Batching 1 Set
Plant at site
41. Brass Weight of 50 gm, 20 gm, 10 gm, 5 gm, 2 gm, 1 gm 1 each
42. Measuring cylinder TPX or Poly propylene capacity 100 ml, 500 1 each
ml, 250 ml, 100 ml
43. Pyrex, corning or Borosil beakers with cover capacity 500 ml, 2 each
200 ml, 50 ml
44. Wash Bottles capacity 500 ml 3
45. Thermometers 1-100 degree centigrades/ max. and Min/ Dry 3
and wet with table

46. Set of box spanner ratchet 2


47. Hammer 1lb& 2lb 2 each
48. Rubber Hammer 2

PART-A 58
REVISION-R01
TENDER PACKAGE II

Sl. Equipment Numbers


No (Minimum)
49. Hacksaw with 6 blades 2
50. Measuring tape 3 mtrs, 5 Mtrs, 15 Mtrs, 30 Mtrs 5 Nos Each
51. Depth gauge 20cm 3
52. Shovels& Spade 3
53. Steel plates 5 mm thick 75x75 cm 4
54. Plastic or G.I. Buckets 15 ltr, 10 ltr, 5 ltr 1 each
55. Wheel Barrow 3
56. Floor Brushes, hair dusters, scrappers, wire brush, paint 5 each
brushes, shutter steel plat oil, kerosene with stove etc.

57. Any other equipment for site tests as outlined in BIS codes and
as directed by the Engineer-in-charge.
58. Equipment for testing of soil compaction by Sand 1 set each
Replacement and Core Cutting Method.

PART-A 59
REVISION-R01
TENDER PACKAGE II

(ANNEXURE-II)

5.4 PLANT AND EQUIPMENT REQUIRED TO BE OWNED / TAKEN ON


LEASE BY THE CONTRACTOR

S. No. Machinery Nos.


1 Excavator cum loader ( L& T Poclain- PC- 200 or equivalent) with rock 3
breaker arrangement
2 Excavator cum loader ( L& T Poclain- PC- 72 or equivalent) 1
3 Excavator cum loader ( JCB 3 D Model or equivalent) 2
4 Tower crane of 45mtr. Ht. 5
5 Builders hoist 8
6 Concrete pump( Minimum capacity 30 Cum Per hour and Head 90 M) 2
7 Boom Placer 1
8 Needle vibrators 15
9 Transit Mixers 4
10 Automatic Concrete Batching plants, (with silo) electrically 1
operated with DG Backup, Automatic Load Cell Weigh batching
system (Minimum Capacity 30 Cu. M. per hour)
11 Earth Compactors 2
12 Total Stations 2
13 Electric pump/Centrifugal mono block water pump for curing and As required
dewatering on site
14 Dumpers 2
15 Plate vibrators 3
16 Bar bending machine 10
17 Bar cutting machine 10
18 Water Tanker 3
19 Mortar Mixers 3
Note : The above list is only indicative and not exhaustive. The contractor is required to deploy
necessary equipment for achieving the progress as per Milestone Schedule given in Schedule F
Clause 5 and the completion of Entire Work within 30 Months’ time from the start of work. These
resources are minimum for peak period of each activity. All plants and equipments need not to be
mobilised simultaneously, plants and equipments as required as per the progress of work shall be
brought at site in advance as directed by the engineer in charge.

PART-A 60
REVISION-R01
TENDER PACKAGE II

(ANNEXURE-III)

5.5 RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

S. No. Description of Item Rates in figures and words at which


recovery shall be made from the
Contractor
Excess Less use
beyond beyond
permissible permissible
variation variation

1. Cement PPC Conforming to IS


1489 (Part I) Fly ash based Nil Rs 6000/- Per MT
2. Steel Reinforcement TMT Bar of all
diameters Nil NA
3. Structural Sections
Nil NA.

Items which are to be executed through specialized agency: As detailed at clause No. 6.1.46
of special conditions.

The agency shall be got approved from the Engineer In Charge before start of specialized
work.

PART-A 61
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

ANNEXURE IV
5.6 DEPLOYMENT SCHEDULE
MONTHS
S No. Designation Discipline Qualification Experience Total 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Remarks
MM

1 Project Civil Graduate 20 years 30 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Till


Manager Completion
2 Dy. PM -1 Civil Graduate 15 years 20 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
3 Dy. PM -2 Civil Graduate 15 years 25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
4 Dy. PM -3 Electrical Graduate 15 years 27 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Till
Completion
5 Sr. Er-01 Civil( Graduate 8 years 28 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
Quality)
6 Sr Er-02 Civil(Billin Graduate 6 years 30 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Till
g) Completion
7 Sr Er-03 Civil(Plan Graduate 6 years 30 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Till
ning) Completion
8 Sr Er-04 Civil Graduate 5 years 42 1 1 1 1 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 1 1
9 Sr Er-05 Civil Graduate 5 years 42 1 1 1 1 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 1 1
10 Sr Er-06 Civil Graduate 5 years 42 1 1 1 1 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 1 1
11 Sr Er-08 Mechanic Graduate 5 years 25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
al
12 Sr Er-09 Electrical Graduate 5 years 24 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
13 Jr Er-01 Civil Diploma 5 years 42 1 1 1 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 1 1 1
14 Jr Er-02 Civil Diploma 5 years 46 1 1 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 1 1 1 1 1 1
15 Jr Er-03 Electrical Diploma 5 years 20 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
16 Jr Er-04 Civil(Surv Diploma 8 years 30 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
ey)
17 Chief SHE Safety PG Dip in 5 years 23 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
Mgr Ind.Saf similar
Exp.
18 Jr SHE Mgr Safety GR/Dip 2 years 46 1 1 1 1 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 1 1 1 1 1 1 1 1
similar
Exp.
19 Env Mgr Safety PG Dip in Env 2 years 28 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1
similar
Exp.
600 25
Note:
Supervisor Civil As per requirement at site
Safety Safety Basic Qual As per requirement at site
Steward with
SHE
certificate

PART-A 62
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.0 - PART-B

SPECIAL, ADDITIONAL
CONDITIONS &
PARTICULAR SPECIFICATIONS

PART-B 1
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.0 PART – B SPECIAL, ADDITIONAL CONDITIONS & PARTICULAR SPECIFICATIONS

6.1 SPECIAL CONDITIONS - GENERAL

6.1.1 The Contractors are advised to inspect and examine the site and its surroundings and satisfy
themselves with the nature of site, the means of access to the site, the constraints of space for
stacking material / machinery, labour etc. constraints put by local regulations, if any, weather
conditions at site, general ground / subsoil conditions etc. or any other circumstances
which may affect or influence their tenders. The site is available for work. The Contractor shall
carry out survey of the work area, at his own cost, setting out the layout and fixing of alignment of
the building as per architectural and Structural drawings in consultation with the Engineer-in-
Charge and proceed further ensuring full structural continuity and integrated and monolithic
construction. Any discrepancy between the architectural drawings and actual layout at site shall
be brought to the notice of the Engineer-in-charge. It shall be responsibility of the Contractor to
ensure correct setting out of alignment. Nothing extra shall be payable on this account. No
claims, whatsoever, shall be entertained at a later date for any errors found, on plea that the
information supplied by the SAU in the tender is insufficient or is at variance with the actual site
conditions.
6.1.2 The Contractor shall, if required by him, before submission of the tender, inspect the
drawings in the Office of the Executive Engineer , SAU, Akbar Bhawan, Chanakyapuri, New
Delhi-110021. The SAU shall not bear any responsibility for the lack of knowledge and also the
consequences, thereof to the Contractor. The information and data shown in the drawings and
mentioned in the tender documents have been furnished for general information and guidance
only. The Engineer-in-Charge, in no case, shall be held responsible for the accuracy thereof
and/or interpretations or conclusions drawn there from by the Contractor and all
consequences shall be borne by the Contractor. No claim, whatsoever, shall be entertained
from the Contractor, if the data or information furnished in tender document is different or in-
correct otherwise or actual working drawings are at variance with the drawings available for
inspection or attached to the tender documents. It is presumed that the Contractor
shall satisfy himself for all possible contingencies, incidental charges, wastages, bottlenecks
etc. likely during execution of work and acts of coordination, which may be required between
different agencies. Nothing extra shall be payable on this account.
6.1.3 The nomenclature of the item given in the schedule of quantities gives in general the work
content but is not exhaustive i.e. does not mention all the incidental works required to be
carried out for complete execution of the item of work. The work shall be carried out , all in
accordance with true intent and meaning of the specifications and the drawings taken
together, regardless of whether the same may or may not be particularly shown on the
drawings and/or described in the specifications, provided that the same can be reasonably
inferred there from may be several incidental works, which are not mentioned in the
nomenclature of each item but will be necessary to complete the item in all respect. All these
incidental works / costs which are not mentioned in item nomenclature but are necessary to
complete the item shall be deemed to have been included in the rates quoted by the
contractor for various items in the schedule of quantities. No adjustment of rates shall be
made for any variation in quantum of incidental works due to variation / change in actual
working drawings. Also, no adjustment of rates shall be made due to any change in
incidental works or any other deviation in such element of work (which is incidental to the
items of work and are necessary to complete such items in all respects) on account of the
directions of Engineer-in-Charge. Nothing extra shall be payable on this account.
6.1.4 The contractor(s) shall give to the local body, police and other authorities all necessary
notices etc. that may be required by law and obtain all requisite licenses for temporary
obstructions, enclosures etc. and pay all fee, taxes and charges which may be leviable on
account of these operations in executing the contract. He shall make good any damage to the
adjoining property whether public or private and shall supply and maintain lights either for
illumination or for cautioning the public at night.

PART-B 2
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Proper temporary barricading by fencing with G.I. sheets, shall be carried out by the Contractor at
the start of work to physically define the boundaries of the plot for restricted entry to only those
involved in the work and also to prevent any accidents, at the same time without causing any
inconvenience to the traffic and the users of the buildings in the adjacent plots. It shall be
done by providing, erecting, maintaining temporary protective barricading of minimum 3.0
metres in height, made in panels, with each panel having MS frames / MS scaffolding pipes of
suitable size and stiffness, with 24 gauge thick GI corrugated sheet or suitably stiffened plain GI
sheet fixed on frames. Such panels shall be suitably connected to each other for stability with
nuts and bolts, hooks, clamps etc. and fixed firmly to the ground at about 2 metres spacing, for
the entire duration till completion of the work. He shall also provide and erect temporary
protective barricades within the plot, if required, to prevent any accident. Temporary protective
roofing near the Entrance to the building, under construction, shall be made to protect the
visiting officials from getting hurt by falling debris etc. Also, one or more coat of enamel paint of
shade as approved and directed by the Engineer-in-Charge shall be applied on the panels and
"SAU" shall be painted over that in suitable sizes, shapes and numbers as directed by the
Engineer-in-Charge. It shall be dismantled and taken away by the Contractor after the
completion of work at his own cost with the approval of the Engineer-in- Charge. Nothing extra
shall be payable on this account.
The contractor shall maintain it during the complete period of execution and realign it if
required, for execution of works. A penalty of Rs. 5000/- per day shall be levied for not
maintaining the barricading in good condition or breach of any of the above conditions as per the
direction of Engineer-in-charge.
6.1.5 The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary
caution boards day and night. In case of any accident of labours/ contractual staffs the entire
responsibility will rest on the part of the contractor and any compensation under such
circumstances, if becomes payable, shall be entirely borne by the contractor.

6.1.6 The work shall generally be carried out in accordance with the “CPWD Specifications 2009 Vol.
I & II” with up to date correction slips, additional/Particular Specifications,
architectural/Structural drawings and as per instructions of Engineer-in-Charge. Any
additional item of the work, if taken up subsequently, shall also confirm to the relevant
CPWD specifications as mentioned above.

6.1.7 The several documents forming the tender are to be taken as mutually complementary to one
another. Detailed drawings shall be followed in preference to small scale drawings and figured
dimensions in preference to scale dimensions.

6.1.8 There be any difference or discrepancy between the description of items as given in the
schedule of quantities, particular specifications for individual items of work (including special
conditions) and I.S. Codes etc., the following order of preference shall be observed.
I. Description of items as given in Schedule of quantities
II. Particular specifications
III. Special conditions
IV. Additional Condition
V. Tender drawings attached
VI. CPWD Specifications including correction slips issued up to the last date of
uploading/submission of tender.
VII. General Conditions of Contract for CPWD works including correction slips issued up to
the last date of uploading/submission of tender.
VIII. Indian Standards Specifications of B.I.S.
IX. ASTM, BS, or other foreign origin code mentioned in tender document.
X. Manufacturer’s specifications and as decided by the Engineer-in-Charge.
XI. Sound Engineering practices or well established local construction practices.

PART-B 3
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.1.9 The works to be governed by this contract shall cover delivery and transportation up to
destination, safe custody at site, insurance, erection, testing and commissioning of the entire
works.

The works to be undertaken by the contractor shall inter-alia include the following:

I. Preparation of detailed SHOP drawings and AS BUILT drawings wherever applicable.


II. Obtaining of Statutory permissions where-ever applicable and required.
III. Pre-commissioning tests as per relevant standard specifications, code of practice, Acts
and Rules wherever required.
IV. Warranty obligation for the equipments and / or fittings/fixtures supplied by the
contractor. Contractor shall provide all the shop drawings or layout drawings for all the
V. co-ordinated services before starting any work or placing any order of any of the
services etc. These shop drawings/layout drawings shall be got approved from
VI. Engineer-in-charge before implementation and this shall be binding on the contractor.
The contractor shall submit material submittals along with material sample for approval
of Engineer-in-Charge prior to delivery of material at site.
VII. All shop drawings shall be got approved by Engineer In Charge or his authorized
representative like PA/ PMC before start of work.

6.1.10 The work shall be carried out in accordance with the approved architectural drawings,
structural drawings, service drawings to be issued from time to time, by the Engineer-in-
Charge. Before commencement of any item of work the contractor shall correlate all the
relevant architectural and structural drawings, nomenclature of items and specifications etc.
issued for the work and satisfy himself that the information available from there is complete
and unambiguous. The figure and written dimension of the drawings shall be superseding
the measurement by scale. The discrepancy, if any, shall be brought to the notice of the
Engineer-in- charge before execution of the work. The contractor alone shall be responsible for
any loss or damage occurring by the commencement of work on the basis of any
erroneous and or incomplete information and no claim whatsoever shall be entertained by
the SAU on this account.

6.1.11 Unless otherwise provided in the Schedule of quantities vide Part-C, the rates
tendered by the contractor shall be all inclusive and shall apply to all heights, lifts, leads and
depths of the building and nothing extra shall be payable to him on this account. Payment for
centering, shuttering, however, if required to be done for floor heights greater than 3.5m shall
be admissible at rates arrived in accordance with clause 12 of the agreement if not already
specified.

6.1.12 The Contractor(s) shall take instructions from the Engineer-in-Charge regarding collection and
stacking of materials at any place. No excavated earth or building rubbish shall be stacked on
areas where other buildings, roads, services and compound walls are to be constructed. The
stacking shall take place as per stacking plan however, if any change is required, the same shall
be done with the approval of Engineer-in-Charge.
6.1.13 The contractor shall engage specialized agency for carrying out specialized items m e n t i o n e d
i n this document. Before engaging such agency, the contractor shall submit the details for the
approval of Engineer-in-charge, the name of the agency along with their working experience,
presentation on method statement and materials being used for execution of such items
etc.

6.1.14 The Contractor shall bear all incidental charges for cartage, storage and safe custody of
materials, if any, issued by SAU as well as to those materials also arranged by the contractor.

6.1.15 Any cement slurry added over base surface (or) for continuation of concreting for better bond is
deemed to have been built in the items and nothing extra shall be payable or extra cement

PART-B 4
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

considered in consumption on this account.

6.1.16 The contractor shall give performance test of the entire installation(s) as per the
specifications in the presence of the Engineer-in-charge or his authorized representative
before the work is finally accepted and nothing extra what-so-ever shall be payable to the
contractor for such test.

6.1.17 Water tanks, taps, sanitary, water supply & drainage pipes, fittings & accessories should
conform to bye-laws of local body/corporation, where CPWD specifications are not available. The
Contractor should engage approved, licensed plumbers for the work and get the materials
(fixtures/fittings) tested, by the municipal Body/ Corporation authorities wherever required at his
own cost. The Contractor shall submit for the approval of the Engineer-in- Charge, the name
of the plumbing agency (along with their working experience in recent past) proposed to be
engaged by him.

The contractor shall make his own arrangements for water and for obtaining electric connections
if required and make necessary payments directly to the State Govt. SAUs concerned.
Contractor shall get the water tested from laboratory approved by the Engineer-in-charge at
regular interval as per the CPWD Specifications 2009. All expenses towards collection of
samples, packing, transportation etc. shall be borne by the contractor. Agency shall neither be
allowed to use existing borewell, if any, nor shall be allowed to dig any borewell in the site
premises unless he got permission from the concerned authority. The contractor shall install
water treatment plant at site and treat the water to obtain the desired parameter of water quality
required for construction as per relevant IS codes.

6.1.18 Site test register & MAS Registers to be maintained by contractor:

All test registers and MAS registers issued by the engineer-in-charge shall be maintained by the
contractor which will be reviewed by the officers of PMC (project management consultant ) or
the person authorized by SAU at regular intervals. These may also be reviewed by Engineer in
charge , SAU as and when required. Frequency of tests will be governed by the CPWD
specifications 2009 Volume I & II with correction slips up to 31.10.2015.
6.1.19 PREVENTION OF NUISANCE AND POLUTION CONTROL
The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to
the owners, tenants or occupiers of adjacent properties and to the public in general and to
prevent any damage to such properties from pollutants like smoke, dust, noise. The
contractor shall use such methodology and equipment so as to cause minimum environmental
pollution of any kind during and minimum hindrance to road users and to occupants of the
adjacent properties or other services running adjacent/near vicinity. The contractor shall make
good at his cost and to the satisfaction of the Engineer-in-Charge, any damage to roads, paths,
cross drainage works or public or private property whatsoever caused due to the execution
of the work or by traffic brought thereon by the contractor. All waste or superfluous materials
shall be carried away by the contractor, without any reservation, entirely to the satisfaction of
the Engineer-in-Charge. The contractor shall follow the guidelines of South Delhi Municipal
Corporation, Delhi Pollution Control Board, National Green Tribunal and all other concerned
government departments and statutory bodies.

6.1.20 Utmost care shall be taken to keep the noise level to the barest minimum so that no
disturbance as far as possible is caused to the nearby occupants/users of building(s), if any.

PART-B 5
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.1.21 SECURITY AND TRAFFIC ARRANGEMENTS


In the event of any restrictions being imposed by the Security agency, SAU, Traffic or any other
authority having jurisdiction in the area on the working or movement of labour
/material, the contractor shall strictly follow such restrictions and nothing extra shall be
payable to the contractor on such accounts. The loss of time on these accounts, if any, shall
have to be made up by augmenting additional resources whatever required.

6.1.22 -----Deleted-------

6.1.23 SAU will earmark land area about 2500 sqm within SAU site, free of cost for establishing the
labour hut on as is where is basis. The agency may visit the site to ascertain the feasibility with
respect to prevailing labour regulations. The labour camp shall be properly isolated with 3 meters
high metal barricading and security arrangements acceptable to SAU. The Contractor shall make
his own arrangements to provide such accommodation as per the rules of the local bodies.
Nothing shall be paid extra on account of such barricading and secur it y of labour
camp.

6.1.24 No payment shall be made for any damage caused by rain, snowfall, flood or any other
natural calamity, whatsoever during the execution of the work. The contractor shall be fully
responsible for any damage to the govt. property and the work for which payment has been
advanced to him under the contract and he shall make good the same at his risk and cost. The
contractor shall be fully responsible for safety and security of his material,
T&P/Machinery brought to the site by him.

6.1.25 The contractor shall construct suitable godowns, yard at the site of work for storing all materials
so as to be safe against damage by sun, rain, damages, fire, theft etc. at his own cost and also
employ necessary watch and ward establishment for the purpose at his cost. Total area of
approximately 8000 sqm shall be earmarked for establishing the batching plant and office of the
contractor at above site free of cost. Before starting such office/ yard the agency will submit a
layout plan to SAU for approval . This shall be maintained as per the prevailing norms of DPCC
and NGT failing which a suitable penalty shall be imposed on the agency. The agency will
barricade this area at his own cost and nothing shall be paid on this account.

6.1.26 All materials brought at site by contractor shall be got checked by the representative of
Engineer-in-Charge on receipt of the same at site before use.

6.1.27 Royalty at the prevalent rates shall have to be paid by the contractor on all the boulders,
metals, shingle sand and bajri etc. collected by him for the execution of the work, direct to the
Revenue authority or authorized agent of the State Government concerned or Central
Government.

6.1.28 The contractor shall be responsible for the watch and ward/guard of the buildings, safety of all
fittings and fixtures including all equipments, services provided by him against pilferage and
breakage during the period of Installations and thereafter till the building is physically handed
over to SAU. No extra payment shall be made on this account and no claim shall be admissible
on this account.
The Contractor shall keep himself fully informed of all acts and laws of the Central & State
Governments, all orders, decrees of statutory bodies, tribunals having any jurisdiction or
authority, which in any manner may affect those engaged or employed and anything related to
carrying out the work. All the rules & regulations and bye-laws laid down by Collector / DDA /
NDMC/SDMC and any other statutory bodies shall be adhered to, by the contractor, during the
execution of work. The Contractor shall also adhere to all traffic restrictions notified by the
local authorities. The extra sewerage charges (one time charges for commencement of work)
required to be paid to the Municipal Corporation/ other statutory bodies shall be paid by the

PART-B 6
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

SAU and need not be considered by the contractor. All statutory taxes, levies, charges
(including water and sewerage charges, charges for temporary service connections and / or any
other charges) payable to such authorities for carrying out the work, shall be borne by the
Contractor. The water charges (for municipal water connection as well as tanker water)
shall be borne by the contractor. Also, if the contractor obtains water connection for the
drinking purposes from the municipal authorities or any other statutory body, the consequent
sewerage charges shall be borne by the contractor. The clause 31A ( Supply of water by
department ) of the General conditions of contract for CPWD works is not applicable to the
tender. The Contractor shall arrange to give all notices as required by any statutory / regulatory
authority and shall pay to such authority all the fees that is required to be paid for the
execution of work. He shall protect and indemnify the SAU and its officials & employees
against any claim and /or liability arising out of violations of any such laws, ordinances,
orders, decrees, by himself or by his employees or his authorized representatives. Nothing
extra shall be payable on these accounts. The fee payable to statutory authorities for obtaining
the various permanent service connections and Occupancy Certificate for the building shall be
borne by the SAU.

6.1.29 For works below ground level the contractor shall keep that area free from water. If
dewatering or bailing out of water is required the contractor shall do the same at his own cost
and nothing extra shall be paid except otherwise provided in the items of Schedule of
Quantities.

6.1.30 The Contractor shall make all necessary arrangements for protecting from rains, fog or
likewise extreme weather conditions, the work already executed and for carrying out further
work, during monsoon including providing and fixing temporary shelters, protections etc.
Nothing extra shall be payable on this account and also no claims for hindrance shall be
entertained on this account.

6.1.31 In case of flooding of site on account of rain or any other cause and any consequent
damage, whatsoever, no claim financially or otherwise shall be entertained notwithstanding any
other provisions elsewhere in the contract agreement. Also, the Contractor shall make good, at
his own cost, the damages caused, if any. Further, no claims for hindrance shall be entertained
on this account.

6.1.32 The contractor will take reasonable precautions to prevent his workman and employees from
removing and damaging any flora (plant/vegetation) & fauna from the project area.

6.1.33 SETTING OUT


(i) The Contractor shall carry out survey of the work area, at his own cost, setting out the
layout of building in consultation with the Engineer -in-Charge & proceed further. Any
discrepancy between the Engineer-in-charge, architectural drawings and actual
layout at site shall be brought to the notice of the Engineer -in-charge. It shall be
responsibility of the Contractor to ensure correct setting out of alignment. Total station
survey instruments only shall be used for layout, fixing boundaries, and centre lines,
etc., Nothing extra shall be payable on this account.

(ii) The Contractor shall establish, maintain and assume responsibility for grades, lines,
levels and benchmarks. He shall report any errors or inconsistencies regarding grades,
lines, levels, dimensions etc. to the Engineer -in-Charge before commencing work.
Commencement of work shall be regarded as the Contractor’s acceptance of such
grades, lines, levels, and dimensions and no claim shall be entertained at a later date
for any errors found.

(iii) If at any time, any error appears due to grades, lines, levels and benchmarks during the
progress of the work, the Contractor shall, at his own expense rectify such error, if so

PART-B 7
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

required, to the satisfaction of the Engineer -in-Charge. Nothing extra shall be


payable on this account.

(iv) Though the site levels are indicated in the drawings the Contractor shall ascertain and
confirm the site levels with respect to benchmark from the concerned authorities. The
Contractor shall protect and maintain temporary/ permanent benchmarks at the site of
work throughout the execution of work. These benchmarks shall be got checked by the
Engineer-in-Charge or his authorized representatives. The work at different stages
shall be checked with reference to bench marks maintained for the said purpose.
Nothing extra shall be payable on this account.

(v) The approval by the Engineer-in-Charge, of the setting out by the Contractor, shall not
relieve the Contractor of any of his responsibilities and obligation to rectify the errors/
defects, if any, which may be found at any stage during the progress of the work or after
the completion of the work.

(vi) The Contractor shall be entirely and exclusively responsible for the horizontal, vertical
and other alignments, the level and correctness of every part of the work and shall
rectify effectively any errors or imperfections therein. Such rectifications shall be carried
out by the Contractor at his own cost to the entire satisfaction of the Engineer - in-
Charge.

(vii) The rates quoted by the Contractor are deemed to be inclusive of site
clearance, setting out work (including marking of reference points, center lines of
buildings), construction and maintenance of reference bench mark(s), taking spot levels,
construction of all safety and protection devices, barriers, barricading, signage, labour
safety, labour welfare and labour training measures, preparatory works, working during
monsoon, working at all depths, height and location etc. and any other incidental works
required to complete this work. Nothing extra shall be payable on this account.

6.1.34 The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen etc.
and nothing extra on this account is admissible.

6.1.35 A site laboratory with the minimum equipment as specified in CPWD specifications/in this
agreement shall be established, made functional and maintained within one month from the
award of work as per Annexure-I without any extra cost to the SAU. In case of non compliance
/ delay in compliance in this, a recovery @ Rs. 5000/- per day will be imposed which will be
recovered from the immediate next R/A Bill of the Contractor. The agency will calibrate all lab
equipments as per manufacturers specifications and shall maintain a frequency chart of
calibration of various lab equipments. The calibration certificate for equipments used for this
project shall not be 3 month older than date of start of work. The agency will maintain a frequency
chart for calibration of equipment at laboratory. The frequency of calibration of batching plant shall
be one month. Notwithstanding above SAU will have the right to send the samples to independent
third party labs to ensure the correctness of the equipments provided in lab.

6.1.36 INTEGRATED SERVICE DRAWINGS


Before taking up the work, the contractor shall be provided progressively with integrated
drawings for various civil and electrical services showing details of layout plan including
sectional elevations and contractor shall plan and mobilize his resources as per the Integrated
drawings and as per the site conditions to facilitate convenient execution, installation as well as
maintenance of these services. Nothing extra shall be payable on this account. The contractor
shall intimate requirement of additional integrated drawings fifteen days in advance before
execution of work.

PART-B 8
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.1.37 TOOLS AND PLANTS


The bidder should have own constructions equipment required for the proper and timely
execution of the work. Nothing extra shall be paid on this account.

No tools and plants including any special T&P etc. shall be supplied by the SAU and the
Contractor shall have to make his own arrangements at his own cost. No claim of
hindrance (or any other claim) shall be entertained on this account.

6.1.38 SCAFFOLDING
Wherever required for the execution of work, all the scaffolding shall be provided and
suitably fixed, by the Contractor. It shall be provided strictly with steel double scaffolding
system, suitably braced for stability, with all the accessories, gangways, etc. with adjustable
suitable working platforms to access the areas with ease for working and inspection. It shall be
designed to take all incidental loads. It should cater to the safety features for workmen.
Nothing extra shall be payable on this account. It shall be ensured that no damage is
caused to any structure due to the scaffolding. The contractor shall prepare detailed drawing
for all temporary works like scaffolding, centering and shuttering and get it vetted from
the third party consultant approved by the Engineer In Charge.

6.1.39 The Contractor shall do proper sequencing of the various activities by suitably staggering the
activities within various pockets in the plot so as to achieve early completion. The agency to
deploy adequate equipment, machinery and labour as required for the completion of the
entire work within the stipulated period specified. Also ancillary facilities shall be provided by
contractor commensurate with requirement to complete the entire work within the stipulated
period. Nothing extra shall be payable on this account. Adequate number/sets of equipment in
working condition, along with adequate stand-by arrangements, shall be deployed during entire
construction period. It shall be ensured by the Contractor that all the equipment, Tools & Plants,
machineries etc. provided by him are maintained in proper working conditions at all times during
the progress of the work and till the completion of the work. Further, all the constructional
tools, plants, equipment and machineries provided by the Contractor, on site of work or his
workshop for this work, shall be exclusively intended for use in the construction of this work
and they shall not be shifted/ removed from site without the permission of the Engineer-in-
Charge. The agency shall not use more than 10 year old machinery in the above unless the
permission is obtained in special case from SAU and shall keep the valid registration and fitness
certificates all the time for inspection. The agency will deploy only certified and competent
operator for operation of various machinery.

6.1.40 The Contractor shall maintain all the work in good condition till the completion of entire work.
The Contractor shall be responsible for and shall make good, all damages and repairs,
rendered necessary due to fire, rain, traffic, floods or any other causes. The Engineer-in-
Charge shall not be responsible for any claims for injuries to person/workmen or for structural
damage to property happening from any neglect, default, want of proper care or misconduct
on the part of the Contractor or of any other of his representatives, in his employment
during the execution of the work. The compensation, if any, shall be paid directly to the
SAU / authority / persons concerned, by the Contractor at his own cost.

6.1.41 ROYALTY
Royalty at the prevalent rates shall be paid by the Contractor or the RMC supplier as per the
terms of supply between them, on all materials such as boulders, metals, all sizes stone
aggregates, brick aggregates, coarse and fine sand, moorum, river sand, gravels and bajri etc.
collected by him for the execution of the work, directly to the revenue authority of the state
government concerned. Further, contractor needs to submit proof of submission of full royalty
to the state government or local authority. Nothing extra shall be payable on this account.

PART-B 9
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.1.42 PRESERVATION AND CONSERVATION MEASURES

(i) Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar
services, if any, encountered in the course of the execution of work shall be protected
against the damage by the contractor at his own expense. In case the same are to be
removed and diverted, expenditure incurred in doing so shall be payable to the
contractor. The contractor shall work out the cost, get the same approved by Engineer- in-
Charge before taking up actual execution. The contractor shall not store materials or
otherwise occupy any part of the site in a manner likely to hinder the operation of such
services.

(ii) All fossils, coins, articles of value of antiquity, structures and other remains or things of
geological or archaeological interest discovered on project location during
excavation/construction shall be the property of SAU, and shall be dealt with as per
provisions of the relevant legislation. The contractor will take reasonable precaution to
prevent his work men or any other persons from removing and damaging any such
article or thing. He will, immediately upon discovery thereof and before removal
acquaint the Engineer-in-charge of such discovery and carry out the official instructions
of Engineer-in- charge for dealing with the same, till then all work shall be carried out in a
way so as not to disturb/damage such article or thing.

6.1.43 RESPONSIBILITY

(i) He shall protect and indemnify SAU and its officials & employees against any claim and
/or liability arising out of violations of any such laws, ordinances, orders, decrees, by
himself or by his employees or his authorized representatives. Nothing extra shall be
payable on these accounts.
(ii) The fee payable to statutory authorities for obtaining the various permanent service
connections and Building Use Certificate for the building shall be borne by the SAU.
(iii) The Contractor shall assume all liability, financial or otherwise in connection with this
contract and shall protect and indemnify SAU from any and all damages and claims that
may arise on any account. The Contractor shall indemnify the SAU against all claims in
respect of patent rights, royalties, design, trademarks- of name or other protected rights,
damages to adjacent buildings, roads or members of public, in course of execution of
work or any other reasons whatsoever, and shall himself defend all actions arising from
such claims and shall indemnify the SAU in all respect from such actions, costs and
expenses. Nothing extra shall be payable on this account.
(iv) The Contractor shall be responsible for any liability imposed by law for any damage to the
Work or any part thereof or to any of the materials or other things used in performing the
Work or for injury to any person or persons or any property damage in or based under
Work limit. The Contractor shall indemnify, keep indemnified and hold, the SAU, harmless
against any and all liability, claims, loss or injury, including costs, expenses, and attorney’s
fees incurred in the defense of the same, arising from any allegations, whether groundless
or not, of damage or injury to any person or property resulting from the performance of the
Work or from any material used in the Work or from any portion of the Work or Work site
or non- payment of statutory dues of any nature and penalty thereon or from any cause
whatsoever during the process of the Work. The Contractor shall provide, during the entire
Contract Period, such indemnification in the proforma approved by engineer in charge on
a non -judicial stamp paper of appropriate value.

6.1.44 CO-OPERATION WITH OTHER CONTRACTORS/SPECIALIZED AGENCIES/ SUB-


CONTRACTORS

(i) The Contractor shall take all precautions to abide by the environmental related
restrictions imposed by any statutory body having jurisdiction in Delhi as well as prevent

PART-B 10
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

any pollution of streams, ravines, river bed and waterways. All waste or superfluous
materials shall be transported by the Contractor, entirely to the satisfaction of the
Engineer- in-Charge and disposed at designated places only. Utmost care shall be
taken to keep the noise level to the barest minimum so that no disturbance as far as
possible is caused to the occupants / users of adjoining buildings. No claim what so
ever on account of site constraints mentioned above or any other site constraints, lack of
public transport, , inadequate availability of skilled, semi-skilled or unskilled workers in the
near vicinity, non-availability of construction machinery spare parts and any other
constraints not specifically stated here, shall be entertained from the Contractor.
Therefore, the Tenderers are advised to visit site and get first-hand information of site
constraints. Accordingly, they should quote their tenders. Nothing extra shall be payable
on this account.

(ii) The Contractor shall cooperate with and provide the facilities to the other agencies working
at site for smooth execution of the work. The contractor shall indemnify the SAU against
any claim(s) arising out of such disputes. The Contractor shall:

(a) Allow use of scaffolding, toilets, sheds etc.


(b) Properly co-ordinate their work with the work of other Contractors.
(c) Provide control lines and benchmarks to his Sub-Contractors and the other
Contractors.
(d) Provide electricity and water at mutually agreed rates.
(e) Provide hoist and crane facilities for lifting material at mutually agreed rates.
(f) Co-ordinate with other Contractors for leaving inserts, making chases, alignment of
services etc. at site.
(g) Adjust work schedule and site activities in consultation with the Engineer-in-
Charge and other Contractors to suit the overall schedule completion.
(h) Resolve the disputes with other Contractors/ sub-contractors amicably and the
Engineer-in-Charge shall not be made intermediary or arbitrator.

(iii) The work should be planned in a systematic manner so as to ensure proper co-
ordination of various disciplines viz. sanitary & water supply, drainage, rain water
harvesting, electrical, fire fighting, information technology, communication & electronics
and any other services.

(v) Other agencies will also simultaneously execute and install the works of sub- station /
generating sets, air-conditioning, lifts, etc. for the work and the contractor shall afford
necessary facilities for the same. The contractor shall leave such recesses, holes,
openings trenches etc. as may be required for such related works (for which inserts,
sleeves, brackets, conduits, base plates, clamps etc. shall be supplied free of cost by the
SAU unless otherwise specifically mentioned) and the contractor shall fix the same at
time of casting of concrete, stone work and brick work, if required, and nothing extra shall
be payable on this account.

(vi) The contractor shall conduct his work, so as not to interfere with or hinder the progress or
completion of the work being performed by other contractor(s) or by the Engineer-In-
Charge and shall as far as possible arrange his work and shall place and dispose off
the materials being used or removed so as not to interfere with the operations of other
contractor or he shall arrange his work with that of the others in an acceptable and in a
proper co -ordination manner and shall perform it in proper sequence to the complete
satisfaction of others.

6.1.45 SUPERVISION OF WORK


The Contractor shall depute Site Engineer & skilled workers as required for the work. He shall
submit organization chart along with details of Engineers and supervisory staff. It shall be

PART-B 11
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

ensured that all decision making powers shall be available to the representatives of the
Contractor at New Delhi itself to avoid any likely delays on this account. The Contractor shall
also furnish list of persons for specialized works to be executed for various items of work. The
Contractor shall identify and deploy key persons having qualifications and experience in the
similar and other major works, as per the field of their expertise. If during the course
ofexecution of work, the Engineer-in-Charge is of the opinion that the deployed staff is not
sufficient or not well experienced; the Contractor shall deploy more staff or better-
experienced staff at site to complete the work with quality and in stipulated time limit.
Principle Technical representative of the Contractor having minimum twenty years of
experience in similar nature of work as mentioned in the clause 36 of the General Conditions
of the Contract, shall always be available at the site during the actual execution of the work. The
recovery of Rs. 1,00,000/- (One lac) per month shall be effected from the Contractor in the
event of not fulfilling this provision.

6.1.46 Specialized Agencies


(i) The composite tender comprises of two main components: viz. civil work and E & M
works. The list of specialized works is as below:

1. Structural glazing with double glass


2. Aluminum/ Galvanized Rolled Steel Windows
3. Metal Fire Doors and Metal Doors.
4. Combination of granite, kota, vitrified tiles, CC Flooring.
5. False ceiling of gypsum, mineral fiber, Calcium Silicate, Metal etc.
6. Modular Kitchen and Wardrobes in Faculty Housing
7. Toilet Cubical
8. Finishing with premixed formulated gypsum lightweight plaster
9. Wall painting with premium acrylic emulsion paint of interior grade, having Low VOC
(Volatile Organic Compound )
10. GRC work
11. Plumbing Works
12. Internal Electrical Installation including light fittings
13. HVAC – Internal Ducting, Piping, AHU
14. HVAC – VRF System
15. Fire Fighting & Fire alarm system
16. Lifts
17. Conduits for Data Network and telephones/ TV etc.
18. Solar water heating system.

The main contractor shall submit the credential of specialized agency well in advance as
per the direction of Engineer-in-charge. After verification of the same ,written approval will
be conveyed to main contractor in this regard. The quantum of credentials will be broadly
in line with guidelines issued by Engineer-in-Charge. The main contractor shall not
change the specialized agency. However, if the change is warranted, he may do so,
with permission of Engineer-in-charge. However before making any such change he has
to enter into similar agreement as with previous agency & submit the same to Engineer -
in – Charge for approval. This shall however be without any change in the accepted
rates of the contract agreement and without any cost implications to the SAU.

(ii) It shall be the responsibility of main contractor to sort out any dispute / litigation with the
Specialized Agencies without any time & cost overrun to the SAU. The main
contractor shall be solely responsible for settling any dispute / litigation arising out of his
agreement with the Specialized Agencies. The contractor shall ensure that the work
shall not suffer on account of litigation/ dispute between him and the specialized agencies

PART-B 12
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

/ sub- contractor(s). No claim of hindrance in the work shall be entertained from the
Contractor on this account. No extension of time shall be granted and no claim what so
ever, of any kind, shall be entertained from the Contractor on account of delay attributable
to the selection/rejection of the Specialized Agencies or any dispute amongst them.

6.1.47 RATES

(i) The rates quoted by the Contractor are deemed to be inclusive of site clearance,
setting out work, profile, setting lay out on ground, establishment of reference bench
mark(s), installing various signage, taking spot levels, survey with total station,
construction of all safety and protection devices, compulsory use of helmet and safety
shoes, and other appropriate safety gadgets by workers, imparting continuous training
for all the workers, barriers, preparatory works, construction of clean, hygienic and well
ventilated workers housings in sufficient numbers as per drawing supplied by Engineer
in charge, working during monsoon or odd season, working beyond normal hours,
working at all depths, height, lead, lift, levels and location, implementation of
green building norms to achieve desired GRIHA Rating etc. and any other
unforeseen but essential incidental works required to complete this work. Nothing extra
shall be payable on this account and no extension of time for completion of work
shall be granted on these accounts.

(ii) TAXES: (This shall be read in conjuction with tax related reply of pre-bid queries.)
The South Asian University is an Inter-Governmental Organisation established by the
SAARC (South Asian Association for Regional Co-operation) Nations and has been
extended the Privileges and Immunities under Section ‘3’ of the United Nations
(Privileges and Immunities) Act, 1947 by the Government of India. The University is
exempted from paying and collecting all Direct and Indirect Taxes in India.
In terms of Article 4(1) of the Agreement among SAARC Nations for establishment of
South Asian University, “the (South Asian) University and its campuses and centres
shall be exempted, in the state where they are located, from paying and from collecting
all direct and indirect forms of taxes and duties for the establishment and operations of
the University”. In terms of Section-3 of the South Asian University Act 2008 (Act No. 8
of 2009) passed by the Parliament of the Republic of India, notwithstanding anything
contrary contained in any other law, the provisions of the above referred Agreement
among SAARC Nations for establishment of South Asian University shall have the force
of law in India.

Accordingly, to give effect to tax exemption status of the South Asian University for
construction of its campus at Maidan Garhi, New Delhi, the bid price may be inclusive of
Delhi Value Added Tax (DVAT)/ Delhi Works Contract Tax (DWCT), but exclusive of
Service Tax; Central Sales Tax; Central Excise; and Customs, as per details given
below.

a. Delhi Value Added Tax (DVAT)

The VAT/ WCT may be charged by the contractor in the running bills. The SAU will
claim reimbursement of the same from the Government of National Capital Territory of
Delhi in terms of Section ‘4’ read with Serial No. 26 of Part ‘B’ to the Sixth Schedule of
the Delhi Value Added Tax Act, 2004. The Contractor shall adhere to the following
conditions:
1. It is mandatory to mention the name of SAU and SAU’s TIN on all tax invoices raised
by Contractors registered under DVAT.
2. The online VAT claim filed by SAU is being validated against online VAT returns of
respective contractors by DVAT Department. In case of mismatch/ rejection of
SAU’s VAT claim due to non-compliance/ default on the part of contractors/due to
non-filing of VAT return/ non deposit of VAT by the Contractors, SAU reserves its

PART-B 13
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

right to deduct the VAT amount not refunded by DVAT Department from the
respective Contractor’s subsequent running bills or to take any other appropriate
action as it may deem fit.
3. The Composition dealers are not liable to charge VAT and shall not be paid the VAT
amount, if any, charged in the running bills.
4. Tax Invoice should show VAT Separately in the running bills.
5. The VAT applicable should be as per DVAT rates notified.
6. Retail Invoices are not considered i.e. Tax Invoices are only to be considered form
the Contractors for payment of VAT charged in the running bills raised by the
Contractors.

b. Central Sales Tax (CST)


The Contractors raising bill other than Delhi State i.e Contractors registered under
VAT in State(s) other than Delhi should charge ‘NIL’ CST against form ‘J’ in
terms of Section 6(4) of the Central Sales Tax Act, 1956 and the Rule 12(11A) of
the Central Sales Tax (Registration and Turnover) Rules, 1957. The form ‘J’ shall be
issued to the Contractor at the time of passing of running bills by the SAU.
c. Service Tax
Being an International Organisation declared under Section ‘3’ of United Nations
(Privileges and Immunities) Act, 1947 by the Government of India, the Service Tax
on the Contract payments will not be charged by the Contractor as the University is
in the negative list vide Government of India, Ministry of Finance (Department of
Revenue)’s Service Tax Notification No. 25/2012 dated 20th June 2012. The
appropriate Exemption Certificate will be issued by the SAU to this effect.
d. Customs Duty and Excise Duty Exemption
The Exemptions notification No. 84/97 dated 11.11.1997 for Customs Duties and
Notification No. 108/95CE dated 28.8.1995 for Central Excise Duties are applicable
regarding exemption to an International organisation. SAU being an International
organisation (Due to notification under section 3 of UN (Privilege and Immunities) Act,
1947 is eligible to provide Certificate of Exemption with due approval from the line
Ministry i.e. Ministry of External Affairs, Government of India. The contractor shall
inform the University at least one month in advance before issuing letter of intent to
the manufacture(s)/ suppliers of the goods.
However, if the SAU is unable to provide Excise and Customs exemption
certificate(s) as above for one reason or the other, in that eventuality, the Contractor
shall be reimbursed the Customs and Excise duties paid by them on the material
purchased and usable against the item(s) in the bill of quantity to the extent of utilised
in the construction up to the date of preferring the running bill.
e. Labour Cess
Labour Cess @ 1% shall be deducted from the gross bill of contractor from every RA
Bill.

(iii) No foreign exchange shall be made available by the SAU for importing (purchase) of
equipment, plants, machinery, materials of any kind or any other items required to be
carried out during execution of the work. No delay and no claim of any kind shall be
entertained from the Contractor, on account of variation in the foreign exchange rate.

(iv) Ancillary and incidental facilities required for execution of work like labour camp, stores,
fabrication yard, offices for Contractor, watch and ward, temporary ramp required to be
made for working at the basement level, temporary structure for plants and
machineries, water storage tanks, installation and consumption charges of
temporary electricity, telephone, water etc. required for execution of the work, liaison
and pursuing for obtaining various No Objection Certificates, completion certificates
from local bodies etc., protection works, testing facilities / laboratory at site of work,
facilities for all field tests and for taking samples etc. during execution or any other
activity which is necessary (for execution of work and as directed by Engineer-in-

PART-B 14
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Charge), shall be deemed to be included in rates quoted by the Contractor, for various
items in the schedule of quantities. Nothing extra shall be payable on these accounts.
Before start of the work, the Contractor shall submit to the Engineer-in-Charge for
approval, a site / construction yard layout in the area earmarked by SAU, specifying
areas for construction, site office, positioning of machinery, material yard, cement
and other storage, steel fabrication yard, site laboratory, water tank, etc.

(v) For completing the work in time, the Contractor might be required to work in two or
more shifts (including night shifts). No claim whatsoever shall be entertained on this
account, notwithstanding the fact that the Contractor may have to pay extra amounts for
any reason, to the labourers and other staff engaged directly or indirectly on the
work according to the provisions of the labour and other statutory bodies regulations
and the agreement entered upon by the Contractor with them.

(vi) All material shall only be brought at site as per program finalized with the Engineer-in-
Charge. Any pre-delivery of the material not required for immediate consumption shall
not be accepted and thus not paid for.

6.1.48 SAFETY PRACTICES

i) WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow signage
display such as "Construction Work in Progress", "Keep Away", “No Parking”, Diversions &
protective Barricades etc. shall be provided and displayed during day time by the
Contractor, wherever required and as directed by the Engineer-in-
Charge. These glow signage and red lights shall be suitably illuminated during night
also. The Contractor shall be solely responsible for damage and accident caused, if any,
due to negligence on his part. Also he shall ensure that no hindrance, as far as possible,
is caused to general traffic during execution of the work. This signage shall be dismantled &
taken away by the Contractor after the completion of work, only after approval of the
Engineer – in – Charge. Nothing extra shall be payable on this account.

ii) SIGN BOARDS: The Contractor shall provide and erect a display board of size and
shape as required and paint over it, in a legible and workman like manner, the details
about the salient features of the project, as required by the Engineer-in-Charge. The
Contractor shall fabricate and put up a sign board in an approved location and to an
approved design indicating name of the project, Client/Owner, Engineer-in-charges , SAU,
Architectural, Structural & M E P Consultants, PMC etc. besides providing space for
names of other Contractors, Sub-Contractors and specialized agencies within 15 days
from issue of award letter. Nothing extra shall be payable on this account. In case of
non-compliance/delay in compliance in this, a penalty @ Rs. 500/- per day will be imposed
which will be recovered from the immediate next R/A Bill of the Contractor.

iii) Necessary protective and safety equipments (PPE) shall be provided to the Site
Engineer, Supervisory staff, labour and technical staff of the contractor and visitors by
the Contractor at his own cost and to be used at site.

iv) No inflammable materials including P.O.L shall be allowed to be stored in huge quantity at
site. Only limited quantity of P.O.L may be allowed to be stored at site subject to the
compliance of all rules / instructions issued by the relevant authorities and as per the
direction of Engineer -in- Charge in this regard. Also all precautions and safety measures
shall be taken by the Contractor for safe handling of the P.O.L products stored at site.
All consequences on account of unsafe handling of P.O.L shall be borne by the Contractor.

PART-B 15
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.1.49 QUALITY ASSURANCE

(i) The proposed building is a prestigious project and quality of work is of


paramount importance. Contractor shall have to engage well-experienced skilled labour and
deploy modern T&P and other equipment to execute the work. Many items like exposed
finish form work, specialized flooring work, Polysulphide sealant and backer rod fixing in
expansion joints, factory made door- window shutters, proper slope maintaining in
toilet units, sanitary- water supply installation, textured finishing, grit plastering with
aluminum channel insertions, water proofing treatment e t c . will specially require
engagement of skilled workers having experience particularly in execution of such items.

(ii) The contractor shall ensure quality construction in a planned and time bound manner.
Any sub-standard material / work beyond set out tolerance limit shall be summarily
rejected by the Engineer-in-charge & contractor shall be bound to replace / remove
such sub-standard / defective work immediately. If any material, even though approved by
Engineer-In-Charge is found defective or not conforming to specifications shall be
replaced / removed by the contractor at his own risk & cost.

(iii) In addition to the supervision of work by the project management consultant


(PMC) appointed by SAU, the technical representatives from SAU and the Consultants
deployed by the SAU shall also be carrying out regular and periodic inspection of the
ongoing activities in the work and deficiencies, shortcomings, inferior workmanship pointed
out by them shall be communicated by PMC/SAU engineers to the contractor. Upon receipt
of instructions from Engineer in Charge these are also to be made good by necessary
improvement, rectification, replacement upto his complete satisfaction. Special attention
shall be paid towards line and level of internal and external plastering, exposed smooth
surface of RCC members by providing fresh shuttering plates, rubberized linings to all the
shuttering joints, accurate joinery work in wooden doors and windows, thinnest joints in
stone/ tiling / cladding work, non-hollowness in floor and dado tiles work, protection of
scratches over flooring by impounding layer of plaster of Paris, water tight pipe linings,
absence of hollow vertical joints in brick/ block masonry, proper compaction of filled up
earth etc. to achieve an Institution of International standards and up keeping of quality
assurance shall be of paramount importance, as such.

(iv) The Contractor shall submit, within 20 days after the date of award of work, a detailed and
complete method statement for the execution, testing and Quality Assurance, of such
items of works, as directed by the Engineer-in-Charge or his representative. All the
materials to be used in the work, to give the finished work complete in all respects, shall
comply with the requirements of the specifications and shall pass all the tests required
as per specifications as applicable or such specifications / standards as directed by
the Engineer-in- Charge. However, keeping the Quality Assurance in mind, the
Contractor shall submit, on request from the Engineer-in- Charge, his own Quality
Assurance procedures for basic materials and such items, to be followed during the
execution of the work, for approval of the Engineer-in-Charge.

(v) All materials and fittings brought by the contractor to the site for use shall conform to the
samples approved by the Engineer-in-charge which shall be preserved till the
completion of the work. If a particular brand of material is specified in the item of work
in Schedule of Quantity, the same shall be used after getting the same approved
from Engineer-In-Charge. Wherever brand / quality of material is not specified in the item
of work, the contractor shall submit the samples as per suggested list of brand names
given in the tender document / particular specifications for approval of Engineer-In-
Charge. For all other items, materials and fittings of ISI Marked shall be used with the
approval of Engineer-In-Charge. Wherever ISI Marked material / fittings are not

PART-B 16
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

available, the contractor shall submit samples of materials / fittings manufactured by


firms of repute conforming to relevant specifications or IS codes and use the same only after
getting the approval of Engineer-In-Charge.

(vi) The Contractor shall procure and provide all the materials from the manufacturers /
suppliers as per the list attached with the tender documents, as per the item description and
particular specifications for the work. The equivalent brand for any item shall be permitted
to be used in the work, only when the specified make is not available. This is, however,
subject to documentary evidence produced by the contactor for non-availability of the
brand specified and also subject to independent verification by the Engineer-in-Charge.
In exceptional cases, where such approval is required, the decision of Engineer-in-Charge
as regards equivalent make of the material shall be final and binding on the Contractor. No
claim, whatsoever, of any kind shall be entertained from the Contractor on this account.
Nothing extra shall be payable on this account. Also, the material shall be procured only
after written approval of the Engineer-in-Charge.

(vii) All materials shall be got checked by the Engineer-in-Charge or his authorized
supervisory staff on receipt of the same at site before use.

(viii) The tests, as necessary, shall be conducted in the laboratory approved by the
Engineer–in- Charge. The samples shall be taken for carrying out all or any of the tests
stipulated in the particular specifications and as directed by the Engineer-in-Charge or his
authorized representative.
(ix) All the registers of tests carried out at Construction Site or in outside laboratories and all
material at site (MAS) registers including cement register shall be maintained by the
contractor which shall be issued to the contractor by Engineer-in-charge. All the entries in the
registers will be made by the designated Engineering Staff of the contractor and same
should be regularly reviewed by Engineer-in-Charge or his authorized representative.
Contractor shall be responsible for safe custody of all the registers.

(x) The Contractor shall at his own risk and cost make all arrangements and shall provide all
such facilities including material and labour, the Engineer-in-Charge may require for
collecting, preparing, forwarding the required number of samples for testing as per the
frequency of test stipulated in the contract specifications or as considered necessary by the
Engineer-in-Charge, at such time and to such places, as directed by the Engineer-in-
Charge. Nothing extra shall be payable for the above.

(xi) The Contractor or his authorized representative shall associate in collection, preparation,
forwarding and testing of such samples. In case he or his authorized representative is
not present or does not associate him, the result of such tests and consequences
thereon shall be binding on the Contractor .The Contractor or his authorized representative
shall remain in contact with the Engineer-in–Charge or his authorized representative
associated for all such operations. No claim of payment or claim of any other kind,
whatsoever, shall be entertained from the Contractor.

(xii) All the testing charges for the samples sent to outside approved laboratories shall be
borne by the contractor/ SAU in the manner indicated below:

(a) By the contractor, if the results show that the material does not confirm to relevant
specifications and BIS codes or any other relevant code for which confirmatory test is
carried out.

(b) By the SAU, if the results show that the material confirms to relevant specifications
and BIS codes or any other relevant code for which confirmatory test is carried out.

(xiii) All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc.

PART-B 17
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

are to be properly tested as per the design conditions before covering and their
measurements in computerized measurement book duly test checked shall be
deposited with Engineer in charge or his authorized representative, prior to hiding
these items.

(xiv) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories
should confirm to bylaws and municipal body / corporation where CPWD Specifications
are not available. The contractor should engage licensed plumbers for the work and get
the materials (fixtures/fittings) tested by the Municipal Body/Corporation authorities
wherever required at his own cost.

(xv) The contractor shall give performance test of the entire installation(s) as per the standing
specifications before the work is finally accepted and nothing extra whatsoever shall
be payable to the contractor for the test.

(xvi) The contractor shall have to execute guarantee bonds in respect of water proofing
works as per Performa enclosed.

(xvii) The Contractor shall arrange electricity at his own cost for testing of the various
electrical installations as directed by Engineer-in-Charge and for the consumption by
the contractor for executing the work. Also all the water required for testing various
electrical installations, fire pumps, wet riser, firefighting, HVAC equipment, fire sprinklers
etc. and also testing water supply, sanitary and drainage lines, water proofing of
underground sump, overhead tanks, water proofing treatment etc. shall be arranged by
the contractor at his own cost. Nothing extra shall be payable on this account.

6.1.50 SUBMISSION AND DOCUMENTATION

(i) The Contractor shall display all permissions, licenses, registration certificates, bar charts,
other statements etc under various labour laws and other regulations applicable to the
works, at his site office. He should also keep at site at least one set of BIS Codes and
other relevant codes at site and produce the same if asked for by Engineer- In-Charge. In
case of non compliance, these codes will be purchased from the Market and actual cost of
purchase will be recovered from the next RA Bill of the Contractor.

(ii) The Contractor shall coordinate and facilitate consultant for preparing four (04) sets of
“As Built Drawings” along with literatures, manuals, warranty certificates etc. of various
installed fittings, fixtures and equipment for the completed projects. This shall be the
prerequisite for payment of final bill.

(iii) The Contractor shall make available four (04) sets of all drawings of internal and
external services i.e. Water Supply, Sanitary line and Drainage lines. This shall be the
prerequisite for payment of final bill. These drawings shall have the following
information:

(iv) Run off for all piping and their diameters including soil, waste pipes and vertical stacks.

(v) Ground and invert level of all drainage pipes together with locations of all manholes
and connections, up to outfall.

(vi) Run off for all water supply lines with diameters location of control valves, access
panels etc.

(vii) The contractor shall make available four ( 04 ) sets of computerized Standard
Measurement Books (SMBs) having measurement of all the permanent standing in a

PART-B 18
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

building.

(viii) The Performance Guarantee shall not be released to the contractor until the aforesaid
drawings are submitted to the Engineer-in-Charge

(ix) The contractor will submit computerized measurement sheet for the work carried out by him
for making payment as per Clause – 6A of the CPWD General Conditions of Contract
2014 with correction slips upto 09.11.2015. For casting of RCC members and
other hidden items the corrected and duly test checked measurement sheets of
reinforcement or that of other hidden items shall be deposited with Engineer in charge
or his authorized representative, before casting of RCC or other hidden items. The delay
in submission of corrected and duly checked measurement sheet may, therefore, delay
casting of RCC or execution of hidden item for which no hindrance shall be recorded.

(x) To avoid delay, contractor should submit all samples well in advance so as to give
timely orders for procurement.

6.1.51 PROGRAM CHART:

The Contractor shall prepare an integrated program chart within fifteen days of issue of
Letter of Award including civil as well as E & M activities for the execution of work, showing
clearly all activities from the start of work to completion, with details of manpower, equipment
and machinery required for the fulfillment of the program within the stipulated period and
submit the same for approval of the Engineer-In-Charge within fifteen days of the award of
the work. These shall be submitted by the contractor through electronic media besides
forwarding hard copies of the same. The integrated program chart so submitted should not
have any discrepancy with the physical milestones attached in the contract agreement. The
program chart should include the following: -

(i) Descriptive note explaining sequence of various activities.

(ii) Construction Program prepared on PRIMAVERA Software , which will indicate


resources in financial terms, manpower and specialized equipment for every important
stage. The contractor shall make available latest hardware as well as software at site for
planning and monitoring purpose.

(iii) Program for procurement of materials by the contractor.

(iv) Program for arranging and deployment of manpower both skilled and unskilled so as to
achieve targeted progress.

(v) Program of procurement of machinery/equipment having adequate capacity,


commensurate with the quantum of work to be done within the stipulated period, by the
contractor.

(vi) Program for achieving fortnightly micro milestones and periodic milestones.

(vii) In case of non compliance/delay in compliance in this, a penalty @ Rs.5000/- per day will be
imposed which will be recovered from the immediate next R/A Bill of the Contractor.

(ix) If at any time, it appears to the Engineer-In-Charge that the actual progress of work
does not conform to the approved program referred above, the contractor shall produce a
revised program showing the modifications to the approved program by additional inputs
to ensure completion of the work within the stipulated time.

PART-B 19
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

(x) The submission for approval by the Engineer-In-Charge of such program or the
furnishing of such particulars shall not relieve the contractor of any of his duties or
responsibilities under the contract. This is without prejudice to the right of Engineer-In-
Charge to take action against the contractor as per terms and conditions of the
agreement.

(xi) Apart from the above integrated program chart, the contractor shall be required to
submit fortnightly progress report of the work in a computerized form on 1st and 16th of
every month. The progress report shall contain the following, apart from whatever else may
be required as specified above:

(a) Construction schedule of the various components of the work through a bar chart for the
next two fortnights (or as may be specified), showing the micro-
milestone/milestones, targeted tasks (including material and labour requirement) and up
to date progress. Atleast 10 digital photographs showing all the parts of construction site (
designated spots) along with at least 5 minutes video of executions of different items in soft
copy has to be submitted in every fortnightly progress report.
(b) Progress chart of the various components of the work that are planned and
achieved, for the fortnight as well as cumulative up to the fortnight under
reckoning, with reason for deviations, if any in a tabular format.

(c) Plant and machinery statement, indicating those deployed in the work.

(d) Man-power statement indicating:

• Individually the names of all the staff deployed on the work, along with their
designations.
• No. of skilled workers (trade wise) and total no. of unskilled workers deployed on the
work and their location of deployment i.e. blocks.

(e) Financial statement, indicating the broad details of all the running account
payment received up to date, such as gross value of work done, advances taken,
recoveries effected, amount withheld, net payments details of cheque payment
received, extra/substituted/deviation items if any, etc.

(xii) In case of non compliance / delay in compliance in submission of fortnightly, a penalty


@ Rs.10000/- ( Rupees Ten Thousand Only ) per fortnightly report will be imposed which
will be recovered from the immediate next R/A Bill of the Contractor.

6.1.52 TEMPORARY WATER/ ELECTRICITY/ TELEPHONE CONNECTION

(i) Arrangement of temporary telephone connection, water and electricity required by


Contractor, shall be made by him at his own cost and also necessary permissions shall be
obtained by him directly from concerned authorities, under intimation to the SAU. Also, all
initial cost and running charges, and security deposit, if any, in this regard shall be borne by
him. The Contractor shall abide by all the rules/ bye laws applicable in this regard and he
shall be solely responsible for any penalty on account of violation of any of the rules/byelaws
in this regard. Nothing extra shall be payable on this account. The contractor is strictly
prohibited to use ground water by digging bore well from the site premises. He may bring
water from outside through tankers from authorized sources.

(ii) The Contractor shall be responsible for maintenance and watch and ward of the complete
installation and water / electricity meter and shall also be responsible for any pilferage,
theft, damage, penalty etc. in this regard. The Contractor shall indemnify the SAU against
any claim arising out of pilferage, theft, damage, penalty etc. whatsoever on this account.

PART-B 20
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Security deposit for the work shall be released only after No Dues Certificates are obtained
from the local Authorities from whom temporary electric/ water / telephone connection have
been obtained by the Contractor. Nothing extra shall be payable on this account.

(iii) The SAU shall in no way be responsible for either any delay in getting electric and/or
water and/or telephone connections for carrying out the work or not getting connections
at all. No claim of delay or any other kind, whatsoever, on this account shall be
entertained from the Contractor. Also contingency arrangement of stand-by water &
electric supply shall be made by the Contractor for commencement and smooth progress of
the work so that work does not suffer on account of power failure or disconnection or
not getting connection at all. No claim of any kind whatsoever shall be entertained on this
account from the Contractor. Nothing extra shall be payable on this account.

6.1.53 CLEANLINESS OF SITE


i) The Contractor shall not stack building material/malba/muck on the land or road of the local
development authority or on the land owned by the others, as the case may be. So the
muck, rubbish etc. shall be removed periodically as directed by the Engineer-in- Charge,
from the site of work to the approved dumping grounds as per the local byelaws and
regulations of the concerned authorities and all necessary permissions in this regard
from the local bodies shall be obtained by the Contractor. Nothing extra shall be payable
on this account. In case, the Contractor is found stacking the building material/malba
as stated above, the Contractor shall be liable to pay the stacking charges/penalty as
may be levied by the local body or any other authority and also to face penal action as
per the rules, regulations and bye-laws of such body or authority. The Engineer –in-Charge
shall be at liberty to recover, such sums due but not paid to the concerned authorities on
the above counts, from any sums due to the Contractor including amount of the Security
Deposit and performance guarantee in respect of this contract agreement.

ii) The contractor shall take instructions from the Engineer-In-Charge regarding collection and
stacking of materials at any place. No excavated earth or building rubbish shall be stacked
on areas where other buildings, roads, services and compound walls are to be constructed.

iii) The site of work shall be always kept clean due to constraints of space and to avoid any
nuisance to the users of buildings in the adjacent plots. The Contractor shall take all care
to prevent any water- logging at site. The waste water, slush etc. shall not be allowed
to be collected at site. It may be directly pumped into the creek with prior approval of
the concerned authorities. For discharge into public drainage system, necessary
permission shall be obtained from relevant authorities after paying the necessary charges, if
any, directly to the authorities. The work shall be carried out in such a way that the area is
kept clean and tidy. All the fees/charges in this regard shall be borne by the Contractor.
Nothing extra shall be payable on this account.

6.1.54 INSPECTION OF WORK


i) In addition to the provisions of relevant clauses of the contract, the work shall also be
open to inspection by Senior Officers of SAU & the representative of the Consultants The
contractor shall at times during the usual working hours and at all times at which
reasonable notices of the intention of the Engineer-in-charge or other officers as stated
above to visit the works shall have been given to the contractor, either himself be
present to receive the orders and instructions or have a responsible representative duly
accredited in writing, to be present for that purpose.

ii) Inspection of the work by Consultant appointed by the SAU.

a) The Project Management Consultant (PMC) appointed by SAU, shall be


inspecting the works including workshops and fabrication factory to ensure that

PART-B 21
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

the works are in general being executed according to the design, drawings and
specifications laid down in the contract. His observations shall be communicated
by SAU engineering staff and compliance is to be reported to SAU.

b) The consultant (PMC) appointed by SAU shall certify on completion of particular


building that it has been constructed according to the approved drawings design
and specifications.

iii) Senior Officers of SAU, Dignitaries from Central Ministry / SAU shall also be inspecting the
on-going work at site at any time with or without prior intimation.
The contractor shall, therefore, keep updated the following requirements and detailing.

a) Display Board showing detail of work, weekly progress achieved with respect
to targets, reason of shortfall, status of manpower, wages being paid for
different categories of workers.
b) Entrance and area surrounding to be kept cleaned.
c) Display layout plan key plan, Building drawings including plans, elevations
and sections.
d) Upto date displays of Bar chart, CPM and PERT etc.
e) Keep details of quantities executed, balance quantities, deviations, possible
Extra item, substituted Item etc.
f) Keep plastic / cloth mounted one sets of building drawings.
g) Set of P P E ( Helmets, Jackets and safety shoes as per standard colour code)
for exclusive use for officers/dignitaries visiting at site.

6.1.55 FINAL TESTING OF THE INSTALLATION


The Contractor shall demonstrate trouble free functioning of all the Civil and E & M installations
and services. All arrangements required for testing and commissioning of E&M installations and
services shall be made by contractor at his own cost. Power Supply for final testing and
commissioning shall be made available by SAU.The Engineer-in-Charge or his authorized
representatives shall carry out final inspection of the various Civil and E & M services and
installations. Any defect(s) noticed during demonstration shall be rectified by the Contractor at
his own cost to the entire satisfaction of the Engineer-in-Charge. Nothing extra shall be
payable on this account.

6.1.56 SUBMISSION OF AS BUILT DRAWINGS AND OBTAINING OCCUPATION CERTIFICATE


The contractor shall coordinate and facilitate consultant for preparing as built drawings and
obtaining occupation certificate / completion certificate from local bodies including getting the
required site visits conducted by such authorities with a view to obtain the same.

6.1.57 DEFECT LIABILITY PERIOD (REFUND OF SECURITY DEPOSIT)


The clause 17 of the General Conditions of Contract for CPWD works shall be
applicable except that 12 months shall be read as 24 months.

6.1.58 DEALING WITH INCONSISTENT RATES


i) The Contractors shall quote same rates for the identical items which may inadvertently
appear in more than one place. If different rates are quoted by the tenderers for such
identical items, the same shall be rationalized by considering the lowest quoted rate for
such items, for evaluation and acceptance of tender.
ii) Wherever any reference to any Indian Standards occurs in the documents relating to this
contract, the same shall be inclusive of all amendments issued thereto or revisions
thereof, if any, up to the date of receipt of tenders.
iii) Unless otherwise specified in the schedule of quantities, the rates for all items of work
shall be considered, as inclusive of pumping out or bailing out water, if required

PART-B 22
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

throughout the construction period for which no extra payment shall be made. This shall
also include water encountered from any source such as rains, floods, sub soil water
table being high and/or due to any other cause whatsoever.
iv) All stone aggregate and stone ballast shall be of hard stone variety to be obtained from
approved quarries.
v) Coarse sand should be obtained from approved sources . The same shall be
clean and sharp angular grit type. The coarse sand shall be screened before using, if
required. If the sand brought to site is dirty, it must be washed in clean water to bring the
sand to the required specifications. Nothing extra shall be payable on this account.
vi) The rates for all items of work, shall unless clearly specified otherwise, include cost of all
operations and all inputs of labour, material, T & P, scaffolding, wastages, watch and
ward, all incidental charges, all taxes, cess, VAT, duties, levies etc. required
for execution of the work except which are exempted as specified in the tender documents.

6.1.59 PRODUCT DELIVERY, STORAGE AND HANDLING OF CHEMICALS


(i) The contractor shall construct storage space for Chemicals materials to ensure that the
storage conditions are as recommended by the manufactures.
(ii) All the materials shall be procured and delivered in sealed containers with labels legible
and intact.
(iii) All the chemicals {polymers, epoxy, water proofing compound, plasticizer, Polysulphide,
SBR based elastomeric, all exterior and interior paints, polish etc.) shall be procured in
convenient packs say 20 litres/Kgs.} capacity packing only or as approved by the
Engineer-in-Charge, and not in bigger capacity containers, say 200 litre (Kgs.) drums
unless otherwise specifically permitted by the Engineer-in-Charge. One sample from each
lot of the chemical procured by the contractor shall be tested in a laboratory as approved
by the Engineer-in-charge
(iv) All material required for the execution of the work shall be got approved, procured and
deposited with the SAU or their authorized representative. The materials shall be kept in
joint custody of the contractor and SAU or their authorized representative. The watch and
ward of such material shall, however, remain to be the responsibility of the contractor and
no claim, whatsoever, on this account shall be entertained. Different containers of each
chemical shall be serially numbered on packing and also consumed in that order. Day-to-
Day account of receipt, issue and balance shall be maintained by the agency in the
prescribed format and this shall also be checked by SAU or their authorized
representative and proper account shall be maintained at site of work in the prescribed
form as per the standard practice.
(v) All the chemicals shall be procured by the contractor directly from the manufacturer. In
exceptional circumstances, the contractor may be allowed to procure the materials from
the authorized dealers of the manufacturers, if specifically permitted by the Engineer-in-
Charge.
(vi) The original copies of challan/cash memos towards the quantity of various chemicals
procured shall be made available by the contractor at the request from the Engineer-in-
Charge and a copy of the same shall be kept in record.
(vii) The Name of manufacturers, manufacturer’s product identification, manufacturer’s mixing
instructions, warning for handling and toxicity and date of manufacturing and shelf life
shall be clearly and legibly mentioned on the labels of the each container.
(viii) The contractor shall submit for the chemicals procured, manufacturer’s and / or
authorized dealer’s certificate regarding supplying and verifying conformance to the
material specifications, as specified.
(ix) All filled containers shall be handled in safe manner and in a way to avoid breaking
container seals.
(x) Empty containers of the chemicals should not be removed from site till the completion of
work and shall be removed only with the written approval of the Engineer-in-Charge.
(xi) All arrangements for measuring, dosing and mixing of material / chemicals at site have to
be made by the contractor.
(xii) Contractor shall suitably advise his site Engineer and all the workers as regards safe

PART-B 23
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

handling of chemicals. Necessary protective and safety equipments in form of hand


gloves, goggles etc. shall be provided by the contractor and be also used at site.
(xiii) All incidental charges of any kind including cartage, storage and wastage and safe
custody of material etc. shall be borne by the contractor and no claim, whatsoever, shall
be entertained on this account.
(xiv) The chemicals shall be tested in an independent laboratory as approved by the Engineer-
in-charge at the frequency as specified. If required, more samples may have to be tested
as per the directions of the Engineer-in-Charge. Nothing extra shall be payable on this
account. However testing charges shall be borne by the SAU for the samples
satisfying the requirements specified in the tender.

6.1.60 De-watering
(i) De-watering required, if any, shall be done conforming to BIS Code IS: 9759 (guide lines
for de-watering during construction) and / or as per the specifications approved by the
Engineer-in-Charge. Design of an appropriate and suitable dewatering system shall be
the Contractor’s responsibility. Such scheme shall be modified / augmented as the work
proceeds based on fresh information discovered during the progress of work, at no extra
cost. At all times during the construction work, efficient drainage of the site shall be
carried out by the Contractor and especially during the laying of plain cement concrete,
taking levels etc. The Contractor shall also ensure that there is no danger to the nearby
properties and installations on account of such lowering of water table. If needed, suitable
precautionary measures shall be taken by the Contractor. Also the scheme of dewatering
adopted shall have adequate built in arrangement to serve as stand-bye to attend to
repair of pumps etc. and disruption of power / fuel supply. Nothing extra shall be payable
on this account.
(ii) In trenches where surface water is likely to get into cut / trench during monsoons, a ring
bund of puddle clay or by any other means shall be formed outside, to the required
height, and maintained by the Contractor. Also, suitable steps shall be taken by the
Contractor to prevent back flow of pumped water into the trench. Nothing extra shall be
payable on this account.

6.1.61 INSURANCE POLICIES


Before commencing the execution of work, the Contractor shall, without in any way limiting his
obligations and liabilities, insure at his own cost and expense against any damage or loss or
injury, which may be caused to any person or property, at site of work. The Contractor shall
obtain and submit to the Engineer-in-Charge proper Contractor All Risk Insurance Policy for
an amount 1.25 times the contract amount for this work, with Engineer-in-Charge as
the first beneficiary. The insurance shall be obtained in joint names of Engineer-in-Charge
and the Contractor (who shall be second beneficiary). Also, he shall indemnify the SAU from
any liability during the execution of the work. Further, he shall obtain and submit to the
Engineer-in- Charge, a third party insurance policy for maximum Rs.10 lakh for each
accident, with the Engineer-in-Charge as the first beneficiary. The insurance shall be
obtained in joint names of Engineer-in-Charge and the Contractor (who shall be second
beneficiary). The Contractor shall, from time to time, provide documentary evidence as
regards payment of premium for all the Insurance Policies for keeping them valid till the
completion of the work. The Contractor shall ensure that Insurance Policies are also taken for
the workers of his Sub-Contractors / specialized agencies also. Without prejudice to any of its
obligations and responsibilities specified above, the Contractor shall within 10 days from the
date of letter of acceptance of the tender and thereafter at the end of each quarter submit a
report to the SAU giving details of the Insurance Policies along with Certificate of these
insurance policies being valid, along with documentary evidences as required by the
Engineer-in-Charge. No work shall be commenced by the Contractor unless he obtains the
Insurance Policies as mentioned above. Also, no payment shall be made to the Contractor
on expiry of insurance policies unless renewed by the Contractor. Nothing extra shall be
payable on this account. No claim of hindrance (or any other claim) shall be entertained from the

PART-B 24
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

contractor on these accounts.

6.1.62 TRAINING OF THE PERSONNEL

The contractor shall arrange at no extra cost to SAU to train sufficient persons from the SAU
(for civil and E&M works, on how to operate and carryout preventive maintenance of the
systems (both civil and E&M) . The contractor shall arrange this training from well qualified and
experience personnel for at least seven days or more as desired by SAU.

6.1.63 UTILISATION OF MOBILISATION ADVANCE

Mobilization advance will not be given for any material for which secured advance is
payable. T & P advance will not be given for tools & plants equipments, owned by the
contractor as intimated in the eligibility documents. Installments of Mobilization advance
except the first installment shall be released after receiving the utilization certificate supported
by bank statement showing the disbursement of mobilization advance by the contractor.

Contractor while applying for mobilization advance shall inform the intended use of mobilization
advance and submit the utilization certificate of the same. Any deviation from intended use shall
not be accepted without the prior approval of Engineer-in-charge.

PART-B 25
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.2 SPECIAL CONDITIONS FOR GREEN BUILDING


The buildings are registered for obtaining GRIHA L D Rating from GRIHA Secretariat under
MNRE scheme to obtain 5 star rating. The contractor is required to execute the work in a
befitting manner to obtain the targeted GRIHA rating.

6.2.1 Special conditions for GRIHA rating:-

I. The contractor shall work in close coordination with PMC and/or the consultant appointed
by SAU and prepare scheme for the approval of Engineer -in-charge for obtaining
GRIHA rating in the criteria relevant to the execution of work as per advice of Green
Building Consultant of main Consultant.
II. The contractor shall plan and execute the work in a manner to preserve and
protect the landscape during construction and shall arrange the materials/equipment
and follow the procedure as per criterion 2 of the GRIHA rating as applicable.
III. All the mandatory criteria of GRIHA and additional conditions for Green Building
practices are to be necessarily followed for entire buildings in this work.
IV. The contractor shall comply with NBC norms on construction safety,
health and sanitation as per criterion 8.
V. The construction activity shall be done in a befitting manner and the contractor shall adopt
measures to prevent air pollution at site in compliance with criterion 9 of GRIHA rating as
VI. applicable.
VII. The contractor shall comply with all the instructions and schemes for execution of
green building.
VIII. Nothing shall be paid extra for fulfillment of all these conditions except for the items
existing in the schedule of quantities. For such items work done shall be paid on
the basis of the agreement rates.

6.2.2 Pre-construction Stage

Construction Vehicles, Equipment and Machinery


(i) All vehicles, equipment and machinery to be procured for construction shall conform to
the relevant Bureau of India Standard (BIS) norms.
(ii) Emission from the vehicles must conform to environmental norms.
(iii) Dust produced from the vehicular movement and other site activities is to be mitigated by
sprinkling of water.
(iv) Noise limits for construction equipments shall not exceed 75 dB(A), measured at one
meter from the edge of the equipment in free area, as specified in the Environment
Protection Act,1986, schedule VI part E, as amended on 9th May,1993. The
maximum noise levels near the construction site should be limited to 65 dB (A) Leq (5
min) in project area.

6.2.3 Construction Stage

Construction Wastes Disposal

(i) The pre-identified dump locations will be a part of solid waste management plan to be
prepared by the Contractor in consultation with Engineer -in-charge.
(ii) Contractor shall get approved the location of disposal site prior to
commencement of the excavation on any section of the project location.
(iii) Contractor shall ensure that any spoils of material will not be disposed off in any
municipality solid waste collection bins.

PART-B 26
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.2.4 Procurement of Construction Materials


(i) All vehicles delivering construction materials to the site shall be covered to avoid spillage
of materials and maintain cleanliness of the roads.
(ii) Wheel Tyres of all vehicles used by of the contractor, or any of his sub contractor or
materials supplies shall be cleaned and washed clear of all dust/mud before leaving the
project premises. This shall be done by routing the vehicles through tyre washing tracks.
(iii) Contractor shall arrange for regular water sprinkling at least twice a day (i.e. morning and
evening) for dust suppression of the construction sites and unpaved roads used by his
construction vehicles.

6.2.5 Water Pollution


(i) The Contractor shall take all precautionary measures to prevent the
wastewater during construction to accumulate anywhere.
(ii) The wastewater arising from the project is to be disposed off in the manner that is
acceptable to the Engineer -in-charge.

6.2.6 Air and Noise Pollution

Contractor shall use dust screens and sprinkle water around the construction site to arrest
spreading of dust in the air and surrounding areas.

(i) Contractor shall ensure that all vehicles, equipment and machinery used for construction
are regularly maintained and confirm that emission levels comply with environmental
emission standards/norms.
(ii) For controlling the noise from Vehicles, Plants and Equipments, the Contractor
shall confirm the following:
(iii) All vehicles and equipment used in construction will be fitted with exhaust silencers.
(iv) Servicing of all construction vehicles and machinery will be done regularly and during
routine servicing operations, the effectiveness of exhaust silencers will be checked and if
found defective will be replaced.
(v) Noise emission from compactors (rollers) front loaders, concrete mixers, cranes
(movable), vibrators and saws should be less than 75 dB(A).
(vi) As per the standards/guidelines for control of Noise Pollution from Stationary Diesel
Generator (DG) sets, noise emission i n dB(A) from DG Set (15-500 KVA) should be less
than 94+10 log 10 (KVA). The standards also suggest construction of acoustic enclosure
around the DG Set and provision of proper exhaust muffler with insertion loss of minimum
25 dB(A) as mandatory.

6.2.7 Personal Safety Measures for Labour

Contractor will provide the following items for safety of workers employed by contractor and
associate agencies:

(i) Protective footwear and gloves to all workers employed for the work on mixing,
cement, lime mortars, concrete etc. and openings in water pipeline/sewer line.
(ii) Welder’s protective eye-shields to workers who are engaged in welding works.
(iii) Safety helmet and Safety harness/ belt. Provide adequate sanitation/safety facilities
for construction workers to ensure the health and safety of the workers during
construction, with effective provisions for the basic facilities such as sanitation,
drinking water and safety equipments or machinery.
(iv) All the workers should be wearing helmet and shoes all the time on site.

PART-B 27
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

(v) Masks and gloves should be worn whenever and wherever required.
(vi) Adequate drinking water facility should be provided at site, adequate number of
decentralized latrines and urinals to be provided for construction workers.
(vii) Full time workers residing on site should be provided with clean and adequate temporary
hutment.
(viii) First aid facility should also be provided.
(ix) Overhead lifting of heavy materials should be avoided. Barrow wheel and hand-lift boxes
should be used to transport materials onsite.
(x) Tobacco and cigarette smoking should be prohibited onsite.
(xi) All dangerous parts of machinery are well guarded and all precautions for working on
machinery are taken.
(xii) Maintain hoists and lifts, lifting machines, chains, ropes and other lifting tackles in
good condition. Provide safety net of adequate strength to arrest falling material down
below.
(xiii) Use of durable and reusable formwork systems to replace timber formwork and ensure
that formwork where used is properly maintained.
(xiv) Ensure that walking surfaces or boards at height are of sound construction and are
provided with safety rails and belts. Provide protective equipments such as helmets.
(xv) Provide measure to prevent fire. Fire extinguisher and buckets of sand to be provided in
fire-prone area and elsewhere.
(xvi) Provide sufficient and suitable light for working during night.
(xvii) Ensure that measures to protect workers from materials of construction, transportation,
storage and other dangers and health hazards are taken
(xviii) Ensure that the construction firm/division/company have sound safety policies.
(xix) Comply with the safety procedure, norms and guidelines (as applicable) as outlined in
NBC 2005 (BIS 2005c).
(xx) Adopt additional best practices and prescribed norms as in NBC 2005 (BIS2005).

6.2.8 Identify roads on-site that would be used for vehicular traffic. Update vehicular roads (if these
are unpaved) by increasing the surface strength by improving particle size, shape and mineral
type that make up the surface base. Add surface gravel to reduce source of dust emission. Limit
amount of fine particles (smaller than 0.075mm) to 10 -20%. Limit vehicular speed on site
10km/h. Nothing extra will be payable for this.

6.2.9 All material storages should be adequately covered and contained so that they are not exposed
to situations where winds on site could lead to dust/particulate emissions.

6.2.10 Spills of dirt or dusty materials shall be cleaned up promptly so the spilled material does not
become a source of fugitive dust and also to prevent of seepage of pollutant laden water into
the ground aquifers. When cleaning up the spill, ensure that the clean - up process does not
generate additional dust. Similarly, spilled concrete slurries or liquid wastes should be
contained/cleaned up immediately before they can infiltrate into the soil/ground or runoff in
nearby areas.

6.2.11 Ensure that water spraying is carried out by wetting the surface by spraying water on:
(i) Any dusty material.
(ii) Areas where demolition work is carried out.
(iii) Any unpaved main-haul road and.
(iv) Areas where excavation or earth moving activities are to be carried out.

6.2.12 The contractor shall ensure the following:

(i) Cover and enclose the site by providing dust screen, sheeting or netting to scaffold along
the perimeter of a building.

PART-B 28
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

(ii) Covering stockpiles of dusty material with impervious sheeting.


(iii) Covering dusty load on vehicles by impervious sheeting before they leave the site.
(iv) Transferring, handling/storing dry loose materials like bulk cement and dry pulverized fly
ash inside a totally enclosed system.
(v) Spills of dirt or dusty materials shall be cleaned up promptly so that the spilled material
does not become a source of fugitive dust and also to prevent seepage of pollutant
laden water into the ground aquifers. When cleaning up the spill, ensure that the clean-up
process does not generate additional dust. Similarly, spilled concrete slurries or
liquid wastes should be contained / cleaned up immediately before they can infiltrate
into the
soil/ground or runoff in nearby areas.
(vi) Clear vegetation only from areas where work will start right away.
(vii) Vegetate/mulch areas where vehicles do not ply.
(viii) Apply gravel / landscaping rock to the areas where mulching/paving is impractical.

6.2.13 Adopt measures to prevent air pollution in the vicinity of the site due to construction activities.
There is no standard reference for this. The best practices should be followed (as adopted from
international best practice documents and codes).

6.2.14 Provide sheet covering/barricading of site of not less than 3m height along the site boundary,
next to a road or other public area. Nothing extra will be paid for this.

6.2.15 The contractor shall provide experienced personnel with suitable training to ensure that these
methods are implemented. Prior to the commencement of any work, the method of working,
plant equipment and air pollution control system to be used on -site should be made available
for the inspection and approval of the Engineer -in-Charge to ensure that these are suitable for
the project.

6.2.16 Employ measures to segregate the waste on-site into inert, chemical or hazardous wastes.
Recycle the unused chemical/hazardous wastes such as oil, paint, batteries and asbestos. The
inert waste is to be disposed off to Municipal Corporation/local bodies dump yard and landfill
sites.
6.2.17 To preserve the existing landscape and protect it from degradation during the process of
construction. Select proper timing for construction activity to minimize the disturbance such as
soil pollution due to spilling of the construction material and its mixing with rainwater. The
construction management plan including soil erosion control management plan shall be
prepared accordingly for each month. The application of erosion control measures includes
construction of gravel pits and tyre washing bays of approved size and specification for all
vehicular site entry/exits, protection of slopes greater than 10%. Sedimentation Collection
System and run-off diversion systems shall be in place before the commencement of
construction activity. Preserve and protect the existing vegetation by not-disturbing or damaging
to specified site areas during construction.

6.2.18 The Contractor should follow the construction plan as proposed by the Engineer-in-charge /
landscape consultant to minimize the site disturbance such as soil pollution due to spilling. Use
staging and spill prevention and control plan to restrict the spilling of the contaminating material
on site.

6.2.19 Spill prevention and control plans should clearly state measures to stop the source of the spill.
Measures to contain the spill and measures to dispose the contaminated material and
hazardous wastes. It should also state the designation of personnel trained to prevent and
control spills. Hazardous wastes include pesticides, paints, cleaners and petroleum products.

PART-B 29
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.2.20 A soil Erosion and Sedimentation Control Plan (ESCP) should be prepared prior to construction
and should be applied effectively.

6.2.21 The contractor shall prepare and submit ‘Spill prevention and control plans’ before the start of
construction, clearly stating measures to stop the source of the spill, to contain the spill, to
dispose the contaminated material and hazardous wastes, and stating designation of
personnel trained to prevent and control spills. Hazardous wastes include pesticides,
paints, cleaners, and petroleum products.

6.2.22 The contractor shall ensure that no construction leaches (Ex: cement slurry) is allowed to
percolate into the ground. Adequate precautions are to be taken to safeguard against this
including reduction of wasteful curing processes, collection, basic filtering and reuse. The
contractor shall follow requisite measures for collecting drainage water run-off from
construction areas and material storage sites and diverting water flow away from such
polluted areas. Temporary drainage channels, perimeter dike/swale, etc. shall be constructed to
carry the pollutant -laden water directly to the treatment device or facility (municipal sewer line).

6.2.23 All lighting installed by the contractor around the site and at the labour quarters during
construction shall be CFL bulbs of the appropriate illumination levels. This condition is a must,
unless specifically prescribed otherwise.

6.2.24 All paints, adhesives and sealants should comply with the VOC limits prescribed by GRIHA.

6.2.25 All the building materials and systems used on site must be as per the specifications and
approved makes by the Engineer-In-Charge.

6.2.26 All required certificates explaining the properties of the building material/system needs to be
obtained from the manufacturer/vendor as required by the green building rating authority. The
final certificates would be produced after the approval of green building consultant with
necessary due diligence. The purchase orders of all the materials made with the
manufacturers / authorized vendors should be maintained and shall be provided for the
process with due diligence upon request.

6.2.27 Water saving measures as suggested by the consultants need to be followed on site.

6.2.28 The contractor / subcontractor shall prepare and submit a Site Management Plan (SMP)
within 10 days of start, for approval by the Engineer -in-charge. This SMP shall indicate the
locations of godown, stockpiles, barricading, waste storage, offices, vehicular movement routes
etc. In short this SMP would comprehensively represent how the site activities shall be
managed conforming to GRIHA guidelines. Contractor will be penalized @ Rs. 500 per day of
delay on non-submission of SMP beyond due date to be recovered from next RA bill.

6.2.29 Any other site management measures suggested by the Engineer-in-charge / green building
consultant shall be followed on site.

6.2.30 The contractor shall submit to the Engineer -in-Charge after construction of the buildings, a
detailed as built quantification of the following within 10 days of recording of completion.
Contractor will be penalized @ Rs. 500 per day of delay on non-submission of SMP beyond
due date to be recovered from the Final bill:

(i) Total materials used


(ii) Total waste generated,
(iii) Total waste reused,
(iv) Total water used,

PART-B 30
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

(v) Total electricity consumed, and


(vi) Total diesel consumed.

6.2.31 Evidence for the implementation of the all the above required measures shall be
provided to the green building consultant in the form of photographs and templates as required
which is required for the submission to the green building rating authority (GRIHA).

6.2.32 Nothing extra shall be payable for above provisions unless otherwise specified in
Schedule of Quantity

PART-B 31
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

6.3 CONDITIONS TO BE ADHERED AS PER ENVIRONMENTAL CLEARANCE OBTAINED


FROM DPCC FOR SAU PROJECT

6.3.1 Provision shall be made for the housing of labour within the site with all necessary infrastructure
and facilities such as fuel for cooking, mobile toilets, mobile STP, safe drinking water, medical
health care along with first aid room, crèche etc. The housing may be in the form of temporary
structures to be removed after completion of the project.
6.3.2 Health and safety norms of CPWD should be followed during construction
6.3.3 Top soil excavated during construction activities should be stored within the site for use in
horticulture/landscape development.
6.3.4 Disposal of muck during construction phase should not create any adverse effect on the
neighboring communities and be disposed of only in approved sites with the approval of
competent authority taking the necessary precautions for general safety and health aspects of
people.
6.3.5 Proper measures should be adopted to control dust emissions during construction phase by
providing adequate numbers of water sprinklers.
6.3.6 Soil and water samples of the site should be tested by the Project Proponent from any laboratory
recognized by MOEF/DPCC to ascertain that there is no threat to ground water quality by
leaching of contaminants, on quarterly basis for inclusion in the six monthly reports.
6.3.7 Construction spoils, including bituminous material and other hazardous materials, must not be
allowed to contaminate watercourses and the dump sites for such material must be secured so
that they should not leach into the ground water. Bulk of the demolition waste should be recycled
and minimum possible demolition waste should be dumped at designated dumping site.
6.3.8 Any hazardous waste generated during construction phase should be disposed of as per
applicable rules and norms with necessary authorization from Delhi Pollution Control Committee
6.3.9 The diesel generator sets to be used during construction phase should be placed in an
acoustically treated enclosures and operated on low sulphur diesel and should conform to the
Environment Protection Rules prescribed for air and noise emission standards.
6.3.10 The diesel required for operating DG sets shall be stored in underground tanks and if required,
clearance from Chief Controller of Explosives shall be taken.
6.3.11 Vehicles hired for bringing construction material to the site should be in good condition, have
pollution check certificate, and conform to applicable air & noise emission standards. These
vehicles should be operated only during non-peak hours. The material loaded or unloaded should
be covered (especially sand, excavated soil, etc.) before transportation to avoid fugitive emissions
etc.
6.3.12 Ambient noise levels should conform to prescribed residential standards both during day and
night hours. Adequate measures should be made to reduce ambient air and noise level during
construction and operation phase. So as to conform to the norms stipulated by CPCB/DPCC.
Ambient air and noise monitoring should be done by an accredited lab and data should be
submitted along with compliance report in every six month.
6.3.13 Natural drainage should be preserved as far as possible.
6.3.14 Fly ash should be used as building material in the construction as per the provisions of Fly Ash
Notification dated September 14th, 1999 and as amended upto date.
6.3.15 Ready Mix Concrete must be used in building construction to minimize the use of water and also
by use of pre-mixed concrete, curing agents and other best practices preferred.
6.3.16 Fixtures for toilet flushing and drinking water facility should be of low flow either by use of aerators
or pressure reducing devices or sensor based control mechanism.
6.3.17 Energy Conservation Building Code to be strictly adopted in all aspects of construction.

PART-B 32
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Requirements of GRIHA rating, if proposed, should be followed.


6.3.18 Regular supervision of the above and other measures for monitoring should be in place all
through the construction phase, so as to avoid disturbance to neighbors.
6.3.19 The demolition waste should be sent to C& D waste site of the MCD for recycling.
6.3.20 Officials from Ministry of Environment & Forests, Regional Office, Chandigarh and Delhi Pollution
Control Committee, who would be monitoring the implementation of environmental safeguards,
should be given full co-operation to inspect the facilities and documents/data on site during their
site inspection. Six-monthly monitoring reports shall be prepared and submitted to Ministry of
Environment & Forests, Regional Office Chandigarh & also to DPCC, Delhi.

PART-B 33
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.0 CIVIL WORKS

PART-B 34
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.0 CIVIL WORKS

7.1 ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATION FOR CIVIL WORKS

7.1.1 ADDITIONAL CONDITION AND PARTICULAR SPECIFICATION FOR STRUCTURAL STEEL

I. This specification covers the fabrication and transportation to site and erection on prepared
foundations and structural steel work consisting of beams, columns, purlins, vertical trusses,
bracings, shear connections etc.
II. Fabrication, erection and approval of steel structures shall be in compliance with:

(i) General Specifications mentioned in CPWD specifications and IS : 800 – 1984. For the
guidance on general fabrication and erection of structural steel work, Chapter 11 of
IS:800 (1984) must be followed. As far as safety is concerned guidance could be
obtained from Indian safety code for structural steelwork IS:7205(1974). Before the
commencement of the erection, all the erection equipment tools, shackles, ropes etc.
should be tested for their load carrying capacity. Such tests if needed may be repeated at
intermediate stages also.

(ii) Drawings and supplementary drawings to be supplied to the contractors during execution
of the work.

III Providing shop primer coat for steel structures. Grouting of holding-down bolt pockets and
below base plates where required.

IV In case of conflict between the Clauses mentioned here and the Indian Standards, those
expressed in this specification shall govern.

V Scope
The fabrication and erection of the steel work consists of accomplishing of all jobs ere-in
enumerated including providing all labour, tools and plant all materials and consumables
such as welding electrodes, bolts and nuts, oxygen and acetylene gases, oils for cleaning etc.
of approved quality as per relevant IS. The work shall be executed according to the
drawings, specifications, relevant codes etc. in an expeditious and workman like manner, as
detailed in the specifications and the relevant Indian Standard Codes and Standard Practice and
to the complete satisfaction of the Engineer-in-charge .

VI Fabrication Drawings
(i) The contractor shall prepare all fabrication and erection drawings on the basis of design
drawings supplied to him and submit the same in triplicate to the Engineer-in-charge for
review, Engineer-in-charge shall review and comment, if any, on the same. Such
review, if any, by the Engineer-in-charge, does not relieve the contractor of any of his
required guarantees and responsibilities. The contractor shall however be responsible to
fabricate the structural strictly conforming to specifications and reviewed drawings.

(ii) Fabrication drawings shall include but not limited to the following:
- Member sizes and details
- Types and dimensions of welds and bolts
- Shapes and sizes of edge preparation for welding
- Details of shop and field joints included in assemblies.

PART-B 35
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

(iii) Bill of material

- Quality of structural steels, welding electrodes, bolts, nuts and washers etc. to be
used.

- Erection assemblies, identifying all transportable parts and sub-assemblies,


associated with special erection instructions, if required.

- Calculations where asked for approval.

(iv) Connections, splices etc. other details not specifically detailed in design drawings shall
be suitably given on fabrication drawings considering normal detailing practices and
developing full member strengths. Where asked for calculations for the merit shall also
be submitted for approval.

(v) Any alternate design or change in section is allowed when approved in writing by the
Engineer-in-charge.

(vi) However, if any variation in the scheme is found necessary later, the contractor will be
supplied with revised drawings. The contractor shall incorporate these changes in his
drawings at no extra cost and resubmit for review.

(vii) Engineer-in-charge review shall not absolve the contractor of his responsibility for the
correctness of dimensions, adequacy of details and connections. One copy will be
returned reviewed with or without comments to the contractor for necessary action. In
the former case further three copies of amended drawings shall be submitted by the
contractor for final review.

(viii) The contractor shall supply three prints each of the final reviewed drawings to the
Engineer-in-charge within a week since final review, at no extra cost for reference and
records.

(ix) The Engineer-in-charge will verify the correct interpretation of their requirements.

(x) If any modification is made in the design drawing during the course of execution of the
job, revised design drawings will be issued to the contractor. Further changes arising
out of these shall be incorporated by the contractor in the fabrication drawings already
prepared at no extra cost and the revised fabrication drawings shall be duly got
reviewed as per the above Clauses.

VII Materials

A. Rolled Sections

i. The following grades of steel shall be used for steel structures:


ii. Structural steel will generally be of standard quality conforming to IS: 226/IS:2062.
Whenever welded construction is specified plates of more than 20 mm thickness will
generally conform to IS: 2062.
iii. Welding Material
iv. Welding electrodes shall conform to IS: 814.
v. Approval of welding procedures shall be as per IS: 823.

PART-B 36
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

B Bolts, Nuts & Washers


i. Bolts and nuts shall be as per IS: 1367 and tested as per IS:1608. It shall have a
minimum tensile strength of 44 Kg/mm2 and minimum elongation of 23% on a gauge
length of 5.65 (A- Original cross sectional area of the gauge length). Washers shall be
as per IS: 2016.

C All materials shall conform to their respective specifications. The use of equivalent or
higher grade or alternate materials will be considered only in very special cases subject
to the approval of the Engineer-in-charge in writing.

D Receipt & Storing of Materials


i. Steel materials supplied by the contractor must be marked for identification and each lot
should be accompanied by manufacturer's quality certificate, conforming chemical
analysis and mechanical characteristics.
ii. All steel parts furnished by supplier shall be checked, sorted out, straightened, and
arranged by grades and qualities in stores.

iii. Structurals with surface defects such as pitting, cracks, laminations etc. shall be rejected
if the defects exceed the allowable tolerances specified in relevant standards or as
directed by the chief Engineer-in-charge.

iv. Welding wire and electrodes shall be stored separately by qualities and lots inside a dry
and enclosed room, in compliance with IS: 816 - 1969 and as per instructions given by
the Engineer-in-charge. Electrodes shall be perfectly dry and drawn from an electrode
even, if required.

E Checking of quality bolts of any kind as well as storage of same shall be made
conforming to relevant standards.
i. Each lot of electrodes, bolts, nuts, etc. shall be accompanied by manufacturer's test
certificate.
ii. The contractor may use alternative materials as compared to design specification only
with the written approval of the chief Engineer-in-charge.

VIII Material Tests

i. The contractor shall be required to produce manufacturer's quality certificates for the
materials supplied by the contractor. Notwithstanding the manufacturer's certificates, the
Engineer-in-charge may ask for testing of materials in approved test houses. The test results
shall satisfy the requirements of the relevant Indian Standards.

ii. Whenever quality certificates are missing or incomplete or when material quality differs from
standard specifications the contractor shall conduct all appropriate tests as directed by the
Engineer-in-charge at no extra cost.

iii. Materials for which test certificates are not available or for which test results do not tally with
relevant standard specifications, shall not be used.

IX Fabrication

i. The Contractor will submit the credential with full particulars about work completed by
fabricator to be deployed for this work for approval of Engineer-in-charge. After written
approval is communicated in respect of fabricator, then only the jobs should be a signed to
him. Fabrication shall be in accordance with IS: 800 Section V in addition to the following:

PART-B 37
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

ii. Fabrication shall be done as per approved fabrication drawings adhering strictly to work
points and work lines on the same. The connections shall be welded or bolted as per design
drawings. Work shall also include fabricating built up sections.

iii. Any defective material used shall be replaced by the contractor at his own expense, care
being taken to prevent any damage to the structure during removal.

iv. All the fabricated and delivered items shall be suitably packed to be protected from any
damage during transportation and handling. Any damage caused at any time shall be made
good by the Contractor at his own cost.

v. Any faulty fabrication pointed out at any stage of work shall be made good by the contractor at
his own cost.

A. Preparation of Materials

i. Prior to release for fabrication, all rolled sections warped beyond allowable limit shall
be pressed or rolled straight and freed from twists, taking care that an uniform
pressure is applied.
ii. Minor warping, corrugations etc. in rolled sections shall be rectified by cold
working.
iii. The sections shall be straightened by hot working where the Engineer-in-charge
so direct and shall cooled slowly after straightening.
iv. Warped members like plates and flats may be used as such only if wave
like
v. deformation does not exceed L/1000 but limited to 10 mm (L-
Length).
vi. Surface of members that are to be jointed by lap or fillet welding or bolting shall be
even so that there is no gap between overlapping surfaces.

B. Marking
Marking of members shall be made on horizontal pads, of an appropriate racks
or supports in order to ensure horizontal and straight placement of such members.
Marking accuracy shall be atleast + 1 mm.

C. Cutting
i. Members shall be cut mechanically (by saw or shear or by oxyacetylene flame).
ii. All sharp, rough, or broken edges, and all edges of joints which are subjected to tensile
or oscillating stresses, shall be ground.
iii. No electric metal arc cutting shall be allowed.
iv. All edges cut by oxyacetylene process shall be cleaned of impurities prior to assembly.
Cutting tolerances shall be as follows:

a) For members connected at both ends + 1 mm.


b) Elsewhere + 3 mm.

v The edge preparation for welding of members more than 12 mm thick shall be done by
flame cutting and grinding. Cut faces shall not have cracks or be rough.
vi Edge preparation shall be as per IS : 823 - 1964.

D. Drilling
i. Bolts holes shall be drilled.
ii. Drilling shall be made to the diameter specified in drawings.
iii. No enlarging of holes filling, by mandrolling or oxyacetylene flame shall be allowed.
Allowed variations for holes (out-of-roundness, eccentricity, plumb-line deviation) shall

PART-B 38
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

iv. be as per IS:800.


- Maximum deviation for spacing of two holes on the same axis shall be +
1 mm.
- Two perpendicular diameters of any oval hole shall not differ by more
than 1 mm.

E. Drilling faults in holes may be rectified by reaming the holes to the next upper diameter,
provided that spacing of new hole centres and distance of hole centres to the edges of
members are not less than allowed and that the increase of hole diameter does not
impair the structural strength. Hole reaming shall be allowed if the number of faulty holes
does not exceed 15% of the total number of holes for one joint.

X WELDING:
A. Preparation of Members for Welding
i. All welding in mild steel work shall be done with electrodes and / or by methods
recommended by the suppliers of the metals being welded in accordance with
ii. corresponding Indian Standards. Type, size and spacing of welds, shall be as
specified. All welding consumables shall be in accordance with the I.S. standards.
iii. Welds behind finished mild steel surfaces shall be so done as to eliminate distortion
and / or discoloration on the finished side.
iv. Weld spatter and welding oxides on finished surfaces shall be removed by descaling
v. and / or grinding. Plug, puddle or spot welding shall not be permitted. If weld beads are
visible on exposed finished surfaces, the surfaces shall be ground and
vi. polished to match and blend with finish on adjacent parent metal.
vii. Structural welds shall be made by certified welders and shall conform to I.S. code.
viii. The welds shall be tested by the Contractor to ensure quality and integrity of the
structural welds. However, welding tests shall be carried out as below: and the
contractor shall maintain records for Visual testing – 100 % of the welds for size and
quality. Fillet weld testing- 30 % of the welds for MPI or Dye penetration test
ix. Dirt grease, lubricant, or other organic material shall be removed by vapor
degreasing or suitable solvent.
x. Joints rejected because of welding defects may be repaired only by re welding.
xi. Defective welds shall be removed by chipping or machining. Flame cutting shall not be
allowed.

B Assembly of structural members shall be made with proper jigs and fixtures to ensure
correct positioning of members (angles, axes nodes etc.)

C Sharp edges, rust of cut edges, notches, irregularities and fissures due to faulty cutting
shall be chipped or ground or filled over the length of the affected area, deep enough to
remove faults completely.

D Edge preparation for welding shall be carefully and accurately made so as to facilitate a
good joint.

i. Generally no special edge preparation shall be required for members under 8 mm thick.
ii. Edge preparation (bevelling) denotes cutting of the same so as to result in V, X K or
U seam shapes as per IS: 823.
iii. The members to be assembled shall be clean and dry on the welding edges. Under
no circumstances shall wet, greasy, rust or dirt covered parts be assembled. Joints
shall be kept free from any foreign matter likely to get in to the gaps between
members to be welded.
iv. Before assembly the edges to be welded as well as adjacent areas extending for
atleast 20 mm shall be cleaned (until metallic polish is achieved).
v. When assembling members, proper care shall be taken of welding shrinkage

PART-B 39
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

and distortions, as the drawing dimensions cover finished dimensions of the structure.

vi. The elements shall be got checked and approved by the Engineer-in-charge or
their authorised representative before assembly.

vii. The permissible tolerances for assembly of members preparatory to welding


viii. shall be as per IS: 823-1964.

ix. After the assemble has been checked, temporary tack welding in position shall be
done by electric welding, keeping in view finished dimensions of the structure.

XI Welding procedures

i. Welding shall be carried out only by fully trained and experienced welders as tested
and approved by the Engineer-in-charge. Any test carried out either by the
Engineer-in- charge or their representative or the inspectors shall constitute a right by
them for such tests and the cost involved thereon shall be borne by the contractor
himself.

ii. Qualification tests for welders as well as tests for approval of electrodes will be
carried out as per IS: 823. The nature of test for performance qualification of welders
shall be commensurate with the quality of welding required on this job as judged by
the Engineer-in-charge.
iii. The steel structures shall be automatically, semi-automatically or manually welded
as per direction of Engineer-in-charge.
iv. Welding shall begin only after the checks mentioned in Clause herein have
been carried out.
v. The welder shall mark with his identification mark on each element welded by
him.

vi. When welding is carried out in open air, steps shall be taken to protect the face
of welding against wind or rain. The electrodes, wire and parts being welded shall be
dry. Before beginning the welding operation, each joint shall be checked to ensure
that the parts to be welded are clean and root gaps provided as per IS: 823.

vii. For continuing the welding of seems discontinued due to some reason, the end of
the discontinued seem shall be melted in order to obtain a good continuity.
Before resuming the welding operation, the groove as well as the adjacent parts
shall be well cleaned for a length of approx. 50 mm.

viii. For single butt welds (in V, 1/2 V or U) and double butt welds (in K, double U etc.)
the rewelding of the root is mandatory but only the metal deposit on the root has
been cleaned by back gouging or chipping.

ix. The welding seams shall be left to cool slowly. The contractor shall not be allowed
to cool the welds quickly by any other method.

x. For multi-layer welding, before welding the following layer, the formerly welded
layer shall be cleaned metal bright by light chipping and wire brushing. Backing
strips shall not be allowed.

xi. The order and method of welding shall be so that


- No unacceptable deformation appears in the welded parts.
- Due margin is provided to compensate for contraction due to welding in order to
avoid any high permanent stresses.

PART-B 40
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

xii The defects in welds must be rectified according to IS: 823 and as per instruction of
Engineer-in-charge.

xiii Weld Inspection

A The weld seams shall satisfy the following :


- shall correspond to design shapes and dimensions.
- shall not have any defects such as cracks, incomplete penetration and fusion, under-
cuts, rough surfaces, burns, blow holes and porosity etc. beyond permissible limits.

B During the welding operation and approval of finished elements, inspections and tests
shall be made as shown in annexure-B. The mechanical characteristics of the welded
joints shall be as in IS: 823.

xiv Preparation of Members for Bolting


The members shall be assembled for bolting with proper jigs and fixtures to sustain the
assemblies without deformation and bending. Before assembly, all sharp edges,
shavings, rust dirt, etc. shall be removed. Before assembly, the contacting surfaces of
the members shall be cleaned and given a coat of primer as per IS: 2074.The members
which are bolt assembled shall be set according to drawings and temporarily fastened
with erection bolts (minimum 4 pieces) to check the coaxiality of the holes. The
members shall be finally bolted after the deviations have been corrected, after which
there shall not be gaps. Before assembly, the members shall be checked and got
approved by the Engineer-in-charge. The difference in thickness of the sections that are
butt assembled shall not be more than 3% or maximum 0.8 mm whichever is less. If the
difference is larger, it shall be corrected by grinding or filling. Reaming of holes to final
diameter or cleaning of these shall be done only after the parts have been check
assembled. As each hole is finished to final dimensions (reamed if necessary) it shall be
set and bolted up. Erection bolts shall not be removed before other bolts are set.

xv Bolting up
A. Final bolting of the members shall be done after the defects have been rectified
and approval of joints obtained. The bolts shall be tightened starting from the centre
of joint towards the edge.
B. Planning of Ends
C. Planing of ends of members like column ends shall be done by grinding when
so specified in the design. Planning of butt welded members shall be done after these
have been assembled, the spare edges shall be removed with grinding machines or
files.The following tolerances shall be permitted on member that have been planed.
- On the length of the member having both ends planed, maximum + 2 mm with
respect to design.
- Level differences of planed surfaces, maximum 0.3 mm.
- Deviation between planed surface and member's axis maximum 1/1500.

xvi Holes for Field Joints


A. Holes for field joints shall be drilled in the shop to final diameters and tested in t he
shop, with trial assemblies. When three-dimensional assembly is not possible in
the
B. shop, the holes for field joints may be drilled in shop and reamed on site after
erection,
C. on approval by the Engineer-in-charge .For bolted steel structures, trial assembly
in shop is mandatory. The tolerance for spacing of holes shall be + 1 mm.

PART-B 41
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

xvii Tolerances
A All tolerances regarding dimensions, geometrical shapes and sections of steel
structures, shall be as per Annexure B, if not specified in the drawing.

xviii Marking for Identification


A. All elements and members prior to dispatch for erection shall be shop marked. The
members shall be visibly marked with a weather proof light coloured paint. The size
and thickness of the numbers shall be chosen as to facilitate the identification of
members. For the small members that are delivered in bundles or crates, the
required marking shall be done on small metal tags securely tied to the bundle,
while the crates shall be marked directly. Each bundle or crate shall be packed
with members for one and the same assembly; in the same bundle or crate,
general utility members such as bolts, quests etc. may be packed. All bill of
materials showing weight, quality and dimension of contents shall be placed in the
crates.
B. The members shall be marked with a durable paint, in a visible location,
preferably at one end of the member so that these may be easily checked
during storage and erection. All members shall be marked in the shop before
inspection and acceptance.
C. When the member is being painted, the marking area shall not be painted but
bordered with white paint. The marking and job symbol shall be registered in all
shop delivery documents (transportation, for erection etc.)

xix Shop Test Pre-assembly


A For steel structures that have the same type of welding the shop test pre-assembly
shall be performed on one out of every 10 members minimum. For bolted steel
structures, shop test pre-assembly is mandatory for all elements as well as for the
entire structure in conformity with previous Clause .

XII Shop Inspection and Approval

(i) General
I. The Engineer-in-charge or their representative shall have free access at all
responsible times to the contractors fabrication shop and shall be afforded all
reasonable facilities for satisfying himself that the fabrication is being undertaken

II. in accordance with drawings and specifications. Technical approval of the steel
structure in the shop by the Engineer-in-charge is mandatory. The contractor shall
not limit the number and kinds of tests, final as well as intermediate once, or extra
tests required by the Engineer-in-charge. The contractor shall furnish necessary tools,
gauges, instruments etc. and technical non-technical personnel for shop tests by the
Engineer- in-charge, free of cost.

(ii) Shop Acceptance


III. The Engineer-in-charge shall inspect and approve at the following stages :
The following approvals may given in shop:
- Intermediate approvals of work that cannot be inspected later.
- Partial approvals
- Final approvals

PART-B 42
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

IV. Intermediate approval of work shall be given when a part of the work is preformed
later:
- Cannot be inspected later
- Inspection would be difficult to perform and results would not be satisfactory.

V. Partial approval in the shop is given on members and assemblies of steel


structures before the primer coat is applied and includes :

- Approval of materials
- Approval of field joints
- Approval of parts with planed surfaces
- Test erection
- Approval of members
- Approval of markings
- Inspections and approvals of special features, like Rollers, loading
platform mechanism etc.

VI. During the partial approval, intermediate approvals as well as all former approvals, shall
be taken in to consideration.

(iii) Final approval in the Shop

VII. The final approval refers to all elements and assemblies of the steel structures,
with shop primer coat, ready for delivery from shop to be loaded for transportation, or
stored. The final approval comprises of:
- Partial approvals
- Approval of shop primer coat
- Approval of mode of loading and transport
- Approval of storage (for materials stored)

XIII Painting and Delivery

A Preparation of parts for shop painting: Painting shall consist of providing at least one coat
of red oxide zinc chromate primer to steel members before despatch from shop. Primer
coat shall not be applied unless :

(i) Surface have been wire brushed, cleaned of dust, oil, rust or sand blasted as per the
requirement and direction of Engineer-in-charge etc.
(ii) Erection gaps between members, spots that cannot be painted or where moisture or
other aggressive agents may penetrate, have been filled with an approved type of oil and
putty.
(iii) The surface to be painted are completely dry.
(iv) The parts where water of aggressive agents may collect (during transportation, storage,
erection and operation) are filled with putty and provided with holes for drainage of water.
(v) Members and parts have been inspected and accepted
(vi) Welds have been accepted.

The following are not to be painted or protected by any other product :


(vii) Surface which are in the vicinity of joints to be welded at site.
(viii) Surfaces bearing markings
(ix) Other surfaces indicated in the design.
B The following shall be given a coat of hot oil or any approved resistant lubricant only.
(x) Planed surfaces
(xi) Holes for links

PART-B 43
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

The surfaces that are to be embedded or in contact with the concrete shall be given a coat
of cement wash. The surfaces which are in contact with the ground, gravel or brick work and
subject to moisture, shall be given bituminous coat. The other surfaces shall be given a
primer coating.

Special attention shall be given to locations not easily accessible, where water can collect
and which after assembly and erection cannot be inspected, painted and maintained. Holes
shall be provided for water drainage and in accessible box type sections shall be
hermetically sealed by welds.

If specified elsewhere, in the schedule of quantities, the contractor shall paint further coats
of red-oxide after erection and placing in position of the steel structures.

XIV Packing, transportation, delivery

After final shop acceptance and marking, the item shall be packed and loaded for
transportation. Packing must be adequate to protect item against warping during loading and
unloading. Proper lifting devices shall be used for loading, in order to protect items against
warping. Slender projecting parts shall be braced with additional steel bars, before loading,
for protection against warping during transportation. Loading and transportation shall be
done in compliance with transportation rules. If certain parts cannot be transported in the
lengths stipulated in the design, the position and type of additional splice joints shall be
approved by the Engineer-in-charge. Items must be carefully loaded on platforms of
transportation means to prevent warping, bending or falling during transportation. The small
parts such as fish-plates, quests etc. shall be securely tied with wire to their respective parts.
Bolts, nuts and washers shall be packed and transported in crates. The parts shall be
delivered in the order stipulated by the Engineer-in-charge and shall be accompanied by
document showing:

(i) Quality and quantity of structure or members


(ii) Position of member in the structure
(iii) Particulars of structure
(iv) Identification number job symbol.

XV Field Erection

(i) The erection work shall be permitted only after the foundation or other structure over
which the steel work will be erected is approved and is ready for erection.
(ii) The contractor shall satisfy himself about the levels, alignment etc. for the foundations well
in advance, before starting the erection. Minor chipping etc. shall be carried out by the
contractor on his expense.
(iii) Any faulty erection done by the contractor shall be made good at his own cost.
(iv) Approval by the Engineer-in-charge or their representatives at any stage of work does not
relieve the contractor of any of his required guarantees of the contract.
(v) Storage and preparation of parts prior to erection
The storage place for steel parts shall be prepared in advance and got approved by
the Engineer-in-charge before the steel structures start arriving from the hop. A platform
shall be provided by the Contractor near the erection site for preliminary erection work.
The contractor shall make the following verifications upon receipt of material at site.
- For quality certificates regarding materials and workmanship according to these
general specifications and drawings.
Whether parts received are complete without defects due to transportation, loading and
unloading and defects, if any, are well within the admissible limit. For the above work
sufficient space must be allotted in the storage area which will be arranged by the

PART-B 44
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

contractor without any extra cost to the SAU. Steps shall be taken to prevent warping of
items during unloading. The parts shall be unloaded, stored and stored so as to be easily
identified. The parts shall be stored according to construction symbol and markings so that
these may be taken out in order or erection. The parts shall be at least 150 mm clear from
ground on wooden or steel blocks for protection against direct contact with ground and to
permit drainage of water. If rectification of members like straightening etc. are required,
these shall be done in a special place allotted which shall be adequately equipped. The
parts shall be clean when delivered for erection.

(vi) Erection & Tolerances


Erection in general shall be carried out as required and approved by the Engineer-in-charge.
Positioning and leveling of the structure, alignment and plumbing of the stanchion and fixing
every member of the structure shall be in accordance with the relevant drawings and to
the complete satisfaction of the Engineer-in-charge.
The following checks and inspection shall be carried out before during and after erection.
- damage during transportation
- accuracy of alignment of structures
- erection according to drawings and specifications
- progress and workmanship.

In case there be any deviations regarding positions of foundations or anchor bolts, which
would lead to erection deviations, the Engineer-in-charge shall be informed immediately.
Minor rectifications in foundations, orientation of Bolts holes etc. shall be carried out as
part of the work, at no extra cost. The various parts of the steel structure shall be so
erected so to ensure stability against inherent weight, wind and erection stresses. The
structure shall be anchored and final erection joints completed after plan and elevation
positions of the structural members have been verified with corresponding drawings and
approved by the Engineer-in-charge. The bolted joints shall be tightened so that the entire
surface of the bolt heads and nuts shall rest on the member. For parts with sloping surfaces
tapered washers shall be used.

a. Final acceptance and handing over the structure

1. At acceptance, the contractor shall submit the following documents:

2. Shop and erection drawings – four sets soft copy and hard copies 4 copies of each of the
following:
3. Shop acceptance documents quality certificate for structurals, plates, etc.
(electrodes, welding wire, bolts, nuts, washers etc.)
4. List of certified welders who worked on erection of structures.
5. Acceptance and intermediate control procedure of erection operations.
Approval by the Engineer-in-charge at any stage of work does not relieve the contractor of
any of his required guarantees of the contract.

b. Method of Payments
Payment for steel work shall be made on basis of admissible weight of the structure
accepted, the weight being determined as described below:
i. The rate for supply, fabrication and erection, shall include cost of all handling and
transportation to Owner's store/site of work where supply and fabrication only are involved,
trimming, straightening, edge preparation, preparation and getting reviewed of fabrication
drawings, and providing one or more coat of Red-oxide zinc chromate primer as specified in
the schedule of quantity.
ii. In the case, Owner supplies materials the rate shall include cost of steel materials taking
delivery of the materials, from owner's store all handling and rehandling, loading and

PART-B 45
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

unloading, transport to site or work, returning of surplus materials to owner's stores etc.
complete as well as the cost of all handling and transport, scaffolding, temporary supports,
tools and tackles, touching up primer coat, grouting etc.
iii. The actual lengths installed shall be measured and the weight of structural
material/plate shall be calculated wherever necessary on the basis of IS handbook. If
sections are different from IS section, then manufacturers handbook shall be adopted. No
allowance in weights shall be made for rolling tolerance.
iv. Sections built out of plates, structural shall be paid on the actual weight incorporated
except for gussets which will be paid on the weight of the smallest rectangle enclosing
the shape. No deductions shall be made for skew cuts in rolled steel sections.
v. Welds, bolts, nuts, washers, etc. shall not be measured. Rate for structural steel work
shall be deemed to include the same.
vi. No other payment either for temporary works connected with this contract or for any
other item such as welds, shims, pacing plates etc. shall be made. Such item shall be
deemed to have been allowed for in the rate quoted for steel work.

c. Grouting of Pockets

i. Grouting of pockets and under base plates will be done only after the steel work has
been levelled and plumbed and the bases of stanchions are supported by steel shims.
The space below the base plate and pockets shall be thoroughly cleaned.
ii. The mortar used for grouting shall not be leaner than 1:2 (1 cement : 2 sand) (grade 300 in
case of concrete) or as is specified and shall be mixed to the minimum consistency
required. It shall be poured under suitable head and tamped until the space has been
completely filled.

d. Tolerances allowed in the erection of building without cranes

The maximum tolerances for line and level of the steel work shall be + 3.00 mm on any
part of the structure. The structure shall not be out of plumb more than 3.5 mm on each
10 M. section of height and not more than 7.0 mm per 30 M. section. These tolerances
shall apply to all parts of the structure unless the drawings issued for erection purposes
state otherwise.

XVI Contractor to submit shop drawing for all structural steel work for approval. The work at site
should commence only after getting the shop approved.

XVII Contractor to get erection scheme approved before commencement of erection of trusses.

PART-B 46
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.2 ADDITIONAL CONDITION AND PARTICULAR SPECIFICATION FOR REINFORCEMENT


STEEL

I. The contractor shall procure TMT bars of Fe500D grade from primary producers as per
approved make list conforming to BIS specifications.

II. The specifications of TMT bars procured from primary producers shall meet the
provisions of IS 1786 : 2008 pertaining to Fe 500D grade of steel as specified in the tender.
charge in respect of all supplies of steel brought by him to the site of work.

III. The contractor shall have to obtain and furnish factory test certificates to the Engineer - in-
charge

IV. Samples shall also be taken and got tested by the Engineer -in-Charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that the
a. steel arranged by the contractor does not conform to the specifications as defined,
the same shall stand rejected, and it shall be removed from the site of work by the
contractor at
b. his cost within a week time of written orders from the Engineer-in-Charge to do so. Else
the SAU shall remove it and recover double the cost of removal from the contractor.

V. The steel reinforcement bars shall be brought to the site in bulk supply of 20 tonnes or
more, or as decided by the Engineer -in-charge.

VI. The steel reinforcement bars shall be stored by the contractor at site of work in such a way
a. as to prevent their distortion and corrosion, and nothing extra shall be paid on this
account. Bars of different sizes and lengths shall be stored separately to facilitate easy
counting and checking.

VII. For physical and chemical tests, specimens of sufficient length shall be cut from each size of
the bar at random and at frequency not less than that specified below:

Size of Bar For Consignment below 100 For consignments above


tonnes 100 tonnes

Under 10 One sample (Three specimen) One sample for each 40


mm for each 25 tonnes or part tonnes or part thereof
dia bars thereof
10 mm to 16 One sample (Three specimen) for One sample for each 45
mm dia bars each 35 tonnes or part tonnes or part thereof
thereof
Over 16 mm One sample (Three specimen) for One sample for each 50
dia bars each 45 tonnes or part thereof tonnes or part thereof

VIII The contractor shall supply free of charge the steel required for testing including its
transportation to testing laboratories. The cost of tests shall be borne by the contractor/
SAU in the manner indicated below:

i. By the contractor if the results show that steel does not conform to relevant BIS Codes.
ii. By the SAU if the results show that steel confirms to relevant BIS Codes.

IX The actual issue and consumption of steel on work shall be regulated and proper accounts
maintained as provided in the contract. The theoretical consumption of steel shall be worked out

PART-B 47
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

as per procedure prescribed in clause 42 of the contract and shall be governed by the
conditions laid therein. In case, the consumption is less than theoretical consumption including
permissible variations, recovery at the rate so prescribed shall be made. In case of excess
consumption no adjustment shall be made.

a. The steel brought to site and the steel remaining unused shall not be removed from
site without the written permission of the Engineer-in-charge.

X For the purpose of payment, the actual weight of steel reinforcement / structural steel
sections/ plates / bolts and nuts shall be measured as below:

a. Unit weight for reinforcement bars: The actual weight per meter of the reinforcement
of various diameters shall be measured for three random samples collected (for
each diameter of steel reinforcement) from each lot of particular diameter of steel
reinforcement brought to the site for use in the work. For this, each sample (one
sample consisting of three specimens) for each diameter of steel reinforcement shall
be cut to require lengths and weighed and average weight calculated and recorded.
The average weight for each type of steel section and steel reinforcement of each
diameter shall be taken as the actual weight per metre for that steel section and that
diameter of steel reinforcement.

XI In case actual unit weight is less than standard unit weights mentioned in CPWD
specifications 2009 Volume 1, but within variation, in such cases payment shall be made on
the basis of actual unit weight. However, if actual unit weight is more than standard unit
weights mentioned in CPWD specifications 2009 Volume 1, then payment shall be
made on the basis of standard unit weight in such cases. In such case nothing extra shall
be paid for difference in actual weight and standard weight.

XII Contractor to submit Bar Bending Schedule (BBS) for reinforcement steel work for approval of
the PMC. The RCC work should commence only after getting the BBS approved and signing
of pour card by the representative of Engineer-in-charge or PMC.

XIII The work shall be carried out as per the CPWD specifications.

PART-B 48
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.3 ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATION FOR CEMENT

I. The contractor shall procure Portland Pozzolana Cement (PPC) [conforming to IS:1489
(Part-I)], with a flyash content of 28% or more as required in the work, from reputed
manufacturers of grey cement having a production capacity of one million tonnes or more
per annum, as approved by CPWD for this sub region and holding licence to use ISI
certification mark for their product whose name shall be got approved from Engineer-in-
charge. Supply of cement shall be taken in 50 Kg. bags bearing manufacturer’s name and
ISI marking.

II. Every delivery of cement shall be accompanied by producer’s certificate confirming that the
supplied cement conforms to relevant specifications. These certificates should be endorsed
to Engineer-in-charge for his record.

III. For each grade, cement bags shall be stored in two separate godowns, one for tested
cement and the other for fresh cement (under testing) constructed by the contractor at his
own cost as per sketch given in General Conditions of Contract for CPWD 2014 with
weather proof roofs and walls. The actual size of godown shall be as per site requirements
and as per the direction of the Engineer in charge and nothing extra shall be paid for the
same. The decision of the Engineer-in-charge regarding the capacity required/needed will be
final. However, the capacity of each godown shall not be less than 250 tonnes or as decided
by Engineer-In-Charge.

IV. Each godown shall be provided with a single door with two locks. The keys of one lock shall
remain with Engineer-in-charge or his authorized person and that of other lock with the
authorized agent of the contractor at the site of work so that the cement is issued from
godown according to the daily requirement with the knowledge of both the parties. The
account of daily receipt and issue of cement shall be maintained in a register in the
prescribed Performa and signed daily by the contractor or his authorized agent in token of
its correctness. The contractor shall be responsible for the watch & ward and the safety of
the cement godown. The contractor shall facilitate the inspection of the cement godown by
the Engineer-in-charge any time.

V. The contractor shall supply free of charge the cement required for testing including its
transportation cost to testing laboratories. Samples of cement arranged by the contractor
shall be taken by the Engineer-in-charge and got tested in accordance with provisions of
relevant BIS codes. The cement shall be used on the work only after satisfactory test results
have been received. In case the test results indicate that the cement arranged by the
contractor does not conform to the relevant BIS codes, the same shall stand rejected, and it
shall be removed from the site by the contractor at his own cost within a week’s time of
written order from the Engineer- in-charge to do so.

VI. The cost of tests shall be borne by the contractor/SAU in the manner indicated below:
(i) By the contractor, if the results show that the cement does not conform to relevant BIS
codes.
(ii) By the SAU, if the results show that the cement conforms to relevant BIS codes.

VII. PPC (Portland Pozzolana Cement) shall be used in RCC structures in accordance with the
circular issued by the Directorate General of Works vide No.CDO/SE(RR)/Fly Ash
(Main)/102 dt.09.04.2009. The use of PPC shall be regulated as per the following conditions
stipulated in the circular dt.09.04.2009:-

PART-B 49
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

a) IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as amended upto
date) shall be followed in regard to Concrete Mix Proportion and its production as
under:
(i) The concrete mix design shall be done as “Design Mix Concrete” as prescribed in
clause-9 of IS 456 mentioned above.
(ii) Concrete shall be manufactured in accordance with clause 10 of above
mentioned IS:456 covering quality assurance measures both technical and
organizational, which shall also necessarily require a qualified Concrete
Technologist to be available during manufacture of concrete for certification of
quality of concrete.

b) Minimum M25 or as specified grade of concrete shall be used in all structural elements
of RCC, both in load bearing and framed structure.

c) The mechanical properties such as modulus of elasticity, tensile strength, creep and
shrinkage of concrete using fly ash blended cements (PPCs) are not likely to be
significantly different and their values are to be taken same as those used for concrete
made with OPC.

d) To control higher rate of carbonation in early ages of concrete in PPC based concrete,
water/binder ratio shall be kept as low as possible, which shall be closely monitored
during concrete manufacture. If necessitated due to low water/binder ratio, required
workability shall be achieved by use of chloride free chemical admixtures
conforming to IS:9103. The compatibility of chemical admixtures and super plasticizers
with each set PPC received from different sources shall be ensured by trials.

e) In environment subjected to aggressive chloride or sulphate attack in particular, PPC


based concrete is recommended. In case, where structural concrete is exposed to
excessive magnesium sulphate, fly ash content shall be limited to 18% by weight.
Special type of cement with low C3A content may also be alternatively used. Durability
criteria like minimum binder content and maximum water/binder ratio also need to be
given due consideration is such environment.

f) Wet curing period shall be enhanced to a minimum of 10 days or its equivalent. In hot &
arid regions, the minimum curing period shall be 14 days or its equivalent.

g) Subject to General Guidelines detailed out as above, PPC manufactured


conforming to IS:1489 (Part-I) shall be treated at par with OPC for manufacture of
Design Mix Concrete for structural use in RCC.

h) Till the time, BIS makes it mandatory to print the %age of fly ash on each bag of
cement, the certificate from the PPC manufacturer indicating the same shall be
supplied by the contractor.

i) While using PPC for structural concrete work, no further admixing of fly ash shall be
permitted.

VIII. The actual issue and consumption of cement on work shall be regulated and proper
accounts maintained as provided in clause 10 of the contract. The theoretical consumption
of cement shall be worked out as per procedure prescribed in clause 42 of the contract and
shall be governed by conditions therein. No payment for excess consumption of cement will
be allowed. However for consumption lesser than permissible theoretical variation, a

PART-B 50
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

recovery shall be made in accordance with conditions of contract of schedule A to F without


prejudice to action for acceptance of work/item of reduced rate or rejection, as the case may
be.

VIII. For non-schedule items, the decision of the Engineer-in-charge or successor thereof
regarding theoretical quantity of cement which should have been actually used shall be final
and binding on the contractor.

IX. Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer-in-charge.

X. Damaged /settled/expired cement shall be removed from site immediately by the contractor
on receipt of notice in writing from the Engineer-in-charge. If he does not do so within three
days of receipt of such notice, the Engineer-in-charge shall get it removed at the cost
of the contractor.

PART-B 51
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7 . 1 . 4 ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATION FOR R.C.C. WORK


(DESIGN MIX CONCRETE )

GENERAL:-

I. The RCC work shall be done with RMC Design Mix Concrete, unless otherwise specified in the
nomenclature of items, wherever letter M has been indicated , the same shall imply for the
Design Mix Concrete. The Ready Mix Concrete shall be as per IS : 4926 and as per CPWD
Specification and guide lines. For the nominal mix in RCC, CPWD specification shall be
followed. The Design Mix Concrete will be designed based on the principles given in IS : 456,
10262 and SP 23. The contractor shall carry out design mixes for each class of concrete
indicating that the concrete ingredients and proportions will result in concrete mix meeting
requirements specified. The cement shall be actually weighed as presumption of each bag
having 50 kg shall not be allowed. In case of use of admixture, the mix shall be designed with
these ingredients as well. The specification mentioned herein below shall be followed for
Design Mix Concrete.

INGREDIENTS

i) Coarse Aggregate :- As per CPWD Specifications


ii) Fine Aggregate :- As per CPWD Specifications.
iii) Water :- As per requirements laid down in IS 456-2000 and CPWD specifications.
iv) Cement: Cement arranged by the contractor will be PPC (in bags) conforming to
IS : 1489 : Part-I.

II. Admixture:- Admixtures shall not be used without approval of Engineer-in-Charge.


Wherever required, admixtures of approved quality shall be mixed with concrete to
achieve the desired workability within specified water cement ratio. The admixture shall conform
to IS : 9103. The chloride content in the admixture shall satisfy the requirement of BS : 5075.
The total amount of chlorides in the admixture mixed concrete shall also satisfy the
requirements of IS : 456-2000

III. The contractor shall not be paid anything extra for admixture required for achieving desired
workability without any change in specified water cement ratio for RCC / CC work.

IV. Grade of concrete:- The characteristic compressive strength of various grades of concrete shall
be as given below :-

Sl. Grade Compressive Specified Minimum Maximum


No Designation strength on d characteristic cement water
15cm cubes compressive content * cement
(Kg per ratio

(i) M-30 As per Design 30 320


(ii) M-35 As per Design 35 340 0.4
(iii) M-40 As per Design 40 360
(iv) M-45 As per Design 45 360
370 0.35
(v) M-50 As per Design 50 380
(vi) M-60 As per Design 60 400

PART-B 52
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

V. The Concrete mix will be designed for minimum workability as specified in para 7 of IS–
456- 2000

VI. WORKABILITY OF CONCRETE (UNLESS OTHERWISE SPECIFIED ELSEWHERE OR AS


DECIDED BY ENGINEER IN CHARGE.

Placing Conditions Degree of Slump (mm)


Workability
(1) (2) (3)
Lightly reinforced sections in slabs, Low 25-75
beams, walls, columns

Heavily reinforced section in slabs, Medium 50-100


beams, walls, columns.

Pumped concrete Medium 75-100

VII. The recommended values of slump for various members to confirm IS 456

VIII. In the designation of concrete mix letter M refers to the mix and the number to the
specified characteristic compressive strength of 15 cm – Cube at 28 days expressed in
N/mm2. It is specifically highlighted that in addition to above requirement the maximum
cement in concrete (PPC i/c flyash) for any grade shall not exceed 430 kg/cum.

IX. The concrete mix design with or without admixture will be carried out by the contractor
through IIT Delhi or NCBM Ballabhgarh and as per direction of Engineer-In-Charge.

X. The various ingredients for mix design/laboratory tests shall be sent to the lab / test
houses through the Engineer-In-Charge of the project and got it tested in approved
laboratories as may be decided by the Engineer-in-charge immediately after award of work
and the samples of such aggregate sent shall be preserved at site by the
contractor/SAU. The admixture if used by contractor shall be at his own cost without any
extra payment.

XI. * Note : The Cement content means PPC Cement including fly ash added during production
of PPC at the cement plant/factory.

XII. The contractor shall submit the mix design report from any of above approved laboratories
like IIT Delhi, NCBM, Ballabhgarh for approval of Engineer in charge within 30 days from the
date of issue of letter of acceptance of the bid. No concreting shall be done until the mix
design is approved.

XIII. In case of change of source or characteristic properties of the ingredients used in the
concrete mix during the work, a revised laboratory mix design report conducted in laboratories
approved by Engineer-In-Charge shall be submitted by the contractor as per the direction of
the Engineer in charge.

XIV APPROVAL OF DESIGN MIX


(i) The mix design for a specified grade of concrete shall be done for a
target mean compressive strength Tck = Fck + 1.65s

Where Fck = Characteristic Compressive Strength at 28 days


s = Standard deviation which depends on degree of quality control.

PART-B 53
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

(ii) The degree of quality control for this work is “good” for which the standard deviation (s)
obtained for different grades of concrete shall be as per IS relevant IS Standards/
Codes.
(iii) Out of the six specimen of each set, three shall be tested at seven days and remaining
three at 28 days. The preliminary tests at seven days are intended only to indicate the
strength to be attained at 28 days.

XV CHARGES FOR DESIGN MIX

(i) All cost of mix designing and testing connected therewith including charges payable to
the laboratory shall be borne by the contractor.

XVI DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED CONCRETE


BATCHING AND MIXING PLANT

(i) Proportioning Concrete


In proportioning cement concrete, the quantity of both cement and aggregates shall be
determined by weight. The cement shall be weighed separately from the aggregates.
Water shall either be measured by volume in calibrated tanks or weighed. All
measuring equipment shall be maintained in a clean and serviceable condition. The
amount of mixing water shall be adjusted to compensate for moisture content in both
coarse and fine aggregates. The moisture content of aggregates shall be determined in
accordance with IS : 2386 (Part III). Suitable adjustments shall also be made in the
weights of aggregates to allow for the variation in weight of aggregates due to variation
in moisture content.

(ii) Production of Concrete ; The contractor shall install fully automatic concrete batch mix
plant at site of work, RMC from other plants shall not be allowed unless in emergent
situation with prior approval of Engineer in charge.

The concrete shall be RMC produced in a central batching and mixing plant with
computerized printing for contents and admixture dosage. The batching plant shall be
fully automatic. Automatic batcher shall be charged by devices which when actuated by
a single starter switch will automatically start the weighing operation of each material
and stop automatically, when the designated weight of each material has been
reached. The batching plant shall have automatic arrangement for dispensing the
admixture and shall also be capable of discharging water in more than one stage. A
print out from the batching plant for every lot shall be submitted. A batching plant
essentially shall consist of the following components :Separate storage bins for different
sizes of aggregates, silo for cement; and water storage tank.

• Batching equipment
• Mixers
• Control panels
• Mechanical material feeding and elevating arrangements

(iii) The compartments of storage bins for aggregates shall be approximately of equal size.
The cement compartment shall be centrally located in the batching plant. It shall be
watertight and provided with necessary air vent, aeration fittings for proper flow of
cement & emergency cement cut off gate. The aggregate and sand shall be charged by
power operated centrally revolving chute. The entire plant from mixer floor upward shall
be enclosed and insulated. The batch bins shall be constructed so as to be self-
cleansing during drawdown. The batch bins shall in general conform to the requirements
of IS :4925.

PART-B 54
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

(iv) The batching equipment shall be capable of determining and controlling the prescribed
amounts of various constituent materials for concrete accurately i.e. water, cement,
sand, individual size of coarse aggregates etc. The accuracy of the measuring devices
shall fall within the following limits.
Measurement of Cement ±2% of the quantity of cement in
each batch
Measurement of Water ±3% of the quantity of water in each
batch
Measurement of Aggregate ±3% of the quantity of aggregate in each
batch
Measurement of Admixture ±3% of the quantity of admixture in each
batch

XVII Mixing Concrete

The mixer in the batching plant shall be so arranged that mixing action in the mixers can be
observed from the operator's station. The mixer shall be equipped with a mechanically or
electrically operated timing, signaling and metering device which will indicate and assure
completion of the required mixing period. The mixer shall have all other components as
specified in IS : 4925.

XVIII Transportation, Placing and Compaction of Concrete

(i) Mixed concrete from the batching plant shall be transported to the point of placement by
transit mixers or through concrete pumps or steel closed bottom buckets capable of
carrying 6 cum concrete. In case the concrete is proposed to be transported by transit
mixer, the mixer speed shall neither be less than 4 rev/ min. of the drum nor greater than
a speed resulting in a peripheral velocity of the drum as 70 m / minute at its largest
diameter. The agitating speed of the agitator shall neither be less than 2 rev / min. nor
more than 6 rev / min. of the drum. The number of revolutions of the mixing drum or
blades at mixing speed shall be between 70 to 100 revolutions for a uniform mix,
after all ingredients, have been charged into the drum. Unless tempering water is
added, all rotation after 100 revolutions shall be at agitating speed of 2 to 6 rev / min.
and the number of such rotations shall not exceed 250. The general construction of
transit mixer and other requirements shall conform to IS : 5892.

(ii) In case concrete is to be transported by pumping, the conduit shall be primed by


pumping a batch of mortar / thick cement slurry through the line to lubricate it. Once the
pumping is started, it shall not be interrupted (if at all possible) as concrete standing idle
in the line is liable to cause a plug. The operator shall ensure that some concrete is
always there in the pump-receiving hopper during operation. The lines shall always be
maintained clean and shall be free of dents.

(iii) Materials for pumped concrete shall be batched consistently and uniformly. Maximum
size of aggregate shall not exceed one-third of the internal diameter of the pipe. Grading
of aggregate shall be continuous and shall have sufficient ultra fine materials (materials
finer than 0.25mm). Proportion of fine aggregates passing through 0.25mm shall be
between15 & 30% and that passing through 0.125 mm sieve shall not be less than 5%
of the total volume of aggregate. When pumping long distances and through hot
weather, set- retarding admixtures may be used. Admixtures to improve workability can
be added. Suitability of concrete through pumping shall be verified by trial mixes and by
performing pumping tests.

PART-B 55
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

XIX PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING


CONFIRMATORY TEST AT FIELD LAB.

(i) The contractor shall make the cubes of trial mixes as per approved Mix design at
site laboratory for all grades in presence of Engineer-in-charge using sample of
approved materials proposed to be used in the work prior to commencement of
concreting and get them tested in his presence to his entire satisfaction for 7 days and
28 days. Test cubes shall be taken from trial mixes as follows.

For each mix, a set of six cubes shall be made from each of the three
consecutive batches. Three cubes from each set of six shall be tested at age of 7
days and remaining three cubes at age of 28 days. The cubes shall be made, cured,
transported and tested strictly in accordance with the specifications. The average
strength of nine cubes at age of 28 days shall exceed the specified target mean
strength for which design mix has been approved. The evaluation of test results will
be done as per IS : 456-2000.

XX WORK STRENGTH TEST

(i) TEST SPECIMEN


Work strength test shall be conducted in accordance with IS: 516 on random
sampling. Each test shall be conducted on six specimen, three of which shall be tested
at 7 days and remaining three at 28 days. Additional samples shall be prepared, if
required, as per direction of Engineer in charge for testing samples cured by
accelerated method as described in IS : 9103.

(ii) TEST RESULTS OF SAMPLE


The test results of the sample shall be the average of the strength of three
specimen. The individual variation shall not be more than + - 15 percent of the
average. If variation is more, the test results of the sample are invalid. 90% of the total
tests shall be done at the laboratory established at site by the contractor and
remaining 10% in the laboratory of Government Engineering colleges, or in any
other approved laboratory as directed by the Engineer-in- charge.

a. STANDARD FOR ACCEPTANCE

i) Standard of acceptance shall be same as specified in clause 16 of IS 456-


2000.

ii) In order to keep the floor finish as per direction of Engineer-in-charge and as
per Architectural drawings and to provide required thickness of the flooring as per
specification, the level of top surface of RCC shall be accordingly adjusted at the time
of its centering, shuttering and casting for which nothing extra shall be paid to
the contractor.

b. Ultrasonic Pulse Velocity Method of Test for RCC


i) The underlying principle of assessing the quality of concrete is that comparatively
higher velocities are obtained when the quality of concrete in terms of density,
homogeneity and uniformity is good. The consistency of the concrete as regards its
general quality gets established. In case of poorer quality, lower velocities are
obtained. If there are cracks, voids or flaws inside the concrete which come in the
way of transmission of pulse, lower velocities are obtained.

ii) The quality of concrete in terms of uniformity, incidence or absence of internal flaws,
cracks and segregation etc. indicative of the level of workmanship employed, can thus
be assessed using the guidance given in table below which have been evolved for

PART-B 56
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

characterizing the quality concrete in structure in term of the ultrasonic pulse velocity.

Velocity criterion for Concrete Quality Grading:

Sl. No. Pulse velocity by Cross Probing Concrete Quality Grading


(km/sec)
1 Above 4.5 Excellent
2 4.5 to 3.5 Good
3 3.5 to 3.0 Medium
4 Below 3.0 Doubtful

Note : In Case of “doubtful” quality, it may be necessary to carry further tests.


iii) Pulse velocity method of test of concrete is to be conducted for SAU works as a
routine test. The acceptance criteria as per the above table will be applicable which is as
per IS 13311 (part-1): 1992. From the above, “Good” and “Excellent” grading are
acceptable and below these grading the concrete will not be acceptable.

iv) 5% of the total number of RCC members in each category i.e. beam, column, slab and
footing may be tested by UPV test method for establishing quality of concrete. It is
suggested that test be conducted on RCC beam near joint with column, on RCC column
near joint with beam, on RCC footings and rafts. On RCC rafts, a suitable grid can be
worked out for determining number of tests. In addition, doubtful areas such as
honeycombed locations, where continuous seepage is observed, construction joints and
visible loose pockets will also be tested.
v) The test results are to be examined in view of the above acceptance criteria “Good” and
“Excellent” and wherever concrete is found with less than required quality as per
acceptance criteria, repairs to concrete will be made. Honeycombed areas and loose
pockets will be repaired by grouting using Portland Cement Mortar/Polymer Modifies
Cement Mortar /Epoxy Mortar ,etc. after chipping loose concrete in appropriate manner.
In areas where concrete is found below acceptance criteria and defects are not
apparently visible on surface ,injecting approved grout in appropriate proportion using
epoxy grout /acrylic Polymer modified cements slurry made with shrinkage
compensating cement / plain cement slurry etc will be resorted to for repairs. (refer
relevant chapters from CPWD Hand Book on Repairs and Rehabilitation of RCC
Buildings). Repair to concrete will be done till satisfactory results are obtained as per
the acceptance criteria by retesting of the repaired area. If satisfactory results are not
obtained, dismantling and relaying of concrete will be done.

c. MEASUREMENT

As per CPWD specifications.

XXI TOLERANCES

As per CPWD specifications

XXII RATE :-
i) The rate includes the cost of materials and labour involved in all the operations
described above except for the cost of centering, shuttering and reinforcement, which
will be paid separately.
ii) In case of actual average compressive, strength being less than specified strength
which shall be governed by para ‘ Standard of Acceptance” as above, the rate payable
shall be worked out accordingly on prorata basis.
iii) In case of rejection of concrete on account of unacceptable compressive strength,
governed by para ‘Standard of Acceptance’ as above, the work for which samples have

PART-B 57
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

failed shall be redone at the cost of contractors. However, the Engineer-in-charge may
order for additional tests (like cutting cores, ultrasonic pulse velocity test, load test on
structure or part of structure etc) to be carried out at the cost of contractor to ascertain if
the portion of structure wherein concrete represented by the sample has been used, can
be retained on the basis of results of individual or combination of these tests. The
contractor shall take remedial measures necessary to retain the structure as approved
by the Engineer in charge without any extra cost. However, for payment, the basis of
rate payable to contractor shall be governed by the 28 days cube test results and
reduced rates shall be regulated in accordance with para 5.4.13 of Revised
CPWD specification 2009, Vol.-I.
iv) As per general engineering practice, level of floors in toilet / bath, balconies, shall be
kept 12 to 20mm or as required, lower than general floors. Shuttering should be
adjusted accordingly. The landing level of mumty / Staircase cabin shall be Kept one
riser level higher than adjoining slab level so as to accommodate water proofing
treatment over terrace slab. In case of kitchen slab the portion of floor trap below
kitchen platform be kept at lower level as per drawings. Nothing extra is payable on this
account.
v) For the execution of centering and shuttering, the contractor shall use propriety
“Reebole” chemical mould release agent of FOSROC or equivalent as shuttering oil as
approved by Engineer-in-charge and nothing extra shall be paid on this account.

XXIII COVER/SPACER BLOCK

The contractor shall provide approved type of support for maintaining the bars in position and
ensuring required spacing and correct cover of concrete to reinforcement as called for in the
drawings. Chairs and spacer bars shall be used in order to ensure accurate positioning of
reinforcement. Spacer blocks shall be cast well in advance with approved proprietary pre-
packed free flowing mortars (Conbextra as manufactured by M/S Fosroc Chemicals India Ltd.
or equivalent as approved by the Engineer-in-charge at his discretion) of high early strength
and same colour as surrounding concrete. Pre-cast cement mortar/concrete blocks/blocks of
polymer shall not be used as spacer blocks unless specially approved by the Engineer-in-
charge, rate of RCC items is inclusive of cost of such cover blocks.

PART-B 58
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.5 ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATION FOR FLOORING ,


WALL LINING / VENEER WORKS

I. The Flooring work, wall lining work and stone cladding work, in general, including testing
etc. shall be carried out as per CPWD specifications.

II. GRANITE WORKS


The granite stonework shall, in general, be carried out as per the CPWD Specifications.
The specifications for dressing, laying, curing, finishing, measurements, rate etc. for the
granite stone flooring shall be same as that of works for the Marble flooring, skirting and
risers of steps under Flooring Sub Head of the CPWD Specifications. The wall lining / veneer
work with granite stone shall be as per the CPWD Specifications for Marble work Sub Head.
Granite stone tiles and slabs shall be pre polished (mirror polished), eggshell polished,
flame finished or given any other surface treatment as specified in architectural drawings
and as directed by the Engineer-in-Charge.

Machine polishing and cutting to required size shall be done with water (as lubricant)
only. Sawing shall also be done preferably with water as lubricant but as a special case, the
Engineer-in-Charge may permit, at his discretion, oil or kerosene as lubricant subject to
all kerosene or oil in the body and surface of tiles / slabs being thoroughly dried in ovens.
Tiles / slabs with stains or patches due to the use of oil or otherwise, either before or after
installation, shall be rejected and shall be replaced by the Contractor at his own cost. Nothing
extra shall be payable on this account.

Granite stone slabs shall be individually packed in cardboard paper. These shall be
handled carefully to prevent any damage. The stone slab procured shall be free of any surface
defect or any edge damage. The damaged stones shall not be allowed to be used in the
work. So the Contractor shall procure additional quantities to cover such contingencies.
However nothing extra shall be payable on this account. The stone slabs shall not be waxed
or touched up with dyes / colours.

The granite stone slabs to be procured for the work shall match the samples shown to
the Contractors before submission of the tenders. Before starting the work, the Contractor
shall procure and submit the samples of granite stone slab (matching to the samples shown
to the Contractors before submission of the tenders) for the approval of the Engineer-in-
Charge. The samples shall be submitted along with the following details:

a) Three representative samples for each type of granite stone specified.


b) Details of physical characteristics such as dimensional tolerances (within the specified
limits), water absorption, compressive strength, Mohs Hardness, Specific gravity with
reference to IS or International standards.
c) Source of supply and confirmation of availability in full quantity and uniformity of colour,
tone and textures.
d) Company profile of Suppliers.
e) The decision of the Engineer-in-Charge as regards the approval of the samples for the
various types of the granite stones shall be final and binding on the Contractor. No claim
of any kind whatsoever shall be entertained from the Contractor on this account. The
Contractor shall then procure and get the mock up prepared at site of work for approval of
quality of workmanship and the granite stone as specified. The mock up shall be
prepared,. on one of the floors at the location as decided by the Engineer-in-charge. The
size of the stones shall be as per the architectural drawings. If the quality of the
workmanship and the material is as per the required standards, the mock up shall be
allowed as part of the work and measured for payment and shall not be dismantled.
Otherwise, it shall be dismantled by the contractor as directed by the Engineer-in-Charge

PART-B 59
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

and taken away from the site of the work at his own cost. Nothing extra shall be payable
on this account.

The entire supply for each type of granite stone slab shall be procured from one location
(in one quarry), and supplied preferably, in one lot to keep variations to the minimum. The
Contractor shall also segregate and sort the slabs according to colour, shade, texture and
size of grains etc. to keep variation(s) in stones used at any one floor to the minimum.
Any slab with variation in the colour, shade, texture and size of grains etc., not
acceptable to the Engineer-in-Charge, shall not be used in the work and shall be removed
and replaced by the Contractor. Nothing extra shall be payable on these accounts. Also,
no claim of any kind shall be entertained from the Contractor on this account.

The stone work may be required to be carried out in patterns, design and / or in
combination with granite stones of different colour and shade with or without borders and
in combination of different stone slabs / ceramic tiles for which nothing extra shall be
payable. The stones shall be provided in sizes and shapes as per the approved
architectural drawings and wastages and incidental costs, if any, shall be deemed to be
covered in the cost of the relevant items. Nothing extra shall be payable on this account.
For the purpose of payment, only the actual area of each type of granite stone provided
and fixed shall be measured separately under the relevant items.
The following tolerances shall be allowed in the dimension of granite stone slab:

Slabs: Tolerance
a). Length ± 1mm
b). Width ± 1mm
c). Thickness - 1mm
d). Angularity at corners ± 0.25%

The stone (slab and tiles) not meeting the above tolerance limits shall be rejected and not
permitted to be used in the work. Nothing extra shall be payable on this account.

Stones slabs shall have uniform thicknesses within the tolerance limits and linear items
like treads, sills and jambs, coping, risers, urinal partitions, kitchen / wash basin platforms,
vanity counters, facias and other similar locations etc. shall have edge polished calibrated
thickness i.e. exposed edges shall have edge polished uniform thickness throughout the
length of the work. Nothing extra shall be payable on this account.

The flooring work shall be carried out as per the architectural drawings in design and
pattern (geometric, abstract etc.) and in linear and / or curvilinear portions and in
combination with stones of different colour and shade and ceramic tiles etc. For the
flooring portions curved in plan, the stone slabs (at the edge) shall be cut to the required
profile and shape as per the architectural drawings. Nothing extra shall be payable on this
account and any consequent wastages and incidental charges on such accounts shall be
deemed to be included in the cost of such items. For the purpose of payment, the actual
area of each type granite stone as laid shall be measured separately under the relevant
items.
The anchor fasteners following details are applicable. The anchor fasteners to be used for
fixing the dry stone cladding shall be of stainless steel grade 316 or as specified and of
approved make of Hilti/Fischer/Bosch or any other approved make. . Dry stone cladding
work shall be carried out in general as per the CPWD specification.

PART-B 60
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

III. ITALIAN MARBLE WORKS


Italian Marble work shall, in general, be carried out as per the CPWD specifications and as
specified above for the granite stonework including tolerances, approval of samples and mock
up, protection etc. However, the material shall be procured from one of the approved suppliers
of Italian Marble stone as per the approval of Engineer-in-charge.

The work shall be carried out as per the architectural drawings in designs (geometric,
curvilinear, abstract etc.) and in patterns in linear as well as curvilinear portions of the building
and in combination with Italian Marble stones of different colour and shade as well as in
combination with Granite / Ceramic tile etc as per the approved drawings. The stones shall be
provided in sizes and shapes as per the architectural drawings and wastages and incidental
costs, if any, shall be deemed to be covered in the cost of the relevant items. As far as
possible, the grains / veins of the Italian marble stone shall be matched as per the directions of
the Engineer-in-Charge. Nothing extra shall be payable on this account. For the purpose of
payment, the actual area of each type of Italian marble stone provided and fixed in position
shall be measured separately under the relevant items.
The entire supply for each type of Italian marble stone shall be procured from one location (in
one quarry) and supplied preferably in one lot to keep variation to the minimum. The Contractor
shall also segregate and sort the slabs according to colour, shade, texture and size of grains to
keep variation in stones used at any floor to the minimum. Any slab with variation in the colour,
shade, texture and size of grains etc.,not acceptable to the Engineer-in-Charge, shall not be
used in the work and shall be removed and replaced by the Contractor. Nothing extra shall
be payable on these accounts. Also, no claim of any kind shall be entertained from the
Contractor on this account.

Before fixing the Italian marble stones in flooring as well as dado, skirting, treads, risers of
steps etc., the surface shall be cleaned properly and Italian marble stone laid in position using
suitable adhesive of approved make /cement mortar as specified in the nomenclature of the
item in manner to maintain combination/continuity of grains, patterns of the marble as per the
drawings and direction of Engineer-in-charge / manufacturer’s specification. Nothing extra shall
be payable on this account.

While fixing the Italian marble slabs (in cladding, dado, facia, sills, soffits and jambs etc.,) by
overlapping the stone slabs at the required places as shown in the architectural drawings and
as per the directions of the Engineer-in-Charge, the epoxy based adhesives shall be used for
fixing the Italian marble stones to each other as per the manufacturer’s recommendations. The
authorized overlaps as per the architectural drawings or as directed by the Engineer-in-Charge
shall be measured for payment under the same item. Nothing extra shall be payable on this
account. However, any extra adhesive/ mortar thickness (beyond that specified in the item
description) required due to the overlap arrangement shall be paid for the actual area
separately under the relevant item. However, the cut exposed edges of the Italian marble
stones shall be moulded & polished as per the architectural drawings and such cost shall be
payable under the relevant item. As regards, fixing of basic rates, the request is not
acceptable. The agencies are however, advised/ requested to come and inspect the samples of
various Italian Marble and Granite stones available in Engineer-in-Charge, SAU. Also, all the
indicative drawings for the various types of flooring have been provided for fair guidance. The
thickness of the samples of granite and Italian Marble stone slabs are not indicative for the
thickness of stone slabs to be used in the work and thickness of stone slabs shall be as
specified in the tender document. The decision of Engineer-in-Charge as regard the
materials procured, matching the approved samples already shown to the tenderers, shall be
final and binding on the Contractor. No claim of any kind shall be entertained from the
Contractor on this account.
The cut exposed edges of the Italian stone slab to be used in flooring, skirting, dado, sills,
jambs, soffits, risers, treads, coping, urinal partitions, kitchen / wash basin platforms, vanity

PART-B 61
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

counters, facias and other similar locations etc. shall be provided in a workmanlike manner as
per the architectural drawings and polished and such cost shall not be payable. However, the
moulded edges / nosing as per the architectural drawing of the marble stones shall be payable
under the relevant item.

Stone slabs shall have uniform thicknesses within the tolerance limits and linear items like
treads, sills and jambs, coping, risers, facias and other similar locations etc. shall have edge
polished calibrated thickness i.e. exposed edges polished & shall have uniform thickness
throughout the length of the work. Nothing extra shall be payable on this account.

The Italian marble stone shall be mirror polished / eggshell polished as per the architectural
drawings. The Italian marble stone shall be suitably protected against damage, using a layer of
Plaster of Paris which shall be maintained throughout and removed just before the handing
over of the works for which nothing extra shall be payable.

The Italian marble stone slab procured shall be free of any surface defect or any edge damage.
Also, the stone slabs shall have no cracks before laying as well as after laying the flooring. All
the stone slabs shall be of minimum thickness of 18mm with a minus tolerance upto 1mm only.
The Italian marble stones to be used in the work shall not be warped. The damaged stones
shall not be allowed to be used in the work. The contactor shall procure additional quantities to
cover such contingencies. However, nothing extra shall be payable on this account. The stone
slab shall not be waxed or touched up with dyes / colours.

The superficial cracks in the Italian marble stone slab shall be properly grouted/ filled using
resin as per the manufacturer’s specifications. Also the back face (face # 2) of the stone slab
shall be pre-treated using resin and fibres to strengthen the stone slab. Nothing extra shall be
payable on this account.

a) Egg shell polish / finish for the Italian Marble stone is basically matt finish. The stone
slab with glossy and egg shell polish / finish shall be used in combination and fixed in
pattern in dado as per the architectural drawings. For which nothing extra shall be
payable.

PART-B 62
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.6 ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATION OF CIVIL FINISHES


WORK

GENERAL
I. The wood work in general shall be carried out as per CPW D Specifications 2009
II. The wood selected shall be best quality second class Teak wood or as specified.
III. Specified timber shall be of good quality and well-seasoned. It shall have uniform colour,
reasonably straight grains and shall be free from knots, cracks, shakes and sapwood. It shall
be close grained.
IV. Wood work shall not be painted, oiled or otherwise treated before it has been approved by
the Engineer-in-Charge.
V. All portion of timber including architrave abutting against masonry, concrete, stone or
embedded in ground shall be painted with approved wood preservative or with boiling coal
tar.
VI. Anti-termite Treatment and fire retardant paint to be provided of approved brand and
manufacturers as directed.
VII. All fittings and fixtures shall be got approved from the Engineer-in-Charge before
procurement well in advance and the approved samples shall be kept at site till
completion of the work.
VIII. The timber to be procured for the work shall match the samples shown to the Tenderers
before submission of the tenders. Before starting the work, the Contractor shall procure and
submit the samples of timber (matching to the samples shown to the Tenderers before
submission of the tenders) for the approval of the Engineer-in-Charge.
IX. The samples of species of timber to be used shall be deposited by the contractor with the
X. Engineer-in-Charge before commencement of the work. The contractor shall produce cash
vouchers and certificates from standard kiln seasoning plant operator about the timber
section to be used on the work having been kiln seasoned by them, failing which it would not
be so accepted as kiln seasoned.
a. Factory made shutters, as specified shall be obtained from factories to be approved by
the Engineer-in-Charge and shall conform to IS: 2202 (Part-I) 1991. The contractor shall
informwell in advance to the Engineer-in-Charge the names and address of the factory
where from the contractor intends to get the shutters manufactured. The contractor will
place order for manufacture of shutters only after written approval of the Engineer-in-
Charge in this regard is given.
b. The contractor is bound to abide by the decision of the Engineer-in-Charge and
recommend a name of another factory from the approved list in case the factory
already proposed by the contractor is not found competent to manufacture
quality shutters.
c. Shutters will however, be accepted only if this meet the specified tests. The contractor will
also arrange stage wise inspection of the shutters at factory by the Engineer-in-
Charge or his authorized representative. The contractor will have no claim if the shutters
brought at site are rejected by the Engineer-in-Charge in part or in full lot due to bad
workmanship/quality. Such shutters will not be measured and paid. The contractor shall
remove the same from the site of work within 7 days after the written instructions in this
regard are issued by the Engineer-in- Charge.
XI. Testing
a. The shutters shall be tested for species, seasoning & treatment, defects in the timber,
panel material, construction & workmanship in the approved Laboratory at the
frequency mentioned in CPWD specification 2009.
b If shutters are found defective in any one of the criterion double the shutter shall be
tested & if found permissible can be accepted. If shutter is found defective in more
than one criterion, the whole lot shall be rejected.

PART-B 63
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

XII Finish
a) All components of door shutter shall have
smooth finish.
b) Panels of the door shutters shall be flat and well sanded to a smooth
and level Surface.
c) All the surfaces of door shutters which are required to be painted or
polished or
varnished shall be got approved from the Engineer In Charge before applying
protective coat of primer, polish or varnish.
d) Transparent sheet glass conforming to IS: 2835 with thickness of 5.00 mm shall be
used.

XIII Locks
The entire building shall be on a master keying system. The schedule of master
keying shall be prepared by the Consultant and got approved from SAU. Contractor
shall not procure locks unless such approved schedule is supplied to him in writing. All
locks will have a stainless steel body with a stainless steel bolt or as specified.

XIV FALSE CEILING

(i) General
Work shall in general be carried out as per the CPWD specification. Modular and
acoustical false ceiling shall be provided and installed in all areas. All ceilings in the
office areas, pantry and all service areas shall be openable. A Combination of fixed
board ceiling and openable tiles is used in the interiors for visual effect as long as the
majority of the ceiling is openable.
Modular acoustical tile ceilings with high reflectivity of light and recessed grid is to be
provided meeting with the international standards.
False ceiling shall be coordinated with the services to achieve maximum height
from the finished floor level in the office areas with cove lighting.
The false ceiling material shall be of Gypsum board, metal, acoustic modular tiles or
mineral fibre ceiling tiles. The technical assistance and guidance is to be taken
from the respective approved manufacturers and work shall be done strictly according
to the manufacturers specifications and manuals. Material from original source shall
only be used.
A sample of each finish shall be got approved before proceeding for bulk production. GI
framing shall be erected as per recommendation of the manufacturer specification
and approval of CPWD . No sagging, unleveled stretch of work or chipped tiles shall
be accepted. Contractor shall take full responsibility for its firmness with the structure.
The false ceiling comprises of Gypsum board, Acoustical Ceiling Tiles and Metallic
Tiles. The Gypsum board false ceiling is to be in different shapes such as Vaults,
Coffers, cove’s and plain in unison with Acoustical Ceiling Tiles and Metallic Tiles
Ceiling. The technical assistance and guidance is to be taken from manufacturers and
work has to be done according to the manufacturer’s specifications and manuals. A
sample of each finish shall be got approved before proceeding for bulk production.
GI framing shall be erected as per recommendation of the manufacturer specification
and approval of the Engineer-in-charge. The main contractor shall engage
specialized agency and submit its credentials to Engineer-in-charge for approval. The
criteria for setting the terms and conditions shall be broadly in line with CPWD criteria
for similar works. The work shall be taken up only when specialized agency is
approved in writing by Engineer-in-charge. False ceiling work shall be carried out in

PART-B 64
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

accordance with the actual site conditions at different split-levels. Any sagging,
unleveled stretch of work shall be redone /replaced and made good, at no extra
charge, to the satisfaction of Engineer-in-charge. No compensation shall be paid on
account of provision /coverage of openings for lighting fixtures, air-conditioning ducts
and the likes as detailed in drawings and /or directed.

(ii) MINERAL FIBRE TILES FALSE CEILING


a) The mineral fibre tiles/rockwool shall be procured from an approved manufacturer as
per the list of Approved makes.
b) The tiles and the suspension system shall be as specified in the item
nomenclature. The Contractor shall prepare the shop drawings for the False
Ceiling based on actual measurements at site and based on the Engineer-in-
charge architectural drawings, clearly indicating the typical panel as well as edge
panel on all sides with details to adjust the minor variations in orthogonality. Also,
junction details with different types of false ceiling materials shall be prepared and
submitted for the approval of the Engineer-in-Charge before execution.

c) The installation shall be got done through a Reputed Interior Contractor who shall be
engaged by the Contractor. The details of earlier works executed by the Interior
Contractor shall be submitted to the Engineer-in-Charge in advance. If required, those
works shall be inspected to assess the Quality of workmanship. The false ceiling shall
be perfectly level after installation.

d) The Contractor shall then prepare the mock-up at site for approval of material and
quality of workmanship by the Engineer-in-Charge. Only after the approval of Mock-
up, the Contractor shall start the mass work.

e) The mineral fibre tiles shall be of size 600x600 mm or as required as per the
architectural drawings and as per the site requirements and shall be of the texture
and physical & other characteristics as per approved brand. The tiles shall have
sound absorption, sound attenuation, humidity resistance, impact resistance and fire
resistance as specified as per the manufacturer’s specifications. The thickness of the
tiles shall not be less than 15mm.The tiles shall have light reflectance, thermal
conductivity, Relative Humidity and sound absorption (Noise Reduction Co-efficient)
with sound attenuation as per the item description. The weight shall not be less than
3.5 kg per sqm without grid. The contractor shall obtain and submit to the SAU the
manufacturer’s certificate for compliance of the mineral fibre tiles & the suspension
system as per the manufacturer’s specifications and also copy of the manufacturer’s
test report for the record.

f) The tiles shall be made of non -combustible bio-soluble wool and shall have finely
granulated surface texture with virtually invisible micro-perforations as specified &
as required for its performance. It shall meet the various performance parameters
like aesthetics, acoustics (sound absorption), hygiene, humidity resistance, impact
resistance, fire resistance, durability etc.

PART-B 65
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

(g) The tiles shall have precisely machined edges including edge treatment required for
the installation depending on the type of suspension system grid and manufacture as
approved by the Engineer-in-Charge and as per the architectural drawings. The
openings of required size for light fittings, fire detection devices, sprinklers, AC
diffusers etc. shall be suitably made in the tiles by cutting in an approved and
workmanlike manner. For the purpose of measurement, no deduction shall be made in
the area of false ceiling on this account. Also, nothing extra shall be payable on this
account. The end tiles shall be cut to the required size in a workmanlike manner as per
the site requirement. Nothing extra shall be payable on account of any wastage in the
material and /or account of providing grid at closure spacing than 600mm c/c.

a. These tiles shall be fixed on to coordinated suspension ceiling system with


supporting grids system that fully integrates with the ceiling tiles. It shall be ensured
that the suspension system shall be suitable to take all the incidental and dead loads
and other authorized loads efficiently and shall not sag .The permissible sag shall be
as per the British Standards BS 8290 - 1991. The Contractor shall provide a
guarantee for 10 years against sag on account of defective material and / or
workmanship.

(i) The suspension system shall consist of hangers, main runners, cross tees, perimeter
trims, wall connectors etc. The hangers shall be securely fixed to the structural soffits
/ slab / beams at spacing not more than 1200mm centre to centre by using
electroplated Galvanized M.S anchor fasteners of 6 mm (minimum) diameter of
approved make and of adequate capacity to carry the design loads. The main
runners shall be fixed at spacing not more than 600mm centre to centre. The last
hanger at the end of each main runner shall not be placed more than 450 mm from
the adjacent walls. Additional hangers shall be placed at a distance not more than
150 mm from the joint in the main runner on either side. The cross tees 600 mm
long shall be centrally inter-locked between main runners to form 600 X 600 mm
modules. The main runners shall have central notches to accommodate mitred joint
of 600 mm long cross tees. Additional runners and hangers shall be provided where
change of direction is required as per the site conditions. All the hangers, runners, tees,
cleats, brackets etc. required for fixing the false ceiling suspension system shall be of
anti-corrosive hot dipped galvanized M.S sections with zinc coating not less than 80
gms per sq.m and shall be as per BS 2989. The Galvanized M.S runners, cross
tees, perimeter trims/ edge profile etc. shall be powder/coil coated (the coating as
per the manufacturer’s specifications) matt finished, of required colour and shade. The
cross tees shall be connected to the main runner by stab and hook type (clip in)
installation. The runners and cross tees shall have mechanical stitching for enhanced
torsional resistance and shall have mitred inter- section. Further, the grid system
with main runners and the cross tees shall have 15 mm wide flanges with a 6 mm
central recess with reveal profile, with approved as approved by the Engineer-in-
Charge. The hangers shall be mechanically pre-straightened and shall not be less
than 4 mm diameter and of lengths as required for keeping minimum plenum depth
as per the architectural drawings. It shall be suitably cut / tied off. The stainless
steel level adjuster clips (spring steel, butter fly clips having suitable number and
diameter of machine punched holes and bent to required profile) shall be provided on
the hangers to achieve the level ceiling. The suspension hangers shall be vertical or
near to vertical as far as possible. The hangers shall be suitably designed not to
have distributed load more than 12.5 kg. per sq.m and shall have capacity to take
incidental loads of fixtures, suspended signages etc. within the tolerance limit of

PART-B 66
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

deflection as specified in BS 8290. Increased load if any, may be accommodated by


providing additional hangers.

b. The contractor shall ensure that the grid system is designed and installed to carry all
incidental loads and no other unauthorized load shall be transferred to this system.
The luminaries, air grills / diffusers, signages etc. shall be as far as possible
independently supported to avoid any over loading of the ceiling system which may
result in excessive deflection or twisting of grids. Any strengthening of grid system by
providing additional hangers, fasteners, runners, cross tees etc. or providing
additional bracing may be carried out as required for any specific locations or for
specific purpose for which nothing extra shall be payable. Perimeter trims / edge
profiles of required size and shape, powder/coil coated to required colour and shade,
shall be installed at the suspension grid perimeter to completely enclose the ceiling
and shall be properly secured to the walls at not more than 450 mm centre to centre
using stainless steel screws and PVC sleeves. It shall be neatly jointed at all external
and internal angles and over lap sections in a workman like manner with mitred joints.

c. The main runners and the cross tees shall be 15mm x 8mm x 42 mm roll formed
from G.I sheets (0.35 mm thick for main runners and 0.33 mm thick for cross tees),
powder/coil coated with 6 mm wide reveal profile. The main runners and the cross
tees shall not be fixed to the edge profile/ wall moulding and should only rest on the
edge profile/ wall moulding. The edge moulding shall be 19 x 7 x 14mm roll-formed
from 0.35 mm thick G.I sheet powder/coil coated on the exposed face to the matching
colour and the shade.

d. The ceiling should be set out such that the perimeter boards or tiles are in excess
of half a module so that the edge panels on both the sides are of equal sizes as far
as possible. The tiles shall be cut to required size and shape with rebates as
specified using hand tools or mechanically operated tools in a workman like
manner but with all precautions as per the manufacturer’s specifications regarding
generation of dust and ventilation.

e. The entire installation shall have minimum half an hour fire rating and integrity as
specified as per BS 476.

f. The contractor shall ensure that the material is procured and delivered at
installation site without any damage. Adequate care shall be taken before installation
as well as afterwards till handing over the building for occupation. It shall be
protected from rains, excessive humidity, chemical fumes, vibrations, dust etc. The
contractor shall ensure careful handling and storage and prevent any rough handling,
rolling of cartons or dropping cartons to prevent any edge damage or breakage. Any
tile with edge damaged or crack etc. shall not be allowed to be used in the work and
shall be replaced by the contractor at his own cost. Similarly, adequate care shall be
taken by the contractor while placing or removing and handling the tiles so as not to
cause any damage. Also, the contractor shall direct his interior contractors to take
adequate precautions to prevent the tiles from any dirt, fingerprints, any other marks /
splashes etc. The ceiling shall not be wet cleaned. Abrasive cleaners shall not be used
to clean the marks.

g. The rate for the item of false ceiling includes cost of all inputs of labour, materials,
wastage if any, T&P, scaffolding, staging or any other temporary enabling structure /

PART-B 67
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

services etc. and all other incidental charges including making necessary cut outs for
A.C diffusers, Light fittings, grills, Fire detection, alarm, sprinklers devices and fittings
etc. No deduction in the area shall be made for openings nor anything extra shall be
payable for making the openings. Also nothing extra shall be payable on account of
any wastage in materials. Also nothing extra shall be payable on account of any
strengthening of the supporting suspension system for the false ceiling, around the
openings in the false ceiling by using additional hangers, fasteners, runners, cross
tees, etc.. However, for the purpose of payment only the actual area of the false
ceiling shall be measured in sq.m.
The Tile & Grid system used together of all sizes should carry a 15 year warranty.

XV GLASS AND GLAZING WORK GENERAL


A sensitive use of clear glass and glass with frosted 3M film shall be used in the
interiors to admit natural light and give privacy to areas. All glass above 300mm
x 300mm should be tempered/ toughened. Frameless glass used should be
highly polished edges using CNC machines.

a) Glazing
The contractor shall furnish all labour, material and equipment required completing
the installation of all glass and related items. A glass shall be of the type, quality,
and substance specified in the schedule of quantities. The contractor shall cut
glass sizes by field measurements or dimensions of the approved shop drawings.
The responsibility for correct glass sizes shall rest with the contractor. No cracked,
chipped or disfigured glass shall accepted, and the contractor shall replace all
breakages or faulty installation without extra cost.

The glass shall be set in wood or metal glazing straps and metal sash with elastic
glazing and compound. The glass shall be beaded first and so installed as to achieve
a completely watertight result. The opaque glass, where called for, shall be set
with the smooth surface outside. At the completion of the work all glass shall be
thoroughly cleaned off paint and other marks removed. No cracked, chipped or
disfigured glass shall be accepted, and the contractor shall replace all breakage or
faulty installation without extra cost to the owner before acceptance of fit-out.

All vision glasses shall be float glass of specified thickness. The edges shall be
beveled as indicated in drawings and shall be done at approved source.

The Etching wherever specified in drawings, shall be done at approved sources


as per full- scale drawing approved by Engineer-in-charge / Project Manger. The
etched panel shall be chemically washed /treated as per specialist specifications
to have a permanent dust free surface.

The Contractor shall be responsible for protecting all mirrors and glasses fixed by him
and shall replace at his own expense any broken or damaged mirror / glass
caused through lack of adequate protection or care in installation or handling.

b) Tempered / Toughened Glass:

Tempered /Toughened glass shall be examined by the glass manufacturer to


detect and discard any glass which exceeds the following tolerance: 1.5mm bow in
600mm: 3mm bow in 1500mm; 6mm bow in 3000mm; 9 mm bow in 4500mm.

PART-B 68
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Where the strengthening process results in essentially parallel ripples or waves, the
deviation from flatness at any peak shall not exceed 0.13 mm and the difference
between adjacent peaks shall not exceed 0.13mm. Where bow tolerance and wave
tolerance differ, the stricter requirements shall govern. Direction of ripples shall be
consistent and in conformance with architectural design.

Following test shall be also carried out by the contractor at his own cost as per
following provisions.

Thickness Impact Fragmentation Surface Bending


Strength Compression Strength
IS-2835-1987 IS-2553- IS-2553- ASTM C-1048-90 DIN 1249-
PART-I PART-I PART – 12
c) Float Glass

Glass that gives distorted reflections will not be accepted. Reflections due to
pressure, paints poor manufacturing process, uneven thickness or poor storage are
some of the reasons for distortion. All clear float glass quality should conform to BS –
952 and ASTM C 1036 – 90.

d) Laminated Glass

e) Mirrors

Mirrors shall be fabricated from best clear plate or float glass of approved quality in
imported variety and shall match the International Standards. All fixed panel mirrors
shall be +/- 0.30mm tolerance. The edges of mirrors shall be polished and beveled
and mitered as per I.S. specifications wherever, it’s indicated in the drawings

XVI FINISHING

1 General

a) The work shall be done in accordance with CPWD Specifications -2009 Vol. I to
Vol. II with upto date correction slips and the manufacturer’s specifications where
CPW D specifications are not available.

b) The quantity of paint required as per the theoretical consumption including


wastages, if any, shall be procured from the approved manufacturer or his
authorized dealers and deposited with the representative of the Engineer-in-Charge
at site.

c) The paint shall be obtained in smaller packing (around 20 litre).

d) The paint shall be kept in the joint custody of the SAU or it’s representative and the
Contractor and day- to- day account of receipt and issue shall be maintained.
However, the safe custody and watch and ward shall remain to be the
responsibility of the Contractor. Nothing extra shall be payable on this account.

e) The name of the manufacturer, manufacturer’s product identification,


manufacturer’s mixing instructions, warnings and instructions for handling and

PART-B 69
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

application, toxicity and date of manufacturing and shelf life shall be clearly and
legibly mentioned on the labels of each container. These details shall be kept in
record. The material shall be consumed in the order of material brought to site, first
come first consume basis. The Contractor shall obtain and submit to the SAU the
manufacturer’s certificate for compliance of the various characteristics of the
materials as per the manufacturer’s specifications and also copy of the
manufacturer’s test report for the record.

f) Empty containers of the paints shall not be removed from site till the completion of
the work unless otherwise permitted and shall be removed only with the permission
of the Engineer-in- Charge or his authorized representative at site of work.

All arrangements for measuring, dosing etc. at site shall be made by the
Contractor. Nothing extra shall be payable on this account.

g) The Contractor shall apply samples of each kind of paint for the approval of
shade and colour as per the directions of the Engineer-in-Charge before procuring the
paint in mass.

h) All incidental charges of cartage, storage, wastage, safe custody, scaffolding,


cost of samples and mock ups etc. shall be borne by the Contractor and no claim,
whatsoever, shall be entertained on this account.

i) For the item of Epoxy paint, it is clarified that the surface for painting shall be prepared
by shot blasting. The metal surface shall be cleaned off any rust using sand/ emery
paper and also by mechanical brush / power tool cleaning using grinder as required
as per the manufacturer’s specifications etc. The sand blasting as such is not
required to be carried out on the surface. However the epoxy primer shall be applied
immediately after the surface preparation.

j) For the item of melamine polish, the item includes all the sand papering required
to be carried out and wiped properly for cleaning all the loose dust particles.
Necessary masking tapes are to be provided where different finishing work is to
be carried out, so that the melamine polish does not spread to the other surfaces.
Care should be taken while removing the masking tape, so that the surface is not
damaged. Cost of melamine polish includes the cost of providing and removing the
masking tapes wherever required. The surface shall be sand papered using emery
paper no. 180, 320 and 400 as required. Any staining required shall be carried out
by applying Apcolite Wood Stain or equivalent, to achieve the required colour and
shade as directed by the Engineer-in-Charge. The item of melamine polish is
deemed to include cost of such staining. W here French spirit polish is to be carried
out the rate is inclusive of cost of staining and wood filler (Apcolite wood filler of Asian
Paints or Asian NC Clear W ood filler or equivalent of other brands ICI and Pidilite
Industries) if required. Nothing extra shall be payable on this account.

PART-B 70
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

QUALITY ASSURANCE
For Quality Assurance the Contractor shall ensure that color and texture of finish
coats, shall match the approved sample. Also,
i) Color of priming coat shall be lighter than body coat.
ii) Color of body coat shall be lighter than finish coat.
iii) Color prime and body coats as required so as not to show through the finish
coat and to mask surface imperfections.

Before starting application of each type of paint, the Contractor shall apply the paint to
a specimen area, not to exceed 10 square meter and get finish and texture approved
and shall use it as a sample for the remainder of the work.

XVII STAINLESS STEEL HAND RAIL

i) Providing, fabricating and fixing in position welded built –up section using
stainless steel section/pipes and connecting plates, of Grade S.S 304 (SS 316
Grade shall be used for exterior applications) and of required diameter & thickness
as per the architectural Drawings and details, at the junctions of doors, on walls,
other locations as directed etc. including cutting, welding, grinding, bending to
required profile and shape, finish, hoisting, buffing and polishing, cutting chase /
embedding in RCC / Masonry, fixing using stainless steel screws, nuts, bolts and
washers or stainless steel fasteners as required to make it rigidly fixed & stable and
making good the plaster/ flooring etc. all complete, at all floors and all levels as
directed by the Engineer-in – Charge. Prototype samples to be approved by
Engineer-in- charge before mass fabrication.

ii) Rate includes cost of all inputs of materials, labour, T&P, etc. involved in the work
and all incidental charges to execute this item. However, for the purpose of payment
only the actual weight of the stainless pipes and stainless steel plates provided and
fixed shall be measured in kg.

PART-B 71
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.7 PARTICULAR SPECIFICATION AND ADDITIONAL CONDITIONS FOR


WATER PROOFING WORKS

I The work shall be got executed as per CPW D Specifications and as per the
manufacturer’s specification through specialized agency as approved by the Engineer-in-
Charge.

The contractor shall furnish the following particulars immediately after the issue of
letter of acceptance by the SAU.

a) The name of the specialized firm.


b) The trade names of the product, which would be used.
c) List of works where the treatment has been used.
d) Quantity of chlorides and sulphides used in the product.

GUARANTEE FOR WATER PROOFING TREATMENT

II The contractor shall be fully responsible for and shall guarantee proper performance
of the entire waterproofing system for a period of 10 (Ten) years from the final
completion of works. In addition, specific 10 years written guarantee (to be furnished in
a non-judicial stamp paper of value not less than Rs.100/-) in approved proforma shall
be submitted for the performance of the system, before final payment and shall not in
any way limit any other rights the Employer may have under the contract .Guarantee
for water proofing shall comprises of all the items described above in particular
specification.

III All water-proofing work shall be carried out through approved specialist agency as per
method of working approved by the Engineer-in-charge. However the Contractors
shall be solely responsible for waterproofing treatment until the expiry of the above
guarantee period.

Ten years guarantee in prescribed proforma attached shall be given by the contractor
for the water proofing treatment. In addition 10% (ten percent) of the cost of these
items of water proofing under this sub head shall be retained as guarantee to watch
the performance of the work executed. However, half of this amount (withheld)
would be released after five years from the date of completion of the work, if the
performance of the waterproofing works is satisfactory. The remaining withheld
amount shall be released after completion of ten years from the date of completion
of work, if the performance of the waterproofing work is satisfactory. If any defect
is noticed during the guarantee period, it should be rectified by the contractor within
seven days of issuing of notice by the Engineer-in-Charge and, if not attended to,
the same shall be got done through other agency at the risk and cost of the
contractor and recovery shall be effected from the amount retained towards
guarantee. In any case, the contractor and the specialist agency, during the guarantee
period, shall inspect and examine the treatment once in every year and make good
any defect observed and confirm the same in writing. The security deposit can be
released in full, if bank guarantee of equivalent amount, valid for the duration of
guarantee period, is produced and deposited with the SAU.

PART-B 72
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

IV GENERAL :

All materials shall be in accordance with the requirements of this Specification and the
relevant Indian and International standards mentioned herein.

a) All materials shall be approved in accordance with the Quality Assurance procedures in
this Specification and installed in accordance with the Manufacturer’s requirements by
specially trained and experienced operators.
b) The waterproofing system provided shall be installed without damage and protected
against construction operations. It shall be designed to be fully effective over the design
life of the structure.
c) The waterproofing system and its joints shall be designed to resist the maximum water
head of water to be imposed on the structure.
d) Waterproofing material shall be specially formulated to allow application in the hot climatic
conditions encountered in India and it should not be adversely affected by temporary heat
gain whilst exposed during construction.
e) Materials shall be compatible with other materials against which they abut. Particular
consideration shall be given to compatibility of interfaces and junctions with adjacent
buildings, or those likely to be built in the foreseeable future on adjoining sites.
f) Under installation and normal service conditions a factor of safety of at least two shall
be provided against failure of any kind, including but not limited to the following:

 Damage during installation and follow-on construction;


 Pressures from solids, liquids or gases;
 Soil-induced and other forms of chemical and biological attack;
 Abrasion and other effects of traffic or flow of materials over joints;
 UV light degradation, thermal effects and other natural phenomena;
 Damage caused by cracking of the sub-strata up to 0.5mm crack width;
 Fire
g) Materials shall be properly formulated for their intended use and shall be specified within
their movement and fatigue capability, taking account of construction tolerances.
h) Materials shall be physically and chemically stable at handover and not liable to
subsequent release of toxic agents.
i) Materials that are in contact with potable water and other groundwater sources shall be in
accordance with BS 6920-1: 2000.
j) Materials that will be exposed to food products, or used in a food handling or storage
area, shall be fully cured at handover. On curing, they shall be inert, non-toxic,
odourless, non-tainting, mould resistant and waterproof.
k) All site-mixed materials shall have adequate pot-life to allow proper installation by the
operators, taking into account the size of container and the conditions under which the
operators are working.

PART-B 73
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

l) Materials that will be in any way exposed when the work is completed shall be resistant to
attack by vermin, rodents and insects
m) Materials that will normally be open to view once the works are completed shall be fixed
to present a neat appearance. Solvents shall not bleed and stain adjacent work, with their
colour approved by the Engineer.

V WATERPROOF MEMBRANES :

The complete basement envelope and all areas exposed to the ground should be
protected by the following external waterproofing membrane system:

a. Bonded Synthetic Membrane: Use appropriate systems from the Grace Services
Preprufe or Fosroc Proofex range of systems, or similar Engineer approved,
installed in line with the Manufacturer’s instructions.

b. The membrane is to be a single ply, HDPE membrane with an adhesive bonding


agent. On vertical surfaces the minimum membrane thickness is to be 0.8mm,
whilst on horizontal surfaces it shall be 1.2mm.

c. The membrane shall be laid on regular, smooth, formwork or a blinded surface,


free from projections, with no gap or voids greater than 10mm.

d. The membrane shall be installed to achieve full bonding of all plies, joints and
corners to the concrete substrate to achieve a single bonded waterproof barrier.
All seams are to be fully bonded by overlapping, taping or jointing in strict
accordance with the Manufacturer’s recommendations.

e. The membrane shall allow mechanical fixing to the permanent formwork or


temporary works without damage, and allow for future settlements of the
basement structure.

f. The Manufacturer’s representative and the Contractor shall both carry out a full
inspection of the substrate preparation and waterproof system and confirm in
writing that the installation, including joints and corners, is satisfactory and
achieves the requirements of the warranty.

g. The chemical or mechanical bonding agent shall form a continuous bond between
the concrete substrate and waterproof barrier and shall prevent migration of water
if any leakage occurs. The Manufacturer shall confirm in writing that the bonding
agent can resist the maximum water pressure to be exerted on the structure, to
ensure de-bonding of the membrane under pressure cannot occur.

h. The bonding agent shall be protected in strict accordance with the Manufacturers
instruction and remain free of dirt, dust, grease and other intrusions to ensure
concrete is poured onto an effective bond surface.

All defects shall be made good before pouring of concrete.

PART-B 74
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

VI UN-BONDED SYNTHETIC MEMBRANE

Type-I Two layers of synthetic thermoplastic polyolefin (TPO) or polyvinyl chloride (PVC)
membrane. The Contractor shall submit appropriate systems for approval from the BASF
or SIKA range of products, or similar approved, installed in line with Manufacturer
instructions. The membrane shall be of a twin colour co-extrusion to give a visual
indication when damage occurs. It shall be compartmentalized and double seam welded
at its edges, with the weld tested at a pneumatic 2 bar pressure. The pressure loss shall
not exceed 10% over a period of 120 seconds and 20% over 300 seconds. The material
shall be capable of being welded to the W4 water bar with welding fins, to
compartmentalize the structure at the construction joints.

a. A geotextile slip membrane shall be placed under the membrane. This shall be a
manufactured from virgin polypropylene and shall be Bonar SNW 55 with a
specific weight of 500 gm/m2 or similar approved. The vertical protection shall be
Bonar SNW 40 with a specific weight of 350 gm/m2; whilst the horizontal
protection shall be concrete 50-75 mm screed.

b. The membrane shall be laid on regular, smooth, formwork or a blinded surface,


free from projections.

c. The membrane shall be installed with overlaps to allow full fusion of sheets at all
joints and corners to achieve a single homogeneous waterproof barrier. All seems
to be fused by automated machine heating, in strict accordance with the
manufacturer’s instructions.

d. The membrane shall allow mechanical fixing to the permanent formwork or


temporary works without damage, and allow for future settlements of the
basement structure.

e. The Manufacturer’s representative and the Contractor shall both carry out a full
inspection of the substrate preparation and the waterproof system and confirm in
writing that the installation, including joints and corners, is satisfactory and
achieves the requirements of the warranty.

f. A system of full compartmentalization shall confine water travel if a leak occurs in


the membrane. Compartments shall be achieved by fusing the membrane to
external water-bars that shall be cast into the concrete structure. Water bars shall
be fully compatible with the membrane to allow fusing of the joint.

g. Compartments shall be limited to maximum 200m2 in plan area. Compartments


shall be of regular shape to allow free flow of repair between the membrane and
concrete structure if repair is necessary. The Contractors proposed compartment
arrangement is to be submitted to the Engineer for approval prior to installation.

h. A single resin injection hose network shall be installed in each compartment. The
hoses shall allow the two-way flow of liquid to test for leakage of the membrane
and to provide an inlet for injection of repair resin between the loose membrane
and the concrete structure, should a leak occur during the design life of the

PART-B 75
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

structure.

i. Once installed, rot proof protection boards, thermal insulation or a sand and
cement-blinding layer, as appropriate, shall permanently protect the inspected
membrane.

j. All defects during construction shall be made good prior to protection of the
membrane.

VII TYPE – II

Two layers of 4mm thick polyester reinforced styrene butadiene styrene (SBS) membrane.
This should have a minimum of 12-15% SBS content, and should be additionally
reinforced at junctions and corners in line with the standard manufacturers and Engineers’
details. The Contractor shall submit appropriate systems for approval from the Grace
Serviced or Fosroc range of products, or similar approved, installed in line with
Manufacturer instructions.
a. The membrane shall be laid on regular, smooth, formwork or a blinded surface,
free from projections.
b. The membrane shall be installed with overlaps to allow full fusion of sheets at all
joint sand corners to achieve a single homogeneous waterproof barrier. All seams
to be fused by automated machine heating, in strict accordance with the
manufacturer’s instructions.
c. The membrane shall allow mechanical fixing to the permanent formwork or
temporary works without damage, and allow for future settlements of the
basement structure.
d. The Manufacturer’s representative and the Contractor shall both carry out a full
inspection of the substrate preparation and the waterproof system and confirm in
writing that the installation, including joints and corners, is satisfactory and
achieves the requirements of the warranty.
e. A system of full compartmentalization shall confine water travel if a leak occurs in
the membrane. Compartments shall be achieved by fusing the membrane to
external water-bars that shall be cast into the concrete structure. Water bars shall
be fully compatible with the membrane to allow fusing of the joint.
f. Compartments shall be limited to maximum 200m2 in plan area. Compartments
shall be of regular shape to allow free flow of repair between the membrane and
concrete structure if repair is necessary. The Contractors proposed compartment
arrangement is to be submitted to the Engineer for approval prior to installation.
g. A single resin injection hose network shall be installed in each compartment. The
hoses shall allow the two-way flow of liquid to test for leakage of the membrane
and to provide an inlet for injection of repair resin between the loose membrane
and the concrete structure, should a leak occur during the design life of the
structure.
h. Once installed, rot proof protection boards, thermal insulation or a sand and
cement-blinding layer, as appropriate, shall permanently protect the inspected
membrane.

PART-B 76
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

i. All defects during construction shall be made good prior to protection of the
membrane.
VIII EXTERNAL WATERSTOPS :
a. An external water-bar shall to be provided together with an internal re-injectable
hose for injection of repair resin at all construction joints. These shall be
compatible with waterproof membrane barrier to allow fully watertight jointing
between the water stop and the membrane. Furthermore, they shall not clash or
reduce the performance of the internal injection hose system.

b. External water stops shall be profiled to provide a keyed interface with the
concrete structure to prevent water tracking between the water-bar and the
structural element. They shall allow cyclic building movements over the full design
life without lose of integrity, deterioration, fracture or failure of any kind.

c. External waterstops shall have integral nailing flanges outside the area of
waterproofing and grout tight fins centrally placed to prevent grout loss during
construction. No tie wire for hanging from reinforcement shall be left within the
concrete cover zone.

d. All waterstops shall be extruded from high quality polyvinylchloride (PVC)


compound. The Contractor shall submit appropriate systems for approval from the
BASF, Grace Servicised, Fosroc or SIKA range of systems, or similar approved,
for installation in line with Manufacturer instructions.

e. Waterstops at kickers shall be a minimum 240mm wide.

f. Waterstops at expansion joints shall be 240mm wide and allow for expansion and
contraction of the concrete.

g. All junctions and transitions of water stops shall be made with preformed factory
moulded pieces. No forming of these junctions and transitions shall be permitted
on site. Only butt jointing of identical pieces shall be carried out on site using the
manufacturers recommended equipment and procedures
h. .
i. The Contractor shall provide details of all proposed construction joint locations
prior to pouring concrete. The Contractor shall inform the Engineer without delay
if the need for any additional joints arises.

IX HYDRO-EXPANSIVE WATERSTOPS :
a. Hydro-expansive water stops shall be conformable, swellable polymer / butyl
rubber strips that expand when in contact with water. They shall not deteriorate
under repeated wet/dry cycles.

b. Hydro-expansive water-stops shall be fully encapsulated by poured concrete and


shall form a seal to resist the applied water pressures.

c. The Contractor shall submit appropriate systems, for approval by the Engineer,
from the Grace Serviced Servistrip or Fosroc Supercast range of systems, or
similar approved, for installation in line with the Manufacturer’s instructions.

PART-B 77
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

X PENETRATIONS :
Penetrations through the waterproof barrier by services and ductwork shall be sealed with a
compatible waterproof system as recommended by the waterproofing Manufacturer. As a
rule, they shall incorporate a hydro-expansive water-stop to prevent tracking of water into
the structure if the sealed waterproof system fails.

XI PILE HEAD DETAILS :


a. The Contractor shall submit for approval by the Engineer, details of the pile head
waterproofing treatment.
b. This shall be a high strength, non-shrink, and flowable epoxy grout applied to the
finished pile head in strict accordance with the Manufacturer’s instructions.
c. This waterproof grout shall be of minimum thickness 10mm, or greater if required
under the conditions of the Warranty.

XII LIQUID APPLIED MEMBRANES :


a. The use of liquid applied membranes shall be limited to jointing between service
penetrations and the primary waterproof barriers, and only if direct bonding is not
achievable. B. They shall form an elastomeric membrane to a tough, rubber-like,
seamless waterproof barrier, applied in accordance with the Manufacturer’s
instructions.
b. Liquid applied membranes shall be cold applied.
c. Liquid applied membranes shall be fully compatible with the waterproof barrier;
service penetration sleeves to ensure that the barrier is continuous.
d. Construction joint sealants shall be high performance two-part polysulphide based
flexible sealants and shall be formulated specifically for use in elevated
temperatures. The sealants shall conform to BS 4254: 1967; ASA-A 116-1-196;
US Federal Specification TT.S-227 and have a minimum Shore A Durometer
hardness of 18.
e. Prior to application of the sealants, the joint interfaces shall be dried, cleaned and
primed with one brush coat of compatible primer as designated by the
manufacturer.
f. Black bituminous paint shall comply with BS 3416, with application in line with the
requirements of Section 0001 - Structural Concrete Specification.

XIII POST-APPLIED MEMBRANES :


For areas where the membrane is post-applied after the structural elements are cast, such
as walls to be backfilled, the membrane shall be a flexible, cold applied self adhesive
composite sheet membrane capable of forming a waterproof seal to the substrate and itself
at overlaps.

a. The post-applied membrane shall be a nominal 1.5mm overall thickness and


comprise a PE-HD film and aggressive, self adhesive compound suitable for
application to cold or damp surfaces or green concrete. The membrane shall
incorporate a weather resistant, solar reflective coating to minimise damage from
solar radiation.

PART-B 78
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

b. Each post-applied membrane shall be installed with fully bonded laps and corner
details formed and fully sealed as recommended by the Manufacturer.
Penetrations by services and ductwork shall be sealed with a compatible liquid
compound to ensure continuity. The membrane shall not be adversely affected
by exposure to ponded water or adverse weather conditions, and shall be
protected from damage from backfill by a minimum 3mm thick protection board as
recommended by the Manufacturer. The gaps between boards shall be taped
over with self adhesive tape. Polystyrene shall not be used as protection
boards.
c. Prior to the application of the membrane all surfaces shall be dry and clean and
primed with one brush coat of compatible primer as designated by the
manufacturer.
d. The Contractor shall submit appropriate systems for approval from the Grace
Serviced or Fosroc range of products, or similar approved, installed in line with
the Manufacturers instructions.

XIV MISCELLANEOUS SUNDRIES:


a. Fillets shall be preformed triangular PVC extrusion 40 x 40mm coated with self
adhesive compound.
b. Prior to the application of the membrane all surfaces shall be dry and clean and
primed with one brush coat of compatible primer as designated by the
Manufacturer.
c. The Contractor shall submit for approval details of any miscellaneous items as
specified above, as shown on the drawings or as deemed necessary for
construction.

XV REJECTED MATERIALS:
All materials which have been damaged or are contaminated or unidentifiable or do not in
all respects comply with the Specification shall be rejected and removed immediately from
the site at the Contractor's expense.

XVI SURFACE FINISHES:


Cross-reference shall also be made to Section 033000 “Cast-In-Place Concrete”.

XVI CONCRETE ADMIXTURES:


All waterproofing materials should be fully compatible with the chemical admixtures used
within the concrete matrix. Cross-reference shall also be made to Section 033000 “Cast-
In-Place Concrete”.

XVII SCOPE
This specification covers the waterproofing system for concrete decks podiums or roofs of
structure with built-ups or with landscaped areas.

PART-B 79
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

XVIII GENERAL

 Quality assurance: All products in the system shall meet the key performance
properties listed against each and shall be sourced from a manufacturer with a
certified QA system such as, ISO 9001 or an established and proven QA system
that has ensured consistent products.

 Approved sources: All products in the specified system shall be sourced from a
single manufacturer, from amongst the list of approved products.

 Installation: All the products/systems specified in this document shall be installed


by a Specialist Applicator approved by the manufacturer strictly in accordance to the
written application guide by the manufacturer.

 Multiple sources and compatibility: Should the Specialist Applicator or the


Contractor want products from different sources, they shall submit proof of
compatibility between the products of different sources.

 Alternate equivalents: Should the Specialist Applicator or Contractor prefer to use


alternative equivalent product(s) to the approved list, it can only be after obtaining a
written approval by the Engineer-in-Charge for use of the preferred alternative; such
approvals can only issued by the Engineer-in-Charge after establishing conformity
to the specified key performance properties.

 Substrate preparation: Before starting to install the specified waterproofing


system, the substrate shall jointly be inspected by the Contractor and the Specialist
Applicator for soundness; any defects shall first be repaired utilising products and
systems compatible with the specified waterproofing system.

 Materials for Waterproofing System


The specified waterproofing system for the podium or roof deck above ground
comprises of systems covering the horizontal & the vertical surface and different
parts of the deck area of the roof or the podium; each generic product specified
shall meet the key performance properties.

 Waterproofing system for Roof or Podium Deck slab with built-up or


landscape over it:
Providing and installing spray applied Polyurathene waterproof system of thickness
average upto 2.0mm. The system to be installed over the hardened well levelled
surface of the concrete or screed surface with leveled smooth finish and in slope.

 It shall be spray applied covering every possible surface and area of the deck to be
made watertight after the surface preparation is complete as per the manufactures’
system layer built-up. It shall cover all types of substrates. Suitable primers to be
used depending on the type of substrate ( viz. concrete / Bitumen/ metal / wood
etc.) to enhance the bonding.

PART-B 80
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

 Key performance properties of the specified products


The roof or Podium deck shall be made waterproof using Polyurathene spray
applied, a BBA approved waterproof system shall be free from bituminous material
and shall not be based on polyurea chemistry. The waterproofing system specified
shall be, spray applied fast curing, heat resistant polyurethane seamless
waterproofing membrane and all other essential components to ensure the
waterproofing integrity of the structure. The waterproofing membrane has high
elasticity, excellent tensile strength, high tear strength and exceptional abrasion
resistance.

 Polyurathene waterproofing membrane consist of the following components:

1 Primer Moisture Insensitive Primers for Concrete


(Or Primer as per the Substrate. As
specified by the manufacturer)

2 Sand Board Casting Graded Quartz Sand

3 Waterproofing membrane Spray applied advance Polyurethane


Waterproof Membrane

4 UV Top Coat UV Stable Top Coats of Required colour to


be used for exposed surface only . Colours
as per RAL Shades as specified.

4 Total thickness of system Average 2.0 mm

5 The system shall be Construction Chemicals.


installed by a specialist
waterproofing
applicator recognized by
BASF

Two Component Spray applied Polyurathene waterproofing membrane


Technical Properties
The waterproofing base coat shall be a spray applied fast curing, heat resistant two
component polyurethane seamless waterproofing membrane. The waterproofing
membrane shall have high elasticity, mechanical properties and Green Certification.
It shall be not be polyurea or bituminious chemistry. It has properties as listed
below.

This waterproofing system shall be installed by a specialist waterproofing applicator


recognized by manufacturer.

PART-B 81
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Property Test Method Results


Solids Content DIN 53213 100%
Mixing ratio A:B 100:70 (By volume)
100:72 (By weight)
Density at 23oC Component A 1.06 g/cm3
Component B 1.10 g/cm3

Tensile Strength DIN 53504 8 – 10 MPa


Elongation at break DIN 53504 400%
Tear Strength DIN 53515 18 N/mm2
Dynamic Crack Bridging
(1000 cycles, heat ageing at ZTV-SIB 90 28days,no change
700C
Shore A Hardness 75-80

EN 1504-2:2004 Sd>50
Permeability to CO2

Permeability to water EN 1504-2:2004 Class II


vapour
Water tightness DIN 1048 10 bar (100m) back
pressure
Resistance to Water MOAT No. 27 No Leaks
Pressure
Root Penetration DIN 4062 Passed
Resistance
Skid Resistance HAPAS, UK Passed
Chemical Resistance ASTM D 1308:02 No averse effect
Adhesion Conica Research
(Steel) Laboratory > 10 N/mm2
(Concrete) 3.3N/mm2 (concrete
failure)

A. Testing
As directed by Engineer-in-Charge.
B. Mock-up
Before their installation by the Applicator, a small patch of the waterproofing
system shall be installed to approximately 10m2 and practically tested for water
seepage for a period of 30 days. The mockup sample will be approved by the
Engineer-in-charge before proceeding for the application of the system on the
entire area.
C. Measurement
Surface Area of the Roof and other areas applied on shall be measured for
payment.
D. Rates
The rates shall include the cost of labour, material involved in all the operations
described in Bill of Quantities.

PART-B 82
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.8 TECHNICAL SPECIFICATION FOR PRECAST CONCRETE

Local/Regional Materials: The materials and products that are extracted, harvested or recovered
within 800 km of the project site

I PRECAST NOMINAL MIX CONCRETE

a) General

All precast concrete shall be cast by suitable mechanical means, over vibrating tables or by using
form vibrators. The concrete mix shall conform in all respect to "Various Concretes" described in
the appropriate paragraph under this section.

Exposed precast surfaces shall be finished as called for on the drawing or as directed by the
Architects. All surfaces coming in contact with in situ concrete shall be wire brushed and hosed
down until the aggregate is free from cement slurry. Castellations shall be provided wherever
called for. Leaving grouting holes, grooves, inserts, projections reinforcements, lifting hooks etc.
Shall conform to the erection procedure. All edges and delicate projection likely to be damaged
during erection shall be protected by means of wooden cover fillets, until placed in position.

Shop Drawing – submittal & approval.

Shop drawings shall be prepared by the Contractor for submission and prior approval obtained
from the Owner’s Representative before commencing the work. The submittal shall include
precast unit identification plan, formwork/mould design, mix design calculations, erection
methodology, all details of inserts, openings, lifting hooks, edge protection, etc.

In addition to above, Contractor shall test for fire rating and furnish the certificate thereof for
concrete blocks.

b) Precast Blocks, Lintels, Bollards, Tree Guards, Kerb Stone, Lamp Post, etc.

All precast members shall be exactly of the size and pattern shown on the drawings and shall be
made face up in the following manner. All units shall be integrally cast and steel formwork shall
be used for making units.

Provide in the formwork as shown in the drawings. Stiff plastic concrete 1: 1.5 : 3 or as specified /
instructed shall be used with coarse aggregate 1/2" (12 mm) and down gauge.

The precast units shall not be removed from the forms for three days. Precast work shall be cured
under cover and shall be kept under water for fifteen days before placing in position.

Samples of each part shall be approved by the Architects before proceeding with the work.

Unit may require wetting before bedding. The concrete base shall be wetted and coated with
slurry and minimum of mixing water shall be used in the bedding mortar which shall be Portland
cement and sand 1:3.

II PRECAST DESIGN MIX CONCRETE


The section shall apply to precast controlled concrete work.

a) For all precast controlled concrete work a specially equipped site factory, complete with casting
yard, pre-tensioning beds of individual moulds for pre-tensioned pre-stressed work concrete
mixing and vibrating plants, cement store, concrete laboratory erection equipment, etc. are to be
provided. The Contractor is deemed to have included in his rates all the above provisions needed

PART-B 83
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

for a workman like construction in precast controlled concrete.


b) All precast design mix concrete shall be weigh batched.
c) Placing and compacting of concrete: - All precautions in handling and placing of high strength
concrete mixes apply. The concrete placed shall be compacted thoroughly by using pin, vibrators,
shutter vibrators or other suitable means. No construction joints shall be allowed in precast
design mix concrete work. Unshuttered top surface shall be finished smooth with trowel.

a) During the period of initial setting special precautions shall be taken to keep precast
members sufficiently moist to protect them against vibrations and any adverse loading.

III Form work and tolerances.


a) All form work for precast design mix concrete work shall be in use proprietary system formwork
adequately stiffened and braced to give uniform concrete finish.
b) Only exterior form bracing is to be used for lateral tying of formwork. To ensure uniformity of
appearance in the cast members, or units, care should be taken that the contact surfaces or
forms or forms liners are of uniform quality and texture, and joints in formwork are symmetrically
located. Shuttering oil to be used shall be colourless, non-staining, and emulsifiable in water.
c) Tolerance - Forms for precast members shall be true to size and dimensions shown on plans
and should be constructed and protected from warping so that the finished product will be within
the limits given below: -

Member Tolerance Maximum limit


A Overall dimensions of members + 1 mm per ± 12 mm
metre,
B Cross sectional largest dimensions sections less ± 3 mm
than 150 mm
C Cross sectional dimensions sections less than ± 5 mm
450 mm
D Sections 450 mm to 900 mm ± 6 mm
E Sections over 900 mm ± 10 mm
F Deviation from straight line in long sections not more than 1
mm per metre
G Deviation from specified counter ± 0.5 mm per 1
metre of span
H Differential between adjacent units in erected 6 mm
position

d) Storage, Handling & Hoisting of precast members

Precast members are to be stored and handled in such a manner so as not to overstress the
member beyond the design limits. Storage and handling procedures must be approved by the
Architects before commencement of work.

The precast members are to be stored very carefully in the immediate vicinity of the casting yard
or in the moulds themselves, for a minimum period of 21 days. During the initial period of the
storage these are to be properly protected against radiation, heat of the Sun, drying air etc. by
covering them with straw mats Hessian etc. which are to be kept continuously wet. For this
purpose, the yard shall be provided with a mechanical water sprinkling system.

Precast concrete battens shall be cast in horizontal position on ground and/ or vibratory table and
shall be lifted off the casting moulds or beds by means of stiffening frames, which shall support

PART-B 84
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

the batten at specified point. Precast members must attain a minimum strength before the same
are lifted off from their moulds. These values of strength are given in section for prestressed
concrete and shall apply also to precast RCC trusses.

The battens shall be temporarily propped after hoisting till permanent in situ screed is laid over it,
so that the lateral stability and excessive deflections are controlled. Precast members are not to
be transferred from the casting to the stockyard before they are 21 days old. Lifting shall be done
only at points provided for this purpose. Under no circumstances shall the precast members be
reversed while handling, or lifted at mid span.

PART-B 85
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.9 TECHNICAL SPECIFICATION FOR, CHEMICAL & ABRASION RESISTANT


POLYURETHANE FLOORING

I. SCOPE
This specification covers Polyurethane concrete floor topping system for a clean rooms and areas
for use subjected to regular trolleys & forklift movements, cleaning with chemicals, and should be
easily cleaned to maintain a high level of hygiene.

II. GENERAL
a) Quality assurance: All products in the system shall meet the key performance properties listed in
Section D against each and shall be sourced from a manufacturer with a certified QA system such
as, ISO 9001 or an established and proven QA system that has ensured consistent products.
b) Approved sources: All products in the specified system shall be sourced from a single
manufacturer, from amongst the list of approved products and sources.
c) Installation: All the products/systems specified in this document shall be installed by a Specialist
Applicator approved by the manufacturer strictly in accordance to the written application guide by
the manufacturer.
d) Multiple sources and compatibility: Should the Specialist Applicator or the Contractor want
products from different sources, they shall submit proof of compatibility between the products of
different sources.
e) Alternate equivalents: Should the Specialist Applicator or the Contractor prefer to use
alternative equivalent product(s) to the approved list, it can only be after obtaining a written
approval by the Engineer-in-Charge; such approvals can only issue by the Engineer-in-Charge
after establishing conformity to the specified key performance properties.
f) Substrate preparation: Before starting to install the specified floor topping system the substrate
shall jointly be inspected by the Contractor and the Specialist Applicator for soundness; any
defects shall first be repaired utilising products and systems compatible with the specified floor
topping system.
Materials: The floor topping system
The specified floor topping system comprises of the following systems that shall meet the key
performance properties in section D
g) Concrete Substrate: Providing and laying concrete for substrate of the flooring, which shall be of
Minimum M25 grade, should be flat, smooth and well levelled finished. Wherever slope is
required proper slope shall be given. Substrate shouldn’t develop any cracks so reinforcement
shall be laid if required. Proper care shall be taken for construction joints. Screed shall be laid as
per guidelines of IS 8204.
h) Priming scratch coat: Applying a thin layer of Polyurethane Ucrete concrete flooring system
over a prepared substrate at thickness of 1mm to seal the pores of concrete. In case, the
concrete surface is porous and cannot be sealed in a single scratch coat layer, another layer of
scratch coat shall be applied once the first layer is dried.
i) Top layer: on drying of the scratch coat but before 48 hrs of scratch coat application, the
Polyurethane concrete flooring system topping layer shall be applied, at a thickness of minimum
3mm using a to form a total thickness of not less than 4mm including the scratch coat.
j) Covings: all floors to wall junctions shall be smooth transitioned as per the termination detailing
provided in the standard application guidelines with an epoxy mortar and over coated with a
Polyurethane top coat.
k) Joint sealants: all construction joints shall be sealed with a polyurethane sealant Key
performance properties / Applicable codes

PART-B 86
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Property Test Method Results


FLOORING SYSTEM
Bond strength on concrete ASTM D4541, 7days 1.5MPa (concrete failure)
Bond strength to the specified flooring In house at 7days >2MPa
system
Density BS 6319 : Part 5 1970 kg/m3
Adhesion to concrete - Concrete failure
Abrasion Resistance BS 8204-2 Class AR 0.05 (SPECIAL)
Dynamic E-Modulus ASTM C 597-83 14000 N/sq.mm
Coefficient of thermal expansion ASTM C531 : Part 4 3.6 x 10-5 /oC
Ease of hygienic maintenance – Guidelines of CCFRA 99.9% Vs. 99.9% for stainless
measured as percentage reduction (Campden and steel (as cleanable as
factor of bacteria after cleaning of the Chorleywood Food stainless steel)
floor topping Vs the same on stainless Research Association)
steel (the higher the reduction, the
easier the hygiene maintenance)
Fire resistance classification EN 13501-1:2002 Bfl-S1
Water absorption CP.BM 2/67/2 0 ml
Chemical resistance – assessed by the 85% Lactic acid
effect of immersion of the flooring 100% Oleic acid at 60 oC
samples in the organic acids typically 60% Citric acid
exposed to in food industries, at 25°C. 40% Acetic acid
50% Sodium hydroxide
30% Nitric acid
15% Sodium hypochlorite
JOINT SEALANT
Density 1550-1600kg/cu.mtr
Tensile Strength (ISO R527) 1.6 – 2.0Mpa
Elongation at Break (ISO R527) 20%-32%
Hardness DIN 53505 - shore ca 80
A

l) Workmanship and installation : Approved manufacturer shall have more than 10 years of
experience of polyurethane concrete floor installation and approved applicator shall have
experience of atleast 1 lac sqmt of polyurethane concrete flooring in India.

A. Testing
As directed by Engineer-in-Charge.

B. Mock-up
Before their installation by the Applicator, a small patch of the floor topping system shall
be installed to approximately 2m2 and practically tested for resistances to various
exposures the floor is likely to be exposed. The mockup sample will be approved by the
Engineer-in-charge before proceeding for the application of the system on the entire area.

C. Measurement
Surface Area of the Floor shall be measured for payment of flooring. Running Length of
the coving shall be measured for payment

D. Rates
The rates shall include the cost of labour, material involved in all the operations
described in Bill of Quantities.

PART-B 87
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.10 TECHNICAL SPECIFICATION FOR POLYURETHANE WALL COATING

I. SCOPE
This specification covers wall coating for clean room system

II. GENERAL
Quality assurance: All products in the system shall meet the key performance properties listed
in Section D against each and shall be sourced from a manufacturer with a certified QA system
such as, ISO 9001 or an established and proven QA system that has ensured consistent
products.

a) Approved sources: All products in the specified system shall be sourced from a single
manufacturer, from amongst the list of approved products and sources.

b) Installation: All the products/systems specified in this document shall be installed by a


Specialist Applicator approved by the manufacturer strictly in accordance to the written
application guide by the manufacturer.

c) Multiple sources and compatibility: Should the Specialist Applicator or the Contractor want
products from different sources, they shall submit proof of compatibility between the products of
different sources.

d) Alternate equivalents: Should the Specialist Applicator or the Contractor prefer to use
alternative equivalent product(s) to the approved list, it can only be after obtaining a written
approval by the Engineer-in-Charge; such approvals can only issued by the Engineer-in-Charge
after establishing conformity to the specified key performance properties.

e) Substrate preparation: Before starting to install the specified floor topping system the substrate
shall jointly be inspected by the Contractor and the Specialist Applicator for soundness; any
defects shall first be repaired utilising products and systems compatible with the specified floor
topping system.

f) The Wall Coating system: The specified Wall coating comprises of the following systems that
shall meet the key performance properties as mentioned below. The wall coating systemshall be
installed to a thickness of 80 microns. The system shall be a single component, polymer based,
wall coating that cures by atmospheric moisture to form an easily cleanable, aesthetically
pleasant finishing. Key performance properties of the specified products

Performance property Standard / test method Value


1 Properties of the whole floor topping system
Mixed density 1.4+- 0.1 Kg/lit
Volume solids 32%
Touch dry 20 minutes
Full cure 7 days
Adhesion to concrete ASTM D 4541 1.5MPa

PART-B 88
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

g) Application
Please refer to the Method of Statement for preparation, mixing, application and finishing details,
as per the manufacturer.

A. Testing
As directed by Engineer-in-Charge.

B. Mock-up
Before their installation by the Applicator, a small patch of the wall coating system shall be
installed to approximately 2m2 and practically tested for resistances to various exposures
the wall is likely to be exposed. The mockup sample will be approved by the Engineer-in-
charge before proceeding for the application of the system on the entire area.

C. Measurement
Surface Area of the Wall shall be measured for payment.

D. Rates
The rates shall include the cost of labour, material involved in all the operations described
in Bill of Quantities.

PART-B 89
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.11 TECHNICIAL SPECIFICATION FOR EXTERNAL SILANE SILOXAINE PROTECTION


COATING FOR NATURAL STONES

I SCOPE

This Specification covers Water repellent External coating for Natural Stones

II GENERAL

a) Quality assurance: All products in the system shall meet the key performance properties listed
against each and shall be sourced from a manufacturer with a certified QA system such as, ISO
9001 or an established and proven QA system that has ensured consistent products.

b) Approved sources: All products in the specified system shall be sourced from a single
manufacturer, from amongst the list of approved products and sources.

c) Installation: All the products/systems specified in this document shall be installed by a Specialist
Applicator approved by the manufacturer strictly in accordance to the written application guide by
the manufacturer.

d) Multiple sources and compatibility: Should the Specialist Applicator or the Contractor want
products from different sources, they shall submit proof of compatibility between the products of
different sources for Approval from Engineer-in-Charge

e) Alternate equivalents: Should the Specialist Applicator or the Contractor prefer to use
alternative equivalent product(s) to the approved list, it can only be after obtaining a written
approval by the Engineer-in-Charge; such approvals can only issue by the Engineer-in-Charge
after establishing conformity to the specified key performance properties.

f) Substrate preparation: Before starting to install the specified floor topping system the substrate
shall jointly be inspected by the Contractor and the Specialist Applicator for soundness; any
defects shall first be repaired utilising products and systems compatible with the specified floor
topping system.

g) External Coating
Coating shall be deep penetrative water repellent based on Silane Siloxine chemistry can be used
direct from the container, no mixing is required, but stir before use. Key performance properties of
the specified products are as follows:-

Property Test Method Results


Aspect Clear free flowing liquid
Mixed Density 0.79+- 0.02 Kg/lit
Viscosity 10 CPS @ 25 Degree C
Minimum Application Temperature 5 Degree C
Over Coating Time 120 mins @ 25 Degree C

A. Testing
As directed by Engineer-in-Charge.

B. Mock-up
Before their installation by the Applicator, a small patch of the wall coating system shall be
installed to approximately 2m2 and practically tested for resistances to various exposures

PART-B 90
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

the wall is likely to be exposed. The mockup sample will be approved by the Engineer-in-
charge before proceeding for the application of the system on the entire area.

C. Measurement
Surface Area of the Stone/Tile area shall be measured for payment

D. Rates
The rates shall include the cost of labour, material involved in all the operations described
in Bill of Quantities.

PART-B 91
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.12 TECHNICAL SPECIFICATIONS COLOUR COATED GALVANIZED STEEL DOOR &


WINDOW WORKS

I SCOPE:
Providing and fixing Doors fabricated from roll formed sections made of Galvanized Steel Colour
Coated/ Powder Coated. These sections are subsequently fabricated into Doors, Windows, &
Partitions etc.

a) Applicable Codes:
Base Steel as per IS 513 “D” quality, Galvanized as per IS 277 with Zinc of 120 grams/ Sq. Mtr
Fly mesh 304 grades Stainless steel 32 gauge 304 grades with 144 holes per sq. inch.

b) Materials:
CCGI: Providing and fixing Window & Door fabricated from roll formed sections made of
Galvanized Steel Colour Coated/ Powder Coated (Base Steel as per IS 513 “D” quality,
Galvanized as per IS 277 with Zinc of 120 grams/ Sq. Mtr.)

Paint Specifications: Coated sections should be with Primer coat of Epoxy Primer of 5-7
microns thick, finished with Polyster Paint of 12-16 microns thick.

Glass: External glass shall be as mentioned in the Bill of Quantities. Manufacturer is to be


specified and the product sample be verified. Glass thickness shown is minimum thickness and
shall be as per requirement to withstand loads criteria and their performance.

Fly Mesh: Fly Mesh Should provided with a stainless steel 32 gauge of 304 grades with 144
holes per sq. inch.

Grill : Grill made of 10mm sq. MS Bars welded to at 150mm center-to-center, 6mm x 12mm MS
flat. Total grill unit should be powder coated and fixed to window frame with screws.

Gaskets: Ethyl Propylene Diamine Monomer (EPDM) Gasket.


Ethyl Propylene Diamine Monomer (EPDM) Gasket should be used all around glass.

Accessories: S.S. Pivot Hinges, S.S. friction hinges, friction Stay, Handle made of high grade
Aluminum powder coated and with nylon receiver to be as per approved samples. The joining
accessories shall be Nylon Corner Bracket made of CRCA electroplated with zinc. Visible screws
to be galvanized made up of M.S. Electroplated.

Wall Fixing Devices: Nylon self-expanding caps and driving MS electroplated 80mm /120mm
Dia 8mm long screws into the caps.

Submittals:
Shop Drawing: The contractor shall submit for approval of Engineer-in-Charge detailed shop
drawings as per schedule giving full details such as size of sections, detail showing cill, jambs
and lintel end details with civil structure coupling members and method of fixing anchorage,
caulking, flashing etc. The contractor shall also give all mechanical properties of all sections (e.g.
perimeters, area, moments of inertia about bending axes, principal axes, principal moments of
inertia, weights etc.) in a tabular form. Design Analysis and Calculations: Include design
calculations for review of design loads and member profiles.

PART-B 92
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Samples:
Submit three samples of each required metal finish on 300mm (12 inch) long extrusion of the
alloys to be used for the work. Where normal colour and texture variations are to be expected,
include two or more units in each sample, to show the range of such variation. Submit three
samples of glass, 300mm (12 inch) square. Provide two samples of typical fabricated sections
showing joints, fastenings, quality of workmanship, hardware and necessary items before
fabrication of the work proceeds.

Glazing materials: 300 mm (12 inch) long samples each colour and type required for glazing
gaskets and sealant (Silicon/ polysulphide) with its catalogue. Nothing extra shall be payable for
all samples/ mockups.

Statement that the system meets the regulatory requirement of all statutory authorities having
jurisdiction over the works in respect of fire, thermal aesthetics, mirroring effect, wind, loading,
construction and warranty requirement, nothing in detail any exceptions. The statement /under
taking shall be signed by a person authorized to legally represent the company.

c) Doors & Windows Item Descriptions:

Airtight Windows :
Providing and fixing Windows fabricated from roll formed sections made of Galvanized Steel
Colour Coated/Powder Coated (Base Steel as per IS 513 “D” quality, Galvanized as per IS 277
with Zinc of 120 grams/Sq. Mtr.) with total coated thickness of 0.60 mm.

Paint Specifications:
Coated sections should be with Primer coat of Epoxy Primer of 5-7 microns thick, finished with
Powder Coating with pure Polyester up to 50-60 microns thick.

Dimensions of Sections:
Section for Shutter should be of 46mm X 46mm and External Frame should be of 46mm X 52mm.
Section for Glass Beading should be of 18mm X 25mm and center mullion should be of 46mm X
70mm.

Fixing Details:
The Frame & Shutter Sections should be cut to length and mitre joined with Corner Bracket made
of CRCA electroplated. Mullion Section should be joined with Frame/ Mullion using Nylon Mullion
Cap Ethyl Propylene Diamine Monomer (EPDM) Gasket should be used all around glass in
shutter between frame and glazed shutter and both sides of fixed glass.

Accessories:
Handle made of high grade Aluminum powder coated and with nylon receiver. S.S.Friction
Hinges, Gaskets made of Ethyl Propylene Diamine Monomer (EPDM). Corner brackets made of
CRCA with zinc phosphating. Mullion caps made of Glass filled nylon.

Window Frame should be fixed to brick/ concrete masonry by using Nylon self expanding caps
and driving MS electroplated 80mm /120mm Dia 8mm long screws into the caps through frames.

Double Rebate Airtight Window:

Providing and fixing Windows fabricated from roll formed sections made of Galvanized Steel
Colour Coated/Powder Coated (Base Steel as per IS 513 “D” quality, Galvanized as per IS 277
with Zinc of 120 grams/Sq. Mtr.)

Paint Specifications:
Coated sections should be with Primer coat of Epoxy Primer of 5-7 microns thick, finished with

PART-B 93
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Polyster Paint of 12-16 microns thick.

Dimensions of Sections:
Section for Frame should be of 98mm X 50mm, Section for Mullion should be of 46mm X 70mm,
Section for Shutter Frame should be of 46mm X 46 mm, Section for Fixed Glass Bead should be
of 18mm X 25mm and Section for Fly mesh Shutter Frame should be of 20mm X 40mm.

Fixing Details:
Frame and Mesh Shutter Sections should be cut to length and mitre joined with Corner Bracket
made of Polypropylene. Glass Shutter should be mitre joined with corner brackets made of CRCA
electroplated. Mullion Section should be joined with Frame/ Mullion using Nylon Mullion Cap Ethyl
Propylene Diamine Monomer (EPDM) Gasket should be used all around glass in shutter between
Frame and Glazed Shutter and both sides of Fixed Glass. Rubber Gasket should be used around
Fly mesh to fix Mesh in Mesh Shutter.

Accessories:
Each Glazed Shutter should be provided with S.S. Friction Hinges – 1 set, High Grade Aluminum
Powder Coated Handle -1 No. Each Mesh shutter should be provided with S.S.Pivot Hinges-1
set, Nylon handle shall be provided per shutter.
Window Frame should be fixed to brick/concrete masonary by using Nylon self expanding caps
and driving MS electroplated 80mm /120mm Dia 8mm long screws into the caps through frames.

Double Rebate Windows


Providing & fixing Windows/ ventilators fabricated from roll framed sections made of galvanized
steel colour coated/ powder coated (Base steel as per IS 513 “D” quality galvanized as per IS 277
with zinc of 120 gms/Sqr. Mtr.) with total coated thickness of 0.60mm.

d) Paint Specifications:
Coated sections should be with Primer coat of Epoxy Primer of 5-7 microns thick, finished with
Polyster Paint of 12-16 microns thick.

Dimensions of Sections:
Sections for Frame should be of 72mm x 55mm, Section for Mullion should be of 72mm x 50mm,
Section for Shutter Frame should be of 47mm x 20mm, Section for Fixed Glass Bead should be
of 12mm x 12mm, and Section for Fly Mesh should be of 40mm x 20mm.

Fixing Details:
Section for Frame Glazed Shutters and Mesh Shutters should be cut to length and miter joined
with Polypropylene Corner Brackets, Mullion Section should be joined with Frame/Mullion using
Mullion Cap Ethyl Propylene Damien Monomer (EPDM) Gasket should be used all around glass
in shutter and Fixed Glass. Rubber Gasket should be used around Fly mesh to fix Mesh in Mesh
Shutter.

Accessories:
Each Glazed Shutter and Mesh shutter should be provided with SS Pivot Hinges – 1 set, Nylon
Handle & friction Stay.Window Frame should be fixed to brick/ concrete masonry by using Nylon
self expanding caps and driving MS electroplated 80mm /120mm Dia 8mm longscrews into the
caps through frame

Airtight Door:
Providing and fixing Doors fabricated from roll formed sections made of Galvanized Steel
ColourCoated/ Powder Coated (Base Steel as per IS 513 “D” quality, Galvanized as per IS 277
with Zinc of 120 grams/ Sq. Mtr.) with total coated thickness of 0.60 mm.

PART-B 94
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Paint Specifications:
Coated sections should be with Primer coat of Epoxy Primer of 5-7 microns thick, finish painted
with Polyester paint of 12-16 microns thick or Powder Coated with pure Polyester up to 50-60
microns thick.

Dimensions of Sections:
Sections for shutter should be of 46x46mm and external frame should be of 46x52mm, middle
and bottom rail (Lock Rail and Kick Rail) of size should be 23x130mm.

Fixing Details:
The Frame & Shutter Sections should be cut to length and mitre joined with Corner Bracket made
of CRCA electroplated. Ethyl Propylene Diamine Monomer (EPDM) Gasket should be used all
around glass in shutter, between frame and glazed shutter and both sides of fixed glass.

Accessories:
Handle and lock of approved quality for each shutter. Hinges made of 2.5mm thick CRCA powder
coated. Gasket made of Ethyl Propylene Diamine Monomer.
The above Frame should be fixed to brick/ concrete masonry by using Nylon self-expanding caps
and driving MS electroplated 80mm /120mm Dia 8mm long screws into the caps through frames.

e) Design Responsibility and Performance Requirements:


General: The requirements shown by the details are intended to establish basic dimension of unit
area modules and provide site line of members. The manufacturer shall be required to design the
entire system, and to make whatever requirements as may be required to fulfill the performance
requirements to maintain the visual design concept as shown, including member size and
alignment of component.

Temperature Variation Thermal expansion and contraction movements resulting from an


ambient temperature range of 2 to 50o c. which may cause a metal surface with temperature
variation.

Weather Resistance: Fabricate exterior units with weather stripping to prevent from uncontrolled
penetration of air and water under normal shear weather conditions.
The manufacturer shall be responsible for methods and means of joining fabrication, assembly,
suspension, erection and compliance with all design criteria.

Quality Assurance
Installer qualification: - Installer who has had successful experience with installation of same /
similar systems for similar projects.

Manufacturer Qualification: -
A manufacturer capable of fabricate Glazed CCGI sections wall that meet / exceed performance
requirement.

Source Limitations: Obtain Glazed CCGI system through one source from a single manufacturer
selected from the list of approved makes.

Product Options: Information on Drawings and in Specifications establishes requirements for


aesthetic effects and performance characteristics of assemblies. Aesthetic effects are indicated
by dimensions, arrangements, alignment, and profiles of components and assemblies as they
relate to sightlines, to one another, and to adjoining construction.

Do not modify intended aesthetic effects, as judged solely by Engineer-in-Charge, except with the
approval of the Engineer-in-Charge. If revisions are proposed, submit comprehensive explanatory

PART-B 95
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

data to Engineer-in-Charge for review.

Mockups:
Before proceeding for mass production of all units, the contractor should fix typical mockup units
of each type to verify selections made under sample submittals and to demonstrate aesthetic
effects and set quality standards for materials and execution. The contractor should proceed for
mass production only after approval of Mockups by Engineer-in-Charge.

Testings:
General the works shall conform to the IS specifications for CCGI sections Test units It is
required to perform all tests as directed by Engineer-in-Charge.
Following tests are to be performed as per relevant standards.

Salt Spray Test


MEK ( Methyl Ethyl Ketone) Test
Cross Hatch Test
Pencil hardness Test
Ericson Test
Deflections shall be measured at the centre line members and at other critical points as deemed
appropriate.

Site Conditions:
Manufacturer is to take field measurements prior to preparation of shop drawings and fabrication
to ensure proper fitting of work. However, proceed with fabrication and coordination installation
tolerances as necessary when field measurements might delay work.

f) Product Handling, Transport, Storage and Protection:


Protect units and finishes in manner that will not cause damage or discoloration to units by
covering exposed surface with thick layer self adhesive non- staining PVC tape before they are
brought on site. The lacquer/ tape shall be removed on completion of erection/ wet civil work after
approval of Engineer-in-Charge.

Inspection
Examine all parts of supporting structure, the areas and conditions under which work comprising
of glazing items, and associated items are to be executed. Identify conditions detrimental to the
proper and timely completion of the work and proceed with the work after getting the
unsatisfactory conditions corrected, if any.

Co-Ordination
Wherever possible, check actual opening in the construction work by accurate field
measurements before fabrication and execution as well. Show recorded deviation if any, on final
shop drawings and co-ordinate installation within fabrication tolerance to ensure proper fit of units/
modules.

Preparation
Co-ordinate setting drawings, diagram templates, instructions and directions for the installation of
anchorages which are to be embedded in concrete or masonry construction. Bench marks for
elevations and building line-offset marks for alignment shall be established on each floor level by
the contractor who shall be responsible for their accuracy. Should any error be found in their
location the contractor so notify in writing and shall proceed in the affected areas after the errors
have been corrected/ rectified.

Silicone sealant shall be applied all-round the junctions of window/ door frames and walls
adjoining as per architectural drawings/ shop drawings and manufacturer instructions through an
experienced applicator only.

PART-B 96
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Installation
The installation of fabricated frames shall commence when called for by the Engineer-in-Charge.
This shall be properly coordinated with the finishing works.

Installation of frame works shall be done under direction and supervision of manufacturer's
representative.

All parts of the work shall be erected in plumb, level and true to line in proper alignment and in
relation to established lines and grades and as shown on approved shop and or erection
drawings without warp or rack of frames, sash or panels while positioning. Anchor securely in
place. Separate corrodible metal surfaces from sources of corrosion or electrolytic action at points
of contact with other materials.

Do not install defective component parts including warped, bowed, dented, abraded and broken
members or glass with edge damage. Remove and replace members/ unit which have been
damaged prior to installation.

Do not cut, trim, weld or braze component parts during erection in any manner which would
damage the finish, decrease the strength, or result in a visual imperfection or a failure in
performance. Return component parts which require alteration to the shop for re-fabrication or for
replacement by new parts.

Install component parts in level, plumb and true to line with uniform joints and reveals. Secure to
structure with no staining and non corrosive shims, anchors, fasteners, spacers and fillers. Use
erection equipment which will not mar or stain finished surfaces or damage the component part in
any way.

Sealant
Sealing materials for sealing shall be structural or weather seal silicone sealant of approved make
used in strict accordance with the manufacturer's printed instructions and shall be applied only by
applicators/ mechanics specially trained or experienced in their use. Before applying sealant all
dirt, dust, moisture and other foreign matter shall be completely removed from surfaces and shall
be masked, when required, to maintain a clean and neat appearance. This shall provide a smooth
finish surface. Sealant should be non- staining type.
Anchorage
Anchorage of the work to the structure shall be by approved methods in strict accordance with
approved shop and/ or erection drawings. Supporting framework and brackets shall be so
designed as to provide three dimensional adjustments and accurate location of all components.
After the unit is properly positioned all connections so designated on approved shop drawings
shall be rigidly fixed by welding or other positive means.
Measurement
Surface Area of the Door or Window Unit shall be measured for payment.
Rates
The rates shall include the cost of labour, material involved in all the operations described in Bill
of Quantities.

PART-B 97
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.13 TECHNICAL SPECIFICATION FOR HOLLOW METAL FIRE DOORS AS PER BS/IS
STANDARD

I SCOPE
This specification covers the design, supply of materials, Manufacture and installation of factory
made Hollow metal fire doors of approved make.,an ISO 9001-2000 Certified Company and the
manufacturer has to be approved manufacturer of supply and fixing of CE/UL certified hollow
metal steel fire doors at all levels with all accessories and including supply and installation of
hardware.

II CODES AND STANDARDS


All standards, specifications, acts, and codes of practice referred to herein shall be the latest
editions including all applicable official amendments and revisions.

List of certain important Indian Standards, Acts and Codes applicable to this work is given below.
However, the applicable standards and codes shall be as per but not limited to the list given
below:
IS: 277 Galvanised steel sheet (plain and corrugated) of GPL Grade with Z 120 Coating.
IS: 3614 Metallic and non-metallic fire check doors – Resistance test and Part – 2 performance
criteria.

III GENERAL
The Contractor shall furnish all materials, labour, operations, equipment, tools & plant,
scaffolding and incidentals necessary and required for the completion of all metal work in
connection with steel doors, as called for in the drawings, specifications and bill of quantities
which cover the major requirements only. Anything called for in the tender documents shall be
considered as applicable to the items of work concerned. The supply and installation of
additional fastenings, accessory features and other items not specifically mentioned, but which
are necessary to make a complete functioning installation shall form a part of this contract.

All metal work shall be free from defects, impairing strength, durability and appearance and shall
be of the best quality for purposes specified made with structural proprieties to withstand safety
strains, stresses to which they shall normally be subjected to.

All fittings shall be of high quality and as specified and as per approval.

The Contractor shall strictly follow, at all stages of work, the stipulations contained in the Indian
Standard Safety Code or its Equivalent British Standard and the provisions of the safety code
and the provision of the safety rules as specified in the General Conditions of the Contract for
ensuring safety of men and materials.

Any approval, instructions, permission, checking, review, etc., whatsoever by the Engineer-in-
Charge, shall not relieve the Contractor of his responsibility and obligation regarding adequacy,
correctness, completeness, safety, strength, quality, workmanship, etc.

a) HOLLOW METAL FIRE DOOR WITH HONEY COMB CORE


Fire door shall be 2 hour fire rated and door quality shall be approved by TAC/CBRI and tested
conformed to IS : 3614 Code or its Equivalent British Standard BS 476 Part 20 and 22.

PART-B 98
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Unless otherwise specified, maximum size of door in this type:


Single shutter door : 1200 mm x 2200mm
Double shutter door : 2000 mm x 2400 mm

For doors above 2200 mm height (Single Doors) and 2400 mm height (Double Door) the options
shall be:
A man operation door of size above 2049 mm height shall be provided with a removable panel /
fixed panel on top.
The construction of above panel shall be designed similar to that of a shutter in case of flush
panel to match the exteriors.

b) FRAME -

Material - Frame to be manufactured from 1.60 mm (16 gauges) galvanised steel sheets
complying with latest IS 277 Code of GPL Grade with Z 120 Coating or its Equivalent British
Standard.

Profile - Door frame profile to be double rebated of dimensions 143 mm X 57 mm (+ / -


0.3) with bending radius of 1.4 mm. Door frame profile to be single rebated 100mm x 57mm (+/-
0.3) for one hour rated door.

Manufacture - Frame to be manufactured from 1.60 mm thick galvanized steel sheet to the
specified profiles and dimensions. Frames manufactured at factory shall be knock down form
with mitered assembly at site.

Door frame preparations – Frames to be provided with a 3 mm thick Soffit bracket plates on all
jambs with provision for anchor bolt fixing to wall openings. All frames to have reinforcement
pads for fixing of door closer, at appropriate location as per manufacturer’s details.
Frames to have factory finish-pre-punched cut outs to receive specific hardware and
ironmongery.

Frames to be provided with hinge plates 3 mm thick pre-drilled to receive hinges for screw
mounted fixing. All cut outs including hinge plates, strike plates to have mortar guard covers
from inside to prevent cement, dust ingress into cut outs at the time of grouting.
Frames to have rubber shutter silencer on strike jambs for single shutter frames and on the head
jambs for double shutter frames.

Finish Door frames to be suitably cleaned with solvents for receiving etching primer and top
coats. Door frames to be primered in zinc phosphate stoving primer (35 microns DFT). Door
frames to be finished in thermo setting Polyurethane Paint (35 microns DFT) of approved colour
and make as specified.

c) FIRE DOOR SHUTTER


Material - Fire door shutter to be manufactured from 1.2 mm (18 gauge) galvanized sheets
conforming to latest IS: 277 Code of GPL Grade with Z 120 coating or its Equivalent British
Standard.

Manufacture - Shutters to be press formed to 46 mm thick double skin hollow door with lock
seam joints at stile edges. Shutters to have no visible screws or fasteners on either face.
Internal reinforcement to be provided at top bottom and stile edges for desired fire rating.

Door Shutter Cores – Shutters to be provided with honeycomb kraft paper core to be bonded to
the inner faces of the shutter.

Door shutter preparations – Shutters to be factory prepared with pre-punched cut-outs and

PART-B 99
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

reinforcements to receive ironmongery as per final finish hardware schedule. The shutter should
have an interlocking arrangement at this stile edges for flat surface on either side.
Shutters to have pre-drilled hinge plates with hinge guard covers. Shutters with locks to have
concealed lock box with lock fixing brackets with pre-tapped holes.
For shutter with door closer reinforcement pads to be provided at appropriate location as per
manufacturer’s design.

All ironmongery preparation to have adequate reinforcement for flush fixing at site.
Vision panel for Fire rated door -Vision panel to be provided with Borosilicate Clear
Toughened Glass of the thickness 6 mm from Schott/Pyran for upto two hours fire rating. Glass
to be fixed with clip on frames for square and rectangular vision panels and with spin turned
rings for circular vision panels and Glazing Tape with one side adhesive. Vision Panels to be
fixed with clip-on frames for square and rectangular Vision Panels with no visible screws. Unless
otherwise specified standard sizes are 200 mm x 300 mm and 360 mm diameter.

Finish - Shutters to be suitably cleaned with solvents for receiving self etching primer and top
coats. Shutters to be premiered in zinc phosphate stoving primer (35 microns DFT). Shutters to
be finished in thermo setting Polyurethane paint (35 microns DFT) of approved colour and make
as specified.

For Fully Glazed door minimum top & side rail should be 100mm & bottom rail should be
200mm.door shutter should be minimum 46mm thick.

e) PACKING
Frame
Individual frames members to be protected with Co-extruded PE film, with low tack adhesive. PE
film to be minimum 56 micron thick, abrasion resistant with 6 months UV resistance Capability.
(Manufacturers Test Report to be submitted) and placed in individual card board boxes.
Individual boxes to be sealed. Frames to be assembled at site with aid of roofing bolts.

Shutters
Shutters to be protected with Co-extruded PE film, with low tack adhesive. PE film to be
minimum 56 micron thick, abrasion resistant with 6 months UV resistance Capability.
(Manufacturers Test Report to be submitted) and packed in card board and strapped. All frames
and shutters duly marked as per door schedule for easy identification at site.

f) STORAGE
All knocked down frames shall be stacked flat and shutters vertically on wooden runners and
suitably covered as per the instructions of manufacturer to prevent rust and damage.

g) INSTALLATION
Door frame fixing
The door frames should be assembled adjacent to the place of installation as the frames are not
designed for transporting in an assembled condition. After assembly it is to be ensured that all
threaded preparations are covered from the back of the frame using self adhesive strip to
prevent penetration of mortar back-fill into screw threads. The head member of assembled
frame shall be positioned against jambs ensuring correct alignment and secured using M8 x 20
long plated bolts together with nuts spring and flat washers.

The assembled frame shall be kept in position within the opening by means of bracing. In order
to correctly position the frame against finished floor level or equalise on adjustable floor anchors
where specified, shim shall be used under jambs. The frame shall be checked for squareness,
alignment, twist etc. with carpenters bevel and plumb.
A tie rod shall be fixed to the frame during installation to ensure the correct dimensions between
the frame rebated and the same may be removed after installation.

PART-B 100
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Where a 2nd fix application is required a shim detail is suggested to take up gap between frame
and existing opening.

h) TESTING
Test Report of the Prototype: The door frames and shutters shall be fabricated from approved
manufacturers with materials and specifications identical to those for the prototype test report in
accordance with IS:3614 (Part-2) for prescribed fire rating either by CBRI Roorkee, or
ARAI,Pune, and as Per BS 476 part-22 for stability and integrity certified by CERTIFIRE,
Warrington.
Submittals
Shop drawings of the doors, in accordance to the prototype profiles used to obtain fire test
certificate by approved national or international test house shall be prepared and submitted for
approval by the Engineer-In-Charge. The shop drawings shall include details of construction,
anchoring, connections, fastenings etc. Any suitable modification in fittings, fixtures as required
for project specific installations shall have to be incorporated in door profile and approval
obtained prior to the installation of the door.
Measurement
Measurements of doors taken as surface area of the door as per the Architect floor plan/Door
Schedule and Hardware. Hardware for the doors shall be measured separately in individual
numbers.
Fixing Sequence
Brace, position, level etc.
Mark all positions of fixings on wall.
Remove frame and drill wall to appropriate specified size.
Fit rod anchor shells metal expansion bolts into the wall.
Fit jamb spacer bracket into back of frame profile.
Reposition frame back into opening and realign.
Lightly screw CSK HD machine screws into shells, shim behind frame.
Slowly tighten screws continually checking plumb, square etc. Finally ensure frames are not
deformed as tightened.
After fixing the frame shall be grouted with cement mortar 1:3 or Plaster of Paris or Gypsum
powder as approved. Gap between frame and wall to be closed by cement pointing using
cement mortar 1:3.
Back full the frame through holes provided and inserts nylon plugs.

Door shutter fixing


Fix all the hardware to the door shutter like hinges, flush bolts, bolts, mortice locks, door closer,
door stoppers, handles etc. with the appropriate screws and bolts supplied.

The shutter is to be then fixed to the frame which is already installed. Align the shutter to match
the hardware to the cutouts in the frame. Tighten the hinge screws.

Application of Fire / Smoke UL 10 C / UL 1784 (2001) classified seal (for smoke check if
specifically required)

A. Mock-up
Before proceeding for mass production of all units, the contractor should fix typical
mockup units of each type to verify selections made under sample submittals and to
demonstrate aesthetic effects and set quality standards for materials and execution. The
contractor should proceed for mass production only after approval of Mockups by
Engineer-in-Charge or his authorized representative.

B. Rates
The rates shall include the cost of labour, material involved in all the operations described
in Bill of Quantities.

PART-B 101
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.14 TECHNICAL SPECIFICATION FOR HOLLOW METAL GENERAL PURPOSE DOORS


AS PER BS/IS STANDARD

I SCOPE
This specification covers the design, supply of materials, Manufacture and installation of factory
made Hollow metal doors of approved make.,an ISO 9001-2000 Certified Company and the
manufacturer has to be approved from the third party certified company from CE/UL for hollow
metal steel doors at all levels with all accessories and including supply and installation of
hardware.

II CODES AND STANDARDS

All standards, specifications, acts, and codes of practice referred to herein shall be the latest
editions including all applicable official amendments and revisions.

List of certain important Indian Standards, Acts and Codes applicable to this work is given below.
However, the applicable standards and codes shall be as per but not limited to the list given
below:

IS : 277 Galvanized (Graintech/Plain) steel sheet of GPL Grade with Z 120 Coating.

III GENERAL

The Contractor shall furnish all materials, labour, operations, equipment, tools & plant, scaffolding
and incidentals necessary and required for the completion of all metal work in connection with
steel doors, as called for in the drawings, specifications and bill of quantities which cover the
major requirements only. Anything called for in the tender documents shall be considered as
applicable to the items of work concerned. The supply and installation of additional fastenings,
accessory features and other items not specifically mentioned, but which are necessary to make
a complete functioning installation shall form a part of this contract.

All metal work shall be free from defects, impairing strength, durability and appearance and shall
be of the best quality for purposes specified made with structural proprieties to withstand safety
strains, stresses to which they shall normally be subjected to.

All fittings shall be of high quality and as specified and as per approval.

The Contractor shall strictly follow, at all stages of work, the stipulations contained in the Indian
Standard Safety Code or its Equivalent British Standard and the provisions of the safety code and
the provision of the safety rules as specified in the General Conditions of the Contract for
ensuring safety of men and materials.

Any approval, instructions, permission, checking, review, etc., whatsoever by the PMC/AEC, shall
not relieve the Contractor of his responsibility and obligation regarding adequacy, correctness,
completeness, safety, strength, quality, workmanship, etc.

a) HOLLOW METAL GENERAL PURPOSE STEEL DOOR WITH HONEY COMB CORE

Unless otherwise specified, maximum size of door in this type:

Single shutter door : 1200 mm x 3000 mm


Double shutter door : 2300 mm x 3000mm

PART-B 102
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

b) FRAME

Material – Frame to be manufactured from 1.20 mm (18 gauges) galvanized steel sheets
complying with latest IS 277 Code of GPL Grade with Z 120 Coatings or its Equivalent British
Standard.

Profile - Door frame profile to be single rebated of dimensions 125 mm X 60 mm (+ / - 0.3) with
bending radius of 1.4 mm with Grooved profile.

Manufacture - Frame to be manufactured from 1.20 mm thick galvanized steel sheet to the
specified profiles and dimensions. Frames manufactured at factory shall be mitered & knock
down form with butt joints assembly at site.

Door frame preparations – Frames to be provided with a 3 mm thick soffit back plates on all
jambs with provision for anchor bolt fixing to wall openings. All frames to have reinforcement
pads for fixing of door closer, at appropriate location as per manufacturer’s details.

Framesto have factory finish-pre-punched cut outs to receive specific hardware and ironmongery.

Frames to be provided with hinge plates 3 mm thick pre-drilled to receive hinges for screw
mounted fixing. All cut outs including hinge plates, strike plates to have mortar guard covers from
inside to prevent cement, dust ingress into cut outs at the time of grouting.

Frames to have rubber shutter silencer on strike jambs for single shutter frames and on the head
jambs for double shutter frames.

Finish
Door frames to be suitably cleaned with solvents for receiving self etching primer and top coats.

Door frames to be premiered in zinc phosphate stoving primer (35 microns DFT).

Door frames to be finished in thermo setting aliphaticPolyurethane paint (35 microns DFT) of
approved colour and make as specified.

c) DOOR SHUTTER

Material
General purpose door shutter to be manufactured from 0.80 mm (22 gauge) galvanized sheets
conforming to latest IS : 277 Code of GPL Grade with Z 120 Coating or its Equivalent British
Standard.
Manufacture
Shutters to be press formed to 46 mm thick double skin hollow door with lock seam joints at stile
edges. Shutters to have no visible screws or fasteners on either face.

Door shutter core


Shutters to be provided with honeycomb paper cored to be bonded to the inner faces of the
shutter.

Door shutter preparations


Shutters to be factory prepared with pre-punched cutouts and reinforcements to receive
ironmongery as per final finish hardware schedule. The shutter should have an interlocking
arrangement at this stile edges for flat surface on either side.
Shutters to have pre-drilled hinge plates with hinge guard covers. Shutters with locks to have
concealed lock box with lock fixing brackets with pre-tapped holes.
All ironmongery preparation to have adequate reinforcement for flush fixing at site.

PART-B 103
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

For shutter with door closer reinforcement pads to be provided at appropriate location as per
manufacturer’s design.

Vision panel
Vision panel to be provided with clear toughened glass of the thickness 5mm. Glass to be fixed
with clip on frames for square and rectangular vision panels and with spin turned rings for circular
vision panels and Glazing Tape with one side adhesive. Vision Panels to be fixed with clip-on
frames for square and rectangular Vision Panels with no visible screws. Unless otherwise
specified standard sizes are 200 mm x 300 mm, 300 x 750 mm, 450 x 750 mm and 360 mm
diameter.

Finish
Shutters to be suitably cleaned with solvents for receiving etching primer and top coats.
Shutters to be primered in zinc phosphate stoving primer (35 microns DFT).
Shutters to be finished in thermo setting Polyurethane paint (35 microns DFT) of approved colour
and make as specified.

d) PACKING

Frame
Individual frames members to be protected with Co-extruded PE film, with low tack adhesive. PE
film to be minimum 56 micron thick, abrasion resistant with 6 months UV resistance Capability.
(Manufacturers Test Report to be submitted) and placed in individual card board boxes. Individual
boxes to be sealed. Frames to be assembled at site with aid of roofing bolts.

Shutters
Shutters to be protected with Co-extruded PE film, with low tack adhesive. PE film to be minimum
56 micron thick, abrasion resistant with 6 months UV resistance Capability. (Manufacturers Test
Report to be submitted) and packed in card board and strapped. All frames and shutters duly
marked as per door schedule for easy identification at site.

e) STORAGE

All knocked down frames shall be stacked flat and shutters vertically on wooden runners and
suitably covered as per the instructions of manufacturer to prevent rust and damage.

f) INSTALLATION

Door frame fixing

The door frames should be assembled adjacent to the place of installation as the frames are not
designed for transporting in an assembled condition. After assembly it is to be ensured that all
threaded preparations are covered from the back of the frame using self adhesive strip to prevent
penetration of mortar back-fill into screw threads. The head member of assembled frame shall be
positioned against jambs ensuring correct alignment and secured using M8 x 20 long plated bolts
together with nuts spring and flat washers.
The assembled frame shall be kept in position within the opening by means of bracing. In order
to correctly position the frame against finished floor level or equalize on adjustable floor anchors
where specified, shim shall be used under jambs. The frame shall be checked for squareness,
alignment, twist etc. with carpenters bevel and plumb.A tie rod shall be fixed to the frame during
installation to ensure the correct dimensions between the frame rebated and the same may be
removed after installation.
Where a 2nd fix application is required a shim detail is suggested to take up gap between frame
and existing opening.

PART-B 104
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Submittals
Shop drawings of the doors, in accordance to the prototype profiles used shall be prepared and
submitted for approval by the Engineer-In-Charge. The shop drawings shall include details of
construction, anchoring, connections, fastenings etc. Any suitable modification in fittings, fixtures
as required for project specific installations shall have to be incorporated in door profile and
approval obtained prior to the installation of the door

Measurement
Measurements of doors taken as surface area of the door as per the Architect floor plan/Door
Schedule and Hardware. Hardware for the doors shall be measured separately in individual
numbers.

Fixing Sequence
Brace, position, level etc.
Mark all positions of fixings on wall.
Remove frame and drill wall to appropriate specified size.
Fit rod anchor shells metal expansion bolts into the wall.
Fit jamb spacer bracket into back of frame profile.
Reposition frame back into opening and realign.
Lightly screw CSK HD machine screws into shells, shim behind frame.
Slowly tighten screws continually checking plumb, square etc. Finally ensure frames are not
deformed as tightened.
After fixing the frame shall be grouted with cement mortar 1:3 or Plaster of Paris or Gypsum
powder as approved. Gap between frame and wall to be closed by cement pointing using cement
mortar 1:3.
Back full the frame through holes provided and insert nylon plugs.

Door shutter fixing


Fix all the hardware to the door shutter like hinges, flush bolts, bolts, mortice locks, door closer,
door stoppers, handles etc. with the appropriate screws and bolts supplied.
The shutter is to be then fixed to the frame which is already installed. Align the shutter to match
the hardware to the cutouts in the frame. Tighten the hinge screws.

A. Testing
As directed by Engineer-in-Charge.
B. Mock-up
Before proceeding for mass production of all units, the contractor should fix typical
mockup units of each type to verify selections made under sample submittals and to
demonstrate aesthetic effects and set quality standards for materials and execution. The
contractor should proceed for mass production only after approval of Mockups by
Engineer-in-Charge.
C. Rates
The rates shall include the cost of labour, material involved in all the operations described
in Bill of Quantities

PART-B 105
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.15 TECHNICAL SPECIFICATIONS FOR PIGMENTED GLASS REINFORCED


CONCRETE JAALI

I SCOPE
Providing and Fixing of (Glass Fibre Reinforced Jali) GRC Jalli 50 mm thick of required size,
pattern, design, and colour of approved make to be fixed on/between RCC / Block work Column
or structural steel work with Dry Fixing method.

II CODES
As applicable

a) GRC General Specifications

Property Units Hand or Machine Spray Vibration Cast


Glass fibre(Weight%) 5 3
Bending
Ultimate Strength (MOR) MPa 20-30 10-14
Elastic Limit (LOR) MPa 7-11 5-6
Tensile
Ultimate Strength (UTS) MPa 8-11 4-7
Elastic Limit (LOR) MPa 7-11 5-8
Shear
Inter laminar Strength MPa 3-5 N.A
In-plane Strength MPa 8-11 4-7
Compressive Strength MPa 50-80 40-60
Impact Strength Kj/m² 10-25 10-15
Elastic Modulus Gpa 10-20 10-20
Strain to Failure % 0.6-1.2 0.1-0.2
Dry Density T/m³ 1.9-2.1 1.8-2.0

b) Material
The jali shall be made from 53 grade White Portland Cement , Quartz, Fine Silica Sand, Alkali
Resistant Glass Fibre , Super Plasticizers and UV Resistant Synthetic inorganic pigments . The
material casting should take place in Synthetic Rubber / FRP mould manufactured by RECKLI or
approved equivalent.

c) Workmanship
The work shall include erection of all fasteners, flashing and capping for all edges, caps corners
etc. The fixing detail as mentioned in Bill of Quantities and as per manufacturer’s specification.
The work will include cost of all labour, equipment’s, materials, submission of shop drawing, cost
of M.S Framework if required, consumables, fasteners, washers, etc.
Fixing of (Glass Fibre Reinforced Jali) GRC Jali to be fixed on/between RCC / Block work Column
or structural steel work with Dry Fixing method with appropriate steel frame work , using fasteners,
and necessary hardware etc in Building Façade. The jali shall be securely fixed with stainless steel
bolts and anchor fasteners (304 grade) of required size at specified locations. The fixing shall be
done by the specialized approved agency as directed by Engineer-in-Charge.
Testing
Civil Work
As directed by Engineer-in-Charge.
Measurements
The surface area of Jali shall be measured for payment.
Rates
The rates shall include the cost of labour, material involved in all the operations
described in Bill of Quantities.

PART-B 106
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.16 TECHNICAL SPECIFICATIONS FOR COMPACT LAMINATE TOILET CUBICLES

Scope :
Supply & Installation of “Ready to Install” toilet cubicles partition systems and stainless steel rails
as the site conditions.

Applicable Codes :
IS : 2046 For Laminate
BS : 476 Fire Resistant

Materials
Modular toilet cubicles made of 12mm thick solid compact laminate (Phenolic Core Board) as per
IS 2046 based on thermosetting resins, homogeneously reinforced with cellulose fibers,
melamine on both sides having properties of colour fastness, scratch, moisture and impact
resistance, impervious to Water, resistant to Fire (BS 476 class I).
Finish of the compact laminate should be suede/ raw silk, which includes doors, pilasters and
intermediate panels finished with approved texture/ shade as per the detail drawings as per IS
2046 (Indian Standard) and as per fire retardant BS-476/97 standard. Panel is anchored to the
wall with SS 304 grade U & F Channel. The top fitting should consist of SS top rail which will get
fixed with pilaster, with SS panel tube holder, SS corner bend (connected wtih top rail) will be
used on the corner of cubicle in absence of brick wall, SS wall fixing is used only on the wall
which will hold the SS top rail. All screws will of 304 Grade in stainless steel with satin finish.
All pilasters are supported by stainless steel bottom cladding. The base of the stainless steel
bottom cladding will be anchored to the floor.

Compact laminate should be Green guard and IGBC certified. All pilasters shall be stainless steel
(SS 316 grade).
The following stainless steel (SS304) accessories:
Door Knob; coat hook with rubber stopper; self closing (gravity) hinges; privacy Thumb turn with
occupancy indicator, top rail.
The shade, series, model, accessories colour etc. shall be approved by the Engineer-in-Charge
before installation. The mockup shall be approved by the Engineer-in-Charge before started the
installation of toilet cubicles. Vendor shall be submit the certificate of warranty for a term of 5
years on moisture related damages (partitions), 2 years for toilet cubicles workmanship and
accessories. The Defect Liability Period shall be 24 months from the handover.

Workmanship

All the materials being supplied will be in ready to install form. Vendor will depute its own team to
install the toilet cubicles as per fullest satisfaction of Engineer-in-Charge.
Civil Works

Vendor shall be fully responsible for the conduct & safety of materials andinstallations at site.
Floor & sections wise distribution of material shall be responsibility of vendor, though, the
Engineer-in-Charge will ensure safety of material during course of installation. After installation of
toilet cubicles vendor will take approval from Engineer-in-Charge.
Vendor shall provide experienced / authorized installer (atleast min. 5 years experience).
Testing:
As directed by Engineer-in-Charge.
Measurement:
Surface area of one side only including door shall be measured and paid.
Rates:
The rates shall include the cost of labour, material involved in all the operations described in Bill
of Quantities.

PART-B 107
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.17 TECHNICAL SPECIFICATION FOR ALUMINIUM GLAZING AND DOOR AND


WINDOWS WORKS

I SCOPE OF WORKS:
The scope of work includes complete Design, Engineering, Fabrication, Supply, installation &
performance for the all External glazing works products.
Proposed system drawing details for following façade elements along with the engineering
calculations in line with the tender drawings and specification requirement.
Proper site survey report prior to grid module finalization and shop drawing preparation.
Shop drawings, Engineering calculations, Structural analysis for all products and components to
the satisfaction of the approving authority.
Installation methodology.
Detailed project schedule.
All material approval plans & Design submission plan.
All Aluminum trims & flashing covers to inside and outside of the building to seal the façade and
the building structure.
All stainless steel anchor bolts, fasteners and structural washers.
Aluminum alloy brackets with serrations and serrated washers in chromate finish or MS Hot dip
Galvanized brackets
Glazing materials, Silicon gaskets, EPDM gaskets, setting blocks, backer rod, sealants, spacer
tapes, and related other materials.
All metal separators in nylon and GI shims.
All material testing and processing test reports.
As built drawings.
II STANDARDS:

ALUMINUM CODES:

 IS 8147 : Code of Practice for Use of Aluminum Alloys in structures

 BS EN 12020 : Part 2 – Tolerance on dimensions & formAluminum & Aluminum alloys –


Extruded Precision profiles in Alloys EN AW 6060 & EN AW 6063

 BS EN 12373-1 : Specification for Anodized Aluminum

 BS 1474 : Specification for Wrought Aluminum & Aluminum Alloys for general Engineering
Purposes: Bars, Extruded Round Tubes & sections

 BS 3019 : Specification for TIG welding of Aluminium, Magnesium and their alloys

 BS 3571 : Specification for MIG welding of Aluminium&Aluminium Alloys

 BS 8118 : Structural use of aluminum. Code of practice for design

PART-B 108
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

 BS 1470 : Specification for wrought Aluminium and Aluminium alloys for general
engineering purposes: plate, sheet and strip

 BS EN 485 : Aluminium and Aluminium alloys. Sheet, strip and plate. Mechanical properties

 BS EN 515 : Aluminium and Aluminium alloys. Wrought products. Temper designations

 BS EN 573 : Aluminium and Aluminium alloys. Chemical composition and form of wrought
products. Chemical composition and form of product

 AS/NZS 1664 : Aluminum Structure code

MATERIALS:
ALUMINUM:

 Provide Accepted aluminum extrusions and/or sheet of alloy and grades suitable for the
structural requirements, applied finishes and project conditions not less than the strength
and durability properties of the alloy and temper designated in the relevant Standards.
Submit details including proposed alloy types with supporting justification data for review
and Acceptance.

 All aluminum materials shall be of consistent high quality regardless of source.

 Manufacturers shall be accepted established manufacturers with a reputation for producing


high quality materials with a minimum of 5 years documented continuous track record.
Submit details for review and Acceptance.

 Mill finish on non-visible surfaces will not be acceptable.

 Each batch shall be suitably identified and cross referenced with the certificate.

ALUMINUM EXTRUSION
 Aluminum extrusion shall be of Alloy 6061 / 6063 T5/T6 confirming to BS 1470 / BS 1471 /
BS 1473 / BS 1474

 Minimum wall thickness for the structural members shall be 2.5mm & non structural member
shall be 1.5mm thk.

 The extrusion tolerances shall confirm to BS EN 12020 In case of Aluminum structural


support brackets the Alloy shall be 6005 grade & T5 temper.

 Extruded profiles shall be free from die lines, pressure marks, scratches or graphite lines.

 The Extrusions Shall have the webs, walls & flanges of sufficient thickness and eliminated
permanent distortion of elements in the finished works

 Extruder shall subject to quality review by consultants

 All matching sections should be extruded with single extruder to avoid profiles mis match

 Solid Aluminum sheet shall be of Alloy 5005 H14 Series

PART-B 109
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

 Solid Metal Panels shall be designed, fabricated & installed in such a manner that the panel
should be flat when viewed from any time & any angle.

 Distortions, waviness, ripples shall not permitted in any solid metal panels.

 Warranty:
All the extrusions should be warranted for the warranty period.

FINISH TO ALUMINUM PROFILES

No part of Aluminum to be left in mill finish. Different types of coatings/finishes applicable to


Aluminum are as follows:

POWDER COATING (High Durability or Super Durable Powder Coating) Internal Visible
Profiles

GENERAL

 High Durability / Super durable powder coating shall be factory applied by electrostatic
spray.
 The finish to confirm as per AAMA 2604
 Coating thickness for single coat shall be 65 to 80 micron with 10 years warranty
 Aluminum, surfaces shall be pre treated in accordance with ASTM B449 under chromates
Class 1 to provide maximum corrosion protection.
 Use a single supplier & applicator throughout production to ensure consistency.
 The coatings are to be free of flow lines, streaks, blisters, pin holes, tears, damage & other
surface defects.
 Powders shall be of thermosetting and super durable type. It must be Lead, Cadmium and
TGIC (triglycidyl isocyanurate) free, to ensure strict environmental compliance. The powder
manufacturer shall provide written confirmation on this item
COLOUR AND FINISH

 The colour and gloss range samples shall be submitted to the Employer’s representative /
PMC for Acceptance. The two (2) samples in each set shall represent both the degree of
specular gloss, and the lightest and darkest shades of that colour that will be acceptable.
For colour of coatings, refer to Finishes Schedule.

 Aluminum surfaces shall be pre-cleaned in accordance with the procedures recommended


by the paint manufacturer. Aluminum surfaces shall be pre-treated in accordance with
ASTM B 449 Class1.

 All coatings, when cured, shall be visibly free of frowziness, streaks, sags, blisters or other
surface imperfections or defects.

 The Contractor shall provide a compatible air-dried coating for field touch-up as
recommended by the coating manufacturer and based on, at the minimum, the standards
set out in AAMA 2605 for external surfaces and AAMA 2604 for internal surfaces, to match
the factory-applied finished work.

 Touch-up sample should be provided to the Employer’s representative / PMC for


Acceptance, prior to the commencement of painting.

PART-B 110
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

QUALITY RECORDS & TESTING

 Submit manufacturer's production and test records prior to shipping materials to site.
 Each batch shall be tested for film thickness and the batch number referenced to the
delivery documentation for traceability. Testing shall be performed by an Accepted testing
laboratory.
 Colour testing shall be carried out an all batches using a Gardiner XL-S Colour meter.
WARRANTY

 All anodizing shall be warranted for the warranty period.

III DESIGN / PERFORMANCE CRITERIA

 The service life of the building envelope shall be not less than 50 years.

 Design Wind Load shall be 130 Kg / m2 (For full height) in line with the IS 875. The system shall
pass at 1.5 times the design pressure without any failure of components.

 Design wind load for glazing full height from ground floor shall be 130 Kg / m2

 System shall be transfer their own self weight & other associated dead loads to the main building
structure

 Deflection limits of Mullion / Transom supporting the glass under Wind Load: L / 175 or 19mm
whichever less

 Deflection limits of Mullion / Transom (Windows or doors for residential purpose) supporting the
glass under Wind Load: L / 150 as per AS 1288 : 2006

 Deflection limits of Transom supporting the glass under dead Load : L / 300 or 3mm whichever is
less.

 Deflection limits of monolithic glass under Wind Load: L / 60 or 20mm Max (L = Shorter span) –
(For the purpose of glass selection, design wind pressure is assumed to be of duration 3 second
wind gust.), whichever is less.

 Deflection limits of Insulated glass unit under Wind Load: L / 90 or 20mm Max (L = Shorter span) -
(For the purpose of glass selection, design wind pressure is assumed to be of duration 3 second
wind gust.)

 Deflection limits of ACP & Aluminum Sheet at center of panel- L/60 or 20mm max. (L is Shorter
Span)
IV MATERIALS & FINISHES:
SILICON GASKET

 All exposed weather gaskets shall be of Silicon Gasket

 Comply with ASTM C1115 : Standard Specification for Dense Elastomeric Silicone Rubber
Gaskets and Accessories

 Silicone gaskets shall be Grey in color unless specifically asked for.

 All gaskets must be resistant to oxidation, Ozone & UV degradation.

PART-B 111
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

 Where indicated on the Drawings or required, provide Accepted co-extruded profiles of


polypropylene and polypropylene compatible products.
 Warranty:
The gasket should be warranted for the warranty period.

V EPDM GASKET

 All unexposed weather gaskets shall be of EPDM micro wave cured gaskets confirming BS 4255
 Shore A Hardness shall be 75 +/-5 for Solid Profiles & 60 +/-5 for Hollow Profiles confirming to
ASTM D2240
 All gaskets shall be black in color unless specifically asked for
 All gaskets must be resistant to oxidation, Ozone & UV degradation.
 Inaccessible gaskets should remain effective during the life time of the building to ensure the
water tightness
 Where indicated on the Drawings or required, provide dense profiles including flashings, wiper
seals and the like, complying with ASTM C864, as follows:
o Shore A durometer hardness: 75 +/- 5 for solid profiles and 60 +/- 5 for hollow profiles
when tested in accordance with ASTM D2240.
o Compression set 100% (168 hrs): Not greater than 40% when tested in accordance with
ASTM D395.
 Warranty:
The gasket should be warranted for the warranty period.

VI SCREWS & FASTNERS

 All Bolts & Nuts for non visible area shall be Stainless steel A2 grade (304 Grade) confirming to
BS 6105.
 All Bolts & Nuts for Visible area shall be Stainless Steel A4 Grade (316 Grade) confirming to BS
6105
 Screws and fasteners threading shall confirm to DIN standard or equivalent.
 Tightening Torque shall be as per Manufacturer recommendation by Torque Wrench only
 Warranty:
The screws / fasteners should be warranted for the warranty period.

VII INSTALLATION

 Install materials in accordance with the manufacturer’s printed instructions, unless otherwise
specified and documented.
 Clean all substrates to be sealed using the solvent recommended in the sealant manufacturer’s
laboratory adhesion report.
 Suitable solvents include isopropanol, MEK and xylene, but recommended solvent will depend
on substrates being cleaned.
 Use masking tape or other precautions required to prevent contact of sealant or primer with
adjoining surfaces which could be permanently stained or damaged by cleaning methods
required to remove sealant smears.
 Remove tape immediately after tooling without disturbing sealant.
 Prime all substrates recommended by the sealant manufacturer, based upon adhesion testing.
 Primer should be applied before installation of spacer or backer rods.
 Install spacer tape for structural joints, as shown on approved drawings.

 Install backer rod for weather seal joints as recommended by the sealant manufacturer, to
prevent 3-sided adhesion, which can impair the performance of the sealant.
 Do not puncture the surface of polyethylene backer rods.

PART-B 112
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

 Apply sealants in continuous beads filling joint from the bottom without openings, voids or air
pockets so as to provide a watertight and airtight seal for the entire joint length.
 Apply sealants in the depth shown or apply in accordance with the manufacturer’s
recommendations.
 Apply elastomeric sealants, in field joints to a depth equal to half of the joint width, but not less
than 6mm and not more than 12mm.
 Immediately after sealant application and prior to skinning, tool sealants to form smooth, uniform
beads and to ensure contact and adhesion of sealant to sides of joint.
 Remove excess sealant from surfaces adjacent to joint.
 Do not use tooling agents.
 Only trained glaziers to be used.

VIII BRACKETS, FIXINGS & ANCHORS

GENERAL

 Design and provide all connections, brackets and fixings by Accepted methods so that all loads
can be transferred from the building envelope system to the base structure in accordance with
the design criteria and in a manner that prevents excessive joint displacement, slippage or
distortion.
 All components are to be designed for the maximum tolerance of the system, and due
consideration shall be given to additional forces from prying action and bolt group effects.
 There shall be no direct fixing or close contact between any part of the building envelope system
and the base structure or internal linings, except through Accepted bracket connections.
 Brackets and related components shall be scheduled and described in detail on shop drawings.
 Show details of all related components and connections to areas by others.

Brackets

 All fixing brackets shall be Mild Steel with Hot Dip Galvanized or Aluminum Alloy of 6005 T5 or
Stainless Steel (SS 316 Grade)
 Brackets shall be resist all loads, movements & dimensional changes that may occur in the
building due to thermal changes, deflections, settlement & creep
 Use locknuts to prevent loosening due to movements / Vibrations
 Brackets shall accommodate the three dimensional building tolerance with serrations / serration
washers
 Fixings shall be corrosion resistant, and non-staining to adjacent work.
 Fixings shall be concealed unless otherwise accepted in the drgs.
Base Building Substrates

 Provide contingency design and installation procedures for all typical substrate conditions and
deficiencies including:
o Reinforcement clash.
o Excessive out-of-tolerance concrete.
o Clash with concrete joints, and other structural details.
o Mislocated, missed and incorrect embedment.

 Check all base structure reinforcement locations. Coordinate with the Employer’s representative
/ PMC and refer to structural drawings to establish bracket fixing locations. Verify relationship
between brackets and concrete reinforcement on shop drawings.

PART-B 113
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Anchors
 Provide anchors and other methods of attachment of the building envelope system to the base
structure which:
 Are compatible with the bracket assembly and together provide three-way adjustment to
accommodate fabrication and construction tolerances.
 Fix the building envelope system in its correct position providing for building and building
envelope movements.
 Are structurally adequate to carry the design loads for the worst possible bracket positioning.
 Comply with all local Authorities requirements.

Fixing Brackets
 Design fixing brackets for the worst possible panel eccentricity, packing location, and uneven
load sharing. Include prying effects on bolt groups.
 Design and install brackets so that all building envelope loads are transmitted through brackets
and prevent transfer of loads through panel joints to adjacent panels.

Bolts Nuts & Washers


 Stainless steel bolts & nuts shall comply with BS 6105, Strength A4, Class 80.
 Stainless washers comply with BS 1449 : Pt2. Grade 316 S 31.
 Stainless steel bolts & nuts shall be corrosion resistant

HSFG Bolts
 High Strength Friction Grip Bolts and associated nuts and washers shall comply with BS 4395:
Part 1 unless otherwise specified. Contact surfaces shall be left unpainted or prepared as
otherwise indicated on the shop drawings. HSFG Bolts shall be installed in accordance with BS
4604 using a wax based lubricant and coronet type load indicator washers or as Accepted by
the Employer’s representative / PMC.

Holding Down Bolts


 Holding down Bolts and associated nuts and washers shall be galvanised Grade Class 4.6 to
ASTM A307 or BS 4190 unless otherwise specified.
 They shall be rigidly held in place at the top and bottom by tack welding to mild steel links
before galvanising.
 They are to be located using a template that is firmly secured to the formwork or reinforcement.
 The threaded length is to be sufficient to take up all construction tolerances, and is to be
protected by taping and covering where impact damage may occur.

Screws / Studs
 All screws shall be stainless steel, those located outside the air seal line shall be SS 316 &
located behind the air seal shall be SS 304

Masonry Anchors
All Anchors shall be installed in accordance with the manufacture's requirements
 Facade Contractor is responsible for confirming the all edge distance, spacing and embedment
requirement are satisfied
 Minimum distance from the concrete edge to the nearest part of the anchor : 100mm
 ASTM E488 - Standard test methods for strength of anchors in concrete & masonry elements
 BS 5080 : Methods of test for Structural fixings in concrete & masonry
 BS 5080.1 : Tensile loading
 BS 5080.2 : Method for determination of resistance to loading in shear

PART-B 114
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Anchorage to Superstructure:

General:

 Provide proprietary anchorage, with corrosion-resistant finish, suitable for the substrates and
conditions, with holding power at least 10 x design load. The selected anchorage system shall
be accepted for use by the Employer’s representative / PMC.

 Products which may be used include those manufactured by Hilti or Fischer, or equivalent as
accepted by facade Employer’s representative / PMC.

 Do not use explosive shot fired devices unless accepted in writing before commencing
installation.

Channel anchorage:

 Provide channel anchorage in hot-dip galvanised steel or Grade 304 stainless steel where
required, complete with polystyrene insets and plastic end caps. Anchorage system shall be
accepted for use by the Employer’s representative / PMC.

 Channel length, tail size and tail locations shall satisfy the most extreme loading conditions
allowed for in the structural calculations.

Anchorage and Bracket Installation

 Anchors to installed concrete substrates:

o Install mechanical and/or chemical anchors as required to support the work by Accepted
methods into base-structure. Submit details of proposed methods and obtain Acceptance
in writing prior to commencing installation. Comply with hole diameters, spacing, depth and
minimum edge clearances indicated on accepted shop drawings.

o Be responsible for providing setting out details for all cast-in. Check building structure
setting out prior to concreting to confirm that cast-in items are correctly positioned.

o Refer to Drawings for concrete reinforcement locations, and position anchors to minimise
risk of conflict with reinforcement.

o Do not install anchors into post-tensioned concrete structures, void sections of precast
concrete panels, and non-conventional concrete structure, unless accepted in writing.
o Accepted methods may include drilling, pre-formed pockets, or explosive driving. Select
and install anchors strictly in accordance with manufacturer's instructions.
o Relevant Standards:
a) ASTM E488 - Standard test methods for strength of anchors in concrete and masonry
elements.
b) BS 5080 - Methods of test for structural fixings in concrete and masonry
c) BS 5080.1 - Tensile loading.
d) BS 5080.2 - Method for determination of resistance to loading in shear

 Anchor placement tolerances:

PART-B 115
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

o Install anchors to not exceed:

a) Maximum deviation from correct position: +/- 12 mm.


b) Minimum distance from the concrete edge to the nearest part of the anchor: 100 mm.

IX GLASS FOR GLAZING

Vision Panel (Visitor lunge Glazing):


 8mm thk clear fully toughened with edge arised

Vision Panel (Sliding window): IGU: Hermetically sealed unit of 24 mm Clear DGU.

 Outer lite:6 mm thk clear HS glass with edge arised


 Air Gap (Spacer):12 mm thick natural anodized Aluminum one piece bent spacer profile.
 Inner lite: 6 mm thk clear HS glass with edge arised.
 Desiccant: Silica molecular sieve.
 Primary Seal: Butyl seal (PIB = Poly Iso Butyl)
 Secondary seal: Insulating Glass sealant - Two part sealant

Vision Panel (Sliding window): SGU


 6mm thk Clear Fully toughened with edge arised.

Vision Panel (Fixed window):


 6mm thk Clear HS with edge arised.

Vision Panel (Fixed window): Laminated Glass


 Outer lite:6 mm thk clear HS glass with edge arised
 Inter layer:1.52mm Thk. PVB
 Inner lite: 6 mm thk clear HS glass with edge arised.

Heat strengthened and toughened glass shall be examined by the glass manufacturer to detect
and discard any lights, which exceed the following tolerances :

 Where the strengthening process results in essentially parallel ripples or waves the
maximum peak to valley distance shall not exceed 0.076 mm over 300mm. Except for
leading and trailing 250mm of the glass where the value shall be within 0.2 mm.
 Where bow tolerance and wave tolerance differ, the stricter requirements shall govern.
Direction ripples shall be consistent and in conformance with Architectural design.
Normally parallel to the eye sight or ground surface.
 Overall bend in the glass shall not exceed 1.5mm over 3 mtr span.

Structural adhesives, and the structural adhesives will not cause intrusion into laminated
glass interlayer or IGU seals.

Sealant - Direct tension tests: Carry out and submit results for direct tension tests by the
Accepted laboratory on samples of vision glass and spandrel glass adhered to finished
aluminum. Use an Instron Tensile Tester, or Accepted alternative. Test ten samples of each
joint type without weather seals and using actual materials and joint configuration identical to
that proposed and complete testing prior to manufacture, as follows:
 Five samples shall be air-cured 21 days then water immersed 7 days before testing.
 Repeat procedure on completion of manufacture of 30% of the materials.
 Apply a 5x safety factor to the mean of the ultimate strength results to determine joint
dimension. Complete initial tests prior to commencement of manufacture.

PART-B 116
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Sealant - Adhesion (de-glazing) tests: Carry out and submit results for factory adhesion (de-
glazing) tests to fully cured glazed panels selected randomly. Cut joint at midpoint to leave half
the sealant attached to the glass and half to the substrate. Carry out visual examination of joint
fill, voiding and structural bite adhesion. After testing fully remove silicone tape and spacers,
thoroughly clean and re-apply sealant in accordance with Accepted procedures in the factory.
Testing shall be carried out at the rate as follows:
 One unit in the first 10 units delivered to Site.
 One unit in the next 40.
 One unit in the next 50.
 One unit in each 100 thereafter.

After testing, replace the adhesive by Accepted factory procedures.

Any unsatisfactory occurrence including lack of joint fill, lack of adhesion, excessive voiding or
other defect be apparent, may be grounds for all units represented by that testing to be
rejected. Carry out additional testing of units manufactured on the same day and one day
either side (a further five units). Such units may be accepted on the condition that a
satisfactory explanation of such occurrence is submitted and that no additional unsatisfactory
occurrences occur.

 Sealant - Peel tests during glazing: Carry out periodic "hand pull" peel tests in the factory on
finished metal samples out at a rate of one per day. A silicone bead shall be applied to an area
not exposed to view in the final location, on a random basis. After curing, a peel test shall be
performed to demonstrate adhesion. Record results in glazier's logbook. Submit copies at
weekly intervals.
 Prototype de-glaze: At completion of testing, de-glaze and replace one vision and one spandrel
glass pane in accordance with proposed reglazing procedure to demonstrate the procedure to
the Employer’s representative / PMC and Employer’s representative / PMC. Acceptance:
Production of building envelope systems shall not proceed until final test results have been
accepted.
 Structural glazing restraint testing: Samples of the secondary cover mould restraints shall be
tested to demonstrate structural integrity in the event of structural glazing adhesion failure.
Structural silicone shall be cut to simulate total adhesion failure and cover mould restraints
fitted and tested.

Structural Glazing Testing: Submit manufacturer's test reports prepared by the Accepted
laboratory for all structural adhesives (silicone) used in structural glazing before commencing
installation. Include details of sampling and test procedures. Test procedures and minimum
acceptance criteria shall comply with AAMA CW 13.

X SUBMITTALS:

SHOP DRAWINGS & METHOD STATEMENT:

Submit preliminary shop drawings with Tender submission. Drawings shall show all major Curtain
wall systems components. Submit samples of cruciform, glass, ACP and Al. Sheet as etc. Tender
will not be considered without preliminary Drawings, basic calculations and samples.

Comprehensive, detailed and dimensioned shop drawings to indicate all set-out and construction
details, adjacent work by others and for all proprietary products where required details are not

PART-B 117
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

indicated in the manufacturer's product data. Separate packages of shop drawings should be
submitted without limitation for the following:

 Building Envelope Test Prototypes


 Curtain Wall
 Metal cladding (ACP/Solid Aluminum sheet/Perforated screen)
 Louvers

The approval of shop drawings is for member sizes, surface treatment and the soundness of
structural connections. Acceptance will not be given for any setting out or fabrication related
issues. Furthermore, Acceptance and Endorsement in no way alleviates the Contractor from
responsibility for errors or omissions.

Shop Drawings shall be scaled for A1 size presentation, and submitted for review as A3 size.

The successful bidder shall submit the system design drawings in line with tender drawing design
intent complete with engineering calculations for all curtain wall elements.

Time required for examination of shop drawings will be 15 working days for each submission,
including re-submissions. The Contractor shall incorporate required changes due to inaccurate
data or incomplete definition so that delivery and installation schedules are not affected. The
Contractor’s revision response time is not justification for delivery or installation delay of the
contract works. Any re-submission shall include requested corrections and shall be responded to
previous comments in point-by-point format.

Prepare and submit shop drawing for the entire external façade system including plan, elevations,
building section and construction detailing including interface details and submit to Architect &
consultant for review to the satisfaction of architect and façade consultant.

Manufacture should not commence until Acceptance and Endorsement has been obtained to use
the relevant shop drawings. Packages of Shop Drawings shall, without limitation, include and
indicate:

 A drawing index sheet indicating all drawing numbers and full description of content. The
drawings shall be clear and all texts must be written in English.

 General notes indicating: (1.) relevant codes and standards, (2.) project load conditions,
acoustic requirements, and other performance criteria, (3.) material and structural properties
and specifications for all metals, glass, silicone, etc., (4.) material properties and
specifications for all other materials, insulation, etc., (5.) schedules of all hardware, (6.)
schedules of fasteners, bolts, fixings, and anchors.

 Overall elevations and plans for entire building, indicating: (1.) Complete scope of works (2.)
references to packages of details (3.) dimensions for Employer’s representative / PMC’s
review (4.) largest critical dimensions of various components (5.) zones of wind loading (6.)
numbering system for building envelope panels (7.) locations of Fire Access Panels (8.)
locations of operable lights, doors and direction of opening.

 Set-out of all work, including reference points, edge conditions and joint pattern, indicated
on plans, elevations and sections as applicable.

 Tables showing full-size sections of all extrusions and structural members, including
descriptions of structural properties, and specifications of materials.

PART-B 118
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

 Framing, anchorage and fixings supported from base-structure, and embedment in the base
structure, if required.

 Movement joints.

 Methods of assembly at all junctions, including sealing and fixing, indicated by three-
dimensional and exploded views if requested

 Method of installation, including but not limited to:


o Erection tolerances.
o Machined slots, keyholes and other methods for handling and connecting components.
o Junctions and trim to base-structure and adjoining surfaces.
o Fully dimensioned set-out drawings and templates.
o All pre-tensioning and pre-stressing stages required to meet the design criteria. (For
Frameless Glass Walls.)
o Access and materials handling equipment and requirements.

 Supporting Steelwork details including but not limited to the following:

o Section sizes with accompanying steel grades


o Grade of bolts
o Types and positions of welds
o Weld preparation requirements
o Cambers to steel sections
o Locations and sizes of bleed holes in tubes
o Cover plates
o Temporary cleats and lifting points, with load capacities
o Spider Fitting connection points (For Frameless Glass Walls)

 Glazing details, including but not limited to the following:

o Glazing materials including sealants, gaskets, tapes, setting and spacer blocks.
o Rebate depth and edge restraint.
o Clearances and tolerances.
o Methods of in-service glass replacement.
o Hardware, fittings and accessories.

 Method of draining the assembly, including details showing:


o Pressure equalized drained joints.
o Location, number and size of weep-holes/slots.
o Mechanical baffles to drainage outlets which are not pressure equalized.

 Methods of meeting performance criteria for thermal insulation, fire resistance, sound
transmission loss and the like.
 Method of cleaning and maintenance in service.
 Panel details, including all joints and junctions, and support systems and panel stiffening.
 Connection details (including component parts, all information relevant to fabrication surface
treatment, and erection) and provision of lightning protection.
Shop drawings shall be in strict compliance with "prototype as tested" drawings which forms
part of the prototype testing procedure. No alterations are permitted to the shop drawings
after Acceptance and Endorsement without written confirmation of the change from the
Employer’s representative / PMC.
 Provide a complete numbering system and schedule for all cladding and glazing panels.
Each panel shall be individually numbered in such a way that the manufacturing and
installation history can be traced.

PART-B 119
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

 Design and implement a permanent concealed marking system showing correct location
and orientation when installed.
 Submit details for review and Acceptance.
 Indicate the location of each individual panel on shop drawings. Submit as-built elevations
progressively indicating the location of each individual panel.
 Installation Procedures Manual
Submit a comprehensive manual containing all installation procedures, equipment and
personnel required for acceptance prior to the commencement of installation works for
review and Acceptance.
 Operation and Maintenance Manuals
The O&M Manual shall include, without limitation, recommendations for operating, and
routine cleaning and maintenance, and all information required to ensure the full service
capability of the work, including source of replacement components, and methods of
replacement of damaged components. The method of cleaning and timetable shall be
specified together with cleaning agents which can and cannot be used.

The Operation and Maintenance Manual is to include the following documents:

o Comprehensive list of all materials suppliers and agents.


o Sealant and Gasket Information – All brands.
o Finishes information – coating system type colour, supplier.
o Defective works log to be kept up to date for the duration of the warranty period
outlining each defect type location and corrective action to rectify each defect.
o All Warranties from suppliers and Contracting Parties.
o As-built drawings (AutoCAD Files and A3 hard copy).

 As-Built Record Documents

Prepare as-built drawings, photographs and other records progressively as the work
proceeds. Submit progress reports on monthly intervals and provide complete as-built
documentation at Completion of contract works. As-built drawings shall be submitted to the
Employer’s representative / PMC for necessary onward submission to the relevant
Regulatory Authorities for endorsement. These drawings should have been updated to
reflect all construction-related modifications to the original drawings. This set of drawings
shall be indexed and bound.

Submission of design engineering and Shop Drawings to the satisfaction of consultant and taking
final approval from the Consultant / Architect shall be façade contractor’s responsibility.

Hardware accessories details also included in the shop drgs

Visual Mock-up Submissions

The Contractor shall install a full scale mock up for a 3 x bay typical elevation treatment at
locations to be confirmed by the Employer’s representative / PMC.
The visual mock-up for the IGU assembly will be required to be Accepted and Endorsed with
respect to appearance of colour.

Performance Prototype & Prototype Trial Assemblies Submissions

Refer to Annexure 3 for types and systems that require performance prototype for testing

Submit (within one month of the approval of relevant sample submissions prototype samples for
review, and installations for testing, as follows:

PART-B 120
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Detail Prototype Trial Assemblies of mullion/transom junctions (full-size, 600 x 600 mm): Trial
assemblies shall include a typical 4-way stack joint, a typical interface at ceiling level, and a
typical vent panel. The assemblies should include all components such as baffles, gaskets, seals,
fixings, sponge blocks, sleeves, trims, etc. These assemblies shall be complete and shall not be
limited by this list. Test assemblies shall be submitted for review, Acceptance and Endorsement
prior to erection of any Performance Prototypes.

XI STRUCTURAL CALCULATIONS

 Submit for review structural computations, of all the critical elements that constitute the Curtain
wall including mock up. Comply with given design criteria and loads following the given standards.
Include analysis for design wind pressure, dead loads, thermal stresses and seismic loads for all
elements in the load path. Show section computations for farming members and full size die
drawings.In no case shall glass be considered as a lateral brace for the farming members.

 Submit structural calculations for the silicone bite size as required for DGU. Staad analysis and
FEM analysis for panels.

 Calculations shall be signed and sealed by a registered structural Engineer experienced in the
field of structural glazing design.

The submission of calculation shall include the checks as per load path Annexure 2.

XII SUBMITTAL PROCEDURE:

 As per the decided protocol, submit preliminary shop drawings as project proposal by the
successful bidder to consultant / Architect’s review.
 Incorporate consultant / Architect Review comments related to the preliminary shop drawings, in
the final shop drawings for approval.

 Submit glass Analysis, glass manufacturer’s wind pressure analysis and thermal analysis
showing that the specified maximum deflections and probabilities of breakage are not exceeded.

 Submit thermal analysis for the Framing system for the U value of framing as per ECBC
requirements.

 Submit results of silicone Adhesion Tests for records. Sealant manufacturer’s test report for
weather seal silicone adhesion to all relevant substrate. Test must include a seven-day water
immersion after which silicone must have excellent adhesion to substrate. Report adhesion
strength in terms of shear stress and tensile stress. Test samples shall approximate sealant joint
sizes and configurations intended for production materials.

 Submit a letter of certification from the sealant manufacturer stating that the sealant has been
tested for adhesion and compatibility on production samples of metals, Granite, glass, and other
glazing components and that all sealant details and application procedures shown on the
reviewed shop drawings are acceptable for use. If required specifically the following submittals
shall be provided by the contractor.

 Sealant Manufacturer review of the Mockup Drawings prior to the mockup.

PART-B 121
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

 Test results for all job specific concealed and exposed sealant conditions confirming compatibility
are mandatory for all material prior to mock-up and testing. Preliminary results in advance of final
report will be acceptable.

 Complete instructions for handling, storage, priming, installation, curing and protection of each
type of sealant, joint filer and accessory.

 Manufacturer’s Data sheets, clearly indicating shelf life of sealant to be supplied.

 Manufacturer review of the final drawings clearly indicating that each product furnished complies,
with this specification is recommended for the application shown, and is compatible with each
other materials in the joint system.

 Quality assurance sample for the curtain wall. Submit weekly Quality Assurance Documentation.

 Manufacturers warranty at job completion.

 Chart of required submittal pertaining to sealant.

A. TESTING
As directed by Engineer-in-Charge

B. Mock-up
Before proceeding for mass production of all units, the contractor should fix typical mock-up units
of each type to verify selections made under sample selections and to demonstrate aesthetic
effects and set quality standards for materials and execution. The contractor should proceed for
mass production only after approval of Mockups by Engineer-in-Charge.

C. Measurement

The surface area of Fixed Window will be measured for payment. Surface area of Openable
window/door shutter only will be measured and paid extra over item of fixed window. Surface area
of louvered portion will be measured and paid extra over item of fixed window.
For Sliding Window the surface area of sliding portion will be deducted from fixed window item
and paid separately under item of Sliding Window.

D. The rates shall include cost of labour, material, hardware and accessories in all operations
described in Bill of Quantities.

PART-B 122
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.18 ADDITIONAL CONDITIONS AND PARTICULAR SPECIFICATIONS FOR STRUCTURAL


GLAZING

I INTRODUCTION

This specification covers the general requirements of external façade work (Hard finishing and
Aluminium glazing work) including engineering design involving structural stability of system as
a whole, supply, fabrication, installation, testing, ensuring water tightness and maintenance etc.

Products used in this work shall be produced by manufacturers regularly engaged in


manufacturing of similar items for at least last ten years and with a history of successful
production proof acceptable to the Employer/Consultant.

Work under this section shall be performed by Specialized agency, who is regularly engaged in
the engineering, fabrication, finishing and installation of glazing system including glazing and
sealing of glass comparable to the volume of work in this project. The contractor shall submit
full details and credentials of specialized agency for verification and to demonstrate to the
satisfaction of the Engineer-in-charge that he has successfully performed comparable projects
over the last three years ending 31-10-2015 as per the departments guidelines only after
written approval of engineer in charge, the contractor will engage such specialized agency
for this work.

Subcontracting any part of this work is specifically prohibited, except for that which may be
approved by the Engineer-in-charge in writing prior to the award of the Contract.

II SCOPE OF WORK

• The scope of work includes all labour, material, equipment and services as required for the
complete design, engineering, testing, fabrication, assembly, delivery, anchorage,
installation and water tightness of the glazing system. Anchorage includes all primary and
secondary anchor assemblies and supportive structural framing as required for securing
the glazing to the building structure. The scope of work also includes complete design,
engineering, testing, fabrication, assembly, delivery, anchorage and installation of a
suitable gondola/jib system for cleaning of the vertical glass and stone facade.

• The contract documents define only the design intent and general performance
requirements. The contractor is fully responsible for design, structural calculations, shop
drawings, procurement of materials, fabrication, installation, warranties, certifications and
related documentation. The entire work shall be carried out strictly 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 shown particularly on the drawings or described in
the specification provided that the same can be reasonably inferred from there.

• Only suggestive sizes and details are proposed by the Engineer-in-charge that have a
visual impact on façade. Contractor’s fabrication / shop drawing will seek these
suggestions and design the final construction details.

• The glazing shall be designed, fabricated at works, supplied, delivered and installed in
accordance with the shop drawings and samples of materials approved by the Engineer-in-
charge and shall be constructed to meet the performance requirements and standards.
• In general, the system should be designed to suit the aesthetics and performance
requirements, taking into consideration the necessary factors to suit fabrication and the site
conditions for erection.

PART-B 123
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

• Calculation of all wind loads applicable before designing the system

• The contractor shall strictly follow, at all stages of work, the stipulations contained in the
Indian standard safety code and the provisions of the safety rules for ensuring safety of
men and material. The successful bidder shall submit a safety plan for approval of the
Employer. On approval of the same, the same shall be followed during the currency of the
contract.

• The contractor must comply with all applicable local-building regulations and allthe safety
guidelines particularly specified for glazing work as per relevant I.S codes

• Shop and field materials and workmanship shall be subject to inspection of the Engineer-
in-charge and his authorized representative at all time. Such inspections do not relieve the
contractor from obligations to provide materials conforming to all requirements of the
contract documents and industry standards for material quality.

• All approvals, instructions, permission, checking, review etc. whatsoever by the Engineer-
in-charge shall not relieve the contractor of his responsibility and obligation regarding
adequacy, correctness, completeness, safety, strength, quality, workmanship etc. of the
structural glazing system.

• Testing will be done as per nomenclature of the item of typical DGU Panel of approved
size in factory and in field through an approved testing agency. The testing charges for
laboratory test will be paid by the SAU on successful test report as per actual.

III LOCATION
The works shall be carried out for the South Asian University, Village Maidan Garhi, New
Delhi - 110068

IV CLIMATOLOGICAL DATA FOR NCR


Latitude : As per Met. Deptt
Longitude :
Height above mean sea level :

The values mentioned above are indicative only. The contractor is requested to confirm the
above with Meteorological Centre, Delhi, India. Any further details like rainfall data, relative
humidity and wind speed data can also be obtained from the same source.

V SYSTEM DESCRIPTION
The contractor shall devise a suitable framing system for vertical glazing application
keeping in view the performance characteristics and aesthetics requirements.

The vertical structural glazing system shall be Semi unitized and shall be designed to suit
sealed insulated glass units (hereafter referred to as "IG unit"). Aesthetically the design of the
vertical glazing system shall provide a filtering envelope to the building and provide a uniform
appearance. The glazing system shall have flush glazed exterior joints both horizontal and
vertical. The structural glazing system shall be designed to receive fixed glazing as well as
structurally glazed openable vents with protection of the glass edges. The contractor shall take
adequate measures to ensure the thermal performance of the glazing system under the
increased solar radiation prevalent in the region. No onsite sealant application will be permitted
except for weather sealant in case of semi unitized system. The system shall comprise of
factory prefabricated glazed vision and spandrel panels. The system should preferably permit
re-glazing of vision panels from inside the building. Smaller dimension of mullion should not be

PART-B 124
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

more than 75mm. The contractor should choose a appropriate system also keeping in view the
various requirements arising during future maintenance during the life span of the glazing
system.

The structural glazing system shall be designed to allow for three-dimensional adjustments due
to dead load, live load, wind load, seismic load and thermal movement. The framing system
must be designed to provide adequate support for the IG units to prevent transfer of loads to
the glazing below and to provide uniform support to both sides of the IG unit. Intermediate
mullions should be of same size as that of outer mullions.

The structural aspects of the structural glazing system must be carefully integrated with the
glazing rabbet and drainage details to ensure proper performance. The structural glazing
system shall be designed on the rain screen principle with provision for pressure equalization.

The structural silicon sealant to be used in this structural glazing system shall be of such quality
/ designed to transfer wind, seismic, live and dead loads from the glass to the framed structure
of the structural glazing.

The design shall incorporate floor-to-floor noise isolators, fire and smoke stops between the
floor slabs and sill flashing etc. as per the NBC of India and also of the best international
practices.

VI PERFORMANCE REQUIREMENTS

i) System design

The vertical glazing system and its components shall be designed to withstand dead loads and
live loads caused by positive and negative wind loads acting normal to the plane of the glazing
system. Design wind loads shall be 200KPa. The contractor to submit the design calculation
and weight of aluminium per meter

The vertical glazing system shall also be designed to withstand seismic forces as calculated in
accordance with I.S: 1893 (latest revision) under seismic zone V.

Apart from the above, the glass and the glazing system should also be designed to withstand a
concentrated load of 100kg applied at any location so as to produce the maximum stresses in
the glazing components. This load is envisaged to be encountered during cleaning of the glass
facade.

The stress on structural sealant shall not exceed 20 psi under any circumstances. Thermal
breaks shall be considered unable to transfer shear stress for composite action of flexural
members. Assume elements joined by thermal breaks to act separately.

ii) Deflection

The deflection of any structural member in the plane normal to the glass surface when
subjected to the specified loads shall not exceed L/175 of its clear span and shall be fully
recoverable on withdrawal of the specified loads. Deflection of any framing member shall not
exceed 19mm within any glass panel.

Parallel to glazing plane, deflection of a framing member when carrying full design load shall
not exceed an amount reducing the glazing unit bite below 75% of the design dimension. It
shall also not reduce the edge clearance to less than 3mm nor shall it damage or impair the
function of any joint seals.

PART-B 125
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

The deflection of the horizontal member due to the weight of the glass shall be limited to 3mm
or 25% of the design edge clearance of the glass or panel below whichever is less.

Twisting or rotation of the horizontal member under dead load of glass shall be limited to 1° by
calculation from the horizontal plane. There shall be no in plane raking.

In case either lite of the IG unit develops crack, the remaining lite should be capable of
supporting the entire load. The overall strength and deflection behavior shall be calculated on
the basis of the weakest lite.

iii) System assembly

The system assembly should accommodate the following without damage to the system,
components or deterioration of seals.

• Movement within the system


• Movement between system and perimeter framing components.
• Dynamic loading and release of loads
• Deflection of structural support framing
• Tolerance of supporting components
• Shortening of building concrete structural columns
• Creep of concrete structural members
• Inter story drift
• A mid span slab edge deflection of 25mm
• Accommodate building construction tolerance of +30mm. These tolerances are not
cumulative.

iv) Water Tightness

Water penetration shall be defined as the appearance of uncontrolled water on inside face of
any part of the structural glazing. No water leakage will be permitted when tested in accordance
with ASTM E331. The test shall be carried out for duration of 15 minutes with a test pressure
difference of 20 % of design pressure with a minimum differential of 137 N / mm2 and a
maximum of 575 N / mm2. The minimum uniform water flow rate of 3.4L/m2/min.

VII LABORATORY TESTS FOR WATER INFILTRATION

TESTS FOR WATER INFILTRATION:

i) Static Pressure Test: No water infiltration shall occur when the mock-up is tested
accordance with ASTM E-331 with the static pressure differential and the total time as
specified.
i) Dynamic Pressure Test: No water infiltration shall occur when the mock-up is tested in
accordance with AAMA 501.1 with the dynamic pressure differential and the total time as
specified.

VIII FILED MOCK - UP


I) In the presence of representatives of Owner, Engineer-in-charge, Contractor, Installer
and Manufacturers, the Testing Agency shall conduct field tests on each of the installed
Mock-Ups in accordance with methods described in AAMA 501.2 “Filed Check of Metal
Curtain Walls for Water Leakage” using the loads specified in “performance Criteria”.

a. Allow for several weeks notice prior testing to allow for witnessing test.

II) Approximately 50% of each Field Mock-Up shall be field water tested.

PART-B 126
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

b. All interior finishes including trims should be left off to allow for clear viewing.

II) REMEDIAL WORK: If the Field test of any Mock-Up reveals leakage, points of entry and
paths of flow of water shall be identified, analyzed, and necessary remedial work shall be
established, subject to Engineer-in-charge’s / Employer’s review and comment. Repairs
and/or modifications shall be made to the entire mock-up based on these findings and,
after adequate curing of all sealants, re-test to successful conclusion.

Re-testing after remedial work shall be from 50 percent to 80 percent of the mock-up at the
Engineer-in-charge’s recommendation. The re-test area designated does not necessarily have
to be exactly the same as the original test area of the mock-up.

IX METHOD STATEMENT FOR HOSE TESTING (ON SHORE) AT SITE:-

(i). STANDARD :-

AAMA 501.2 – 94 Field Check of Metal Storefronts, Curtain Walls, and Sloped Glazing Systems
for Water Leakage

(ii) TEST AREA :-

Area (s) to be tested will be selected by the Engineer-in-charge accordance with the standard.
The total area will be not more than that can be tested in one day.

Testing shall be done at least one area of 100 square feet, in accordance with the test
standard, or more, depending on the time, and availability of suitable access to the exterior. In
case of failure the prescribed procedure for a reasonable time but not more than that can be
completed on the same day shall be followed. The test will be supervised via two-way radio
from the inside.

(iii) EQUIPMENT: -

Testing equipments generally consists of the following and any other equipments as required
for carrying out the test :-

a) The ‘Monarch’ nozzle with pressure gauge and valve as prescribed by AAMA and
recommended by CWCT.
b) Two-way headset radio for communication between engineers and the people in the
cradle.
c) Other Requirements
i) (Optional) washing of the area as recommended in Paragraph 7.4 of the CWCT
Standard.

ii) Visual checking of test area for snags, visible defects etc.
iii) A cradle or scaffolding on the exterior at the locations (s) of the test specimen (s) with
an operator, a person to stabilise the cradle, a person to hold and point the nozzle,
technical person to communicate between the people on the exterior and test
engineer.

iv) Clean water in a minimum ¾” supply hose with approximately 4 bar pressure. Note
that the pressure given for the test is with the water flowing, much higher actual
pressure is necessary. Water pressure drops 1 bar for every 10m rise in height.

v) Drying of test area and application and removal of tape if necessary to locate leaks.

PART-B 127
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

X TEST CRITERIA:-

Water will be sprayed at a pressure of 30 –35 psi (2.07-2.41 Bar) in accordance with the test
standard. The flow rate will not be monitored.

The nozzle will be held 30 cm. from the wall spraying 1.5m lengths back and forth along each
joint, successively, for five minutes each, working from the bottom up. Joints are interfaces
between materials, and where these are less than 120mm apart are to be considered one
joint.

XI TEST PROCEDURE

a) The initial area shall be the width of the cradle. The lowest horizontal joint will be wetted
first, covering each 1.5m length in five minutes.

b) Next the cradle will be positioned so that the first 1.5m above the bottom horizontal joint
can be reached and each vertical will be sprayed in turn over a period of 5 minutes.

c) The cradle will then be raised to test the next 1.5m and then the next horizontal and so
on.

XII LEAKAGE

If there is any leakage the test will be stopped and the procedure described in the Standard will
be followed up to the time allowed.

A compliance report suggesting any modification / corrective steps to be taken if any leakage
was observed.

XIII AIR INFILTRATION

When tested in accordance with ASTM E283, air infiltration shall not exceed 0.03 I / s / sqm. Of
wall area, measured at a reference differential pressure across assembly of 200 Pa.

XIV SYSTEM INTERNAL DRAINAGE

Drain water entering joints, condensation occurring in glazing channels, or route moisture
occurring within the system to the exterior by a weep drainage network.

XV EXPANSION/CONTRACTION
The system shall provide for expansion and contraction within system components caused by a
cyclical temperature range of 80°C over a 12hour period without causing any detrimental effect
to the system components.

XVI GLASS PERFORMANCE DATA

The contractor shall furnish the following performance characteristics for the various
laminated or IG (Insulated Glass) unit options all inclusive within his price:

Visible light transmission (VLT) : Min. 45%


Visible light reflection in : Max. 20%
Visible light reflection out : Max. 18%
Solar Heat Gain Co-efficient (SHGC) : Max. 026
U Value : Max 1.5w/m2 degree K

PART-B 128
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Contractor shall obtain final values on calculations from glass vendors and furnish the same.

XVII TEST FOR STRUCTURAL PERFORMANCE

When tested in accordance with ASTM E330, the glazing system shall conform to the
performance requirements .

XVIII SPECIAL INSTRUCTIONS


Vibration harmonics, wind whistles, noises caused by thermal movement, thermal movement
transmitted to other building elements, loosening, weakening, or fracturing of attachments or
components of the system will not be permitted.

XIX HEAT SOAKING OF GLASS

To minimize nickel sulphide (NiS) fractures at site heat soaking test is to be conducted within
the factory.
• Minimizing NiS fractures at site is mainly about making sure that fractures happen within
the factory rather than at site after installation.
• Heat soaking tempered glass is the most common form of ensuring that the chance of NiS
infected panes leaving the factory are minimized.
• The goal during heat soaking is to induce breakage at the factory to avoid on site
breakage after installation.
• It is heat tempering of glass to 2800 C for 24 to 48 hours over temperature gradients to
induce fracture.
• Due to inherent safety and security benefits it is highly recommended for tempered glass
to be heat-soaked in applications whose consequences of breakage are high.

XX PRODUCTS
i) Glass

Standard certification requirements


a) Float glass : ASTM C 1036
b) Tempered / Toughened Glass:

Toughened / Tempered glass shall be examined by the glass manufacturer to detect and
discard any glass which exceed the following tolerance: 1.5mm bow in 600mm: 3mm bow
in 1500mm; 6mm bow in 3000mm; 9mm bow in 4500mm. Where the strengthening
process results in essentially parallel ripples or waves, the deviation from flatness at any
peak shall not exceed 0.13mm, and the difference between adjacent peaks shall not
exceed 0.13mm. Where bow tolerance and wave tolerance differ, the stricter requirements
shall govern. Direction of ripples shall be consistent and in conformance with architectural
design.

Following test shall be carried out by the glass processor at his own cost as per
following provisions and the test report shall be submitted.

Thickness Impact Fragmentation Surface Bending


Strength Compression Strength
IS-2835- IS-2553-PART-I IS-2553- ASTM DIN 1249-
1987 PART-I C-1048-90 PART – 12

c) Laminated glass :

ASTM C 1172. The laminated glass shall comprise of two glass of equal thickness as per
contractor's design and bonded with a poly vinyl butyral (PVB) interlayer, meeting criteria

PART-B 129
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

of ANSI Z97.1 for safety glazing. The PVB interlayer shall be minimum 0.38mm thick. No
deviation will be accepted with respect to the PVB interlayer.

d) Insulating glass unit :

The insulating glass unit shall be certified under a program approved by the sealed
insulating glass manufacturer's association (SIGMA) providing third party validation of
compliance to ASTM E 773 & E 774.

All glass quality shall be glazing as per relevant ASTM standards.

Performance requirements

Probability of breakage of glass shall not exceed 8/1000 for vertical glass upon first application
of design pressures or due to anticipated thermal stresses.

ii) Sealant

The insulated glass unit shall have poly-iso-butylene as primary sealant with low moisture
vapour transmission rate and a structural silicone sealant for secondary seal.

The secondary edge sealant shall conform to ASTM C 1369-97. The contractor shall indicate
the classification of the edge sealant as per clause 5.0 of the ASTM C 1369.

Structural flush glazed joints shall be a neutral cure high performance silicone sealant applied
in accordance with the sealant manufacturer's instructions.
Color: Black

Weather seal joints shall be a neutral cure medium modules silicone sealant applied in
accordance with the sealant manufacturer's instructions.
Color :Black
Unexposed, low movement flashing joints shall be non-drying, non-skimming, non-oxidizing,
non-bleeding glazing sealant meeting MMA 809.2.

The sealant proposed by the contractor shall not bleed or stain under any circumstances.
During the tender stage itself, contractor shall identify the sealant to be used along with the
structural glazing system and submit detailed technical parameters of the sealant by way of the
sealant manufacturer's printed data sheets.

After award of the work, the Contractor will be responsible to carry out all the compatibility tests
as listed below but not restricted to the following, with respect to the particular sealant from a
laboratory approved by the Client / Consultant.

The following tests shall be carried out with respect to the sealant:

• ASTM C 794 Peel test


• ASTM C1135 -Test method for determining Tensile-Adhesion Properties of elastomeric
sealant
• ASTM C-719 -Test method for adhesion and cohesion of elastomeric joint sealant under
cyclic movement
• ASTM C-1087 -Compatibility test between the proposed structural silicone sealant and the
finished aluminium extrusions (mullions and transom)

For all sealant proposed to be used for this project, the contractor shall submit a letter of
certification form the sealant manufacturer stating that the sealant has been tested for adhesion

PART-B 130
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

and compatibility on production of samples of metals, glass and other glazing components and
that all sealant details and application procedures shown on the shop drawings are acceptable
for use.

To prevent excessive shelf life and facilitate the correlation of batches of sealant with panel
production, silicone sealant generally shall be used in the sequence of their manufacture.

The structural glazing contractor shall obtain from the manufacturer and the supplier written
confirmation of that the material has not been subjected to temperatures in excess of 27 degree
centigrade between manufacture and delivery to the contractor's factory. The contractor shall
store all silicone sealant at or below 27 degree centigrade up to the day of its application.

Silicones which cure by different chemical reactions or which release different chemical by-
products, e.g. acetic acid, alcohols, amines etc. during cure, should not come in contact to each
other during fabrication, assembly and erection of the glazing system.

All adjoining surfaces not to receive sealants shall be protected against staining by masking
tape.

iii) Other materials


The aluminium extrusions shall be 6063 alloy T6 temper conforming to ASTM B221 or
equivalent. They shall be clean, straight, with sharply defined edges and free from distortion
and defects impairing appearance, strength and durability. It shall be of suitable wall thickness
and profile for strength with respect to tension, shear and bending stresses, capable of local
and lateral stability.

Fixing bolts, screws and nuts, where in contact with aluminium, will be of stainless steel 304
grade.
Glazing tape for structural glazing shall be Norton or approved equivalent.

All dissimilar metal surfaces shall be isolated to prevent anti galvanic action. Materials used for
this purpose shall be non absorptive. Metal surfaces shall be separated in such a manner that
metal does not move on metal.

Aluminium surface in contact with mortar, concrete fireproofing, plaster, masonry and
absorptive materials shall be coated with anti-galvanic moisture-barrier material and nothing
extra will be paid for this.

iv) Accessories

Extruded gaskets, weather stripping, extruded seals and spacers which do not come into
contact with structural silicone sealant shall be of ethylene propylene diene monomer (EPDM).
Where in parallel contact with structural silicone sealant, all gaskets, setting blocks and spacers
other than foam glazing tapes shall be of heat-cured silicone rubber, chemically compatible with
the silicone sealant and suitable for the specific purpose intended. All extruded gaskets,
weather stripping and spacers other than foam glazing tapes shall have continuous mechanical
engagement to framing members; any adhesive attachment is not acceptable. Unless
otherwise approved, gaskets, weather stripping, extruded seals and spacers shall have a
hardness of 40+5 durometer Shore A.

The cladding system shall be constructed with (and shall maintain during its design life) a
standard of seal which shall not result in any reduction of sound insulation performance.

Gaskets, weather stripping and seals used to achieve the required weatherproofing and/or air
tightness shall be selected to accommodate fully the range of dimensional tolerances

PART-B 131
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

associated with fabrication and installation of the cladding system. Gaskets, weather stripping
and seals shall be formed from materials capable of retaining their elastic qualities, dimensions
and resistance to physical and chemical attack sufficient to maintain the full water tightness, air
tightness and acoustic performance for the design life of the structural glazing system.

Extruded gaskets, weather stripping, seals and spacers mechanically engaged by flutes or
pockets extruded in framing member shall be installed without residual tension or extension.
Dry lubricants may be used to reduce drag during installation of synthetic rubber extrusions and
to induce compression so as to prevent gradual elastic shrinkage and retraction from their
ends. Wet lubricants containing detergent shall not be used in any location from which spillage
onto glass and aluminum surfaces cannot be immediately and completely removed at the
factory. Concentrated detergents shall not be used for any purpose which may bring the liquid
into contact with the coated surfaces of vision and spandrel glass.

Setting blocks shall be dense heat-cured silicone rubber with a hardness of 80 to 90 durometer
Shore A. Side blocks and anti-walking blocks shall be dense heat-cured silicone rubber with a
hardness of 60 to 70 durometer Shore A.

(v) Flashing
To prevent leakage, flashing shall be formed from either stainless steel or aluminum or sheer
neoprene of 1.5mm thickness with joints tapped and sealed 150mm minimum.

Flashing shall be provided on all sides of glazing where external glazing terminates and
wherever else required to provide a completely watertight installation. Wherever visible, it shall
have the matching finish of Aluminum.

(vi) Column closers


The Contractor shall supply and install suitable closer section to seal up the gap between
columns and / or walls, which abuts the line of the external glazing.

The principal function of the closer piece shall be to provide a neat connection with the external
glazing as well as a means of cutting off stray artificial light from the outer face of the column /
wall.

The column closer shall be installed in such a way as to provide a flexible connection to allow
for tolerances, building I external glazing movements and dimensional differences between the
external glazing and the column and / or wall face.

The column closer shall also be designed in such a way as to allow the following:

o Easy removal for maintenance.


o Installation after finishes are applied to the column / wall.
o Easy removal of internal glazing units for cleaning / maintenance replacement.
o Compatibility with the requirements of the fire safety requirements.

(vii) Thermal insulation


Thermal insulation shall be provided in all spandrel areas without fail. Insulation shall be
provided using fasteners of the type and spacing recommended by the insulation manufacturer.

The thermal insulation in spandrel panel shall be 50mm thick chemically inert semi-rigid black
faced fiberglass wool batts with a density of 48 Kg/Cum. conforming to IS: 8183 / BS: 3958.
Insulation within every spandrel panel shall consist of a single panel of mineral wool or
fiberglass without butt joints.

The Contractor shall replace any damaged or wetted insulation material when so instructed by

PART-B 132
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

the Employer.

(viii) Fire Stop

At each floor edge the required fire protection is to be maintained between elements of
structure by using fire stop insulation to give a minimum of 2 hours fire protection between
floors including in front of columns or blank walls. The fire stop material is to be installed to
completely seal up the void between the face of the structure and the glazing and shall fully
comply with local Codes and Regulations.

The fire stop material must be flexible to allow movement between the structure and the
external glazing.

The fire stop material shall be located and held in position in such a way so as to ensure
integrity of the fire protection as well as preventing accidental damage or loss of materials.

The Contractor is required to provide full details of all fire stop material including fire test
certificates and confirmation of local Fire Service Bureau approved material status. Shop
drawings shall also be submitted for approval showing the full details of fire stops.

(ix) Finishes
All exposed framing members shall be free of scratches and other blemishes. All aluminum
surfaces shall be electrostatic powder coated in stainless steel colour or as approved by the
Engineer-in-charge. The anodic coating shall conform to IS:1868 -1968 / IS- 5523:1983 and
shall be of AC25 grade with minimum thickness of 20 microns when measured as per IS:
660/2-1970 and density shall be at least 32 Mg/sqm. The anodic coating shall be tested in an
approved laboratory by eddy current method as per IS:6012 for thickness. Sulphuric acid shall
be used as the electrolyte for the anodic process. Prior to anodizing, all aluminium shall be
rendered uniform in appearance free from disfiguring scratches, stains or other blemishes and
etched in caustic soda solution. Requisite tests shall also be carried out at the site as required
by the Employer and the contractor shall arrange all assistance and equipment required for the
purpose.

XXI PROGRAMME OF WORK

The contractor shall submit a detailed program of work along with time schedule indicating the
various items of work pertaining to the structural glazing work as below:

• Design and approval


• Shop drawings
• Submission of samples
• Mock-up
• Test reports
• Material co-ordination, ordering and delivery
• Fabrication
• Installation
• Inspection and remedial measures.

XXII DESIGN CALCULATIONS

i) The contractor shall be responsible' for the design of the structural glazing system including all
its various components like glass, sealant, framing system, gaskets, fixing and anchorages
proposed by respective specialists. The contractor shall submit structural design calculations
prepared in accordance with relevant Indian/International codes and standards as applicable.
The design shall be carried out under the direct supervision of a professional engineer

PART-B 133
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

experienced in design of this type of work and licensed at the place where the project is
located. Structural design shall include, but not limited to, computations for the justification of
external glazing sections and connections including fasteners, welds and anchorage
assemblies.

ii) The contractor shall submit for Engineer-in-charge’s approval all structural calculations with
reference to structural properties and physical characteristics and dimensional limitations of the
framing members of the glazing system. The contractor shall also submit design calculations for
all connections, die dimensions of all extrusions and complete data of all alloys proposed to be
used for the project.

Approval of structural calculations shall not relieve the contractor from any of the
responsibilities and requirements specified therein.

iii) The contractor shall submit the glass manufacturer's wind pressure analysis, seismic load
analysis and thermal analysis showing that the specified maximum deflections and probabilities
of breakage are not exceeded.

XXIII SHOP DRAWINGS

The contractor shall submit shop drawings showing clearly the relationship of the structural
glazing facade to the building structure, mechanical and electrical systems, floor slabs and any
other related works. They shall show the arrangement of components, instructions and
explanatory details for the sequence of fabrication, assembly, erection and installation of all
materials including the glass and de-glazing procedures. They shall include the following:

• Plan, elevation and details required to fully describe the structural glazing system.
• System dimensions framed opening requirements and tolerances for squareness, corner
offset and bows.
• Dimensional position of glass edge/face relative to the aluminium framing, full size junction
details between mullion and transom and end details.
• Isometric drawings of flashing, joints between transom and mullions, end details etc.
• Expansion and contraction joint location and details
• Weep and condensation drainage network
• Full size details including isometric drawing of sealing, flashing and jointing Methods
• Materials, type, size, location, spacing of all screws, bolts, weld, anchoring devices and all
accessories.
• Die drawings for all gaskets, extrusions
• Relationship of edge members with architectural stone/ wall finish and flashing at joints.

The contractor shall submit a fully detailed program for the presentation of shop drawings to the
Engineer-in-charge for approval, and in no case shall the contractor proceed with any of these
works without approved shop drawings.

The contractor shall review and submit all shop drawings in a sequence consistent with the
sequence of erection, installation and assembly of the various elements of the work. He shall
be deemed to have determined and verified all materials, site measurements and construction
criteria related thereto and to have checked the shop drawings for complete dimensional
accuracy.

Any approval by the Engineer-in-charge of the shop drawings shall not relieve the contractor of
his responsibility for any deviation from the requirements of the contract unless he has
specifically informed the engineer in writing of such deviation at the time of submission and the
Engineer-in-charge has given written approval to the specific deviation.

PART-B 134
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

XXIV SAMPLES

The contractor shall submit all samples at his own cost. Samples shall be submitted for
approval well in advance of the date, on which the particular work involving the use of materials
for which samples are submitted, is scheduled to begin.

The work shall be carried out in accordance with the approved samples.

The following shall be submitted:

• 2 samples of 600mm x 600mm in size illustrating pre-coated aluminium mullion and


transom junction detail complete with glass skin and glazing materials illustrating edge and
corner.
• 4 nos. 12" x 12" samples of each type of glass.
• 4 nos. 6" long samples of principal extrusions.
• 4 nos. manufacturer's samples of each type of aluminium finish.
• 4 nos. manufacturer's samples of each type of sealant
• 2 nos. manufacturer's samples of all accessories and hardware envisaged to be used for
the structural glazing system.

XXV MOCKUP

The contractor shall construct a mockup including intermediate and edge mullion, vision and
spandrel panel. The mockup should illustrate component assembly including framing, glass,
glazing materials, weep drainage system, attachments, anchors and perimeter sealant.

Location for mockup will be at site approved in advance. Mockup will not remain as part of the
work.

XXVI TEST REPORTS

The contractor shall arrange for all testing required with regard to this work at his own
cost, at such test laboratories in India or abroad as approved by the Engineer-in-charge.
Apart from the tests carried out, the contractor shall substantiate engineering data and provide
test results of previous tests, which purport to meet performance criteria and any other
supportive data.

XXVII SOURCES

The contractor shall submit the name of the suppliers for the following items of work along with
the shop drawings and samples.
• All components of the structural glazing system
• Aluminium extrusions
• Anodizing paint from manufacturer I authorized applicator
• Sealant
• Glass
• Hardware
• Gaskets
• Fasteners
• Anchorages

XXVIII SUBMITTALS

The contractor shall submit 4(four) copies of the following documents pertaining to the

PART-B 135
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

engineering of the structural glazing using structural glazing system to the engineer for
approval, review etc.

• Shop drawings
• Structural design calculations for aluminium framing, glass thickness and sealant byte sizes
as per clause 6.1
• Calculations for deflection as per clause 6.2
• Test reports as per the performance requirements vide clause 13.0
• Special installation requirements, special procedures, safety precautions and perimeter
conditions requiring special attention as stated by the manufacturer.
• Samples vide clause 11.0
• As-built drawings
• Maintenance manual upon completion of the project.
XXIX ORDERING AND DELIVERY

Before commencement of any fabrication or ordering of any materials, goods or works, the
contractor shall be required to submit for the Consultant's approval shop drawings, samples
etc. of all relevant details as to materials, sizes, manufacturer's printed specifications and all
other details and information as desired by the Consultant.

Mockup shall have to be approved by the Employer / Consultant engineer before placing final
order for delivery of the approved products.

XXX PRODUCT HANDLING


Handling of glass and aluminium frame, to be incorporated in to the structural glazing system,
shall be done with utmost care to avoid any damage or surface scratch. Field cutting of
anodized components shall not be permitted.

The glazing contractor shall submit Method statement for handling various materials within two
weeks of signing this contract to the Employer / Consultant.

XXXI LIGHTNING PROTECTION:

Each complete frame shall be provided with a single bolt, to which the bonding conductor may
be connected by the electrical contractor on site. The bolt shall be high tensile, size MB
stainless steel, and shall be securely fastened to and in sound electrical connection with the
frame. The bolt shall be supplied with two plain washers and locking washers and nuts, by
which the bonding conductor will be connected to the bolt. The bolt shall be supplied and fixed
at your works before delivery to site. The electrical connections from bolts which are to be
supplied by you including the lightning protection devices, inspection openings for test lamps,
etc.

XXXII SITE MANAGEMENT

Specific to this project the following project management roles have to be provided as a
minimum by the successful bidder.

1. Project Engineer -Full time responsibility for the project with a cell phone provided for easy
access & communications.
2. Design Manager -Responsible for the design and engineering development of the project.
3. Installation Manager- Day-to-day responsibility for access equipment, scheduling and site
installation. He should also have mobile phone with him for communication.
4. Quality assurance engineer -Responsible for implementation of project's quality plan
5. Team leaders -Site team leaders heading each of the installation teams.
6. All key individuals should have been fully trained by the Contractor for their tasks.

PART-B 136
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

XXXIII FABRICATION & INSTALLATION

The Structural glazing wall shall be fabricated, glazed and installed by experienced workmen
having specialized skill in structural glazing and strictly in accordance with the approved shop
drawings.

All welding shall be done by the heliarc process and all exposed welds ground to minimum 100
grit finish.

XXXIV PROTECTION

The contractor shall be responsible for all materials against damage from mechanical abuse
and foreign matter during installation. A layer of clear transparent laquer based methacrylate’s
or cellulose butyrate shall be applied on anodized members before they are brought to site. The
laquer shall be removed on completion of erection.
On virtual completion and receiving instruction from the Engineer, the Contractor shall remove
all protective coverings, manufacturer's seals, labels etc. The contractor shall thoroughly clear
the internal and external glazing area and members with cleaning solution recommended by the
respective manufacturers.

The Contractor shall ensure that the highest possible standards of material protection are
maintained both in the fabrication and installation of the external glazing system.

The Contractor shall ensure that all materials and completed panels are delivered to site
without damage and that all components are fully protected. In this respect a method statement
will be required describing the protection measures to be adopted when transporting material to
site and hoisting it into the floors for final installation.

Panels awaiting installation are to be stacked on pallets to a height to be stored separately on


site for possible fabrication in-situ.

As stated elsewhere, it is intended that as much as possible the fabrication shall be carried out
off site in the shop. Wherever this is not feasible for whatever reason the Contractor is required
to submit details of in-situ work for approval by the Employer.

All materials stored at site are to be protected in such a manner as to prevent damage from
falling objects, dust, water and dirt. The material must be safe from mishandling or damage by
any contractor I agency I sub-agency either in the pursuit or their own works or by their
personnel.

During installation, the Contractor shall provide protection to the external glazing to prevent the
ingress of water from either rain or any other reasons. This protection shall be strong enough to
withstand adverse wind conditions, and shall provide complete protection at the top level of the
installation necessary to prevent the ingress of water into or behind the cladding.

The external glazing shall be screened from weld splatter, spray-on fire proofing, concrete,
alkaline masonry washes, paint and other deleterious substances. Any such soiling shall be
promptly and completely removed. The design of protective screening shall be such as to
provide adequate ventilation of the space between the glass and the protective screen and not
induce thermal stresses in the glass. In no case shall the protective screening be placed in
contact with the glass.

The Contractor shall provide at each completed floor an internal protection of 1000 gauge
heavy Polyethylene sheet suspended from the top of the external glazing at slab soffit and

PART-B 137
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

extending to the floor. These drop sheets must be maintained until all wet trades are completed
on each floor.

The fixing method for sheets is to be indicated in shop drawings and a sample approved by the
Consultant / Employer.

XXXV CLEANING

The Contractor shall ensure that all actions are taken during installation to eliminate the effects
of corrosive substances on the finishes of the external glazing.

The Contractor shall clean both internal and external surfaces to remove corrosive substances,
dust or cement / mortar dropping during the installation as may be directed and instructed by
Engineer-in-charge.
The internal surfaces of glass and aluminum frame are to be cleaned with compatible cleaning
agents prior to the installation of the internal protective sheeting.

The Contractor shall provide written verification that cleaning agents are compatible with
aluminium, stainless steel, glass coatings, granite, glazing materials and sealants. In no case
shall alkaline or abrasive agent be used to clean the surface. Care shall be taken during
cleaning to avoid scratching of the surface by dirt particles.

Prior to snagging inspections the Contractor shall remove the internal protection sheets and
carry out a thorough cleaning of all glass, aluminum and spandrel panels as per the direction of
Engineer-in-charge.

The protective sheeting shall then be removed permanently provided that no other wet works or
services work are required in the immediate vicinity of the external glazing.

The Contractor shall also make good any physical drainage to the wall including scratches,
cents, abrasions, pittings, etc., to the satisfaction of the Engineer-in-charge / Engineer.

Manufacturer's delivery or job marking on glass and adhesive for manufacturers cables shall be
either a neutral or slightly acidic material and in no case shall such material be alkaline. Any
staining of glass by alkaline material will be cause to rejection of the glass.

After the installation of each panel of glass all markings and labels shall be carefully and
completely removed from the panes. Thereafter no markings or labels of any sort shall be
placed on the glass.

Glazed openings shall be identified by suitable warning tapes or flags attached with a non-
staining adhesive or other suitable means to the framing of the opening. Tapes or flags shall
not be in contact with glass.

Prior to the handing over of each floor to the Engineer-in-charge, the Contractor shall carry out
a final cleaning of the external glazing.

As soon as it is practically possible after the issuance of the occupation period for the building,
the Contractor shall carry out a complete cleaning of the external face of the external glazing.

XXXVI REMOVAL OF IMPROPER WORK AND MATERIALS

Any materials/or works which, in the opinion of the Employer, are not in accordance with the
specification, shop drawings and instructions shall be removed from the site immediately.

PART-B 138
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

XXXVII REJECTION
If, at the time and place agreed in accordance with sub clause (Removal of improper work and
materials), the materials are not ready for inspection or testing or if, as a result of the inspection
or testing referred to in this clause, the Engineer-in-charge determines that the materials are
defective or otherwise not in accordance with the contract, he may reject the materials and shall
notify the contractor immediately. The contractor shall then make promptly make good the
defect or ensure that rejected materials comply with the contract. If the engineer so requests,
the tests, on rejected materials shall be made or repeated under the same terms and
conditions. All costs incurred by the engineer by the repetition of the tests shall be recoverable
from the contractor by the engineer and may be deducted from any monies due or to become
due to the contractor.

XXXVIII PERFORMANCE GUARANTEE

(a) The contractor shall be solely responsible for the design including shop drawings and
performance of the installed structure glazing system, aluminum composite panel cladding
and louvers, sky lights, structurally glazed aluminum windows/doors, fully glazed fixed
partitions, frameless fully glazed doors with patch fittings etc. The installations shall be
guaranteed by the contractor during the guarantee period for materials used, workmanship,
water tightness (wherever specified), structural design, performance requirements and other
requirements as given in the specifications. The contractor shall submit in the enclosed
format a written guarantee for the same for a period of 10 years from the date of completion
of the work. In addition, the contractor shall obtain and submit to the Engineer-in-Charge a
similar back-to-back guarantee for same duration from the specialist agency / structure
glazing fabricator engaged by them.
(b) The design, fabrication, supply and installation of the system shall be to the best of national /
international standards and shall be guaranteed to take the dead loads, wind and seismic
loads, storms, air pollution, thermal stresses, building movements and the consequent
deflections without compromising the performance characteristics. It shall be water tight,
wherever specified and prevent ingress of water/ moisture, pollutants etc. Further, the
individual members of the structural framing shall not deflect beyond permissible limits as
specified.
(c) In addition, guarantee for 10 years for all the material used and their performances shall be
submitted by the contractor. Besides, the contractor shall obtain and submit similar back to
back guarantees from the specialist agency / structural glazing fabricator and also from the
manufacturers / suppliers / processors, as applicable, of various materials to the tune that
they conform to the specifications and other criteria as specified herein for:
I) Glass (Single, laminated or DGUs) – substrate, coatings, lamination, assembly
of DGUs etc. and that regarding suitability of single soft coated glass in the
spandrels.

II) Sealants – usage as per requirement of structural design and functional


requirements, compatibility with different substrates and sealants, bite size,
quality assurance during sealing of DGUs and fixing glass to glass and glass to
the aluminum frame, etc.

III) EPDM / Silicone gasket – for ozone resistance and other properties as specified
etc.

IV) Aluminium - material quality, tempering requirement, suitability of aluminium


grade and anodizing etc.

V) Anchor fasteners – suitability and strength requirement as per manufacturers’


specifications etc.
VI) Aluminium composite panel cladding - Material quality and PVDF coating etc.,

PART-B 139
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

(d) The contractor shall also submit guarantee in the enclosed format for replacement of glass
during the guarantee period of 10 years from the date of completion of work. All the
Guarantees shall be submitted before final payment is released after the date of the
completion of work and shall not in any way limit any other rights, which the Engineer-in-
Charge may have under the Contract.
(e) In addition 2% (two percent) of the cost of all the items under this sub-head, as mentioned in
the scope of work under para (1) above (structure glazing system, aluminium composite
panel cladding and louvers, sky lights, structurally glazed aluminium windows/doors, fully
glazed fixed partitions, frameless fully glazed doors with patch fittings etc.,) shall be withheld
from the bills towards guarantee as specified above. This amount to be withheld towards
guarantee shall be in addition to the other amounts to be withheld as mentioned elsewhere
in the contract agreement. However, half of this amount (withheld) would be released after
five years from the date of completion of the work, if the performance, as required, is
satisfactory. The remaining withheld amount shall be released after 10 years from the date
of completion of work, if the performance, as required, is satisfactory. If any defect is noticed
during the guarantee period, it shall be rectified by the contractor within seven days of issue
of notice to the contractor, at least temporarily, to the satisfaction of the Engineer-in-Charge,
till the permanent rectification of the defects / replacement of defective materials is carried
out by the contractor, in maximum four months period. If not attended to, the same shall be
got done by the Engineer-in-Charge through other agency at the risk and cost of the
contractor and the cost, which shall be final and binding on the contractor, shall be
recovered from the amount withheld towards the guarantee as mentioned above or any
other amount due to the contractor. In any case, during the guarantee period, the contractor
along with specialist agency/ curtain wall fabricator shall inspect and examine the work
atleast once in every year and make good any defects observed. The contractor shall submit
a written certificate in this regard. A recovery of Rs.
Rs.10,000/-
10,000/- per year shall be made from
10,0000
the amount, withheld towards guarantee or any other amount due to the contractor, in event
of not fulfilling this provision. However, the amount withheld as guarantee can be released in
full, if irrevocable bank guarantee, from a Schedule / Nationalized Banks, of the same
amount, for the guarantee period is submitted by the contractor to the Engineer-in-Charge.
The defects, if any, shall be rectified in a workmanlike manner, retaining the same aesthetics
and other functional parameters of the original work.

XXXIX MAINTENANCE MANUAL

On completion of the works, The contractor shall prepare a detailed maintenance manual for
the structural glazing system. The manual should cover the following:

• Complete and detailed explanation of operating principles of the structural glazing system
• Description of all the various components of the glazing system,
• Recommended Inspection schedule and periodic inspection procedure,
• Complete parts list,
• Instructions for proper cleaning procedures and routine maintenance of the facade
including frequency,
• Cleaning products and their source
• Method statement for re-glazing and replacement of component parts with appropriate
drawings;
Four copies of the maintenance manual must be handed over to the SAU within four weeks
from actual completion of work.

PART-B 140
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.19 GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR REMOVAL OF


DEFECTS AFTER COMPLETION OF WORK in respect of water proofing works, fire
doors works, aluminium work and stone cladding.

This agreement made this day of two thousand and between ,


(Name of the contractor, hereinafter call Guarantor of the one
part) and the SAU (hereinafter called the OWNER of the other part).

Whereas this agreement is supplementary to a contract (hereinafter called the Contract)


dated_ and made between the GUARANTOR of the one part and the
OWNER of the other part where by the Contractor inter alia, undertook to render the buildings and
structures in the said contract recited completely water and leak proof.

And whereas the Guarantor agreed to give a guarantee to the effect that the said structures will
remain water / leak proof for ten years from the date of completion of work.

Now the Guarantor hereby guarantees that water proofing treatment given by him will render the
structures completely leak proof and the minimum life of such water proofing treatment shall be ten
years to be reckoned from the date completion of work.

Provided that the Guarantor will not be responsible for leakage caused by earthquakes or structural
defects or misuse of roof or alterations and for such purpose

a) Misuse of roof shall mean by operation, which will damage roofing treatment, like chopping of
firewood and things of the same nature, which might cause damage to the roof.

b) Alteration shall mean construction of an additional storey or a part of roof or construction


adjoining to existing roof, where by roofing treatment is removed in parts.

c) The decision of the Engineer-in-Charge with regard to cause of leakage shall be final.

During this period of guarantee, the Guarantor shall make good all defects and in case of any defects
being found, render the building water proof at his own cost, to the satisfaction of the Engineer-in-
Charge and shall commence the work for such rectification within seven days from the date of issue
of the notice from the Engineer-in-Charge calling upon him to rectify the defects, failing which the
work shall be got done by SAU through some other contractor at the GUARANTOR’S cost and risk.
The decision of the Engineer-in-Charge as to the cost, payable by the Guarantor shall be final and
binding.

That is the Guarantor fails to execute the necessary rectification or commits breach there under then
the Guarantor will indemnify the Principal and his successors against all loss, damage, cost expense
or otherwise which may be incurred by him by reasons of any default on the part of GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and / or
damage and / or cost incurred by the owner, the decision of the Engineer-in-Charge will be final and
binding on the parties.

In witness where of these presents has been executed by the Obligator and by
and for and on behalf of the SAU on the day month and
year first above written.

PART-B 141
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

Signed, sealed and delivered by (OBLIGOR) in the presence of:

1.

2.

Signed for and on behalf of SOUTH ASIAN UNIVERSITY


in the presence of:

1.

2.

PART-B 142
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.1.20 GUARANTEE TO BE EXECUTED BY CONTRACTOR FOR STRUCTURE GLAZING


AND OTHER RELATED WORKS as mentioned above after completion of work

This agreement made this day of two thousand and


between (Name of contractor, hereinafter call Guarantor of the one part) and the
SAU (hereinafter called the Government of the other part).

WHEREAS THIS agreement is supplementary to a contract (hereinafter called the Contract)


dated made between the GUARANTOR of the one part and the GOVERNMENT of
the other part for construction of SAU Campus at Village Maidan Garhi, New Delhi, whereby the
Contractor, inter alia, undertook to carry out structural analysis and design , preparation of shop
drawings , getting the structural design and shop drawings vetted from the Principals of the structure
glazing system, setting out, fabrication, supply, assemble, install, align and fix to the building structure
the structure glazing units and execute other related works , all as specified and set out in the
contract and as per the correct international / national standards.

AND WHEREAS THE GUARANTOR agreed to give a guarantee (for all works as stated above) for the
following:

1. System

1.1 Structural design has been carried out for design loads, as specified, thermal stresses,
building movements and the consequent deflections without compromising the
performance characteristics.

1.2 That deflections in the framing members shall be within permissible limits as specified.

1.3 Structural stability, safety, integrity and required performances of the work for all design
loads and building movements as specified.
2. Material

2.1 Glass (Single, Laminated or DGUs) – Substrate, coatings, lamination of laminated


glass, insulation of DGUs. Replacement of broken glass panes (breakage not
attributable to vandalism or accident), defective insulated glazed units (evident due to
condensation or dirt between the lites, failure of seal and damage to internal glass
panes, staining, damage to the soft coating etc.) during the guarantee period.

2.2 Sealants – Material used, performance of sealant used, usage as per the requirement of
structural design and functional requirement, compatibility with different substrate and
sealants, bite size, quality assurance during sealing of DGUs and fixing glass to glass
and glass to the aluminium frame, etc.

2.3 EPDM / Silicone gasket – for ozone resistance and other properties as specified etc.

2.4 Aluminium - material quality, tempering requirement, suitability of aluminium grade and
anodizing etc.
2.5 Anchor fasteners – suitability and strength requirements as per manufacturers’
specifications etc.
2.6 Aluminium composite panel cladding - Material quality and PVDF coating / lumiflon-
based fluoropolymer resin coating for colour retention, chalking resistance, humidity
resistance, hardness and gloss retention etc. as specified.

3. Performance

PART-B 143
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

3.1 Water tightness, wherever specified in the Contract.

3.2 workmanship

3.3 Integrity of system during movements within and relative to the building structure.

3.4 Indemnify the SAU against all claims of whatsoever nature due to defective
designing by the contractor, material & workmanship etc. and /or non-performance of
the work during the guarantee period.

NOW THE GUARANTOR hereby guarantees that the work executed by him shall perform to the
specified standards of quality and workmanship during the guarantee period of ten years to be
reckoned from the date of completion of work.

During this period of guarantee, the guarantor shall make good all defects and if any defect is noticed
during the guarantee period, it shall be rectified by the contractor within seven days of issue of notice
to the contractor, at least temporarily, to the satisfaction of the Engineer-in-Charge, till the permanent
rectification of the defects / replacement of defective materials is carried out by the contractor, in
maximum four months period, retaining same aesthetic and other functional parameters of the original
work. If not attended to, the same shall be got done by the SAU through other agency at the risk
and cost of the contractor which shall be final and binding on the contractor.

That is the Guarantor fails to execute the necessary rectification or commits breach there under, then
the Guarantor will indemnify the Principal and his successors against all loss, damage, cost expense
or otherwise which may be incurred by him by reasons of any default on the part of GUARANTOR in
performance and observance of this supplementary agreement. As to the amount of loss and / or
damage and / or cost incurred by the Government, the decision of the Engineer-in-Charge will be final
and binding on the parties.

IN WITNESS WHERE OF these presents has been executed by the OBLIGOR


and by
and for and on behalf of the SAU on the day month and year
first above written.
SIGNED, SEALED AND DELIVERED by OBLIGOR in the presence of:
1.

2.
SIGNED FOR AND ON BEHALF OF SOUTH ASIAN UNIVERSITY BY
in the presence of:

1.

2.

PART-B 144
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

7.2 APPROVED MAKES OF MATERIALS FOR CIVIL WORKS

NOTE :

1. The Contractor shall obtain prior approval from the Engineer-in-charge before
placing order for any specific material or engaging any of the specialized agencies.
The Contractor shall make a detailed submittal with catalogues and highlighted
proposed specifications, as well as full details of the works executed by the
specialized agency, as specified.

2. Wherever applicable, the Engineer-in-charge may approve any material


equivalent to that specified in the tender subject to proof being offered by the
Contractor for equivalence to his satisfaction.

3. Unless otherwise specified, the brand / make of the material as specif ied in the
item nomenclature, in the particular specifications and in the list of approved
materials attached in the tender, shall be used in the work.

In case of non-availability of the brand specified in the contract the Contractor shall be
allowed to use alternate equivalent brand of the material subject to submission of
documentary evidence of non - availability of the specified brand. The necessary cost
adjustments on account of above change shall be made for the material.

A. MATERIALS: (PROPOSED FOR SAU PROJECT)

SL.NO MATERIALS APPROVED MAKE

1 Cement (PPC/ OPC) ACC/ ULTRATECH/VIKRAM/ AMBUJA/ JAYPEE


CEMENT/ J.K. CEMENT/ LAFARGE/ BIRLA/
L&T
2 WHITE CEMENT J.K. WHITE/ BIRLA WHITE
3 REIN FORCEMENT STEEL SAIL/ TATA STEEL Ltd./ RINL/ JINDAL STEEL &
POWER Ltd AND JSW STEEL Ltd.
4 STRUCTURAL STEEL SECTIONS SAIL/ TATA STEEL Ltd./ RINL/ JINDAL STEEL &
POWER Ltd AND JSW STEEL Ltd.
5 SUPER PLASTICIZERS MC BAUCHEMIE/FOSROC/SIKA/BASF
6 SPRAY APPLIED POLYURETHANE FOSROC/ BASF/SIKA
WATER PROOFING
7 AAC BLOCK J.K LAXMI CEMENT LTD./MAGICRETE
BUILDING SOLUTION/B.D SHIRKE/BILT/
BRIXO/ ULTRATECH EXTRA LIGHT
8 GALVANISING JENCO/ STEEL LITE/ KARAMTARA
ENGINEERING PVT.LTD
9 STAINLESS STEEL JINDAL STEEL/ ‘N’ STYLE/D-LINE/
FABRINOX/SALEM STEEL
10 CERAMIC TILES KAJARIA/H & R.JOHNSON/NITCO/
SOMANY/ORIENT

PART-B 145
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

SL.NO MATERIALS APPROVED MAKE


11 VITRIFIED TILES H & R JOHNSON/KAJARIA/NITCO/RAK
CERAMICS/RESTILE
12 GLASS MOSAIC TILES PALLADIO GLASS LTD./ COLORATO-PAVEIT
CERAMICS/ OCCAN
13 POLYMER MODIFIED BAL ENDURA/WEBBER/MYK LATICRETE/
CEMENTITIOUS GROUT LATYPOXY/ARDEX
14 HARDENDERS IRONITE/FEROK/HARDONATE/FOSROC/BASF
/SIKA
15 FLUSH DOORS GREEN/DURO/MERINO/CENTURY/KITPLY/
LEGEND
16 ROLLED GALVANIZED PRE NCL SECCOLOR/BLUE VALLEY/DECCAN
COATED STEEL DOORS & ENGINEERING
WINDOWS
17 METAL DOORS GODREJ/ SHAKTI HORMANN/ SYNERGY
DOORS
18 METAL FIRE DOORS GODREJ/ SHAKTI HORMANN/ PROMAT INDIA/
SYNERGY DOORS
19 ALUMINUM WINDOWS HYDRO BUILDING SYSTEM/ ALUK BUILDING
SYSTEM/ SCHUECCO
20 COMMERCIAL BOARD GREEN/DURO/MERINO/CENTURY/KITPLY
/LEGEND
21 COMMERCIAL PLYWOOD GREEN/DURO/MERINO/CENTURY/KITPLY/
LEGEND
22 BWP PLYWOOD GREEN/DURO/MERINO/CENTURY/KITPLY/
LEGEND
23 NATURAL WOOD VENEERS SONEAR/GREEN PLY/TRUWOOD/MAYUR/
ARCHID/LEGEND
24 WATER BASED MELAMINE POLISH ASIAN PAINTS / PIDILITE INDUSTRIES/
ICI DULUX
25 ANTI STATIC HIGH PRESSURE FORMICA/GREENLAM/DECOLAM
LAMINATE MERINO
26 STAINLESS STEEL STAIRCASE FABRINOX /JINDAL/ KICH/ OZONE
RAILING HARDWARE
27 POLYSULPHIDE SEALANT FOSROC/PIDILITE/TUFFSEAL/SIKKA
28 DASH FASTENERS HILTI/FISCHER/BOSCH/CANNON
29 ALUMINIUM HINDALCO/NALCO/JINDAL
30 HINGES & S.S. ACCESSORIES DORSET/ SHALIMAR/AMARBHOY
DOSSAJI/EARL BIHARI
31 ALL TYPES OF GLASS AIS /ST. GOBAIN/ MODIGUARD/PILKINGTON

32 FIRE-RATED GLASS (TWO HOUR AIS/ST. GOBAIN /PILKINGTON /SCHOTT


FIRE RATING) TRANSPARENT
CLEAR GLASS
33 PU ENAMEL METALLIC PAINTS ON SKK/OIKOS/ACRO
MS STRUCTURE
34 EPOXY PRIMER AND PAINTS ICI/NEROLAC/ ASIAN PAINTS
35 GYPSUM BOARD ST. GOBAIN GYPROC GYPSUM/ BORAL/AMF

PART-B 146
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

SL.NO MATERIALS APPROVED MAKE


36 ACCESS FLOOR SYSTEM ALONG KINGSPAN (HEWETSON)/DONN OF USG
WITH PANELS, STRINGERS, LINDNER/HUILI
PEDESTAL
37 LAMINATED FLOOR ACTION/ TESA/ PERGO
38 ALL HARDWARE AND FITTINGS DORMA/ HAFELE /GEZE
FOR ALL TYPES OF GLAZING/
DOORS/ WINDOWS ETC.
39 MODULAR KITCHEN & WARDROBE SPACEWOOD / MATRIX -GANPATI
FURNITURE /MOD FURNTURE
40 MODULAR KITCHEN HETTICH/ HAFELE/GILMA/HACKER
FITTINGS/ACCESSORIES
41 PVC EDGE BAND TAPE DOLKIN / MERINO/ REHAU
42 EXTRUDED POLYSTYRENE DOW/OWENS CORNING/ISO BOARD
INSULATION
43 STUD ANCHORS HILTI/FISCHER/BOSCH
44 ANCHOR FASTENERS HILTI/FISCHER/BOSCH
45 CLAMP SYSTEM FOR DRY STONE HILTI/FISCHER/BOSCH
CLADDING
46 LOCKS IN CABINETS, FURNITURE HETTICH/BLUM/HAFELE
47 MDF BOARD NUWOOD/DURATUFF/BAJAJ
48 ADHESIVES FEVICOL/ANCHOR/DUNLOP/PIDILITE
49 ADHESIVE FOR FLOOR VITRIFIED LATICRETE/FERROUSCRETE/BALLENDURA
TILES, MARBLE STONE, GRANITE
STONE ETC.I
50 LACQUERED GLASS, MIRROR SAINT GOBAIN/GLAVERBEL/MODIGUARD
51 WEATHER SILICON SEALANT WACKER/DOW CORNING/McCOY/ SOUDAL
52 BACKER ROD SUPREME IND LTD./SYSTRANS POLYMERS
53 EPDM GASKET HANU/ANAND
54 FRAME SYSTEM FOR INTERNAL SAINT GOBAIN GYPROC/BOROL/AMS
PARTITION
55 EPOXY MORTAR FOSROC/SIKA/CICO/LATICRETE
56 METAL DECKING SHEET CRIL/RAJINDER ALLOYS LIMITED/
PENNAR INDUSTRIES LIMITED
57 FIRE RETARDANT PAINTS ASIAN PAINTS/BERGER PAINTS/SHALIMAR
58 PU FOAM MM FOAM/SHIELA FOAM
59 CEMENTOUS GROUT XYPEX /FOSROC/KRYTONE
60 CRYSTALINE CEMENTIOUS XYPEX/CONSRUCTION CHEMICALS/
WATERPROOFING COMPOUND KRYTONE
61 STAINLESS STEEL DOOR DORMA/HAFELE/GEZE/HARDWYN/GODREJ
HANDELS, LOCKS AND FITTINGS /KICH
62 FLOOR SRINGS, DOOR CLOSERS, DORMA/HAFELE/GEZE/HARDWYN/GODREJ
PANIC BARS /KICH
63 CALCIUM SILICATE BOARD FOR GYPROC/BORAL/HILUX/AEROLITE
FALSE CEILING
64 METAL CEILING HUNTER DOUGLAS / ARMSTRONG/
LINDNER/ SAINT GOBAIN GYPROC

PART-B 147
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

SL.NO MATERIALS APPROVED MAKE


65 ALUMINIUM SKIRTING ALLOY/BOTTOMLINE/JEB
66 ALUMINIUM CHANNELS ALLOY/BOTTOMLINE/JEB
67 MOISTURE RESISTANT BOARDS ST. GOBAIN GYPROC/BORAL
68 GRASS PAVERS OVILITE/VICTORIA/VIRENDRA TEXTILES
/UNISTONE
69 APP WATERPROOFING STP LTD/ TEXSA/ BITUMAT CO. LTD/TIKITAR/
MEMBRANE DERMABIT
70 GLASS REINFORCED CONCRETE UNISTONE, BIRLA ULTRATECH, MAHESH
JAALIS / SCREENS PREFAB
71 WATER PROOFING COMPOUND PIDILITE/ FOSROC/ CICO
(LIQUID)
72 TOILET CUBICLES MERINO/TRESPA/CENTURY
73 EXPANSION JOINT COVERS CS (CONSTRUCTIONS SPECIALITIES) /
MIGUA/ MCGILL
74 PU WALL COATING BASF, FOSROC, SIKA
75 EPOXY TILE GROUT BASF, LATICRETE, ARDEX ENDURA
76 POLYURETHANE SPRAY BASF, DOW CORNING, LLOYD
INSULATION
77 SILANE SILOXAINE WATER BASF, GE, DOW
REPELLENT COATING
78 CRYSTALLINE WATERPROOFING BASF, XYPEX, SIKA
79 POLYURETHANE FLOORING BASF, FOSROC, SIKA

PART-B 148
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.0 PLUMBING & FIRE FIGHTING WORKS

PART-B 149
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.1 SPECIAL CONDITIONS OF CONTRACT – PLUMBING, SANITARY & FIRE


FIGHTING WORKS:

These special conditions of contract shall be read in along with the general conditions of
contract, Schedule of Quantities, Technical Specifications, Drawings and other
documents relating to the work and shall have preference over laid down general
conditions.

8.1.1. GENERAL :
These special conditions of contract shall be read in conjunction with the other documents
forming part of the contract. In case of any variance, these conditions shall supersedes any
other conditions mentioned in any contract document.
I. Work shall be executed through licensed Plumbing & Fire Protection contractor
approved by Engineer-in-charge.

II. Notwithstanding separate sections of this document, every part of each section shall be
deemed to be supplementary and complementary to every other part and shall be read
with and into the contract, so far as it may be practicable to do so.

III. Contractors shall mobilize and employ sufficient resources to achieve the detailed
schedule within the broad frame work of the accepted methods of working and safety.
The contractor shall provide everything necessary for the proper carrying out of the
work, including tools, plants and other materials.

IV. No additional payment will be made to the contractor for any multiple shift work or other
incentive methods contemplated by him in his work schedules even though the time
schedule is approved by the Engineer-in-charge.

V. The work shall be executed as per the program drawn or approved by the Engineer-in-
charge and it shall be so arranged as to have full coordination with any other agency
employed at site. No claim for idle labour shall be entertained nor shall any claim on
account of the delay in the completion of the building work to be tenable except
extension of time secured by the contractor as stated elsewhere.

VI. The contractor shall permit free access and afford normal facilities and usual
conveniences to other agencies or departmental workmen to carry out connected work
or other work services under separate arrangements. The contractor will not be allowed
any extra payment on this account.

VII. All soil, filth or other matter of any offensive nature taken out of any trench, sewer drain,
cesspool or other place shall not be deposited on the surface, but shall at once be
carted away by the contractor free of charge to a suitable pit or place to be provided by
him.

VIII. The contractor shall provide all equipment, instruments, labour and such other
assistance required by the Engineer-in-Charge for measurement of the work, materials
etc.
IX. If any temporary works are required, the Contractor shall take approval for the same
and bear all responsibility for the same. If required, the contractor shall provide access
roads to the site from the nearest main road at no extra cost and as directed by the
Engineer-in-charge/Architect.

PART-B 150
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.1.2. SCOPE OF WORK :

The scope of work shall be as defined in Technical Specifications, Schedule Of


Quantities and the Drawings. The contractor shall complete the Plumbing & Fire
Protection installation work as illustrated in various sections of contract document and
to entire satisfaction of the Owner/ Project Manager/ Consultant/Architect. Any item not
specifically mentioned in the Schedule Of Quantities but may be required to complete
the installation shall be supplied and installed by Plumbing & Fire Protection contractor
at no extra cost.

I. Without restricting to the generality of the foregoing, the Plumbing/Sanitary Installations


& Fire Protection shall include the following :-

a. Sanitary fixtures and C.P. fittings. (Supply & Fixing)


b. Internal water supply systems for Domestic (cold & hot) & Flushing water
c. Connection from external Water distribution systems with isolation valves &
chambers, piping work lawn hydrant.
d. External sewerage, storm water lines all around the building including Re-charge
pit, external connection to sewer/storm trunk line.
e. Internal Soil, Waste, vent & Rain water piping
f. Fire hydrants, External hydrant & sprinkler piping.
g. Other miscellaneous items like installation of water meter, PRVs etc.
h. Balancing, testing & commissioning of entire system including test reports.
i. Training of staff wherever reqd for operation & control of Hot water system and
RO system.
j. Approval from Local Approving Authority (shop drawing, design and installation
including hydraulic calculation).

II. All incidental jobs connected with plumbing & fire services installation such as
excavation in trenches and back filling, cutting chases in concrete and brick/block and
making good, cutting/ drilling holes through walls, floors and grouting for fixing of
fixtures, Structural supports & other supports as required at site shall be part of
plumbing & fire works.

III. Contractor shall submit the samples/catalogues of each material/equipment giving


technical data. Only after written approval of samples/catalogues from
Consultant/Engineer-in-charge, the Contractor shall place the order.

IV. Preparation of shop drawings - Contractor shall submit the detailed shop drawings
after coordinating with structural, architectural and other services drawings. All
structural openings & pipe sleeves shall be identified. Shop drawings shall be furnished
within four weeks after the award of the contract.

V. Contractor shall furnish and install a complete working plumbing & fire services
installation as per approved shop drawings and as described in this specifications and
as per the latest BIS codes. If any item(s) of work(s) which are explicitly/implicitly not
specified in B.O.Q. but are necessary either as per specifications/BIS Codes or as per
mandatory / local authority requirements; these shall be identified by the contractor with
cost implication at the time of submission of tender (as an annexure) failing which no
claims to this respect shall be permitted during execution of the contract.

VI. Before starting the work at site the contractor shall examine all services drawings and
report to Architect/ Consultant for discrepancies and obtain clarifications. Any work

PART-B 151
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

done without regard or consultation with other trades, shall be removed by the
contractor without additional cost to the owner.

VII. Cleaning of all fixtures/equipment and piping including flushing of all pipe work to
remove any foreign matter shall be carried out in sections as the work progresses.

VIII. Contractor shall temporarily cover & protect all fixtures, equipments & open pipe ends
etc. It is the responsibility of the Contractor to protect all the installed fixtures/fittings and
all equipments until the time of testing, commissioning & handing over to the owners.

IX. Painting of all concealed and exposed pipes, equipment as specified including weather
proof treatment on exposed/ burried pipe work shall be part of this contract, even if it is
implicitly/explicitly not specified in B.O.Q.

X. Testing & commissioning of all systems in full including submission of test reports.

XI. Contractor shall submit as installed drawings, operation and maintenance manual for
all equipments/operations etc. Framed operating & maintenance instructions shall be
provided by him.

XII. All materials used on the works shall be new and of the best quality available,
conforming to the relevant specifications and as per good engineering practice. Prior
approval shall be obtained in writing from the consultant/ Engineer-incharge for all
materials proposed and when necessary, approved sample duly identified and labeled
shall be deposited with the consultant/ Engineer-in-charge and shall be kept at site. List
of approved make indicates make/ manufacturer generally acceptable but final choice
of make / manufacturer generally and material & models shall be with the consultant /
Engineer-in-charge. The contractor shall provide all materials from the list of approved
makes.

XIII. Contractor shall submit the list of various manufacturers/ suppliers/dealers including
their detailed addresses & telephone numbers from whom the various materials/
equipment shall be purchased.

XIV. Quoted rates shall be firm during the execution of the contract.

8.1.3. RATES:
I. The rates quoted shall be deemed to allow for all minor extras and constructional
details which are not specifically shown on drawings or given in the specifications but
are essential in the opinion of the Engineer-in-charge/ Consultants for the execution of
works to conform to good workmanship and sound engineering practice. The Engineer-
in-charge/ Consultants reserve the right to make any minor changes during the
execution without any extra payment.
If any discrepancy is noticed between Special Conditions, General Conditions of
Contract, Specifications, Bills of Quantities and Drawings, the most stringent of the
above shall apply for execution of the work without any extra payment.

II. The Consultants/Engineer-in-charge decision to clarify any item under minor changes,
minor extras and constructional details shall be final, conclusive and binding on the
Contractor.

III. The rates quoted by the Contractor shall be nett so as to include all the requirements
described in the contract agreement and no claim whatsoever due to fluctuations in the
price of material and labour will be entertained.

PART-B 152
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

IV. The rates quoted by the Contractor shall include for supplying materials and labour
necessary for completing the work in the best and most workmanship like manner to the
satisfaction of the Engineer-in-charge /Consultants and which in the opinion of the
Consultants cannot be made better. The rates shall be complete in all respects
including cost of materials, erection, fabrication, labour, supervision, tools and plant,
transport, sales and other taxes, royalties, duties and materials, contingencies,
breakage, wastage, sundries, scaffoldings, etc on the basis of works contract. The
rates quoted shall include all taxes, duties, transport, insurances, octroi, or any other
levies applicable under the statute. All of the aforesaid taxes, duties, levies, fees and
charges shall be to the contractor‟s account and the Owner shall not be required to pay
any additional or extra amount on this account. Variation of taxes, duties, fees, levies
etc if any, till completion of work shall be deemed to be included in the quoted rates and
no extra claim on this account will in any case be entertained. If a new tax or duty or
levy or cess or royalty or octroi is imposed under as statue or law during the currency of
contract the same shall be borne by the contractor.

V. In case the rates of identical items under different sub-heads/parts are different, the
lowest of these will be taken for the purpose of making the payments.

VI. The rates for different items are for all heights, depths, widths and positions, unless
otherwise specified against the item. No claim in respect of any leads/lifts for any item
specified in the Schedule of Quantities, for which separate items for lead/lift do not
exist in that schedule, will be entertained.

VII. The work shall be executed as per the programme drawn or approved by the Engineer-
in-charge and it shall be so arranged as to have full co-ordination with any other agency
employed at site. No claim for idle labour shall be entertained nor shall any claim on
account of delay in the completion of the work be tenable except extension of time
secured by the contractor on request to be submitted to the Engineer-in-charge.

VIII. The Contractor shall permit free access and afford normal facilities and usual
convenience to other agencies or departmental workmen to carry out connected work or
other services under separate arrangements. The Contractor will not be allowed any
extra payment on this account.

IX. The contractor shall provide all equipments, instruments, labour and such other
assistance required by the Engineer-in-charge for measurement of the works, materials
etc.

X. Even though the payment shall be effected under different items in the schedule of
quantities, the various items in the schedule of quantities shall be deemed to cover all
aspects of the work for the completion of the work as per drawings, from excavation to
the finishing not withstanding any space adjustment possible omission in the description
of the item and specifications thereof regarding incidental items of work, without which
the whole work cannot be deemed to have been included under the scope of the
different items of the schedule of quantities. The Contractor is advised to keep this in
mind while quoting rates as no claims in this regard shall be entertained.

XI. All rates quoted are inclusive of cutting holes and chases in walls and floors and making
good the same with cement mortar/concrete/water proofing of appropriate mix and
strength as directed by Engineer-in-Charge. Contractor shall provide holes, sleeves,
recesses in the concrete and masonry work as the work proceeds.

PART-B 153
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.1.4. AWARENESS OF SITE CONDITIONS AND CARRYING OUT OF SITE INSPECTION


PRIOR TO TENDER SUBMISSION :

Prior to the preparation and submission of his Tender, the Contractor shall make
visits to the site and carry out all the necessary inspections and investigations in
order to obtain all information and to make his own assessment of the conditions
and constraints at site, including the means of access to it. The Contractor shall
make himself aware of all the features of the site and the working conditions and
space and shall, in general, be responsible for obtaining all the necessary and
requisite information needed for him to prepare and submit his Tender.

Should the Contractor require any clarifications he shall seek these in writing from the
Construction Manager before submitting his Tender. At no stage will any extra claims
be entertained or allowed on any matter or for any reason arising from or as a
consequence of the Contractor's failure to comply with all the requirements stipulated in
this Clause.

8.1.5. WORK AND WORKMANSHIP :

I. To determine the acceptable standard of workmanship, the Engineer-in-charge may


order the Contractor to execute certain portions of works and services under the close
supervision of Engineer-in-charge. On approval, these items shall be labelled by them
as guiding samples so that further works are executed to conform to these samples.

8.1.6. CO-ORDINATION WITH OTHER CONTRACTORS AND AGENCIES :

The Contractor during the execution of the Works shall co-ordinate with other
Contractors, and other Agencies associated with the Project and shall work in harmony
with them without causing any hindrance or obstruction or impeding the progress of
their work in any way.

I. The other Contractors and Agencies that the Contractor shall be required to coordinate
with are:

a. Civil Works Contractor.


b. HVAC Contractor.
c. Electrical Contractor.
d. Building Automation System Contractor.
e. Security System Contractor.
f. Suppliers of other agency supplied materials.
g. Any other agencies related to the work.

In respect of the work of other Contractors and Agencies, where the commencement or
progress of such work of any other Contractor, or Agency is dependent upon the
completion of particular portions of the Contractor's Works or generally upon the
Contractor maintaining progress in accordance with the approved coordinated
construction programme, it shall be the responsibility of the Contractor to complete such
portions and maintain such progress.

Should any differences arise between the Contractor and the other Contractors, and
Agencies, these shall immediately be brought to the attention of the Engineer-in-charge
who after reviewing the matters causing the differences will give their decision which
shall be final and binding on the Contractor.

PART-B 154
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

II. Co-ordination with Fire Alarm & Fire Protection System Contractor

a. Co-ordinate with fire alarm contractor to get the complete information regarding the
interference of Fire Alarm /Fire Protection System cable routes/piping routes if any
other.

III. Co-ordination with Civil Contractors

a. To prepare detailed shop drawings for related Plumbing & fire fighting works in
accordance with the civil construction drawings.

b. To provide all pipes, boxes, sleeves, insert plates, supports, openings etc., necessary
for the Plumbing & fire fighting installation in compliance with construction programme.

c. To co-ordinate with the civil work contractor, for provision of drain channels, trenches if
any other.

IV. Co-ordination with HVAC Contractor

a. To co-ordinate Plumbing & fire System pipelines crossing with pipes & ducts of HVAC
System.

b. To provide drain points in AHU rooms/Fan Coil Units if any other.

V. Co-ordination with Electrical works Contractor:

a. To co-ordinate bus duct crossing of pipes.

b. To co-ordinate Plumbing & fire pipes routing with regard to electrical works if any other.

VI. Co-ordination with Building automation and Security System Contractor:

The scope of Plumbing & Fire Protection Contractor shall include the following for the
interface to Building Automation System.

a. Stop/Manual/ Auto switches along with potential free contacts for monitoring the manual
operation status, to be provided for those equipment whose start / stop is controlled by
Building Automation System.

b. Potential free ‘NO’ contacts for monitoring ‘Run’ status of equipment wherever required.

c. Installation of current transformer & Transducer along with wiring between Current
Transformer & Transducer up to the terminal block shall be provided by the Plumbing &
Fire Protection contractor. All transducers shall be supplied by BAS contractor.

d. The low voltage BAS Cables shall be brought up to the Plumbing & Fire Protection
system panel by BAS contractor and all terminations into the Plumbing & Fire Protection
panels shall be made by Plumbing & Fire Protection contractor after being satisfied of
the wiring system. The final responsibility for the sufficiency, adequacy and conformity
to the contract requirements, of the system, lies solely with the contractor if any other.

PART-B 155
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.1.7. ASSOCIATED CIVIL WORKS :

Following civil works associated with Plumbing & Sanitary installation are excluded from
the scope of this tender. These shall be executed by Civil Contractor in accordance with
approved shop drawings of and under direct supervision of Plumbing & Sanitary
contractor.

I. UG/OH water tanks.


II. Drainage & Sewage sumps if any other.

8.1.8. RESTRICTED AREA:

I. For all purposes of this contract the site is considered as a Restricted Area. The
Contractor shall ensure that he obtains entry passes for all his workmen and employ-
ees. The Contractor shall obtain special permission in writing from the Owner if he
desires to continue working beyond office hours or on Holidays. The Contractor shall
also observe and abide by the security regulations applicable during the currency of the
contract.

8.1.9. PROTECTION OF OTHER CONTRACTOR'S WORKS AND SAFETY OF


PERSONNEL AT SITE :

Since many other contractors and agencies will be engaged on site and working
simultaneously, the Contractor shall ensure at all times that during the execution of his
work or during the operations and movements of equipments and supply vehicles and
machinery, no damage or injury is caused to the work or property or personnel of other
contractors and agencies.
In case of any such loss or damage the Contractor shall take full responsibility for same
and shall bear all cost and expenses thereof. Also, the Contractor shall be responsible
and liable for all delays caused due to such damage and or injury and for the
consequences which the other Contractors and Agencies may have to face or to which
they may be subjected to or be accountable for as a result of such delays.

8.1.10. SAFETY OF MATERIALS :

The contractor shall provide proper and adequate storage facilities to protect all the
materials and equipment against damage from any cause whatsoever.

8.1.11. DELETED

8.1.12. TOOLS, TACKLES, EQUIPMENTS & SCAFFOLDING :


All tools, tackles & equipments necessary for the electrical installation and testing shall
be provided by the contractor. The quoted rates shall take into account for providing
any such equipment, which may not form part of the installation, but are necessary for
the execution of the job. Contractor shall be responsible to make his own arrangement
to provide scaffolding/ supports etc., necessary for his work. However the contractor
may use the civil contractors scaffoldings if available with prior understanding with the
civil contractors.

PART-B 156
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.1.13. ACTUAL ROUTE OF PIPE LINES :

The location of the Plumbing & Sanitary & fire pipe lines , indicated in the drawing is
only indicative. The actual route of Plumbing & Sanitary & fire pipe lines may differ from
the plans according to the details of the building construction and the conditions of
executions of the installations.

The contractor shall supply and install at his expense all secondary materials and
special fittings found necessary to overcome the interference and to supply the
modifications on the route of Plumbing/fire pipe lines that are found necessary during
the work, to the complete satisfaction of the Engineer-in-Charge.

8.1.14. DRILLING/CUTTING :

The contractor shall have to do all drilling and cutting of walls or other elements of the
building for the complete and proper installation of the pipe lines and other equipments
by using electrically operated tools. Manual drilling or chiseling shall be permitted on
special request only.

Beams, girders and other principal structural members shall not be cut or drilled unless
prior permission has been granted by the Engineer-in-charge.

If such drilling and cutting are made on finished surfaces, any marring of the surfaces
shall be made good by repair at the Plumbing & Sanitary Contractor's expense.

8.1.15. PLASTERING OF WALL CHASES/OPENING ETC., :

All chases and openings made by the contractor for his pipe lines/fixtures shall be
filled/covered over with cement plaster in reasonable manner, to be finished by the civil
contractor.

Before rough plastering on the pipe surfaces the concealed pipes shall be secured to
the wall by using proper supports/clamps.

8.1.16. MANUFACTURERS :

Where manufacturers have furnished specific instructions relating to the materials


used in this job, covering points not specifically mentioned in these documents, these
instructions shall be followed in all cases.

Where manufacturer's names and/or catalogue numbers are given, this is an indication
of the quality, standards and performance required.

For items not covered under the `List of Approved Makes', contractor shall offer items
of first class quality, standards and performance and obtain the approval of Engineer-in-
charge /Consultants before procuring them.

Where interfacing occurs, equipment shall be mutually compatible in all respects.

PART-B 157
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.1.17. RATING :

Rating of all items shall be appropriate for the conditions on the particular site on which
the item will be used. All the equipment shall be fit for continuous work under the most
severe conditions of site.
8.1.18. INSPECTION AND TESTING :

The Construction Manager reserves the right to request inspection and testing at
manufacturer's works at all reasonable times during manufacture of items for this
contract. Tests on site of completed works shall demonstrate, among other things :

That the equipment installed complies with specification in all particulars and is of the
correct rating for the duty and site conditions.

That all items operate efficiently and quietly to meet the specified requirements.

The contractor shall provide all necessary instruments and labour for testing, shall
make adequate records of test procedures and readings, shall repeat any tests
requested by the Engineer-in-Charge and shall provide test certificates signed by a
properly authorised person. Such test shall be conducted on all materials and
equipments and on completed work as called for by the Engineer-in-Charge.

If it is proved that the installation or part there of is not satisfactorily carried out then the
contractor shall be liable for the rectification and retesting of the same as called for by
the Construction Manager/ Consultants at the cost of the contractor. The Engineer-in-
charge/ Consultants decision as to what constitutes a satisfactory test shall be final.

The above general requirements as to testing shall be read in conjunction with any
particular requirements specified elsewhere. All tests shall be carried out by a test
house approved by the Engineer-in-charge.

8.1.19. SAMPLES AND CATALOGUES :

Before ordering the material necessary for these installations, the contractor shall
submit to the Engineer-in-Charge for approval, a sample of every kind of material such
as pipe line & fittings, insulation of hot water lines etc.

Also contractor shall ensure that the dimensional details of the equipment fit into the
allotted space provided in the building.

8.1.20. DRAWINGS :

I. The contractor shall prepare and submit to the Engineer-in-charge for his approval six
(6) sets of detailed layout drawings of all Plumbing & fire fighting equipments and piping
layouts.

II. He shall prepare shop drawings incorporating the details given by manufacturers for the
items included in his contract and also and any other items which need to be
coordinated with other contractors for interfacing.

III. Before starting the work, the contractor shall submit to the Engineer-in-charge for his
approval in the prescribed manner, the shop/execution drawings for the entire
installation.

PART-B 158
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

IV. The Engineer-in-Charge, reserves the right to alter or modify these drawings if they are
found to be insufficient or not complying with the established technical standards or if
they do not offer the most satisfactory performance or accessibility for maintenance.
Contractor shall supply in eight (8) sets of all approved shop drawings from
Consultant/Architect for execution.

V. Shop drawings shall be submitted under the following conditions :-

a) Large scale drawings showing fixing detail of fixtures, equipment and showing co-
ordination with other services.
b) Showing any change in layout in the Plumbing & fire drawings.
c) Equipment layout, piping and wiring diagram.
d) Manufacturer’s or Contractor’s fabrication drawings for any materials or equipment
supplied by him.

VI. The contractor shall submit four copies of catalogues, manufacturer’s drawings,
equipment characteristics data or performance chart as required by the Engineer-in-
Charge.

8.1.21. "AS BUILT" DRAWINGS :

At the completion of work and before issuance of certificate of completion the contractor
shall submit eight (8) sets to the Engineer-in-charge layout drawing drawn at
appropriate scale indicating the complete Plumbing & Sanitary system "as installed".

8.1.22. INSTRUCTION/MAINTENANCE MANUAL :

The Contractor shall prepare and produce instruction, operation and maintenance
manuals in English for the use, operation and the maintenance of the supplied
equipment and installations, and submit to the Engineer-in-charge in (8) copies at the
time of handing over. The manual shall generally consist of the following:
a) Description of the project.
b) Operating instructions.
c) Maintenance instructions including procedures for preventive maintenance.
d) Manufacturers catalogues.
e) Spare parts list.
f) Trouble shooting charts.
g) Drawings.
h) Type and routine test certificates of major items.
i) One (1) set of reproducible `as built' drawings.

8.1.23. COMPLETION CERTIFICATE :

On completion of the Plumbing & Sanitary installation a certificate shall be furnished by


the contractor countersigned by the licensed supervisor, under whose direct supervision
the installation was carried out. This certificate shall be in the prescribed form as
required by the local supply authority. The contractor shall be responsible for getting the
Plumbing & Sanitary installation inspected and approved by the local concerned
authorities and for obtaining the necessary clearance certificates from the authorities.

PART-B 159
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.1.24. GUARANTEE :

At the close of the work and before issuance of final certificate of completion by the
Engineer-in-charge, the contractor shall furnish written guarantee indemnifying the
owner against defective materials and workmanship for a period of two years after
handing over. The contractor shall hold himself fully responsible for reinstallation or
replacement, free of cost, the following : -

I. Any defective work or material supplied by the Contractor.

II. Any material or equipment supplied by the other agency which is damaged or destroyed
as a result of defective workmanship by the contractor.

III. Any material or equipment damaged or destroyed as a result of defective workmanship


by the contractor.

8.1.25. RATE ANALYSIS :

At anytime and at the request of the Engineer-in-charge the contractor shall provide
details or breakdown of costs and prices of any part or parts of the works.

8.1.26. STAFF :

The contractor shall employ competent fully licensed qualified, full time engineers to
direct the work of Plumbing & fire installation in accordance with the drawings and
specifications.

The engineers shall be available at all times at site to receive instructions from the
Engineer-in-charge, in the day to day activities throughout the duration of contract. The
engineer shall correlate the progress of the work in conjunction with all the relevant
requirement of the supply authority.

8.1.27. SAFETY BARRIERS AND CONSTRUCTION SAFETY :

The Contractor shall at his own cost provide for the protection and safety of the persons
working in the area, safety barriers around all openings in every location and at the
periphery and edges of all slabs, staircases and stairwells, lift shafts, ducts etc., all to
the approval and satisfaction of the Engineer-in-charge.However contractor shall take
appropriate safety precautions suitable for specific locations/ situations and as
instructed by the Engineer-in-charge.

The Contractor shall, in general, be fully responsible for all matters with regard to every
form of safety during construction and in connection with the execution of the Works,
and the Contractor shall take all necessary precautions and provide at his cost
everything necessary to ensure such safety at all times. Should any accidents occur
due to the Contractor's failure to comply with such safety requirements and to take all
other safety measures necessary, the Contractor shall be fully responsible for all such
accidents and he shall bear and pay for all costs and damages in connection therewith
and as a consequence thereof. The Contractor shall indemnify the Owner from and
against all claims in this regard.

The Engineer-in-charge shall have powers to withhold amounts from payment


certificates in case of Contractor's persistent non compliance with provisions of this

PART-B 160
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

clause. Also the Engineer-in-charge is empowered to employ another agency at


Contractor's cost after one week's notice to implement this Clause in case of Con-
tractor's non compliance with provisions of this Clause.

8.1.28. DISPOSAL OF RUBBISH FROM THE WORKS AND THE SITE AND PROVISION OF
SAFETY NETTING/SCREENS BY CONTRACTOR :

The Contractor shall at all times keep the Works and the site in clean, neat and tidy
condition. All rubbish from the Works and the site shall be collected and deposited in
large bins provided on the site for such purpose by the Contractor at his own cost. The
rubbish from such bins shall be regularly carted away by the Contractor to rubbish tips
and dump yards beyond the site.

At no time or stage shall any rubbish be thrown over the edges of slabs or through any
openings or shafts or ducts or stairwells.

The Contractor shall, at his own cost and to the approval and satisfaction of the
Engineer-in-charge, provide safety netting/screens at the periphery of all slabs and at
all openings, shafts, ducts and stairwells and/or canopies to prevent any rubbish or
material falling over or into such areas and endangering the safety of the persons
working below. Should the Contractor fail to provide such safety measures and to take
other necessary precautions in accidents that may occur, he shall bear all costs and
damages as decided by Construction Manager in connection therewith and as a
consequence thereof. The Contractor shall indemnify the owner from and against all
claims in this regard.

The Engineer-in-charge shall have powers to withhold amounts from payment


certificates in case of Contractor's persistent non compliance with provisions of this
clause. Also the construction Manager is empowered to employ another agency at
Contractor's cost after one week's notice to implement this Clause in case of
Contractor's non compliance with provisions of this Clause.

PART-B 161
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.1.29. SANITARY ARRANGEMENTS AT SITE :

Contractor shall provide and install adequate latrines and urinals for use by the
workmen around the periphery of the site. He shall ensure that the workmen shall avail
of this facility and not commit any nuisance within the area under construction. This
provision shall be strictly enforced by the contractor.

8.1.30. SPACE FOR CONTRACTOR'S CONSTRUCTION YARD, STORES, LABOUR CAMPS


ETC., :

The owner shall provide adequate storage/office space to the contractor for his use.
The space has to be maintained/constructed by the contractor as per his usage
requirements.

The contractor shall make his own arrangement for the housing and welfare of his staff
and workmen including adequate drinking water facilities. The contractor shall also
make the arrangements at his own cost for transport where necessary for his staff and
workmen to and from site of work at his own cost.

The contractor shall provide suitable arrangement for fire fighting at his own cost.
All spaces allotted to the contractor, as described above shall be vacated and all
structures removed from site at any time as and when required and directed by the
relevant authorities or by the Owner, unconditionally and without any reservation. The
authorities or the Owner will not be obliged to give any reason for such removal. Upon
receiving instructions to vacate the space, the contractor shall immediately remove all
his structures, materials, etc., from the spaces and clear and clean-up the site to the
satisfaction of the Construction Manager.

It shall be the specific responsibility of the Contractor to safeguard the site and ensure
that no illegal encroachments are made by outside elements within the area allotted to
the Contractor. Upon completion of the work or earlier as required by
Owner/Authorities, the Contractor shall vacate the land totally without any reservations.
Necessary Bond to this effect on a stamp paper shall be signed by the contractor in a
prescribed form.

The Performance Bond and/or guarantees towards retention amount furnished by the
Contractor shall not be released until the spaces allotted to the contractor are fully
vacated and handed over to the owner as per the instructions of the Owner.

8.1.31. FENCING AND SECURITY :

The Contractor will arrange to erect, at his cost, barbed wire or other appropriate fence
around the infrastructure site, with entry/exit gates at suitable points. The Contractor
shall, at his own cost, provide and erect suitable fencing around the spaces allotted to
him at the infrastructure sites to ensure the security of his men, materials and
equipment within the sites and in relation to other contractors who will also be allotted
spaces at above sites.

The security of workmen, materials, equipment stores, etc., within the area allotted to
the contractor shall be the responsibility of the contractor.

PART-B 162
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.1.32. CARRYING OUT WORK BEYOND NORMAL WORKING HOURS OR IN SHIFTS :

In order to achieve the milestone and completion dates and to keep pace with the
approved construction programme, the Contractor shall be permitted to carry out his
work beyond the normal working hours or in shifts. The Contractor shall be responsible
for obtaining any necessary permissions from the relevant authorities that may be
required for him to carry out the work beyond the normal working hours or in shifts.
Also, the Contractor shall give prior notice to and make arrangements with the
Construction Manager for the supervision of work carried out beyond the normal
working hours or in shifts. The Contractor shall make his own arrangements in respect
of the provision of adequate lighting and any other facilities that may be required for
carrying out the work beyond the normal working hours or in shifts. No extra payments
shall be made to the Contractor for or in connection with any such overtime or shift
work. The Contractor will not be required to bear the overtime expenses of the
Engineer-in-charge in respect of the supervision of such overtime or shift work of the
Contractor.

8.1.33. USE OF CIVIL CONTRACTOR'S ESTABLISHED/ AVAILABLE FACILITIES AT SITE


BY SPECIALIST AND SERVICES CONTRACTORS/ NOMINATED SUB-
CONTRACTORS :

The civil contractor at his discretion may allow the use of his established/available
facilities at site such as storage, scaffolding, lifting and hoisting, other plant and
machinery, means of access, water, power, labour camp etc to the Contractor subject
to prior arrangements being made by the contractor with the civil work Contractor.

8.1.34. PERIOD AND TIME LIMIT FOR COMPLETION OF WORKS :

The period and time limit for Completion of the Works shall be 18-24 Calendar Months
from the date of issue of Work Order to commence works or handing over of site in
respect of the award of Contract. This time period shall be inclusive of the mobilisation
period and monsoon period.

8.1.35. PROFESSIONAL INTEGRITY AND TEAM SPIRIT :

It is the intent of the Owner, Architect and Engineer-in-charge that this project will be
executed in a spirit of team and full professional integrity. Contractor is expected to
cooperate with all the agencies involved in the project to fulfill this objective.

8.1.36. MALPRACTICES :

The Contractor shall not try to influence in any manner the employees, staff or anyone
else of the Owner, Architect and his Consultants and Engineer-in-charge by offering
undue favours, monetary gains, or any such illegal gratifications for any reason
whatsoever. If it is established that the Contractor has indulged in such activity, the
Owner reserves the right to terminate the Contract forthwith.

8.1.37. LIST OF APPROVED MAKES:

Unless otherwise specified and expressly approved in writing by the Engineer-in-


Charge /only material of makes and specifications as mentioned in the list of approved
makes attached with the specification shall be used.

PART-B 163
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

List of approved make indicates make/ manufacturer generally acceptable but final
choice of make / manufacturer generally and material & models shall be with the
consultant / Engineer-in-charge. The contractor shall provide all materials from the list
of approved makes.

On Instruction of Engineer-in-Charge the Contractor shall submit samples of materials


proposed to be used in the works. Approved samples shall be kept in the office of the
Engineer-in-Charge and returned to the Contractor at the appropriate time.

8.1.38. WATER, POWER AND OTHER FACILITIES

The rate quoted by the contractor shall include all expenses that are required for
providing all the water required for the work. The SAU will not be liable to pay any
charges in connection with the above.
The rate quoted in the tender shall include the expenses for obtaining and maintaining
power connections and shall pay for the consumption charges.
The contractors for other trades directly appointed by the SAU shall be entitled to take
power and water connections from the temporary water and power supply obtained by
the contractor. However the concerned contractor shall make their own arrangements
to draw the supply and pay directly the actual consumption charges at mutually agreed
rates between them. All municipal charges for drainage and water connection for
construction purposes shall be borne by the contractor and charges payable for
permanent connections, if any, shall be initially paid by the contractor and the SAU will
reimburse the amount on production of receipts.

8.1.39. REFERENCE POINTS :

Contractor shall provide permanent bench marks, flag tops and other reference points
for the proper execution of works and these shall be preserved till the end of the work.
All such reference points shall be in relation to the levels and locations, given in the
architectural and plumbing drawing.

8.1.40. REFERENCE DRAWINGS :

The Contractor shall maintain one set of all drawings issued to him as reference
drawings. These shall not be used on Site. All important drawings shall be mounted on
boards and placed in racks indexed, no drawings shall be rolled.
All correction, deviations and changes made on the site shall be shown on these
reference drawings for final incorporation in the completion drawings. All changes to be
made shall be initialled by Engineer-in-Charge or Architect.

8.1.41. PAYMENT TERMS:

Payment against supply, installation, testing & commissioning of equipment shall be


made as given below:-

1 Terms of Payment a) 75 % on delivery of material at site in good


condition along with test reports etc.
b) 10% on erection along with associated work
(ready for testing and commissioning).
c) 10% on testing and commissioning.
d) 5% on handing over

PART-B 164
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.1.42. OPERATION AND MAINTENANCE:

This section covers the maintenance schedule during 2 year Defects Liability Period
(DLP) and 3 subsequent consecutive years payable as per quoted price.

The maintenance provided during the DLP shall be fully comprehensive and shall
include but not limited to all equipments, labour part and emergency calls providing and
site response within 24 hours. However for the 3-year period beyond DLP, the
consumable materials shall be arranged by the department.

Contractor shall be required to carry out the operation of the Plumbing & Fire Fighting installation
for the defects liability period. Further, he shall also be required to carry out operation and all
inclusive comprehensive maintenance of the entire system for a period of Three (3) years
beyond the defects liability period. However, during the operation, a snag list shall be issued to
contractor for further minor modification if any without any cost implication.

I. List of items under DLP and maintenance

S. Item Description Remarks


No.
DLP Maintenanc
e
1 RO SYSTEM including all pumps and other Yes Yes
equip.
2 HOT WATER SYSTEM including all pumps and Yes Yes
other equip.
3 SWIMMING POOL FILTERATION SYSTEM Yes Yes
including all pumps and other equip.
4 SOLAR SYSTEM Yes Yes
5 Fire Fighting system including pumps and other Yes Yes
equp.

II. All Inclusive Maintenance Contract


a. Scope.
The AMC shall cover all the items installed by the contractor.
b. Routine Preventive Maintenance Schedule to be submitted
1. Schedule to cover manufacturer’s recommendation and/or common
engineering practice (for all plant and machinery under contract).
2. Plant and machinery history card giving full details of equipment and
frequency of checks and overhaul.
3. Monthly status report.
4. Entire Plumbing & fire fighting installation to be repainted in fourth year (from
commissioning) before the expiry of operation and maintenance contract.
c. Uptime during maintenance contract
1. 98% uptime of all systems under contract.
2. Up time shall be assessed every month and in case of shortfall during any
month the contract shall be extended by a month.
3. There shall be no reimbursement for the extended period.
4. Break-downs shall be attended to within ten hours of reporting.

d. Manpower
1. Adequate number of persons to the satisfaction of the Engineer In-charge
shall be provided including relievers.

PART-B 165
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

2. Statutory requirements of EPF, ESIC and other applicable labour legislations


to be complied with; and monthly certification to that effect to be submitted.
3. Duty allocation and Roaster control shall be contractor’s responsibility.
4. No overtime shall be payable by Owner for any reason whatsoever.
e. Shut Downs
1. Routine shut downs shall be permitted only as allowed by the Chief
Engineer.
2. Contractor shall be at liberty to carry out routine maintenance as and when
required but with prior permission of the Owner.
f. Payment Terms
1. Quarterly payment at the beginning of each quarter on pro-rata basis.

8.1.43. DECLARATION:

I/We have inspected the site of works and have made me/us fully acquainted with the
local conditions in and around the sites of works. I/We hereby declare that I/We have
gone through the conditions laid down in the Notice Inviting Tender, General Conditions
of Contract, Special Conditions of Contract, Technical Specifications and understood
the same and on the basis of the same I/We quoted our rates in the schedule of
quantities attached with the tender documents. I/We shall also uniformly maintain such
progress with the work, as may be directed by the Owner/Architects to ensure
completion of same within the target date as mentioned in the tender documents.

__________________
Signature of Tenderer

Witness: Address:

________________________

_______________________

Date:

PART-B 166
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

ANNEXURE - I TO SPECIAL CONDITIONS SUBMITTALS TO BE MADE BY THE


CONTRACTOR DURING THE EXECUTION OF THE WORK

1. Weekly progress report including number of men employed under each trade,
Equipments at site etc.

2. Fortnightly progress report showing progress against programme.

3. Programme of work for the forth coming week.

4. Labour and Equipment Deployed at site - programmed requirement VS actual deployed


-- weekly.

5. Updated approved monthly pert chart along with monthly progress chart -- weekly.

6. Construction Materials by Contractor : status and mobilisation programme - Fortnightly.

7. Other agency supplied Materials for the coming (next) month - monthly.

8. Reconciliation of supplied materials -- Monthly.

9. Value of work anticipated to be done in the forth coming month including value of any
materials / equipment of large value -- Monthly.

PART-B 167
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.2 TECHNICAL SPECIFICATIONS FOR PLUMBING & SANITARY WORKS

8.2.1. APPLICABLE CODES AND STANDARDS

All equipment, supply, erection, testing and commissioning shall comply with the
requirements of Indian Standards and code of practice given below as amended upto
the date of submission of Tender. All equipment and material being supplied shall meet
the requirements of BIS and other relevant standard and codes.

Plumbing Works:

Vitreous Chinaware - IS:2556 - 1974 (Part - I)


- IS:2556 - 1981 (Part - II)
- IS:2556- 2556 (Part - III)

Ball Valve - IS:1703 - 1977

Cistern Brackets - IS: 775 - 1970

Toilet Seat Cover - IS:2548 - 1983

Vitreous China Cistern - IS:2326 - 1987

Sand Cast Iron Pipes and Fittings - IS:1729 - 1979

Spun Cast Iron Pipes and Fittings - IS:3989 - 1984

GI Pipes - IS:1239 - 1979

Galvanising for GI Pipes - IS:4736 - 1986

Pipe Threads - IS: 554 - 1985

Milleable Iron Fittings - IS:1879 - 1987

Cast Iron Sluice Valves - IS: 780 - 1984

Full Way Valves - IS: 778 - 1984

Brass Ferrule - IS:2692 - 1978

Stone Ware Gully Trap - IS: 651 - 1980

RCC Pipes - IS: 458 - 1971

Cast (Spun) Iron Fittings - IS:1538 - 1976

Pig Lead - IS: 782 - 1966

UPVC Pipes and Fittings - IS:4984

Specification for Caulking Lead - IS:782

Code of Practice for laying of concrete - IS:783

PART-B 168
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.2.2. MATERIALS AND WORKMANSHIP

1. INTRODUCTION

This part of the Specification sets out the general standards of materials to be supplied
and the workmanship required to be ensured by the Contractor and mention of any
specific material or Plant does not necessarily imply that such is included in the Works.
All component parts of the Works shall, unless otherwise specified, comply with the
provisions of this part or be subject to the approval of the Engineer.

The names of the manufacturers of materials and equipment proposed for incorporation
in the Works together with performance, capacities, certified test reports and other
significant information shall be furnished by the Contractor.

2. COMPLIANCE WITH STANDARDS:

Where reference is made in the Specification to a British Standard Specification


(hereinafter abbreviated to ‘B.S.’) issued by the British Standards or to an Indian
Standard Specification (I.S.) issued by the Buereau of India Standards, American
Society for Testing and Materials (ASTM) or American National Standards Institute
(ANSI) or to any other equivalent standard it shall be to the latest revision of that
standard at the tender opening date.

The Contractor may propose at no extra cost to the Employer, the use of any relevant
authoritative internationally recognized Reference Standard, including Indian Standard.

All details, materials and equipment supplied and workmanship performed shall comply
with these standards. If Contractors offer equipment to other standards, the equipment /
material should be equal or superior to those specified and full details of the difference
shall be supplied.

In the event of conflict between this specification and the codes for equipment,
provisions of this specification shall govern.

3. MATERIALS – GENERAL

• All materials used in the works shall conform to the specifications attached herewith and
latest relevant I.S. Specifications.
• As far as possible materials bearing I.S. certification marks or makes approved by
Consultant / Architect/Engineer-in-charge shall be used with the approval of the
Engineer-In-Charge.
• Unless otherwise specified and expressly approved in writing by the Engineer-In-
Charge, materials of makes and specifications mentioned in this document/BOQ shall be
used.
• Samples of all materials including all mechanical items shall be got approved before
placing order and the approved samples shall be deposited with Construction Manager.
• If directed, materials shall be tested in an approved testing laboratory and the contractor
shall produce the test certificate in original to the Construction Manager and the entire
charges for original as well as repeated tests shall be borne by the Contractor. If
required by the Construction Manager, the Contractor shall arrange to test portions of
the work at his own cost in order to prove their soundness and efficiency. If after any
such test the work or portions of work is found in the opinion of the Construction
Manager, to be defective or unsound, the Contractor shall pull down and re-do the same
at his own cost. Defective materials shall be removed from site.
• It shall be obligatory for the Contractor to furnish certificates if demanded by the
Construction Manager from manufactures or materials suppliers, that the work has been
carried out by using their material and installed/fixed as per their recommendations
• Cement: Cement, required, for the plumbing work shall be supplied to the Contractor
PART-B 169
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

through the Civil Contractors. However, the contractor will have to make his own
arrangement to lift the cement from the godown to the site. Cost of cement issued will be
recovered from contractor.
• Cement shall be stored in weather proof shed with raised wooden plank flooring to
prevent deterioration by dampness or intrusion by foreign matter. Storing of cement and
quality of cement shall be as specified in relevant clauses of I.S. Codes
• Sand: Sand shall be clean, shells, free from silt, clay, loam, shells, vegetable matter and
be as approved by the Construction Manager. Sand used shall conform to relevant
codes of I.S.
• Coarse Aggregate: Shall be angular, tough, sharp and well graded stone metal, Basalt
from approved source. Coarse aggregate shall conform to relevant codes of I.S.
• Cement Concrete Block/ Bricks: Bricks shall be local best quality obtainable and shall be
as specified in relevant clauses of IS and shall be approved by Engineer-in-charge.
• Cement Concrete: P.C.C. shall be of the proportion specified in the particular item in the
schedule of quantities. Sand and Metal shall be measured in suitable measuring boxes
and correct quantity of cement shall be added. The materials shall be mixed dry on a
clean platform. Clean water is then added, and mixed thoroughly. It shall be prepared in
such quantity as can be readily used up. P.C.C., which has partially set, shall under no
circumstances be used and shall be removed away from the Site.
• Reinforced Steel: Reinforced steel shall be ribbed torsteel. The steel shall be as per
relevant IS specifications and as mentioned elsewhere in Civil Detailed specification.
• M.S. Brackets/Hangers: All M.S. Brackets/Hangers for supports of
C.I./G.I./P.V.C./H.D.P.E. Pipes shall be fabricated out of Mild Steel sections such as
channels, angles, and tees, flats etc. as per drawings or as suitable as per I.S. Code.
The welding shall show evenness of ripples or waves and well formed beeds with good
fusion along the edges of welds. There should be no unfilled cavities, small pockets of
slags or burned metal air or gas pockets.
• M.S. Brackets/Hangers shall be thoroughly cleaned by wire brush to make the surface
clear from any rust before application of paint. The Brackets/Hanger shall be fixed .to
the ceiling either by hooking or by Anchor dash fasteners as directed by the
Construction Manager. In case the Brackets cannot be fixed by above methods, due to
site, condition, they shall be grouted with the permission and as directed by the
Construction Manager.
• Sturdy hangers, brackets and saddles of approved design shall be installed to support
all pipe lengths, which are not embedded, over their entire run. The hangers and
brackets shall be of adjustable heights and primer coated with Zinc Chromate primer.
Clamps, collars and saddles to hold pipes shall be provided with nuts, bolts and suitable
gaskets. The brackets and hangers shall be designed to carry t he weight of pipes safely
and without excessive deflections.
• All pipes and fittings shall be supported near every joint change of direction, or to a
maximum of 3M run of pipe, unless otherwise specified. Where called for, pipe hangers
shall also be supplied with proper sound and vibration dampening devices to minimize
noticeable noise and vibration transmission.
• Details of piping supports both for horizontal and vertical pipes are shown in the relevant
drawings and shall be strictly followed by the Contractor

4. WORKMANSHIP – GENERAL

• Workmanship and general finish shall be of first class quality and in accordance with
best workshop practice.
• All similar items of the Plant and their component parts shall be completely
interchangeable. Spare parts shall be manufactured from the same materials as the
originals and shall fit all similar items. Machining fits on renewable parts shall be
accurate and to specified tolerances so that replacements made to may be readily
installed.
• All equipment shall operate without excessive vibration and with minimum noise. All
revolving parts shall be truly balanced both statically and dynamically so that when
running at normal speeds at any load up to the maximum there shall be no vibration due
PART-B 170
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

to lack of balance.
• All parts which can be worn or damaged by dust shall be totally enclosed in dust proof
housings.
• All materials incorporated in the work shall be most suitable for duty concerned, free
from imperfections, selected for long life and minimum maintenance.
• All necessary accessories required for satisfactory and safe operation of the Plant shall
be supplied by the Contractor unless it is specifically excluded from his scope.
• All valves shall be closing on clockwise rotation of the hand wheel. The effort required to
close / open under all operating conditions shall be limited to 7 kg. The direction of
opening / closing shall be cast on the hand wheel. All flanges shall be drilled in
accordance with requirements of IS : 1538.
• All flanges shall be full or spot faces on the back side. The flange thickness shall be
uniform throughout.
• Flange outside periphery shall be concentric with the bore. Flanges shall be finished
smooth on periphery also.
• Castings and fabricated materials shall be finished smooth all over.

5. GENERAL:

• The work shall be carried out in the accordance with the drawings and design as would
be issued to the Contractor by the Design Consultant duly signed and stamped by him.
The Contractor shall not take cognizance of any drawings, designs, specifications etc.
not bearing Design Consultant signature and stamp. Similarly the Contractor shall not
take cognizance of instructions given by any other Authority except the instructions given
by the Client’s Representative in writing.
• The work shall be executed and measured as per metric dimensions given in the Bill of
Quantities, drawings etc.
• The Contractor shall acquaint himself fully with the partial provisions for supports that
may or may not be available in the structure and if are available then utilize them to the
extent possible. In any case the Contractor shall provide all the supports regardless of
provisions that they have been already made. Nothing extra shall be payable for
situations where insert plates (for supports) are not available or are not useful.
• Shop coats of paint that may be damaged during shipment or erection shall be cleaned
off with mineral spirits, wire brushed and spot primed over the affected areas, then
coated with paint to match the finish over the adjoining shop painted surface.
• The Contractor shall protect / handle the material carefully and if any damage occurs
while handling by the Contractor then the sole responsibility shall be of the Contractor.
Such damages shall be rectified/recovered by the Contractor at no extra cost
whatsoever.
• The Contractor shall, within twenty one (21) days of receipt of the Notice of Award for
the Project, where applicable, complete the submission of shop drawings to the Client’s
Representative for approval by the Design Consultants in order to conform to the
contract schedule.
• MEASUREMENTS:
All measurements shall be taken in accordance with relevant IS codes, unless otherwise
specified.

6. QUALITY ASSURANCE AND QUALITY CONTROL:

• The work shall conform to high standard of design and workmanship, shall be
structurally sound and aesthetically pleasing. Quality standards prescribed shall form the
backbone for the quality assurance and quality control system
• At the site, the Contractor shall arrange the materials and their stacking/ storage in
appropriate manner to ensure the quality. Contractor shall provide equipment and
manpower to test continuously the quality of material, assemblies etc. as directed by the
Client’s Representative. The test shall be conducted continuously and the result of tests
maintained. In addition the Contractor shall keep appropriate tools and equipment for
checking alignments, levels, slopes and evenness of surface
PART-B 171
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

• The Client’s Representative shall be free to carry out such tests as may be decided by
him at this sole direction, from time to time, in addition to those specified in this
Document. The Contractor shall provide the samples and labour for collecting the
samples. Nothing extra shall be payable to the Contractor for samples or for the
collection of the samples.
• The test shall be conducted at Standard Laboratory selected by Client’s Representative.
Contractor shall keep the necessary testing equipment such as hydraulic testing
machine, smoke testing machine, gauges and other necessary equipment required.
• The Client’s Representative shall transport the samples to the laboratory
• Testing charges shall be borne by the Client’s Representative.
• Testing may be witnessed by the Contractor or his Authorised Representative. Whether
witnessed by the Contractor or not, the test results shall be binding on the Contractor.

7. SCOPE

Work under this section consists of furnishing all labor, materials equipment and
appliances necessary and required to completely install the water supply system as
required by the drawings, specified hereinafter and given in the bill of quantities.

PART-B 172
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.2.3. SANITARY FIXTURES & C.P. FITTINGS

1. SCOPE:
a. Work under this section shall consist of transportation, furnishing, installation,
testing and commissioning and all labour as necessary as required to completely
install all sanitary fixtures, brass and chromium plated fittings and accessories as
required by the drawings and specified hereinafter or given in the Bill of Quantities.

2. General Requirements
a. All fixtures and fittings shall be fixed with all such accessories as are required to
complete the item in working condition whether specifically mentioned or not in the Bill
of Quantities, specifications, drawings.

b. All fixtures and accessories shall be fixed in accordance with a set pattern matching
the tiles or interior finish as per architectural design requirements. Wherever necessary
the fittings shall be centered to dimensions and pattern desired.

c. Fixing screws shall be half round head chromium plated brass with C.P. washers
wherever required as per directions of Client’s Representative.

d. All fittings and fixtures shall be fixed in a neat workmanlike manner true to levels and
heights shows on the drawings and in accordance with the manufacturers
recommendations. Care shall be taken to fix all inlet and outlet pipes at correct
positions. Faulty locations shall be made good and any damage to the finished floor,
wall or ceiling surfaces shall be made good at Contractors cost.

e. Wall flanges shall be provided on all walls, floors, columns etc. wherever supply and
disposal pipes pierce through them. These wall caps shall be or chromium plated brass
fittings and the receiving pipes and shall be large enough to cover the punctures
properly.

f. All fixtures of the similar materials shall be by the same manufacturers.

g. All fittings shall be of the chromium plated materials.

h. Fixtures shall be installed by skilled workman with appropriate tools according to the
best trade practice.

i. All appliances, fixtures and fittings shall be provided with all such accessories as are
required to complete the item in working condition whether specifically mentioned or
not in the Schedule of Quantities, specifications, drawings. Accessories shall include
proper fixing arrangements, brackets, nuts, bolts, washers, screws and required
connection pieces.

j. For the installation of the CP fittings, teflon tape shall be used.

k. All materials shall be rust proofed; materials in direct or indirect contact shall be
compatible to prevent electrolytic or chemical (bimetallic) corrosion.

l. Sanitary appliances, subject to the type of appliance and specific requirements, shall
be fixed in accordance with the relevant standards and the following :

I. Contractor shall, during the entire period of installation and afterwards protect the
appliances by providing suitable cover or any other protection so as to absolutely
prevent any damage to the appliances until handing over (The original protective
wrapping shall be left in position for as long as possible)

II. The appliances shall be placed in correct position or marked out in order that pipe
work can be fixed or partially fixed first.
PART-B 173
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

III. The appliance shall be fixed in a manner such that it will facilitate subsequent
removal if necessary.

IV. The appliance shall be securely fixed. Manufacturer's brackets and fixing methods
shall be used wherever possible. Compatible rust-proofed fixings shall be used.
Fixing shall be done in a manner that minimizes noise transmission.

V. Appliances shall not be bedded (e.g. WC pans, pedestal units) in thick strong
mortar that could crack the unit (e.g. ceramic unit)

VI. Pipe connections shall be made with demountable unions. Pipe work shall not be
fixed in a manner that it supports or partially supports and appliance.

VII. Appliances shall be fixed true to level firmly fixed to anchor or supports provided by
the manufacturer and additional anchors or supports where necessary.

m. Sizes of sanitary fixtures given in the Specifications or in the Schedule of Quantities


are for identification with reference to the catalogues of make considered. Dimensions
of similar models of other makes may very within + 10% and the same shall be
provided and no claim for extra payment shall be entertained NOR shall any payment
be deducted on this account.

n. The contractor shall fix all plumbing fittings such as water faucets, shower fittings,
mixing valves etc. in accordance with manufacturer’s instructions and connect to
piping system. The contractor shall supply all fixing materials such as screws, rawl
plugs, unions, collars, compression fittings etc., as required.

o. Joints / gaps between all sanitary appliances / fixtures and the floor / walls shall be
caulked with an approved mildew resistant sealant, having antifungal properties, of
colour and shade to match that of the appliances / fixture and the floor / wall to the
extent possible.

3. EUROPEAN W.C:
a. European W.C. of glazed vitreous china shall be wash down, single or double
siphonic type, floor or wall mounted set, flushed by means of flush valve as specified
in Bill of Quantities. Flush pipe/bend shall be connected to the W.C. by means of
suitable rubber adopter. Wall hung W.C. shall be supported by C.I. floor mounted
chair.

b. Each W.C. seat cover shall be so fixed that it remains absolutely stationary in
vertical position without falling down on the W.C. Seat cover shall be of white solid
plastic, elongated open front with heavy duty hinges. Exposed fixture trims shall be
Chrome plated, and trims of similar function shall be by the same manufacturer.

c. Flush valves shall be of the best approved quality procurable with C.P. control valve
and C.P. flush pipe.

d. The flush pipe/bend shall be connected to the WC by means of a suitable rubber


adopter.

e. Alternatively if flushing cistern to be used shall conform to the requirements of IS:774-


1971. High level cisterns shall be of cast iron unless otherwise specified. Low level
cistern shall be of the same material as the water closet or as instructed by the
Owner/Architect/ Consultant. The cisterns shall be mosquito proof & shall fulfill the
requirements of the local Authority.

f. The levels of the WC should be checked by placing sprit level on the W.C. W.C.
should be tested on completion of fixing by putting small paper balls and flushing out.
If all the paper balls are not flushed out. The fixing will have to be rectified / re-aligned.
PART-B 174
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

g. Each WC shall be provided with 110 mm dia (OD) PVC Pan connector connecting the
ceramic outlet of WC to CI pipe.

4. KITCHEN /PANTRY SINKS:


a. Sinks shall be of stainless steel material as specified in the Bill of Quantities/Drawings.

b. Each sink shall be provided with painted MS or CI brackets and clips and securely
fixed. Counter top sinks shall be fixed with suitable painted angle iron brackets or clips
as recommended by the manufacturer. Each sink shall be provided with 40mm dia CP
waste and rubber plug with CP brass chain as given in the Schedule of Quantities. The
MS angle shall be provided with two coats of red oxide primer and two coats of
synthetic enamel paint of make, brand and colour as approved by the Owner’s site
representative.

c. Sanitary fittings for sinks shall be deck mounted or wall mounted CP swivel faucets
with or without hot and cold water mixing fittings as specified in the Schedule of
Quantities. Installation of fittings shall be measured and paid for separately.

5. WASH BASINS:
a. Wash basin shall be of white vitreous china of best quality manufactured by an
approved firm and sizes as specified in the Bill of Quantities.

b. Wash basin shall be of under counter drop in type shall be supported on a pair of
rolled steel brackets of approved design and shall be mounted on a countertop. So
that rim and basin bowl is exposed from top.

c. Wash basin shall be provided with single lever mixer with chain and rubber plug,
chromium plated brass bottle trap of approved quality, design and make. Each basin
shall be provided with hot and cold water mixing fitting or as specified in the Schedule
of Quantities.

d. Wash basin shall be fixed at proper location and height and truly horizontal as shown
on drawing or as directed by Client’s Representative.

6. HOSE BIB’S:
a. Hose Bib of Chromium Plate tap is draw off tap with horizontal inlet and free outlet
knurling on outer face to fix the hose pipe. Hose bib shall be of specified size and shall
be of screw down type and shall conform to IS:781-1984. The closing device shall
work by means of a disc carrying a renewable non-metalic washer which shuts against
the water pressure on a seating at right angle to the axis of the threaded spindle which
operate it. The handle shall be either crutch or butterfly type securely

7. URINALS:
a. Half stall wall hung urinals of glazed vitreous china shall be provided with 15mm dia,
C.P. brass spreader, 32mm dia C.P. domical waste and C.P. cast brass bottle trap
with pipe and wall flange and shall fixed to wall by one C.I. bracket and two C.I. clips
as recommended by manufacturers complete as directed by the Client’s
Representative.

b. Flushing for urinals shall be by means of no hand operation, infrared electric flush
valve with complete kit of plumbing, electrical and electronic items, infrared photo cells,
solenoid valve transformer and electrical connection. The automatic flush sensor plate
shall be flush and press fitted and be of high quality mirror polish finish. Each urinal
shall be provided with one flush valve unit.

c. Flush pipes shall be GI pipes concealed in wall chase but with chromium plated bends
at inlet and outlet.

PART-B 175
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

d. Urinal Partitions

Urinal partitions shall be white glazed vitreous china of size specified in the Schedule of
Quantities.

Porcelain partitions shall be fixed at proper heights with CP brass bolts, anchor fasteners
and MS clips as recommended by the manufacturer and directed by the Owner’s Site
Representative.

8. SHOWER SET:
Shower set shall comprise of two CP brass concealed stop cocks, four/five way auto-
diverter, adjustable type over-head shower with CP shower arm , all with CP wall flanges
of approved quality all as specified in the Schedule of Quantities. Bath spout, hand
showers and pop up wastes shall also be provided wherever, specified. Wall flanges
shall be kept clear off the finished wall. Wall flanges embedded in the finishing shall not
be accepted.

9. ACCESSORIES:
a. Accessories shall be of the following types:
• Towel rails
• Towel rings
• Coat hooks
• Soap dispensers
• Soap dishes
• Air purifier container

b. Accessories shall be fixed with stainless steel half round head screws and cup washers
in wall with rail plugs or nylon sleeves and shall include cutting and making good the
walls.

c. Porcelain accessories shall be fixed in walls and set in cement mortar 1:2 (1 cement: 2
coarse sand) and fixed in relation to the tiling work. The flange of the recessed fixture
shall cover the recess in the wall fully.

10. MOCKUP AND TRIAL ASSEMBLY:


The installation of the Sanitary fixtures and fittings shall be as per the shop drawings
approved by the Architect/Consultant.

The contractor shall have to assemble at least one set of each type of sanitary fixtures
and fittings in order to determine precisely the required supply and disposal connections.
Relevant instructions from manufacturers shall be followed as applicable. This trial
assembly shall be developed to determine the location of puncture holes, holding
devices etc. which will be required for final installation of all sanitary fixtures and fittings.
The above assembly shall be subject to final approval by the Architect / Interior
Designer.

The fixtures in the trial assembly can be re-used for final installation without any
additional payments for fixing or dismantling of the fixtures.

11. SUPPORTING AND FIXING DEVICES


The contractor shall provide all the necessary supporting and fixing devices to install the
sanitary fixtures and fittings securely in position. The fixing devices shall be rigidly
anchored into the building structure. The devices shall be rust resistant and shall be so
fixed that they do not present an unsightly appearance in the final assembly. Where the
location demands, the Architect may instruct the contractor to provide chromium plated
or other similarly finished fixing devices. In such circumstances the contractor shall
arrange to supply the fixing devices and shall be installed complete with appropriate
vibration isolating pads, washers and gaskets.

PART-B 176
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

12. FINAL INSTALLATION


The contractor shall install all sanitary fixtures and fittings in their final position in
accordance with approved trial assemblies and as shown on drawings. The installation
shall be complete with all supply and waste connections. The connection between
building and piping system and the sanitary fixtures shall be through proper unions and
flanges to facilitate removal/replacement of sanitary fixtures without disturbing the built in
piping system. All unions and flanges shall match in appearance with other exposed
fittings.

Fixtures shall be mounted rigid, plumb and to alignment. The outlets of water closet pans
and similar appliances shall be examined to ensure that outlet ends are butting on the
receiving pipes before making the joints. It shall be ensured that the receiving pipes are
clear of obstruction. When fixtures are being mounted, attention shall be paid to the
possibility of movement and settlement by other causes. Overflows shall be made to
ensure that necessary anchoring devices have been provided for supporting water
closets, wash basins, sinks and other appliances.

13. PROTECTION AGAINST DAMAGE


The contractor shall take every precaution to protect all sanitary fixtures against damage,
misuse, cracking, staining, breakage and pilferage by providing proper wrapping and
locking arrangement till the completion of the installation. At the time of handing over,
the contractor shall clean, disinfect and polish all the fixtures and fittings. Any fixtures
and fittings found damaged, cracked chipped stained or scratched shall be removed and
new fixtures and fittings free from defects shall be installed at his own cost to complete
the work.

14. MEASUREMENT:
a. Sanitary fixtures shall be measured by numbers.
b. Rates for all items mentioned above shall be inclusive of cutting holes and chases and
making good the same, stainless steel screws, nuts, bolts and any fixing arrangements
required and recommended by manufacturers, testing and commissioning.
c. Project Manager’s decision with respect to the correct interpretation regarding mode of
measurement shall be final and binding on the contractor.

15. TESTING:
All appliances, fixtures and fittings shall be tested before and after installation. Water
seals of all appliances shall be tested. The contractor shall block the ends of waste and
ventilation pipes and shall conduct an air test.

PART-B 177
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

8.2.4. WATER SUPPLY

1. SCOPE
The scope of this section comprises the supply, installation, testing and commissioning
of piping network for water supply for internal & external services as follows:
I. Water supply connections from ring main to overhead tanks with isolation valves
and chambers.
II. Domestic Water Supply to all fixtures
III. Flushing Water Supply to fixtures like cistern & urinals.
IV. Pipe insulation, protection & painting
V. Connections to all plumbing fixtures, tanks, pumps etc.
VI. Water meter installation with isolation valves.
VII. Providing hot water pipe lines and supply point with isolation valves, wherever
required.

a. Providing, laying, jointing, interconnection, testing & commissioning of G.I. Pipe with
valves, specials and fittings duly inspected including all allied civil works and in
Distribution network of ring main.

b. Excavation in trenches in all types of strata for laying & jointing of above pipe line with
required depth and width as per specification.

c. Providing and fixing of sluice valves and Non-return valves.

d. Providing and fixing following cast iron double flange ISI mark sluice valve fitted with
cast iron cap including jointing and testing with cost of jointing materials.

e. Providing, laying & jointing fittings conforming to IS standard code.

f. Construction of valve chambers in all the places where sluice valve, Air valve and non
return valve are provided, Anchor Blocks, Pedestal etc. as required as per specification.

g. Back filling of trench as per IS:12288-1987.

The Contractor shall make all necessary application and arrangements for his work to be
inspected by the Local Authorities.

The Contractor shall be solely responsible for obtaining the Authorities approval of his
works prior to the handing over of the complete water supply / distribution installation to
the Owner.

2. PIPING MATERIALS - CPVC PIPES FOR DOMESTIC/FLUSHING WATER SUPPLY


FOR INTERNAL PLUMBING

CPVC PIPES, FITTINGS & VALVES


a. All pipes inside the buildings and where specified, outside the building shall be CPVC
pipes tubes conforming to Specific Gravity ASTM D 792 at 23oC should be 1.55 as
specified. With Tensile Strength as per ASTM D 638 at 23oC should be 55N/mm2

b. All special fittings and accessories like internally or externally threaded brass adaptors,
ball valves, globe valves, unions, diaphragm valves, butterfly valves; etc shall be made
of CPVC by licensee.

c. The CPVC solvent cement used for installing CPVC piping systems shall conform to
ASTM F493. Pipes from ½” upto 2” pipes and fittings, a single step medium bodied
CPVC solvent cement should be used. For CPVC pipes and fittings upwards of 2”, a
primer shall be used followed by a heavy bodied solvent cement conforming to ASTM
F493. PVC solvent cement should not be used.

PART-B 178
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

d. Concealed Plumbing :
All internal concealed plumbing for water supply shall be done with CPVC pipes. The
pipes & fittings shall conform to CTS (Copper Tube Size) SDR-11 as per ASTM D2846
OR SDR-13.5. All pipes and fittings from ½” upto 2” shall come under this category.
Medium body CPVC solvent cement conforming to ASTM F493 should be used for
joining pipes to fittings.

e. External Plumbing :
All external plumbing for water supply and distribution shall be done with CPVC/G.I pipes
or specified in the drawing. The CPVC pipes above 2” for external water supply lines
shall conform to ASTM F441 CPVC Schedule 40 & 80 pipe and will be the CPVC brand.
The fittings above 2” size shall conform to ASTM F438 (Schedule 40 CPVC fittings) or
ASTM F 439 (Schedule 80 CPVC fittings). All threaded CPVC fittings shall conform to
ASTM F437 (threaded CPVC fittings schedule). Heavy bodied CPVC solvent cement
shall be used along with a primer. IPS brand primer and heavy bodied CPVC solvent
cement only should be used conforming to ASTM F493. All external CPVC pipes shall
be coated with a water based acrylic paint emulsion for enhanced UV protection.

3. CUTTING AND JOINTING AND INSTALLATION OF CPVC PIPES & FITTINGS

a. CUTTING
In order to make a proper and neat joint, the pipe length shall be measured accurately
and make a small mark. Ensure that the pipe and fittings are size compatible. It shall be
easily cut with a wheel type plastic pipe cutter or hacksaw blade. Cutting tubing as
squarely as possible shall provide optimal bonding area within a joint.

b. DEBURRING / BEVELING
Burrs and filings shall prevent proper contact between tube and fitting during assembly
and should be removed from the outside and inside of the pipe. A pocket knife or file
shall be used for this purpose. A slight bevel on the end of the tubing shall ease the
entry of the tubing into the fitting socket.

c. FITTING PREPARATION
Using a clean, dry rag, wipe dirt and moisture from the fitting sockets and tubing end.
The tubing should make contact with the socket wall 1/3 to 2/3 of the way into the fitting
socket.

d. SOLVENT CEMENT APPLICATION


Use only CPVC cement or an all – purpose cement conforming to ASTM -493 or joint
failure may result. When making a joint, apply a heavy, even coat of cement to the pipe
end. Use the same applicator without additional cement to apply a thin coat inside the
fitting socket. Too much cement can cause clogged water ways.

e. ASSEMBLY
Immediately insert the tubing into the fitting socket, rotate the tube ¼ to ½ turn while
inserting. This motion will ensure and even distribution of cement within the joint.
Properly align the fittings. Hold the assembly for approximately 10 seconds, allowing the
joint to setup.

f. SET AND CURE TIMES


Solvent cement set and cure times are a function of pipe size, temperature and relative
humidity. Curing time is shorter for drier environments, smaller sizes and higher
temperatures. It requires 10 to 20 minutes for perfect joint.

g. CEMENTING
• Verify the cement is the same as the pipes and fittings being used.
• Check the temperature where the cementing will take place.

PART-B 179
REVISION-R01
SOUTH ASIAN UNIVERSITY TENDER PACKAGE II

• Cement take longer time to set up in cold weather. Be sure to allow extra time for curing.
Do not try to speed up the cure by artificial means – this could cause porosity and
blisters in the cement film.
• Solvents evaporate faster in warm weather. Work quickly to avoid the cement setting up
before the joint is assembled. Keep the cement as cool as possible. Try to stay out of
• direct sunlight.
• Keep the lid on cements, cleaner and primers when not in use. Evaporation of the
solvent will effect the cement.
• Stir or shake cement before using.
• Use ¾" dauber on small diameter pipes, 1 ½" dauber up through 3" pipe, and a natural
bristle brush, swab or roller ½ the pipe diameter on pipes 4" and up.
• Do not mix cleaner or primer with cement.
• Do not use thickened or lumpy cement. It should be like the consistency of syrup or
honey.
• Do not handle joints immediately after assembly.
• Do not allow dauber to dry out.
• Maximum temperature allowable for CPVC pipe is 180o F.
• All colored cements, primers and cleaners will have a permanent stain. There is no
known clea