0% found this document useful (0 votes)
212 views166 pages

EC15509 TID 330 Tender

This document is a tender for civil and electrical works for the construction of new City Gate Stations (CGS) in Haryana, Uttar Pradesh, and Rajasthan over a period of two years. The scope includes civil and electrical construction works. The bid is valid for 75 days and follows a two-stage bidding process. Pre-bid meeting will be held on July 15, 2019 and bids must be submitted by July 25, 2019. The tender includes a schedule of rates for the indicative quantities of works.

Uploaded by

Pradeep Goel
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
0% found this document useful (0 votes)
212 views166 pages

EC15509 TID 330 Tender

This document is a tender for civil and electrical works for the construction of new City Gate Stations (CGS) in Haryana, Uttar Pradesh, and Rajasthan over a period of two years. The scope includes civil and electrical construction works. The bid is valid for 75 days and follows a two-stage bidding process. Pre-bid meeting will be held on July 15, 2019 and bids must be submitted by July 25, 2019. The tender includes a schedule of rates for the indicative quantities of works.

Uploaded by

Pradeep Goel
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
You are on page 1/ 166

INDRAPRASTHA GAS LIMITED (IGL)

CIVIL & ELECTRICAL WORKS FOR CGS CONSTRUCTION IN NEW GA’S IN


HARIYANA, U.P AND RAJASTHAN FOR A PERIOD OF TWO YEARS

TENDER DOCUMENT NO. IGL/ND/C&P/EC15509


INDRAPRASTHA GAS LTD. CONTENTS IGL/ND/C&P/EC15509

CONTENTS

Civil & Electrical work in new CGS Page 2 of 166


INDRAPRASTHA GAS LTD. CONTENTS IGL/ND/C&P/EC15509

CONTENTS

S. No. Chapter Name Page No.

SECTION I INVITATION FOR BID (IFB)

1 INTRODUCTION

2 BRIEF SCOPE

3 DURATION OF CONTRACT

4 BID VALIDITY

5 BIDDING PROCEDURE

6 DETAILS OF BID DOCUMENT

7 BID SECURITY

8 BID EVALUATION CRITERIA (BEC)

9 PRE BID MEETING

10 DOWNLOADING OF TENDER DOCUMENT

11 GENERAL

SECTION II INSTRUCTION TO BIDDERS (ITB)

1 SCOPE

2 ELIGIBILITY OF BIDDERS

3 ONE BID PER BIDDER

4 COST OF BIDDING

5 NON TRANSFERABILITY OF THE BID DOCUMENTS

6 SITE VISIT

7 CONTENT OF BID DOCUMENTS

8 CLARIFICATION OF BIDDING DOCUMENTS

9 AMENDMENT OF BID DOCUMENTS

10 LANGUAGE OF BID

11 DOCUMENTS COMPRISING THE BID

12 BID PRICES

13 PERIOD OF VALIAIDITY OF BID

14 BID SECURITY

15 FORMAT OF SIGNING OF BID

16 DEVIATION

17 SEALING AND MARKING OF BIDS

18 DEADLINE FOR SUBMISSION OF BIDS

Civil & Electrical work in new CGS Page 3 of 166


INDRAPRASTHA GAS LTD. CONTENTS IGL/ND/C&P/EC15509

19 LATE BIDS

20 MODIFICATION AND WITHDRAWAL OF BIDS

21 BID OPENING

22 CLARIFICTION OF BIDS

23 CONTACTING THE PURCHASER

24 PRELIMINARY EXAMINATION OF BIDS

25 REJECTION CRITERIA

26 OPENING OF PRICE BID

27 ARITHMETIC CORRECTIONS

28 EVALAUTION AND COMPARISION OF PRICES

29 POST-QUALIFICATION

30 AWARD CRITERIA

31 PURCHASER’S RIGHT TO VARY QUANTITIES DURING CONTRACT PERIOD

32 PURCHASER RIGHT TO ACCEPT OR REJECT ANY OR ALL BIDS

33 NOTIFICATION OF AWARD

34 ACCEPTANCE OF WORK ORDER

35 CONTRACT CUM PERFORMANCE BANK GUARANTEE

36 CORRUPT OR FRAUDULENT PRACTICES

37 INCOME TAX LIABILITY

38 GENERAL

SECTION III GENERAL CONDITIONS OF CONTRACT (GCC)

1 DEFINATIONS

2 INTERPRETATION OF CONTRACT DOCUMENT

3 CONFIDENTIALITY

4 CONTRACT CUM EQUIPMENT PERFORMANCE BANK GUARANTEE

5 PRICES

6 TAXES DUTIES ETC.

7 STATUTORY VARIATION

8 PAYMENT

9 SUBCONTRACTION

10 DELAYS IN CONTRACTORS PERFORMANCE

CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF ACTION NOT


11
TAKEN UNDER CLAUSE 10

Civil & Electrical work in new CGS Page 4 of 166


INDRAPRASTHA GAS LTD. CONTENTS IGL/ND/C&P/EC15509

12 TERMINATION FOR DEFAULT

13 CHANGE IN CONSTITUTION

14 MEMBERS OF THE PURCHASER NOT INDIVIDUALLY LIABLE

15 CONTRACTOR TO INDEMINIFY THE PURCHASER

16 SAFETY REGULATIONS

17 OTHER AGENCIES AT SITE

18 TERMINATION FOR PURCHASERS CONVINIENCE

19 PAYMENT IF THE CONTRACT IS TERMINATED

20 NO WAIVER OF RIGHTS

21 SETTLEMENT OF DISPUTES

22 LIMITATION OF LIABILITY

23 GOVERNING LANGUAGE

24 APPLICABLE LAW

25 NOTICES

26 INSURANCE

27 DAMAGE TO PROPERTY OR TO ANY PERSON OR ANY THIRD PARTY

28 DATE OF COMING INTO EFFECT

29 RIGHT TO GET SERVICES CARRIED OUT BY OTHER AGENCIES

30 SUBLETTING OF CONTRACT

31 EMPLOYMENT LIABILITY OF CONTRACTOR

32 COMPLIANCE OF LAWS

33 THE ENGINEER-IN-CHARGE SHALL HAVE POWER TO

34 REPATRIATION AND TERMINATION

35 INDEMNITY

36 CONTRACTOR’S SUB-ORDINATE STAFF AND THEIR CONDUCT

37 JURISDICTION

38 FORCE MAJEURE

SECTION IV SPECIAL CONDITIONS OF CONTRACT (SCC)

1 DEFINITIONS

2 INTERPRETATIONS

3 STATUTORY APPROVALS

4 TERMS AND MODE OF PAYMENT

5 CONTRACT VALIDITY

Civil & Electrical work in new CGS Page 5 of 166


INDRAPRASTHA GAS LTD. CONTENTS IGL/ND/C&P/EC15509

7 PRICE REDUCTION SCHEDULE

8 STATUTORY APPROVALS

9 ABNORMALLY HIGH /LOW RATE ITEMS

10 PENALTY

11 GENERAL

12 INCOME TAX

SECTION V SCOPE OF WORK /TECHNICAL SPECIFICATION

SECTION VI SCHEDULE OF RATES

SECTION VII FORMS & FORMATS

1 FORM 1 BIDDER’S GENERAL INFORMATION

2 FORM 2 BID BOND PROFORMA / PROFORMA FOR EMD

3 FORM 3 A ANNUAL TURNOVER

4 FORM 3 B FINANCIAL STATUS

5 FORM 4 DEVIATION FORM (On Bidder’s letter head)

FORM 5 CHECK LIST FOR AGREED TERMS AND CONDITIONS-DOMESTIC


6
BIDDERS

8 FORM 6 DECLARATION

9 FORM 7 PROFORMA FOR LETTER OF AUTHORITY

12 FORM 8 DETAILS OF LITIGATION

13 FORM 9 COVERING LETTER (CHARTERED ACCOUNTANT)

14 FORM 10 CERTIFICATE FOR FINANCIAL CAPABILITY OF THE BIDDER

15 FORM 11 CERTIFICATE FOR SIMILAR WORKS

16 FORM 12 DECLARATION ON TENDER DOCUMENT PURCHASED

17 FORM 13 CONTRACT – PERFORMANCE BANK GUARANTEE

Civil & Electrical work in new CGS Page 6 of 166


IFB IGL/ND/C&P/EC15509

CIVIL & ELECTRICAL WORKS FOR CGS CONSTRUCTION IN NEW GA’S IN


HARIYANA, U.P AND RAJASTHAN FOR A PERIOD OF TWO YEARS

TENDER DOCUMENT NO. IGL/ND/C&P/EC15509

SECTION I
INVITATION FOR BID (IFB)

Civil & Electrical work in new CGS Page 7 of 166


IFB IGL/ND/C&P/EC15509

OPEN DOMESTIC TENDER

CIVIL & ELECTRICAL WORKS FOR CGS CONSTRUCTION IN NEW GA’S IN HARIYANA, U.P AND
RAJASTHAN for A period of TWO YEARS

TENDER DOCUMENT NO. IGL/ND/C&P/EC15509


1 INTRODUCTION
1.1 Indraprastha Gas Limited, IGL (hereinafter referred as Purchaser), is supplying Piped Natural Gas
(PNG) to domestic, commercial and Industrial consumers and Compressed Natural Gas (CNG) to
automobiles in NCT of Delhi and NCR. IGL intend to extend the network to cover more area out of the
parts of Delhi / NCR to supply Natural gas to Domestic, Commercial consumers through MDPE network
and to existing/new CNG stations through steel pipeline network.
2 BRIEF SCOPE
2.1 Scope includes Civil and Electrical works for construction of new CGS (City gate station) in new
geographical areas in Haryana, U.P & Rajasthan for a period of two years as per the attached Schedule
of Rates (SOR).
2.2 The quantities in SOR are indicative only and subject to change.
2.3 For detailed specification and requirements, refer our Tender document
3 DURATION OF CONTRACT
3.1 The contract shall be valid for Two years from the date indicated in Fax of Intent/ first notification of
award at same rates, terms and conditions; however, the completion of work/specific tasks shall be as
per instructions of Engineer-in-charge. The quantities may increase or decrease as per the site
requirement.
4 BID VALIDITY
4.1 Bid should be valid for 75 ( Seventy Five ) days from the date of schedule submission.
5 BIDDING PROCEDURE
5.1 Bidding will be conducted through Open Domestic Tender. Single stage two bid system is adopted for
this tender.
6 DETAILS OF BID DOCUMENTS
Tender Document Number IGL/ND/C&P/EC15509 dated 10/07/2019

Bid document fee Rs. 3000 plus GST@18%

Sale of Bid document From 10/07/2019 to 24/07/2019

Pre bid meeting date and venue 15/07/2019 at 1500 hrs IST at IGL office

Bid Submission date and time 25/07/2019 till 1430 hrs IST at IGL office

Un-Priced bid opening date and time 25/07/2019 at 1500 hrs IST at IGL office

Price bid opening date and time Date and time shall be intimated later

Place of Bid Submission VP (C&P)


C&P Department
Indraprastha Gas Limited
IGL Bhawan, 4, Community Centre,

Civil & Electrical work in new CGS Page 8 of 166


IFB IGL/ND/C&P/EC15509

Sector – IX, R. K. Puram,


New Delhi 110 022, India.

6.1 Bid Document can be purchased from office of VP (C&P), IGL Bhawan, 4, Community Centre,
R.K.Puram Sector-9, New Delhi- 110022 on any working day (Monday to Friday) from 10.00 hours to
17.00 hours against a written request and payment of requisite document fee as specified in Clause
6.0 above by crossed bank draft / Banker’s cheque from a first class international bank or an Indian
nationalised/ scheduled bank in favour of ‘ INDRAPRASTHA GAS LTD., payable at DELHI, INDIA.
The bidders who downloaded the tender document from website shall make payment of bid document
fee through Crossed Bank Draft in physical form. The bid of any such bidder shall be considered only
if the bid is accompanied by the prescribed bid document fee in the form of demand draft by the bid
due date.
6.2 Bid submitted by bidders, who have not purchased/ not accompanied the bid document fee, the bidding
document will be rejected.

7 BID SECURITY
7.1 All bids must be accompanied by a bid security amount of Rs.5,24,000/- (Rupees Five Lakhs Twenty
Four Thousand Only). Bid security shall be either in the form of banker’s demand draft in favour of
Indraprastha Gas Ltd, payable at Delhi or bank guarantee from any Nationalized/ Scheduled Indian
Bank or an International bank of repute as per proforma attached in the Tender document. The bid
security shall be submitted along with the bid and to be enclosed in Part – I (Un-priced bid). Bid security
in the form of Bank Guarantee shall be valid for sixty (60) days beyond the validity of the bid.
7.2 The firms registered as Micro/ Small Enterprise with MSME or NSIC are exempted from furnishing
tender fees / bid security, (subject to their enclosing a copy of latest and current registration certificate)
with their bid. Traders / Dealers / Distributors / Stockist / Wholesalers registered with District Industries
Centre are not entitled for exemption of tender fees/ bid security. The said registration must be valid on
the date of bid submission.
8 BID EVALUATION CRITERIA (BEC): The following is the criteria for evaluation for bidding:

a) The bidder should have completed civil and electrical works including dismantling RCC works,
laying PCC and RCC, structure steel works, cable supply and laying works, earthing and other
associated works under a single work order of value not less than Rs. 91.70 Lacs during 5 years
from date of issue of tender.

b) The bidder should have achieved turnover of at least Rs 2.62 crores during any of the preceding 3
financial years i.e. FY 2017-18, 2016-17 & 2015-16.

c) The net worth of the bidder must be positive for the preceding financial year i.e. FY 2017-18.

d) The working capital of the bidder should not be less than Rs.26.2 Lacs in the preceding financial
year i.e. FY 2017-18.

Note: If the bidder’s working capital is inadequate, the bidder should supplement this with letter by
the bidder’s bank having net worth not less than Rs.100 crore confirming the availability of the line of
credit to cover the inadequacy of working capital required as above.

Civil & Electrical work in new CGS Page 9 of 166


IFB IGL/ND/C&P/EC15509

9 PRE BID MEETING

The bidder (s) or their designated representatives, who intend to bid and who have either purchased
bid document or paid the tender fees for down loaded document are invited to attend the pre- bid
meeting. Bidder(s) queries if any, must reach Purchaser office at least one day prior to pre-bid meeting
date. The venue of pre bid meeting is IGL office at Plot No. 4, Sector-9, R. K. Puram, New Delhi -
110022.
Non- attendance of the pre-bid meeting will not be a cause for disqualification of a bidder. Corrigendum
/ addendum, if any, to the tender document, shall be hosted on the website subsequent to the pre-bid
meeting.
BIDDERS TO NOTE THAT IF THEY HAVE NOT DEPOSITED THE TENDER FEE TO IGL TILL THE
START OF PRE-BID MEETING, THEY WILL NOT BE ALLOWED TO ATTEND THE PRE-BID
MEETING.

10 DOWNLOADING OF TENDER DOCUMENT

The entire tender document has been web hosted at www.iglonline.net for the view/ participation of the
eligible bidders. Bidder meeting the bid evaluation criteria and intend to submit their bid may download
the tender for submission by the bid due date and time. Bidder shall give an undertaking on his letter-
head that the contents of the bidding document have not been altered or modified.
The bidders who have downloaded the tender document from website shall make payment of bid
document fee through Crossed Bank Draft in physical form along with bid. The bid of any such bidder
shall be considered only if the bid is accompanied by the prescribed bid document fee in the form of
Demand Draft along with Bid.
Bid submitted by bidders who have not purchased / not accompanied the bid document fee along with
Bid, the bid offer will be rejected.
The bid will be submitted in two parts as below:

PART- I (UN-PRICED BID)

Un-priced bid must be completed with all technical details along with all other required documents
including price schedule WITH PRICE BLANKED OUT etc. as per clause no. 11.1.1 of ITB.

PART-II (PRICED BID)

Priced bid shall contain only the prices without any conditions as per clause no. 11.1.2 of ITB

11 GENERAL
11.1 The firms registered as Micro/ Small Enterprise with MSME or NSIC are exempted from furnishing
tender fees and bid security, (subject to their enclosing a copy of latest and current registration
certificate) with their bid. Traders / Dealers / Distributors / Stockist / Wholesalers registered with District
Industries Centre are not entitled for exemption of tender fees/ bid security. The said registration must
be valid on the date of bid submission.

11.2 IGL reserves the right to split the total scope of work among more than one bidder. IGL intend to
empanel more than one contractor for this work. In case of splitting, the L-1 bidder will be given larger
share of business. However, the bidder must quote for the complete SOR quantity as complete work
may be awarded to single bidder if only one contractor is empanelled.

11.3 IGL reserves the right to place the order for part quantity or delete any item from bidder’s scope of work.

11.4 The bids received after bid due time/ date shall be rejected.

11.5 Bids through Fax/ E-MAIL are not acceptable.

Civil & Electrical work in new CGS Page 10 of 166


IFB IGL/ND/C&P/EC15509

11.6 Purchaser will not be responsible for cost incurred in preparation and delivery of bids.

11.7 IGL reserves the right to reject any or all the bids received at its discretion without assigning any reason
whatsoever.

11.8 Bid document is non-transferable.

11.9 Address for submitting the bids:

VP (C&P)
C& P Department
Indraprastha Gas Limited
IGL Bhawan, 4, Community Centre, Sector – IX, R. K. Puram,New Delhi 110 022, India
Telephone: +91 (011) 46074661
Fax no.: +91 (011) 26171863
Email: navnit.mangla@igl.co.in / smriti.gupta@igl.co.in
/abhinav.nigam@igl.co.in/ecnp@igl.co.in/ ecnproject@igl.co.in

Civil & Electrical work in new CGS Page 11 of 166


INDRAPRASTHA GAS LTD. ITB IGL/ND/C&P/EC15509

CIVIL & ELECTRICAL WORKS FOR CGS CONSTRUCTION IN NEW GA’S IN HARIYANA,
U.P AND RAJASTHAN FOR A PERIOD OF TWO YEARS

SECTION II
INSTRUCTION TO BIDDERS (ITB)

Civil & Electrical work in new CGS Page 12 of 166


INDRAPRASTHA GAS LTD. ITB IGL/ND/C&P/EC15509

A. INTRODUCTION
1 SCOPE
1.1 The Purchaser invites sealed bids for the entire work as specified in the Bid documents (hereafter
referred to as the Work).
1.2 The Bid document specifies the contractor scope of work, terms & conditions.
1.3 All terms, conditions and specifications of the Bid document shall be construed as applicable in general,
unless specifically indicated to the contrary.
1.4 Bidders shall quote in the manner as specified in the Bid document. In case, any contrary provisions
expressly stated or implied anywhere else in the Bid document, purchaser reserves the right to evaluate
and accept bids at their sole discretion.
2 ELIGIBILITY OF BIDDERS
2.1 Bidders shall as part of their bid, submit a written Power of Attorney authorizing the signatory of the bid
to bind the bidder.
2.2 Bidders should not be associated, or have been associated in the past, directly or indirectly, with a firm
or any of its affiliates which have been engaged by the Purchaser to provide consultancy services for the
preparation of the design, specifications, and other documents to be used for carrying out structural steel
works under this Invitation for Bids.
2.3 The Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by
the Purchaser in accordance with ITB.
2.4 The bidder should not be on holiday or black listed by Purchaser or any Government Department/
Public Sector.
3 ONE BID PER BIDDER

3.1 A bidder shall submit only one bid in the same bidding process. A bidder who submits or participates in
more than one bid will be disqualified. Each bidder shall submit only one bid. A Bidder who submits or
participates in more than one bid will be disqualified. This includes bid of companies which are managed
& controlled by same group of individual/ common owners / proprietor/ common partner /common
directors. The participation in a particular tender by such bidders will not be allowed and bids will be
disqualified.

Also, if this fact is known at a later stage during bid evaluation or even after finalisation of contract the
award will be made null and void and appropriate action including forfeiting of security deposit in any
form and putting the firms on holiday list will be taken.
3.2 Alternative bids are not acceptable.
4 COST OF BIDDING
4.1 The bidder shall bear all costs incurred & associated with the preparation and submission of the bid, and
Purchaser will in no case be responsible or liable for this cost, regardless of the conduct or outcome of
the bidding process.
5 NON-TRANSFERABILITY OF THE BID DOCUMENTS
5.1 Bid Documents are non-transferable. The party to whom the Bid documents are issued may only furnish
the bid. The bid received from any party other than to whom the Bid documents are issued shall be
rejected immaterial of fact of any relationship between party to whom Bid documents are issued and
party, who furnished the bid.
6 SITE VISIT
6.1 The bidder is advised to visit and examine the site of works and its surroundings and obtain for himself
on his own responsibility, all information that may be necessary for preparing of the bid and entering into
contract. The cost of visiting the site shall be at bidder’s own expenses.
6.2 The bidder or any of its personnel or agents will be granted permission by the Purchaser to enter upon
its premises and land for the purpose of such visits, but only upon the express condition that the bidder,
its personnel, and agents will release and indemnify the Purchaser and its personnel and agents from
and against all liabilities in respect thereof, and will be responsible for death or personal injury, loss of or
damage to property, and any loss, damage, costs, and expenses incurred as a result of the inspection.

Civil & Electrical work in new CGS Page 13 of 166


INDRAPRASTHA GAS LTD. ITB IGL/ND/C&P/EC15509

B. BID DOCUMENTS
7 CONTENTS OF BID DOCUMENTS
7.1 The Bid Documents are those stated below and should be read in conjunction with any corrigendum
issued in accordance of Instruction To Bidder (ITB):
7.1.1 Invitation For Bid (IFB)
7.1.2 Instruction To Bidder (ITB)
7.1.3 General Conditions of Contract (GCC)
7.1.4 Special Conditions of Contract (SCC)
7.1.5 Forms and Formats
7.1.6 Schedule of Rates (SOR)
7.1.7 Technical Specification
7.2 The bidder is expected to examine all instructions, forms, terms and specifications in the bid documents.
The Bid Documents together with all its attachment thereto, shall be considered to be read understood
and accepted by the bidder. Failure to furnish all information required by the Bid documents or
submission of a bid not substantially responsive to the Bid documents in every respect will be at bidder’s
risk and may result in the rejection of the Bid.
8 CLARIFICATION ON BID DOCUMENTS
8.1 A prospective bidder requiring any clarification of the Bid Documents may notify the Owner as the case
may be, in writing or by cable (hereinafter, the term ‘cable’ is deemed to include electronic mail and
facsimile) at the address indicated in the tender. The Owner will respond in writing to any request for
clarification of the bid documents which it receives after issue of the bid documents but prior to at least
one (01) working day prior to the pre-bid meeting date. Written copies of the Owner’s response (including
an explanation of the query but not necessarily identifying the source of inquiry) will be hosted on website
http://www.iglonline.net, before the bid due date. All such clarifications issued shall deem to form a part
and parcel of the Bid documents.
9 AMENDMENT OF BID DOCUMENTS
9.1 At any time prior to the bid due date, Purchaser may, for any reason, whether at its own initiative or in
response to a clarification requested by a prospective bidder, modify the Bid documents, by issuing
corrigendum.
9.2 Any addendum /corrigendum/ clarifications to bidders query thus issued shall be part of the bidding
documents pursuant to ITB Clause- 7.0 and shall be hosted on the website as mentioned in clause-8.0
above, before bid due date. All the prospective bidders who have attended the Pre-Bid meeting/
submitted Bid Document Fee till date shall be informed by email/ post about the addendum/ corrigendum/
clarifications to bidders query for their reference. Bidders desirous to submit its bid have to take into
consideration of all the addendum(s)/ corrigendum (s)/ clarifications to bidders query hosted on the above
websites before submitting the bid.
9.3 Bidders are advised to visit IGL’s websites time to time to get updated information/ documents.
9.4 The Purchaser may, at its discretion, extend the bid due date in order to allow prospective bidders, a
reasonable time to furnish their most competitive bid taking into account the amendments issued.
C. PREPARATION FO BID DOCUMENT
10 LANGUAGE OF BID
10.1 The bid prepared by the bidder as well as all correspondence/ drawings and documents relating to the
bid exchanged by bidder shall be written in English language, provided that any printed literature
furnished by the bidder may be written in another language so long as accompanied by an ENGLISH
translation, in which case, for the purpose of interpretation of the bid, the ENGLISH translation shall
govern.
11 DOCUMENTS COMPRISING THE BID
11.1 The bid prepared by the bidder shall comprise of the following components:
11.1.1 Envelope - I: Super scribing Techno-Commercial Un priced-Bid (PART-I).

Civil & Electrical work in new CGS Page 14 of 166


INDRAPRASTHA GAS LTD. ITB IGL/ND/C&P/EC15509

11.1.1.1 Part – I: Techno-commercial/ Un-priced Bid (to be furnished in one original and one copy) and
shall contain the following:
11.1.1.2 Covering letter.
11.1.1.3 Bid document fee (if not submitted earlier)
11.1.1.4 Bidder’s General Details/ information as per format Form F-1.
11.1.1.5 Bid Security (EMD) as per format Form F-2.
11.1.1.6 Annual turnover in Form F-3A
11.1.1.7 Financial Status in Form F -3B
11.1.1.8 Deviation/ Exceptions to be listed only in Form F – 4.
11.1.1.9 Agreed terms and conditions as per Form F – 5
11.1.1.10 Confirmation that bidder is not banned by any Indian Government organization/
Government
11.1.1.11 Undertaking from quoting as per Form 6
11.1.1.12 Letter of authority in favour of any one or two of Bidder’s executives having authority to attend
the un-priced and price bid opening as per format F-7.
11.1.1.13 Information regarding any current litigation in which the bidder is involved in Form 8.
11.1.1.14 Certificates as per Form- 9,10 & 11
11.1.1.15 Declaration as per Form-12
11.1.1.16 Documents for meeting BEC listed under IFB clause no. 8.
11.1.1.17 Copy of Un-Priced SOR marked “QUOTED” against the items quoted.
11.1.1.18 Power of attorney of the signatory to the bid offer on non-judicial stamp paper.
Note:
1. The bid offer shall consist of the above documents only.
2. Document submitted in addition to the above listed documents, shall not be considered as part
of bid offer and shall not be taken into consideration for evaluation.
3. All pages of the bid offer to be signed and stamped by an authorised representative (as describe in
bid document) of the bidder
11.1.2 Envelope II: Super scribing “Price Bid – Not to Open with Techno–Commercial Un-priced Bid”- PART-II.
11.1.2.1 Part – II shall contain one original and one copy of Schedule of Rates duly filled in, in separate
sealed envelopes duly signed and stamped on each page. In case of any correction, the bidders
shall put his full signature and his stamp”.
12 BID PRICES
The Prices should be quoted in INR only.
The Bidder shall indicate in the appropriate Schedule of Rates, the unit rate & total prices inclusive of all
applicable taxes, duties, freight, Insurance including Transit Insurance, overheads, provision of safety
gadgets to their personnel, transportation, conveyance, trainings, recruitments, communication charges,
liaisoning work, cost for providing tools & tackles, equipment, machineries, spares, etc. but exclusive
GST on completed work as specified in tender document. If quoted in separate typed sheets and any
variation in item description, unit or quantity is noticed, the bid is liable to be rejected.
Bidder must quote for complete scope of work & indicate prices against each SOR item. Bid submitted
for part scope shall be rejected.
Prices quoted by the bidder, shall remain firm, fixed and valid until completion of the contract and will not
be subjected to any variation, except statutory variation (as specified in Bid document.)
All corrections and alterations in the entries shall be signed in full by the bidder with date. No erasures
or over-writings are permissible.

Civil & Electrical work in new CGS Page 15 of 166


INDRAPRASTHA GAS LTD. ITB IGL/ND/C&P/EC15509

13 PERIOD OF VALIDITY OF BIDS


13.1 The bid shall remain valid for 75 days from the bid due date. Purchaser may reject a bid which is valid
for a shorter period being non-responsive.
13.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Purchaser may request
that the bidder extend the period of bid validity for a specified additional period. The requests and the
responses thereto shall be made in writing (by fax/ post/ e-mail). A bidder can refuse the request without
forfeiture of his bid security. A bidder agreeing to the request will not be required or permitted to modify
his bid, but will be required to extend the validity of its bid security for the period of the extension and in
accordance with ITB clause 14 in all respects.
14 BID SECURITY
14.1 Pursuant to IFB Clause No.8, the bidder shall furnish, as part of his bid, bid security in the amount
specified in the Invitation for Bids.
14.2 The bid security is required to protect the Purchaser against the risk of bidder’s conduct which would
warrant the security’s forfeiture, pursuant to ITB Clause- 14.7
14.3 The bid security will be in Indian Rupees and shall be in the form of Demand Draft / Banker’s Cheque is
to be drawn in favour of Indraprastha Gas Ltd, payable at Delhi or in the form of Bank Guarantee as
per format F-2 enclosed in the Bid Document.
14.4 Any bid not secured in accordance with ITB Clause 14 may be rejected by the Purchaser as non-
responsive.
14.5 Unsuccessful bidder’s bid security will be discharged/ returned, as promptly as possible but not later than
30 days after the expiration of the period of bid validity prescribed by the Purchaser, pursuant to ITB.

14.6 The successful bidder’s bid security will be discharged upon the bidder’s accepting the Order, pursuant
to ITB Clause- 34 and furnishing the Contract Performance Guarantee pursuant to ITB Clause- 35.
14.7 The bid security may be forfeited:
14.7.1 If a bidder withdraws his bid during the period of bid validity.
14.7.2 In the case of a successful bidder, if the bidder fails:
i) to accept the Work Order in accordance with ITB Clause- 34 or
ii) to furnish Performance Guarantee in accordance with ITB Clause- 35
iii) to accept correction of errors pursuant to ITB Clause- 26

14.8 Bid Security must indicate the Bid Document number and the item for which the bidder is quoting. This
is essential for proper co-relation at a later date. The Bid Security in the form of Bank Guarantee shall
be as per the format provided in the Bid Document.
15 FORMAT AND SIGNING OF BID
15.1 The bidder shall prepare one original of the document comprising the bid as per clause 11 of ITB marked
“original”. In addition, the bidder shall submit two copies of the bid clearly marked “copy”. In the event of
any discrepancy between the original and the copies, the original will govern.
15.2 The original and all copies of the bid shall be typed or written in indelible ink (in the case of copies,
photocopies are also acceptable) and shall be signed by the person or persons duly authorised to sign
on behalf of the bidder. The name and position held by each person signing must be typed or printed
below the signature. All pages of the bid except any catalogues / literatures shall be signed and sealed
by the person or persons signing the bid.
15.3 The bid shall contain no alterations, omissions or additions, unless such corrections are signed & sealed
by the person or persons signing the bid.
16 DEVIATION
Owner will appreciate submission of offer based on the terms and conditions in the enclosed GCC,
SCC, ITB, Scope of Work, Technical Specification etc. to avoid delay seeking clarifications on
technical/commercial aspect of the offer.
Deviations, if any have to be listed only in the Deviation Form-4 of this tender document. Deviations listed
anywhere else will not be considered and in case of award of the job to the bidder, the job has to be

Civil & Electrical work in new CGS Page 16 of 166


INDRAPRASTHA GAS LTD. ITB IGL/ND/C&P/EC15509

completed in accordance with the tender terms and conditions without any commercial implications
to the Owner. However Owner reserves the right to take the final decision in this regard, without
assigning any reason..
D. SUBMISSION OF BIDS
17 SEALING AND MARKING OF BIDS
17.1 Bid shall be submitted in the following manner in separate sealed envelopes duly super scribed as below:
Part-I – Techno-commercial / Un-priced bid
Part-II- Priced Bid
17.2 Techno Commercial Un-priced Bid (Part - I): Original Bid of Techno–commercial Un-priced Bid shall be
sealed in one separate envelope superscribing “Techno-Commercial Un-Priced Bid” “Original”. A copy
of Techno-Commercial un-priced Bid shall be sealed in separate envelope superscribing “Techno-
Commercial Un-Priced Bid” “Copy”. All these envelopes (1 original + 1 copy) shall be sealed in one
separate envelope super scribing “Techno-Commercial Un-Priced Bid” containing One Original + one
copy”.
17.3 Price Bid (Part - II): Original Price Bid and one copy shall be sealed in separate envelopes superscribing
“Price Bid” “Original” or “Copy” as the case may be. All such envelopes (one original + copy) shall be
sealed in separate envelope superscribing “Price Bid (One Original + one Copy)” “Not to Open along
with Techno – Commercial Un-Priced Bid”.
17.4 Bid Security: Original shall be sealed in separate envelopes clearly superscribing “Bid Security” “Original”
as the case may be. These envelopes shall be further sealed as detailed hereunder.
17.5 All three envelopes containing Techno-Commercial un-priced Bids, Price Bids and Bid security shall
further be sealed in one outer envelope superscribing Name of tender, Tender Document Number and
shall be addressed to at the address given in IFB.
17.6 Each envelop shall indicate name and address of the bidder to enable the bid to be returned unopened,
if warranted.
17.7 If the outer envelope is not sealed and marked as above, the Purchaser will assume no responsibility for
the misplacement or premature opening of the bid and its consequential rejection.
18 DEADLINE FOR SUBMISSION OF BID
18.1 The Bid must be received by Purchaser (IGL) at the address as specified in IFB but not later than the
time and date as specified in IFB.
18.2 The Purchaser may, in exceptional circumstances and at its discretion, on giving reasonable notice by
fax or any written communication to all prospective bidders who have been issued the bid document
extend the deadline for the submission of bids in which case all rights and obligations of the Purchaser
and bidders, previously subject to the original deadline will thereafter be subject to deadline as extended.
19 LATE BIDS
19.1 Any bid received by the Purchaser after the deadline for submission of bid pursuant to clause no. 18 of
ITB will be declared “Late” and rejected and may be returned unopened to the bidder at the sole
discretion of the Purchaser.
20 MODIFICATION AND WITHDRAWAL OF BIDS
20.1 The bidder may modify or withdraw its bid after the bid submission, but, before the due date of submission
provided that written notice of the modification, including substitution or withdrawal of the bid, is received
by the Purchaser prior to the deadline prescribed for submission of bids.
20.2 The bidder’s modification or withdrawal notice shall be prepared, sealed, marked and delivered in
accordance with the Bid document, with the outer envelopes additionally marked “modification” or
“withdrawal” as appropriate. A withdrawal notice may also be sent by fax/post, but followed by signed
confirmation copy, post marked not later than the deadline for submission of bids.
20.3 No bid shall be modified after the deadline for submission of bid.
20.4 No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and
the expiration of the period of bid validity specified by the bidder on the bid form. Withdrawal of a bid
during this interval shall result in the bidder’s forfeiture of its bid security, pursuant to clause 14.7 of ITB.

Civil & Electrical work in new CGS Page 17 of 166


INDRAPRASTHA GAS LTD. ITB IGL/ND/C&P/EC15509

E. BID OPENING AND EVALUATION


21 BID OPENING
21.1 The Purchaser will open all bids in the presence of Bidders’ representatives who choose to attend, at the
time, on the date and place (as specified in IFB). The Bidders’ representatives, who are present, shall
sign a register evidencing their attendance, if so required by the Purchaser.
21.2 The Bidder’s names, bid modifications or withdrawals, and the presence or absence of requisite Bid
Security (EMD) and such other details as the Purchaser, at its discretion, may consider appropriate, will
be announced at the opening. No bid shall be rejected at bid opening, except for late bids, which shall
be later returned unopened to the concerned Bidder pursuant to ITB Clause 19.
21.3 Bids (and modifications sent pursuant to ITB Clause 20) that are not opened and read out at bid opening
shall not be considered further for evaluation, irrespective of the circumstances. Bidder’s specific
attention is drawn to this stipulation to enable the representative of the Bidder at the bid opening time to
bring out to the attention for the Purchaser any documents pertaining to its bid is not being acknowledged
and relevant portions read out.
21.4 The Purchaser will prepare a bid opening statement to be signed by all representatives present during
bid opening.
22 CLARIFICATION OF BIDS
22.1 During evaluation of the bids, the Purchaser may, at its discretion, ask the Bidder for a clarification of its
bid. The request for clarification and the response shall be in writing, and no change in the prices or
substance of the bid shall be sought, offered, or permitted.
23 CONTACTING THE PURCHASER
23.1 From the time of the bid opening to the time of the award, if any bidder wishes to contact the Purchaser
for any matter relating to the bid it should do so in writing.
23.2 Any effort by a bidder to influence the Purchaser in any manner in respect of bid evaluation or award will
result in the rejection of that bid.
24 PRELIMINARY EXAMINATION OF BIDS
24.1 Techno-Commercial Bid Evaluation
24.1.1 The Purchaser will examine the bids to determine whether they are complete, whether required securities
have been furnished, whether the documents have been properly signed and whether the bids are
generally in order.
24.1.2 Prior to the detailed evaluation, the Purchaser will determine whether each bid is of acceptable quality,
is generally complete and is responsive to the Bid Documents. For the purpose of this determination, a
responsive bid is one, which confirms to all the terms, conditions and specification of the Bid document,
without deviations, objections, conditionality or reservations.
24.1.3 No deviation, whatsoever, is permitted in the Bid Documents and the price bids of those bidders, whose
technical and commercial bids contain any exception to the conditions and stipulations of the Bid
Documents may not be opened.
24.1.4 The Purchaser’s determination of bid responsiveness is to be based on the contents of the bid itself
without recourse to extrinsic evidence. If a bid is non-responsive, it may be rejected by the Purchaser.
24.1.5 The Purchaser will carry out a detailed evaluation of the bids previously determined to be responsive in
order to determine whether the technical aspects are in accordance with the requirements set forth in
the Bid documents. In order to reach such a determination, the Purchaser/ will examine and compare
the technical aspects of the bids on the basis of the information supplied by the bidders, taking into
account the following factors :
24.1.5.1 Overall completeness and compliance with the Technical Specifications, quality functions and
operations of any process control concept included in the bid. The bid that does not meet minimum
acceptable standard of completeness, consistency and detail will be rejected as non-responsive.
24.1.5.2 Any other relevant factor, if any that the Purchaser deems necessary or prudent to be taken into
consideration.
24.1.5.3 Requisite forms contain all necessary information stipulated in the Bid Document.

Civil & Electrical work in new CGS Page 18 of 166


INDRAPRASTHA GAS LTD. ITB IGL/ND/C&P/EC15509

25 REJECTION CRITERIA
25.1 Minor unconformities may be neglected and/or bidders may be required to rectify such minor
unconformities.
25.2 The provisions of the following clauses of the Bid document must be adhered to, failing which the bid
shall be considered as non-responsive and shall be summarily rejected:
25.2.1 Bid document fee and Bid Security (EMD) i.e. non-submission, shorter Value (EMD) or Bid
Security (EMD) not complying with the specified requirements
25.2.2 Submission of Contract Performance Bank Guarantee as per tender
25.2.3 Period of validity of bid
25.2.4 Firm & fixed Prices throughout execution of contract
25.2.5 Offer for complete scope of work & for complete SOR
25.2.6 Resolution of Dispute/ Arbitration clause
25.2.7 Payment terms
25.2.8 Validity of Contract
25.2.9 Prices as per Schedule of Rates
25.2.10 Price reduction schedule provisions
25.2.11 Penalty provisions
25.2.12 Documents pertaining to PF Registration and GST Registration
25.2.13 For the bidders who have downloaded tender document from website an undertaking on his
letter – head that contents of the bidding document have not been altered or modified.
26 OPENING OF PRICE BID
26.1 In case of two-part bidding, the Bidders whose bids found substantially responsive shall be invited to
attend the opening of price bid. Such bidders may be required to attend the price bid opening at a short
notice. The place, date and time of price bid opening will be informed to all such Bidders. The Bidders’
representatives who are present shall sign a register evidencing their attendance.
26.2 The bid prices and discounts, if any stated in the price schedules will be announced during price bid
opening.
27 ARITHMETIC CORRECTIONS
27.1 The bids will be checked for any arithmetical errors as follows if any, will be rectified on the following
basis:
27.1.1 If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit
price and quantity, the unit price shall prevail, and the total price shall be corrected;
27.1.2 If there is a discrepancy between words and figures, the amount in words will prevail;
27.2 If the bidder does not accept the correction of errors, its bid will be rejected and the bid security will be
forfeited.
28 EVALUATION AND COMPARISON OF BIDS
28.1 Bidders will be required to quote for complete SOR. Evaluation will be done on totality basis.
29 POST-QUALIFICATION
29.1 In the absence of pre-qualification, the Purchaser will determine to its satisfaction whether the Bidder
that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the
contract satisfactorily, in accordance with the criteria listed in ITB.
29.2 An affirmative determination will be a prerequisite for award of the contract to the Bidder. A negative
determination will result in rejection of the Bidder’s bid, in which event the Purchaser will proceed to the
next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform
satisfactorily.

Civil & Electrical work in new CGS Page 19 of 166


INDRAPRASTHA GAS LTD. ITB IGL/ND/C&P/EC15509

F. AWARD
30 AWARD CRITERIA
30.1 Subject to ITB Clause 24, the Purchaser will place the order on the successful bidder whose bid has
been determined to be substantially responsive and has been determined to be the lowest evaluated
bid, provided further that the Bidder is determined to be qualified to perform the order satisfactorily.
31 PURCHASER’S RIGHT TO VARY QUANTITIES DURING CONTRACT PERIOD
31.1 Purchaser reserves the right to increase or decrease the quantities specified in the Schedule of Rates
during contract period, without any change in unit price or other terms and conditions. The tendered
quantities shall be considered for evaluation purpose.
31.2 Bidder shall note that the quantities mentioned against each activity in Schedule of Rates are tentative
only and subject to change based on actual requirement. The unit rates quoted by the bidders shall
remain fixed and firm throughout the contract period i.e. no price adjustment shall be allowed after bid
submission.
31.3 Purchaser (IGL) shall have full right to divide the total scope of work among two or more bidders as per
the requirement. It will be ensured that share of business is awarded in line with the ranking of bidders
in terms of their evaluated value.
32 PURCHASER’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS
32.1 Purchaser reserves the right to accept or reject any bid, and to annul the bidding process and reject all
bids, at any time prior to award of contract, without thereby incurring any liability to the affected bidder
or bidders or any obligations to inform the affected bidder or bidders the reason for the Purchaser’s
action.
33 NOTIFICATION OF AWARD / FAX OF INTENT
33.1 Prior to the expiration of period of bid validity, the Purchaser will notify the successful bidder in writing by
fax or e-mail to be confirmed in writing, that his bid has been accepted.
33.2 The date of Fax of Intent for notification of Award will constitute effective date.
33.3 Upon the successful bidder’s furnishing of Contract Performance Bank Guarantee (CPBG), pursuant to
ITB Clause 35, the Purchaser will promptly notify each unsuccessful bidder and will discharge the bid
security of such bidders.
34 ACCEPTANCE OF WORK ORDER
34.1 Purchaser will issue the Work Order to the successful bidder on receipt of acceptance of FOI, within 15
days of award of work bidder shall sign all pages and return the acceptance copy of the Work Order to
the Purchaser.
35 CONTRACT PERFORMANCE BANK GUARANTEE
35.1 Within twenty-one (21) days of the receipt of the notification of award/ Fax of Intent, the successful bidder
shall furnish the performance guarantee in accordance with General Conditions of Contract in the form
provided in the Bid documents.
35.2 The Contract Performance Bank Guarantee shall be for an amount as defined in Special Conditions of
Contract (SCC) towards faithful performance of the contractual obligations. This bank guarantee shall
be valid for a period of 90 days beyond the expiry of the contract.
35.3 Failure of the successful bidder to comply with the requirements of this clause shall constitute sufficient
ground for the annulment of the award and forfeiture of the bid security.
36 CORRUPT AND FRAUDULENT PRACTICES
36.1 The Purchaser requires that Bidders observe the highest standard of ethics during the execution of
Contract. In pursuance of this policy, the Purchaser defines, for the purposes of this provision, the terms
set forth below as follows:
i) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of value to influence the
action of public official in contract execution; and
ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence the execution of a Contract
to the detriment of the Purchaser, and includes collusive practise amongst bidders (prior to or after bid

Civil & Electrical work in new CGS Page 20 of 166


INDRAPRASTHA GAS LTD. ITB IGL/ND/C&P/EC15509

submission) designed to establish bid prices at artificial non-competitive levels and to deprive the
Purchaser of the benefits of free and open competition;
36.2 Purchaser will reject a proposal for award, if it determines that the bidder recommended for award is
engaged in corrupt or fraudulent practices in competing for the award in question;
36.3 Purchaser will declare a firm ineligible, either indefinitely or for a stated period of time, if at any time the
Purchaser determines that the firm has engaged in corrupt or fraudulent practices in competing for or in
executing a contract.
37 INCOME TAX LIABILITY
37.1 The bidder shall bear all Income Tax liability, both corporate as well as for his personnel.
38 GENERAL
38.1 Any failure on the part of the Purchaser at any time to enforce the strict observances of the performance
of any of the term(s) and condition(s) or rights, shall not effect or deprive the Purchaser to exercise the
same at any later date.
38.2 The work will be supervised by Purchaser’s Engineer-In-Charge or his representative and the Contractor
has to strictly adhere to his instructions.
38.3 During the tenancy of this contract, Purchaser can increase and/or decrease the quantity of the work/
service (s) required. The quantity of work / service (s) shown in the Schedule of rates is tentative.
38.4 The contract period shall be reckoned from the date of FOI.
38.5 The agreed rates shall remain firm & fixed till the expiry of contract and the contractor shall not be entitled
to any inflation, escalation or revision (except statutory variation in the rate of tax) or any right to claim,
whatsoever by way of representation, explanation, statement or alleged representation or an outstanding
or promise given or alleged to have been given by any employee of the Purchaser or due to contractor’s
own ignorance or on account of the difficulties or hardships faced by him. The rates quoted shall be all-
inclusive of applicable taxes/ duties and shall remain firm till expiry/entire tenancy of this contract. It is
agreed that the bidder has inspected the sites and assessed the nature and the extent of the work
including the conditions prevalent under which the work is to be carried out.

Civil & Electrical work in new CGS Page 21 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

CIVIL & ELECTRICAL WORKS FOR CGS CONSTRUCTION IN NEW GA’S IN HARIYANA,
U.P AND RAJASTHAN FOR A PERIOD OF TWO YEARS

SECTION III
GENERAL CONDITIONS OF CONTRACT (GCC)

Civil & Electrical work in new CGS Page 22 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

GENERAL CONDITIONS OF CONTRACT


1 DEFINITIONS
1.1 All the initial capitalised terms used in the Agreement shall have the meaning as described to such terms
hereunder:
1.2 ‘Agreement’ or ‘Contract’ means the agreement entered into between the Purchaser and the Contractor,
including all attachments and appendices thereto and all documents incorporated by reference therein,
as modified, reinstated or amended from time to time.
1.3 ‘Completion Schedule’ or ‘Delivery Schedule’ means a schedule approved by the Purchaser for
completion of all obligations of the Contractor under the Agreement.
1.4 ‘Contract Documents’ mean all the documents referred to in the Agreement for discharging the requisite
obligations by respective party.
1.5 ‘Contract Price’ means the price payable to the Contractor under the Contract for the full and proper
performance of all its contractual obligations.
1.6 ‘Day’, ‘Month’ or ‘Year’ means calendar day, calendar month or calendar year.
1.7 ‘Engineer’ means an authorized representative of the Purchaser, if any, to which the Purchaser has
entrusted various tasks in relation to the carrying out of his Project and in particular the implementation
of the relevant Agreement. The Engineer is fully empowered to represent the Purchaser. For avoidance
of doubt, may be an Engineer. In case the Agreement does not specify the intervention by the Engineer,
the rights and obligations are exercised and borne by the Purchaser, mutatis mutandis.
1.8 ‘Effective Date’ means a date on which Contractor’s obligations will commence and thereupon Delivery
Schedule and/or Completion Schedule will be drawn up.
1.9 ‘Goods’ means all of the equipment, machinery, and/or other materials which the Contractor is required
to supply to the Purchaser under the Agreement.
1.10 ‘GCC’ means the GENERAL CONDITIONS OF CONTRACT contained in this section.
1.11 ‘Inspector’ means any person or outside Agency nominated by Purchaser to inspect equipment, stage
wise as well as final, before despatch, at Contractor’s works and/or on receipt at Site as per terms of the
Agreement.
1.12 ‘Notification of Award’ means date which is earlier of either a Fax of Intent (FOI) or Letter of Intent (LOI)
or Letter of Award (LOA) issued to a successful bidder for award of the work pursuant to bidding process.
1.13 ‘Purchaser’ /or ‘Owner’ means the organization purchasing the Goods / services, as named in SCC.
1.14 ‘Services’ or ‘Ancillary Services’ means those services ancillary to the supply of the Goods, such as
transportation and insurance, and any other incidental services, such as installation, commissioning,
provision of technical assistance, training and other such obligations of the Contractor covered under the
scope of the Agreement.
1.15 ‘Site’ or ’Purchaser’s stores’ means the place or places named in tender document.
1.16 ‘SCC’ means the SPECIAL CONDITIONS OF CONTRACT forming a part of the Contract Documents.
1.17 ‘Supplier’ or ‘Seller’ or ‘Contractor’ means the individual person or firm or body corporate supplying the
Goods and Ancillary Services under the Agreement.
1.18 ‘Bid’ or ‘Tender’ shall have the same meaning.
2 INTERPRETATION OF CONTRACT DOCUMENT
2.1 Notwithstanding the sub-division of the documents into these separate sections and volumes every part
of each shall be deemed to be supplementary to and complementary of every other part and shall be
read with and into the CONTRACT so far as it may be practicable to do so.
2.2 Where any portion of the General Condition of Contract is repugnant to or at variance with any provisions
of the Special Conditions of Contract, unless a different intention appears the provisions of the Special
Conditions of Contract shall be deemed to over-ride the provisions of the General Conditions of Contract
and shall to the extent of such repugnancy, or variations, prevail.
2.3 Wherever it is mentioned in the specifications that the CONTRACTOR shall perform certain WORK or
provide certain facilities, it is understood that the CONTRACTOR shall do so at his cost and the VALUE

Civil & Electrical work in new CGS Page 23 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

OF CONTRACT shall be deemed to have included cost of such performance and provisions, so
mentioned.
2.4 The materials, design and workmanship shall satisfy the relevant INDIAN STANDARDS, the JOB
SPECIFICATIONS contained herein and CODES referred to. Where the job specification stipulate
requirements in addition to those contained in the standard codes and specifications, these additional
requirements shall also be satisfied.
3 CONFIDENTIALITY
3.1 The Contractor cannot, without agreement of the Purchaser, disclose nor enable third parties to benefit
from the documents drawn up in the course of his obligations under the Agreement or information
received from the Purchaser / Engineer/ Inspector.
3.2 Further, Contractor is not allowed to publish copy or transmit to third parties the documents that are
transmitted to him by Purchaser / Engineer/ Inspector. The Purchaser/ retain the right to claim damages
from the Contractor in the case where these documents have been used without such written consent.
3.3 However, these obligations do not apply to documents for which it can be demonstrated that
• such documents were already public before these were communicated to the other party, or have
become public since without any fault or negligence of the party concerned, or

• such documents were already in its possession without having obtained them directly or indirectly
from the other party, or

• such documents were obtained from an independent source that had neither direct nor indirect
secrecy commitment to the other party.

3.4 Regarding the application of this clause, the experts appointed by the Purchaser/ Engineer are not
considered as third parties, and for this reason they have to respect, towards the Contractor, the same
obligations as the Purchaser in these matters.
3.5 Any document, other than the Agreement itself, enumerated in GCC shall remain the property of the
Purchaser and shall be returned (all copies) to the Purchaser on completion of the Contractor’s
obligations under the Agreement, if so required by the Purchaser.
4 CONTRACT PERFORMANCE BANK GUARANTEE
4.1 Within twenty-one (21) Days of receipt of the Notification of Award, the successful bidder shall furnish to
the Purchaser the Contract-Cum-Equipment Performance Bank Guarantee (CPBG) equivalent to 2.5%
of total contract value (inclusive of all taxes & duties) initially against the contract and 7.5% of annualised
value of contract (inclusive of all taxes & duties) in each year against the purchase order.
4.2 The Contract Performance Bank Guarantee will initially be kept valid for 90 days beyond the validity of
contract and will be discharged not later than six months from the date of expiration of contract and
Contractor’s entire obligations including warrantee obligations under the contract.
4.3 In the event that completion of work is delayed beyond the scheduled completion date for any reason
whatsoever, the contractor shall have the validity of the Contract Performance Bank Guarantee suitably
extended to cover the period of delay.
4.4 The proceeds of the Contract Performance Bank Guarantee shall be payable to the Purchaser as
compensation for any loss or damage resulting from the Contractor’s failure to complete its obligations
under the Agreement.
4.5 The Contract Performance Bank Guarantee shall be denominated in the same currency of the
Agreement and shall be in one of the following forms:

A bank guarantee issued by a scheduled/ nationalized bank is acceptable to the Purchaser, in the form
provided in the bid documents. The Contract Performance Bank Guarantee will be discharged by the
Purchaser and returned to the Contractor not later than One hundred eighty (180) days following the
date of completion of all the Contractor’s performance obligations under the Contract, including any
warranty obligations.

Civil & Electrical work in new CGS Page 24 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

5 PRICES
5.1 Prices charged by the Contractor for all Services performed under the Agreement shall be on firm price
basis and not vary from the prices quoted by the Contractor in its bid, with the exception of any price
adjustments authorized as per tender document.
6 TAXES, DUTIES, ETC.
6.1 The Contractor agrees to and does hereby accept full and exclusive liability for the payment of any and
all taxes, duties, etc. now or hereafter imposed, increased, modified, from time to time in respect of
Works and materials and all contributions and taxes for unemployment compensation, insurance and old
age pensions or annuities now or hereafter imposed by any Central or State Government authorities
which are imposed with respect to or covered by the wages, salaries, or other compensations paid to the
persons employed by the Contractor and the Contractor shall be responsible for the compliance with all
applicable Central, State, Municipal and local laws and regulations, and requirement of any Central,
State or local Government agency or authority.
6.2 Contractor further agrees to defend, indemnify and hold Purchaser harmless from any liability or penalty,
which may be imposed by the Central, State or Local authorities by reason or any violation by Contractor
or Sub-Contractor of such laws, suits or proceedings that may be brought against the Purchaser arising
under, growing out of, or by reason of the work provided for by this Contract, by third parties, or by
Central or State Government authority or any administrative sub-division thereof.
6.3 Tax deductions will be made as per the rules and regulations in force in accordance with acts prevailing
from time to time.
7 STATUTORY VARIATION
7.1 All statutory variations, change in law or imposition of any new taxes/ duties/ levies by any Central
Government/ State Government/ Civil Agencies shall be to Contractor’s account except for statutory
variations in Service Tax on completed work, which shall be reimbursed by Owner against documentary
evidence submitted by the Contractor.
8 PAYMENT
8.1 Contractor shall submit his monthly bills to the respective Engineer-In-Charge of Owner, attaching all the
required documentary proof confirming there upon that all statutory obligations as per rules are being
observed. Un-disputed payment shall be made to the contractor through Finance Department against
Bills, duly certified by respective Owner’s Engineer-In-Charge within 15 (Fifteen) days, if found in order.
No interest shall be paid in case of delay in payments. For payment terms, refer clause no. 5 of SCC.
8.2 Payment shall be released after applicable tax deductions at source as per rules & acts enforced during
the tenancy of the contract.
9 SUBCONTRACTING
9.1 The Contractor shall notify the Owner in writing of all subcontracts awarded under this Agreement if not
already notified in the Contractor’s bid and incorporated in the Agreement. Such notification and
incorporation shall not relieve the Contractor from any liability or obligation under the Agreement. Such
sub-contract shall be limited to certain bought-out items and sub-assemblies, which are not in line of
Contractor’s manufacturing or proposed manufacturing unit of authorized Contractor.
9.2 Such purchased and subcontracted items shall have to be necessarily in full compliance with the terms
and conditions of the Agreement and do not relieve the Contractor of any of his contractual obligations.
The Contractor shall be solely responsible for any action, deficiency or negligence of his sub-contractors.
9.3 For any subcontract, the Owner is entitled to demand from the Contractor, for approval of the list of sub-
contractors, the Contractor intends to involve and of the orders he may entrust to them. Approval by the
Owner cannot give rise to any legal bond between the Owner and the sub-contractors and leaves full
responsibility only to the Contractor.
10 DELAYS IN THE CONTRACTOR’S PERFORMANCE
10.1 Delivery of performance of Services shall be made by the Contractor in accordance with the time
schedule prescribed by the Purchaser in the Completion Schedule.
10.2 If the CONTRACTOR refuses or fails to execute the WORK or any separate part thereof with such
diligence as will ensure its completion within the time specified in the CONTRACT or extension thereof
or fails to perform any of his obligation under the CONTRACT or in any manner commits a breach of

Civil & Electrical work in new CGS Page 25 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

any of the provisions of the CONTRACT it shall be open to the PURCHASER at its option by written
notice to the CONTRACTOR:
10.2.1 TO DETERMINE THE CONTRACT in which event the CONTRACT shall stand terminated and shall
cease to be in force and effect on and from the date appointed by the PURCHASER on that behalf,
whereupon the CONTRACTOR shall stop forthwith any of the CONTRACTOR's work then in progress,
except such WORK as the PURCHASER may, in writing, require to be done to safeguard any property
or WORK, or installations from damage, and the PURCHASER, for its part, may take over the work
remaining unfinished by the CONTRACTOR and complete the same through a fresh contractor or by
other means, at the risk and cost of the CONTRACTOR, and any of his sureties if any, shall be liable to
the PURCHASER for any excess cost occasioned by such work having to be so taken over and
completed by the PURCHASER over and above the cost at the rates specified in the schedule of
quantities and rate/prices.
10.2.2 WITHOUT DETERMINING THE CONTRACT to take over the work of the CONTRACTOR or any part
thereof and complete the same through a fresh contractor or by other means at the risk and cost of the
CONTRACTOR. The CONTRACTOR and any of his sureties are liable to the PURCHASER for any excess
cost over and above the cost at the rates specified in the Schedule of Quantities/ rates, occasioned by such
works having been taken over and completed by the PURCHASER
10.3 In such events of above sub-clauses:
10.3.1 The whole or part of the Contract Performance Security furnished by the CONTRACTOR is liable to be
forfeited without prejudice to the right of the PURCHASER to recover from the CONTRACTOR the excess
cost referred to in the sub-clause aforesaid, the PURCHASER shall also have the right of taking possession
and utilising in completing the works or any part thereof, such as materials equipment and plants available
at work site belonging to the CONTRACTOR as may be necessary and the CONTRACTOR shall not be
entitled for any compensation for use or damage to such materials, equipment and plant.
10.3.2 The amount that may have become due to the CONTRACTOR on account of work already executed by him
shall not be payable to him until after the expiry of Six (6) calendar months reckoned from the date of
termination of CONTRACT or from the taking over of the WORK or part thereof by the PURCHASER as the
case may be, during which period the responsibility for faulty materials or workmanship in respect of such
work shall, under the CONTRACT, rest exclusively with the CONTRACTOR. This amount shall be subject
to deduction of any amounts due from the CONTRACT to the PURCHASER under the terms of the
CONTRACT authorised or required to be reserved or retained by the PURCHASER.
10.4 Before determining the CONTRACT provided in the judgement of the PURCHASER, the default or
defaults committed by the CONTRACTOR is/are curable and can be cured by the CONTRACTOR if an
opportunity given to him, then the PURCHASER may issue Notice in writing calling the CONTRACTOR
to cure the default within such time specified in the Notice.
10.5 The PURCHASER shall also have the right to proceed or take action above, in the event that the
CONTRACTOR becomes bankrupt, insolvent, compounds with his creditors, assigns the CONTRACT
in favour of his creditors or any other person or persons, or being a company or a corporation goes into
voluntary liquidation, provided that in the said events it shall not be necessary for the PURCHASER to
give any prior notice to the CONTRACTOR.
10.6 Termination of the CONTRACT as provided above shall not prejudice or affect their rights of the
PURCHASER which may have accrued up to the date of such termination
10.7 Except as provided under GCC or for the reasons solely attributable to the Purchaser, a delay by the
Contractor in the performance of its delivery obligations shall render the Contractor liable to the
imposition of liquidated damages pursuant to GCC, unless an extension of time is agreed upon without
the application of liquidated damages.
11 CONTRACTOR REMAINS LIABLE TO PAY COMPENSATION IF ACTION NOT TAKEN UNDER
CLAUSE 13
11.1 In any case in which it become exercisable and the same had not been exercised, the non-exercise
thereof shall not constitute a waiver of any of the conditions hereof and such powers shall
notwithstanding be exercisable in the event of any further case of default by the CONTRACTOR for
which by any clause or clauses hereof he is declared any of the powers conferred upon the PURCHASER
BY CLAUSE 13 thereof shall have liable to pay compensation amounting to the whole of his Contract
Performance Security, and the liability of the CONTRACTOR for past and future compensation shall
remain unaffected. In the event of the PURCHASER putting in force the power under above sub-clause
vested in him under the preceding clause he may, if he so desired, take possession of all or any tools,

Civil & Electrical work in new CGS Page 26 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

and plants, materials and stores in or upon the works or the site thereof belonging to the CONTRACTOR
or procured by him and intended to be used for the execution of the WORK or any part thereof paying or
allowing for the same in account at the CONTRACT rates or in case of these not being applicable at
current market rates to be certified by the ENGINEER-IN-CHARGE whose certificate thereof shall be
final, otherwise the ENGINEER-IN-CHARGE may give notice in writing to the CONTRACTOR or his clerk
of the works, foreman or other authorised agent, requiring him to remove such tools, plant, materials or
stores from the premises (within a time to be specified in such notice), and in the event of the
CONTRACTOR failing to comply with any such requisition, the ENGINEER-IN-CHARGE may remove
them at the Contractor’s expense or sell them by auction or private sale on account of the
CONTRACTOR and at his risk in all respects without any further notice as to the date, time or place of
sale and the certificate of the ENGINEER-IN-CHARGE as to the expenses of any such removal and the
amount of the proceeds and expenses of any such sale shall be final and conclusive against the
CONTRACTOR.
12 TERMINATION FOR DEFAULT
12.1 Save for the cases provided for in Clause, if the Contractor fails to fulfil any of his obligations, the
Purchaser reserves the right, after simple summons to comply and without prejudice to any other
measures provided for in the Contract Documents, to offset the Contractor’s deficiency by substituting
Contractor by another third party to the Contractor for the purpose of carrying out those obligations, at
the Contractor’s expense, risk and peril, or to terminate the Agreement without prejudice to the
Purchaser’s rights of receiving reparation for the resulting damage.
12.2 The Purchaser may terminate the Agreement when the Contractor’s situation at any time after
Notification of the Award is found to have become so precarious that there is every indication that he will
not be able to fulfil his obligations. Such indications may be, for example, the Contractor’s filing for
bankruptcy or composition, or going into receivership or liquidation, or any similar procedures under
applicable legislation.
13 CHANGE IN CONSTITUTION
13.1 Where the CONTRACTOR is a partnership firm, the prior approval of the PURCHASER shall be obtained
in writing, before any change is made in the constitution of the firm. Where the CONTRACTOR is an
individual or a Hindu undivided family business concern, such approval as aforesaid shall, likewise be
obtained before such CONTRACTOR enters into any agreement with other parties, where under, the
reconstituted firm would have the right to carry out the work hereby undertaken by the CONTRACTOR.
In either case if prior approval as aforesaid is not obtained, the CONTRACT shall be deemed to have
been allotted in contravention of clause 8.1 hereof and the same action may be taken and the same
consequence shall ensure as provided in the said clause.
14 MEMBERS OF THE PURCHASER NOT INDIVIDUALLY LIABLE
14.1 No Director, or official or employee of the PURCHASER/ shall in any way be personally bound or liable
for the acts or obligations of the PURCHASER under the CONTRACT or answerable for any default or
omission in the observance or performance of any of the acts, matters or things, which are herein
contained
15 CONTRACTOR TO INDEMNIFY THE PURCHASER
15.1 The contractor shall indemnify the Purchaser and every member, officer and employee of the Purchaser,
also Engineer-In-Charge and his staff against all action, proceedings, claims, demands, costs and
expenses whatsoever arising out of all action, proceedings, claims, demands, costs and expenses which
may be made against the Purchaser for or in respect of or arising out of any failure by the contractor in
the performance of his obligations under the contract. The Purchaser shall not be liable for or in respect
of consequence of any accident or injury to any workmen or other person in the employment of the
contractor or his sub-contractor and contractor shall indemnify and keep the Purchaser indemnified
against all such damages and compensations and against all claims, proceedings, claims, demands,
costs and expenses whatsoever in respect thereof or in relation thereof.
15.2 If any action is brought before a Court, Tribunal or any other Authority against the Purchaser or an officer
or agent of the PURCHASER, for the failure, omission or neglect on the part of the CONTRACTOR to
perform any acts, matters, covenants or things under the CONTRACT, or damage or injury caused by
the alleged omission or negligence on the part of the CONTRACTOR, his agents, representatives or his
SUB-CONTRACTOR's, or in connection with any claim based on lawful demands of SUB-
CONTRACTOR's workmen, Contractors or employees, the CONTRACTOR, shall in such cases
indemnify and keep the PURCHASER and/or their representatives harmless from all losses, damages,
expenses or decrees arising out of such action.

Civil & Electrical work in new CGS Page 27 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

15.3 If Purchaser have to pay any money in respect of such claims or demands as aforesaid the amount so
paid and the costs incurred by the Purchaser shall be charged to and paid by the Contractor and the
Contractor shall not be at liberty to dispute or question the right of the Purchaser to make such payments
notwithstanding the same may have been made without the consent or authority or in law or otherwise
to the contrary.
16 SAFETY REGULATIONS
16.1 In respect of all labour, directly or indirectly employed in the WORK for the performance of
CONTRACTOR's part of this agreement, the CONTRACTOR shall at his own expense arrange for all
the safety provisions as per safety codes and abide by all labour laws, fire and statutory regulations and
keep the Purchaser indemnified in respect thereof.
17 OTHER AGENCIES AT SITE
17.1 The CONTRACTOR shall have to execute the WORK in such place and conditions where other agencies
will also be engaged for other works. No claim shall be entertained due to WORK being executed in the
above circumstances
18 TERMINATION FOR PURCHASER’S CONVENIENCE
18.1 The Purchaser, by written notice sent to the Contractor, may terminate the Agreement, in whole or in
part, at any time for its convenience. The notice of termination shall specify that termination is for the
Purchaser’s convenience, the extent to which performance of the Contractor under the Agreement is
terminated, and the date upon which such termination becomes effective.
19 PAYMENT IF THE CONTRACT IS TERMINATED
19.1 If the CONTRACT shall be terminated as per Bid pursuant to Clause no. 12 of GCC, the CONTRACTOR
shall be paid by the PURCHASER in so far as such amounts or items shall not have already been
covered by payments of amounts made to the CONTRACTOR for the WORK executed and accepted by
ENGINEER-IN-CHARGE prior to the date of termination at the rates and prices provided for in the
CONTRACT and in addition to the following:
a) The amount payable in respect of any preliminary items, so far as the Work or service comprised therein
has been carried out or performed and an appropriate portion as certified by ENGINEER-IN-CHARGE
of any such items or service comprised in which has been partially carried out or performed.

b) Any other expenses which the CONTRACTOR has spent for performing the WORK under the
CONTRACT subject to being duly recommended by ENGINEER-IN-CHARGE and approved by
PURCHASER for payment, based on documentary evidence of his having incurred such expenses.

19.2 The CONTRACTOR will be further required to transfer the title and provide the following in the manner
and as directed by the PURCHASER.
a) Any and all completed works.

19.3 Such partially completed WORK including drawings, information and CONTRACT rights as the
CONTRACTOR has specially performed, produced or acquired for the performance of the
CONTRACTOR.
20 NO WAIVER OF RIGHTS
20.1 Neither the inspection by the PURCHASER or any of their officials, employees, or agents nor any order
by the PURCHASER for payment of money or any payment for or acceptance of the whole or any part
of the Work by the PURCHASER nor any extension of time, nor any possession taken by PURCHASER
shall operate as a waiver of any provision of the CONTRACT, or of any power herein reserved to the
PURCHASER, or any right to damages herein provided, nor shall any waiver of any breach in the
CONTRACT be held to be a waiver of any other subsequent breach.
21 SETTLEMENT OF DISPUTES
21.1 The rules of procedure for arbitration proceedings shall be as per Indian Arbitration and Conciliation Act
1996 or as amended.
21.2 If any dispute or difference arising between the Parties in respect of or concerning or connected with the
interpretation or implementation of this Agreement or otherwise arising out of this Agreement, the parties
hereto shall promptly and in good faith negotiate with a view to bring out and amicable resolution and
settlement.

Civil & Electrical work in new CGS Page 28 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

21.3 If, after thirty (30) days, the parties have failed to resolve their dispute or difference by such mutual
consultation, then either the Owner or the Supplier may give notice to the other party of its intention to
commence arbitration, as hereinafter provided, as to the matter in dispute, and no arbitration in respect
of this matter may be commenced unless such notice is given.
21.4 In the event, no amicable resolution or settlement is reached within a period of 30 days from the date on
which such dispute or difference arose, such dispute or difference shall be referred for adjudication by
sole Arbitrator to be appointed by the Managing Director (MD) of IGL, in accordance with the Arbitration
and Conciliation Act, 1996 and rules made there under or any statutory modification in case the Arbitrator
so appointed is related to IGL in any manner whatsoever.
21.5 The Arbitration proceedings shall be held in Delhi and shall be conducted in English Language. The
decision of such arbitration shall be binding and conclusive upon the Parties. The Parties to the
arbitration shall equally share the costs and expenses of any such arbitration.
21.6 It is hereby clarified that the Courts at Delhi alone shall have jurisdiction to try and entertain any and all
suits or other proceedings in respect of, relating to or otherwise arising out of this Agreement.
21.7 Notwithstanding any reference to arbitration herein, the parties shall continue to perform their respective
obligations under the Agreement unless they otherwise agree.
22 LIMITATION OF LIABILITY
22.1 Except in cases of wilful negligence or wilful misconduct, and in the case of infringement, the Contractor
shall not be liable to the Purchaser, whether in contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of production, or loss of profits provided that this
exclusion shall not apply to any obligation of the Contractor to pay PRS to the Purchaser and the
aggregate liability of the Contractor to the Purchaser, whether under the Contract, in tort or otherwise,
shall not exceed the total Contract Price, provided that this limitation shall not apply to the cost of
repairing or replacing defective equipment.
23 GOVERNING LANGUAGE
23.1 The Agreement shall be written in English language unless specified otherwise in the SCC. All
correspondence and other documents pertaining to the Agreement which are exchanged by the parties
shall be written in the same language. In case, any document/brochure etc. is written in any other
language then its English translation shall govern.
24 APPLICABLE LAW
24.1 The Contract shall be governed and interpreted in accordance with the applicable laws of India and
Courts at Delhi shall have exclusive jurisdiction.
25 NOTICES
25.1 Any notice given by one party to the other pursuant to this Agreement shall be sent to the other party in
writing by registered mail or facsimile and confirmed in writing to the other party’s address specified in
the Agreement.
25.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.
26 INSURANCE
26.1 GENERAL
CONTRACTOR shall at his own expense arrange secure and maintain insurance with reputable
insurance companies.

Irrespective of work acceptance the responsibility to maintain adequate insurance coverage at all times
during the period of CONTRACT shall be that of CONTRACTOR alone. CONTRACTOR’s failure in this
regard shall not relieve him of any of his responsibilities and obligations under CONTRACT.

i) EMPLOYEES STATE INSURANCE ACT:

The CONTRACTOR agrees to and does hereby accept full and exclusive liability for the compliance
with all obligations imposed by the Employee State Insurance Act 1948 and the CONTRACTOR
further agrees to defend, indemnify and hold PURCHASER harmless for any liability or penalty which
may be imposed by the Central, State or Local authority by reason of any asserted violation by
CONTRACTOR or SUB-CONTRACTOR of the Employees' State Insurance Act, 1948, and also from

Civil & Electrical work in new CGS Page 29 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

all claims, suits or proceeding that may be brought against the PURCHASER arising under, growing
out of or by reasons of the work provided for by this CONTRACTOR, by third parties or by Central
or State Government authority or any political sub- division thereof.

The CONTRACTOR agrees to fill in with the Employee’s State Insurance Corporation, the
Declaration Forms, and all forms which may be required in respect of the CONTRACTOR's or SUB-
CONTRACTOR's employees, who are employed in the WORK provided for or those covered by ESI
from time to time under the Agreement. The CONTRACTOR shall deduct and secure the agreement
of the SUB- CONTRACTOR to deduct the employee’s contribution as per the first schedule of the
Employee’s State Insurance Act from wages and affix the Employee’s Contribution Card at wages
payment intervals. The CONTRACTOR shall remit and secure the agreement of SUB-
CONTRACTOR to remit to the State Bank of India, Employee's State Insurance Corporation
Account, and the Employee's contribution as required by the Act. The CONTRACTOR agrees to
maintain all cards and Records as required under the Act in respect of employees and payments
and the CONTRACTOR shall secure the agreement of the SUB-CONTRACTOR to maintain such
records. Any expenses incurred for the contributions, making contributions or maintaining records
shall be to the CONTRACTOR’s or SUB-CONTRACTOR's account.

The PURCHASER shall retain such sum as may be necessary from the total VALUE OF CONTRACT
until the CONTRACTOR shall furnish satisfactory proof that all contributions as required by the
Employees State Insurance Act, 1948, have been paid. This will be pending on the CONTRACTOR
when the ESI Act is extended to the place of work.

ii) WORKMEN COMPENSATION:

Insurance shall be affected for all the CONTRACTOR’s employees engaged in the performance of
this CONTRACT.

iii) ACCIDENT OR INJURY TO WORKMEN:

The PURCHASER shall not be liable for or in respect of any damages or compensation payable as
per law in respect or in consequence of any accident or injury to any workman or other person in the
Employment of the CONTRACTOR or any SUB-CONTRACTOR save and except an accident or
injury resulting from any act or default of the PURCHASER, his agents or servants and the
CONTRACTOR shall indemnify and keep indemnified the PURCHASER against all such damages
and compensation (save and except and aforesaid) and against all claims, demands, proceeding,
costs, charges and expenses, whatsoever in respect or in relation thereto.

iv) ANY OTHER INSURANCE REQUIRED UNDER LAW OR REGULATIONS OR BY PURCHASER:

CONTRACTOR shall also carry and maintain any and all other insurance(s), which he may be required
under any law or regulation from time to time without any extra cost to PURCHASER. He shall also
carry and maintain any other insurance which may be required by the PURCHASER
27 DAMAGE TO PROPERTY OR TO ANY PERSON OR ANY THIRD PARTY
27.1 CONTRACTOR shall be responsible for making good to the satisfaction of the PURCHASER any loss
or any damage to structures and properties belonging to the PURCHASER or being executed or
procured or being procured by the PURCHASER or of other agencies within in the premises of all the
work of the PURCHASER, if such loss or damage is due to fault and/or the negligence or wilful acts or
omission of the CONTRACTOR, his employees, agents, representatives or SUB-CONTRACTORs.
27.2 The CONTRACTOR shall take sufficient care in moving his plants, equipment and materials from one
place to another so that they do not cause any damage to any person or to the property of the
PURCHASER or any third party including overhead and underground cables and in the event of any
damage resulting to the property of the PURCHASER or of a third party during the movement of the
aforesaid plant, equipment or materials the cost of such damages including eventual loss of production,
operation or services in any plant or establishment as estimated by the PURCHASER or ascertained or
demanded by the third party shall be borne by the CONTRACTOR. Third party liability risk shall be
Rupees One lac for single accident and limited to Rupees Ten lacs.

Civil & Electrical work in new CGS Page 30 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

27.3 The CONTRACTOR shall indemnify and keep the PURCHASER harmless of all claims for damages to
property other than PURCHASER's property arising under or by reason of this agreement, if such claims
result from the fault and/or negligence or wilful acts or omission of the CONTRACTOR, his employees,
agents, representative of SUB-CONTRACTOR.
28 DATE OF COMING INTO EFFECT
28.1 The date of coming into effect shall be the date of Notification of Award unless otherwise specified in
SCC.
29 RIGHT TO GET SERVICES CARRIED OUT THROUGH OTHER AGENCIES
29.1 Nothing contained herein shall restrict PURCHASER from accepting similar services from other agencies
at its sole discretion and at the risk and cost of the contractor, if the contractor fails to provide the said
services any time not up to the satisfaction of Engineer-in-Charge.
30 SUB-LETTING OF CONTRACT
30.1 No part of this contract, nor any share or interest therein, in any manner or extent, will be transferred or
assigned or sub-let, directly or indirectly, to any person / firm or organisation by the contractor without
written consent of Purchaser.
31 EMPLOYMENT LIABILITY OF CONTRACTOR
31.1 The Contractor shall indemnify Purchaser & shall be solely and exclusively responsible for any liability
arising due to any difference or dispute between him and his employee / Third Party for the execution of
this contract at any time during / after the contract period is over. All workmen engaged by the contractor
shall be on his roll and be paid by him and Purchaser shall have no responsibility towards them.
31.2 The Contractor shall be directly responsible and indemnify the Purchaser against all charges, claims,
dues, etc. arising out of disputes relating to the dues and employment of personnel deployed by him.
31.3 The Contractor shall indemnify the Purchaser against all losses or damages caused to it on account of
acts of the personnel deployed by the contractor.
31.4 The Contractor shall ensure regular and effective supervision of the personnel deployed by him.
32 COMPLIANCE OF LAWS
32.1 The contractor deploying contract labour shall obtain license from appropriate licensing authority as per
prevailing rules & regulation and as modified from time to time during contract period.
32.2 The contractor (which shall include the contracting firm / company) shall be solely liable to obtain and to
abide by all necessary licenses from the concerned authorities as provided under the various Labour
Laws / legislations including labour license from the competent authority under the Contract Labour
(“Regulation & Abolition”) Act 1970 and Acts made thereafter.
32.3 The Contractor shall also be bound to discharge obligations as provided under various statutory
enactments including the Employees Provident Fund and Miscellaneous Provisions Act 1952, ESI Act
1948, Contract Labour (“Regulation & Abolition”) Act 1970, Minimum Wages Act 1948, payment of wages
Act 1936, Workmen’s Compensation Act 1923 and other relevant Acts, Rules & Regulations in force
from time to time.
32.4 The Contractor shall be responsible for necessary contributions towards PF, Family Pension, ESIC or
any other statutory payments to Government Agencies as applicable under the laws in respect of the
contract and of personnel deployed by the contractor for rendering services to Purchaser and shall
deposit the required amount with the concerned statutory authorities on or before due dates. The
contractor shall obtain a separate PF number from the concerned Regional Provident Fund
Commissioner and submit necessary proof of having deposited the employees as well as the Purchaser’s
contribution to the Provident Fund. The contractor shall also be responsible for payment of any
administration / inspection charges thereof, wherever applicable, in respect of personnel deployed by
him relating to the work of Purchaser.
32.5 The Contractor shall not engage / deploy any person of less than 18 years under this contract, and the
person(s) to be deployed should be physically and mentally fit.
32.6 The installations where job is to be carried out are live and have hydrocarbon environment. Contractor
shall comply with all safety and security rules and regulations and other rules laid down by Purchaser for
its operation. Contractor shall follow best Engineering practice and relevant international safety
standards. It shall be duty / responsibility of the Contractor to ensure the compliance of fire safety,

Civil & Electrical work in new CGS Page 31 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

security and other operational rules and regulations by his personnel. Disregard to these rules by the
Contractor’s personnel will lead to the termination of the Contract in all respects and shall face penal /
legal consequences.
32.7 Personnel protective items like safety helmets, safety shoes, hand gloves, eye protection, cotton working
overalls / dresses (not synthetic materials) and other required materials for the safety of the contractor’s
personnel shall be arranged by the contractor himself. However, firefighting equipment shall be arranged
by Purchaser.
32.8 The Contractor shall arrange for life insurance for all his personnel deployed on the job as per the relevant
Acts, rules and regulations, etc. In case by virtue of provisions of Workers Compensation Act, 1923 or
any other law in force, Purchaser has to pay compensation for a workman employed by the Contractor
due to any cause whatsoever, the amount so paid shall be recovered from the dues payable to the
Contractor and/or security deposit with Purchaser. General third party insurance for CNG Station shall
be arranged by Purchaser.
33 THE ENGINEER-IN-CHARGE SHALL HAVE POWER TO
33.1 Issue the contractor from time to time during the running of the Contract such further instructions as shall
be necessary for the purpose of proper and adequate execution of the Contract and the Contractor shall
carry out and bound by the same.
33.2 During the currency of this Contract, PURCHASER can increase and / or decrease the number of the
services required & quantity of work /services shown in from the Schedule of Rates.
33.3 Order the Contractor to remove or replace any workmen whom the Purchaser considers incompetent or
unsuitable and opinion of the Purchaser representative as to the competence of any workman engaged
by the contractor shall be final and binding on the Contractor. Key personnel can be deployed at site only
after getting approval from the PURCHASER.
34 REPATRIATION AND TERMINATION
34.1 PURCHASER shall reserve the right, at any time during the currency of the contract without assigning
any reason thereof to terminate it by giving 30 days’ notice to contractor, and upon expiry of such notice
period the contractor shall vacate the site / office provided to him by Purchaser immediately.
34.2 Goods procured by the Contractor, but not utilised till date of termination will be the responsibility of the
Contractor and no claim will be entertained by the Purchaser for the same.
34.3 Also Purchaser will not be responsible for any cost incurred by the Contractor including but not limited
to repatriation of the workers, lease amount deposit for accommodation provided to the workers, etc. In
case Purchaser has to incur expenses due to the same, the same shall be recovered from the dues
payable to the contractor and / or security deposit held with PURCHASER.
35 INDEMNITY
35.1 Contractor shall exclusively be liable for non-compliance of the provisions of any act, laws rules and
regulations having bearing over engagement of workers directly or indirectly for execution of Contract
and the Contractor hereby undertake to indemnify the Purchaser against all actions, suits, proceedings,
claims, damages demands, losses, etc. which may arise under Minimum Wages Act 1948, payment of
wages Act 1936, Workmen’s Compensation Act 1923, Personnel Injury (Compensation Insurance) Act,
ESI Act, Fatal accident Act, Industrial Dispute Act, Shops and Establishment Act, Employees Provident
Fund Act, Family Pension and deposit Linked Insurance schemes or any other act or statutes not herein
specifically mentioned but having direct or indirect application for the persons engaged under this
contract.
36 CONTRACTOR’S SUB-ORDINATE STAFF AND THEIR CONDUCT
36.1 Contractor, on or after award of the Contract shall Name and Depute a qualified engineer having
sufficient experience in carrying out work of similar nature, to whom the equipments, materials, if any,
shall be issued and instructions for works given. The Contractor shall also provide to the satisfaction of
the Engineer-In-Charge. sufficient and qualified staff to superintend the execution of the Contract,
foremen and leading hands including those specially qualified by previous experience to supervise the
types of works comprised in the Contract in such manner as will ensure work of the best quality,
expeditious working. Whenever in the opinion of the Engineer-In-Charge additional properly qualified
supervisory staff is considered necessary, they shall be employed by the Contractor without additional
charge on accounts thereof.

Civil & Electrical work in new CGS Page 32 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

36.2 If and whenever any of the Contractor's assistants, foremen, or other employees shall in the opinion of
Engineer-In- Charge be guilty of any misconduct or be incompetent or insufficiently qualified or negligent
in the performance of their duties of that in the opinion of the Purchaser or the Engineer-In-Charge, it is
undesirable for administrative or any other reason for such person or persons to be employed in the
works, the Contractor, is so directed by the Engineer-In-Charge, shall at once remove such person or
persons from employment thereon. Any person or persons so removed from the works shall not again
be employed in connection with the Contract without the written permission of the Engineer-In-Charge.
Any person so removed from the Contract shall be immediately re-placed at the expense of the
Contractor by a qualified and competent substitute. Should the Contractor be requested to repatriate
any person removed from the works he shall do so and shall bear all costs in connection herewith.
36.3 The Contractor shall be responsible for the proper behaviour of all the staff, foremen, workmen, and
others, and shall exercise a proper degree of control over them and in particular and without prejudice
to the said generality, the Contractor shall be bound to prohibit and prevent any employees from
trespassing or acting in any way detrimental or prejudicial to the interest of the community or of the
properties or occupiers of land and properties in the neighbourhood and in the event of such employee
so trespassing, the Contractor shall be responsible therefore and relieve the Purchaser of all consequent
claims or actions for damages or injury or any other grounds whatsoever. The decision of the
Engineer-In-Charge upon any matter arising under this clause shall be final. The Contractor shall be
liable for any liability to Purchaser on account of deployment of Contractor's staff etc. or incidental or
arising out of the execution of Contract.
36.4 The Contractor shall be liable for all acts or omissions on the part of his personnel, staff, foremen and
workmen / labour and others in his employment, including misfeasance or negligence of whatever kind
in the course of their work or during their employment, which are connected directly or indirectly with the
Contract.
37 JURISDICTION
37.1 The contract shall be governed by and constructed according to the laws in force in Delhi.
38 FORCE MAJEURE
38.1 In the event of either party being rendered unable by Force Majeure to perform any obligation required
to be performed by it under this agreement, the relative obligation of the party affected by such Force
Majeure shall, after notice under this article be suspended for the period during which such cause lasts.
38.2 The term Force Majeure as employed herein shall mean act of god, war/hostilities, riot/civil commotion,
earthquake, Tsunami, fire, flood, tempest, lightening or other natural disaster, restriction imposed by the
government or other statutory bodies, acts and regulations or any of its authorised agencies.
38.3 Upon the occurrence of such cause and upon its termination, the party alleging that it has been rendered
unable as aforesaid thereby, shall notify the other party in writing within forty eight (48) hours of the
alleged beginning and ending thereof giving full particulars and satisfactory evidence in support of its
claim.
38.4 Time for performance of the relative obligation suspended by the Force Majeure shall then stand
extended for the period for which such cause lasts.
39 EVALUATION OF PERFORMANCE
Performance of the contract awarded if any shall be evaluated on half yearly basis or early on need
basis as per approved IGL Policy which is also available on IGL website.
40 CONTRACTOR SAFETY MANUAL
A. The contractor / vendor needs to ensure all the safety conditions as mentioned in the Contractor
Safety manual which can be download from IGL website.
41 WHISTLE BLOWER POLICY
41.1 Indraprastha Gas Limited (IGL) has implemented whistle-blower policy as part of the vigil mechanism to
comply with the regulatory requirements laid down by the Companies Act 2013 and Clause 49 of the
SEBI’s Listing Agreement. With the implementation of vigil mechanism, the company provides a platform
to its vendors and suppliers to come forward and raise their genuine concerns without any fear of
retaliation and victimisation.

Civil & Electrical work in new CGS Page 33 of 166


INDRAPRASTHA GAS LTD. GCC IGL/ND/C&P/EC15509

The policy is designed to deal with concerns raised in relation to the specific issues which are not in the
interest of the company. The company has appointed an independent third party service provider to
manage the operations of whistle-blower hotline.

For detailed Policy is available on IGL website, www.iglonline.net.

Civil & Electrical work in new CGS Page 34 of 166


INDRAPRASTHA GAS LTD. SCC IGL/ND/C&P/EC15192

CIVIL & ELECTRICAL WORKS FOR CGS CONSTRUCTION IN NEW GA’S IN HARIYANA,
U.P AND RAJASTHAN FOR A PERIOD OF TWO YEARS

SECTION IV
SPECIAL CONDITIONS OF CONTRACT (SCC)

Civil & Electrical work in new CGS Page 35 of 166


SCC IGL/ND/C&P/EC15509

1 DEFINITIONS AND INTERPRETATIONS


In addition to meaning ascribed to certain initial capitalised terms in “GCC”, following initial capitalised
terms shall have the meaning as ascribed to such term hereunder. In case any term defined hereunder
is also defined in “GCC”, the meaning ascribed to such term hereunder shall prevail.
Definitions
Bid Documents shall mean documents issued to the bidder pursuant to IFB and listed in ITB Clause 7.
Effective Date shall mean the date on which Contractor’s obligations will commence and that will be
the date of first notification of award i.e. Fax of Intent/Contract/Work Order.
2 INTERPRETATIONS
Where any portion of the GCC is repugnant to or at variance with any provisions of the SCC then, unless
a different intention appears, the provisions of the SCC shall be deemed to govern the provisions of the
GCC and SCC provisions shall prevail to the extent of such repugnancy, or variations exist.
In Contract Documents unless otherwise stated specifically, the singular shall include the plural and vice
versa wherever the context so requires. Notwithstanding the sub-division of the Contract Documents
into separate sections and volume every part of each shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the Agreement so far as it may be
practicable to do so.
All headings, subtitles and marginal notes to the clauses of the GCC, SCC or to the Specifications or to
any other part of Bid Document are solely for the purpose of giving a concise indication and not a
summary of the contents thereof, and they shall never be deemed to be part thereof or be used in the
interpretation or construction thereof.
3 STATUTORY VARIATIONS IN TAXES
The entire work covered under this contract shall be treated as works contract services. Bidder shall be
required to quote their unit rates for all the SOR items inclusive of all applicable taxes & duties
including freight, Insurance, Transit Insurance excluding GST on completed works as defined in the
tender document. Any statutory variation in the GST on completed works during the scheduled
completion period only shall be considered by the owner against documentary evidence.
4 TERMS AND MODE OF PAYMENT
The Payment terms shall be as follows:
4.1 95% release of payment on raising invoices after completion of works
4.2 5% payment will be released within 3 months of release of invoices.
4.3 All invoices should be duly certified by site in-charge

5 CONTRACT VALIDITY

Duration of contract: -

The duration of contract shall be valid for a period of two years from the date as indicated in first
notification of award.

Time schedule of different activities:-

Based on the actual site requirement, IGL will issue call off / work order for the required activities to be
undertaken along with completion schedule and same will be basis for applicability of compensation for
delay on penalty.

Civil & Electrical work in new CGS Page 36 of 166


SCC IGL/ND/C&P/EC15509

6 PRICE REDUCTION SCHEDULE

6.1 In case contractor fails to complete the work/ services within stipulated period as defined in allotment
letters then unless such failure is due to force majeure as defined in Bid document, there will be reduction
in contract price @ 1/2% for each week of delay or part thereof subject to maximum of 5% of contract
price.

6.2 Owner may without prejudice to any methods of recovery, deduct the amount of such PRS from any
money due or which may at any time become due to contractor from its obligations or liabilities under
the contract or by recovery against the performance bank guarantee. Both Owner and contractor agree
that the above percentage of price reduction are genuine pre-estimates of the loss/ damage which
Owner would have suffered on account of delay/ breach on the part of contractor and the said amount
will be payable on demand without there being any proof of the actual loss/ damage caused by such
delay/ breach. Owner decision in the matter of applicability of price reduction shall be final and binding.

ALTERATION IN SPECIFICATION, DESIGN AND EXTRA WORKS

The ENGINEER-IN-CHARGE shall have to make any alterations in, omission from, additions to or
substitutions for, the Schedule of Rates, the original specifications, drawings, designs and instructions
that may appear to him to be necessary or advisable during the progress of the WORK and the
CONTRACTOR shall be bound to carry out the such altered/ extra/ new items of WORK in accordance
with any instructions which may be given to him in writing signed by the ENGINEER-IN- CHARGE, and
such alterations, omissions, additions or substitutions shall not invalidate the CONTRACT and any
altered, additional or substituted work which the CONTRACTOR may be directed to do in the manner
above specified as part of the WORK shall be carried out by the CONTRACTOR on the same conditions
in all respects on which he agreed to do the main WORK. The time of completion of WORK may be
extended for the part of the particular job at the discretion of the ENGINEER-IN- CHARGE, for only such
alterations, additions or substitutions of the WORK, as he may consider as just and reasonable. The
rates for such additional, altered or substituted WORK under this clause shall be worked out in
accordance with the following provisions:-

For Item Rate Contract

a) If the rates for the additional, altered or substituted WORK are specified in the CONTRACT for the
WORK, the CONTRACTOR is bound to carry on the additional, altered or substituted WORK at the
same rates as are specified in the CONTRACT.

b) If the rates for the additional, altered or substituted WORK are not specifically provided in the
CONTRACT for the WORK, the rates will be derived from the rates for similar class of WORK as are
specified in the CONTRACT for the WORK. The opinion of the ENGINEER-IN- CHARGE, as to whether
or not the rates can be reasonably so derived from the items in this CONTRACT will be final and binding
on the CONTRACTOR.

c) If the rates for the altered, additional or substituted WORK cannot be determined in the manner
specified in sub-clause (a) and (b) above, then the CONTRACTOR shall, within 7 days of the date of
receipt of order to carry out the WORK, inform the ENGINEER-IN-CHARGE of the rates which is his
intention to charge for such class of WORK, supported by analysis of the rate or rates claimed, and the
ENGINEER-IN-CHARGE shall determine the rate or rates on the basis of the prevailing market rates,
labour cost at schedule of labour rates plus 10% to cover contractor's supervision, overheads and profit
and pay the CONTRACTOR accordingly. The opinion of the ENGINEER- IN-CHARGE as to current
market rates of materials and the quantum of labour involved per unit of measurement will be final and
binding on the CONTRACTOR.

Civil & Electrical work in new CGS Page 37 of 166


SCC IGL/ND/C&P/EC15509

d) Where the item of work will be executed through nominated specialist agency as approved by the
ENGINEER-IN-CHARGE, then the actual amount paid to such nominated agency supported by
documentary evidence and as certified by ENGINEER-IN-CHARGE shall be considered plus 10% (ten
percent) to cover all contingencies, overhead, profits to arrive at the rates.

8 STATUTORY APPROVALS

8.1 General permissions shall be obtained by the Purchaser. However, working approval from any authority
required as per statutory rules and regulation of Central/ State Government/ Local Bodies shall be the
Contractor’s responsibility unless otherwise specified in the bid document. The application on behalf of
the Owner for submission to relevant authorities along with copies of required certificates complete in
all respects shall be prepared and submitted by the Contractor.

8.2 The Contractor shall arrange the inspection of the work by the authorities and necessary co-ordination
and liaison work in this respect shall be the responsibility of the contractor. However, Owner will
reimburse the statutory fees paid by the contractor, if any, to the Contractor at actual on production of
documentary evidence for all inspections and approval to such authorities.

8.3 Any change/ addition required to be made to meet the requirements of the statutory authorities shall be
carried out by the Contractor without additional cost to Owner. The inspection and acceptance of the
work by statutory authorities shall however, not absolve the Contractor from any of his responsibilities
under this Contract.

9 ABNORMALLY HIGH/LOW ITEMS

Bidder is expected to quote rate for each SOR item after careful analysis of cost involved for
performance of the complete item considering all specifications & conditions of contract. In case it is
noticed that the rate quoted by the bidder of individual items rates are higher or lower by more than 50%
of the estimated rates then such items shall be considered abnormally high or low rated items i.e. AHR
/ ALR items.

9.1 Abnormal High Rate (AHR) Items

The quantity of high rate items shall be restricted to the SOR quantities considered in the tender for. For
execution beyond these quantities, subject to overall satisfactory performance of the contractor, the
rates shall be reviewed suitably.

Execution of AHR items beyond the SOR quantities shall be made at the least of the following rates:

a) Average rates of the item of all the qualified bidders


b) The rate estimated at the time of tendering.
c) In case the overall quote of the qualified L-1 bidder is less than the overall estimate, then the rate
of contractor arrived after applying the same percentage of difference by which his overall quote was
lower than the overall estimate
9.2 Abnormal Low Rate (ALR) Items

The quantity of low rate items shall be restricted to the SOR quantities considered for first year on pro-
rata. For execution beyond these quantities subject to overall satisfactory performance of the contractor,
the rates shall be reviewed suitably. Execution of ALR items beyond the SOR quantities shall be made
at the least of the following rates:

a) Average rate of the item of all the qualified bidders.


b) The rate estimated at the time of tendering.

Civil & Electrical work in new CGS Page 38 of 166


SCC IGL/ND/C&P/EC15509

c) In case the overall quote of the qualified L-1 bidder is less than the overall estimate, then the estimated
rate arrived after applying the same percentage of difference by which his overall quote was lower than
the overall estimate.
For item rate tenders if, the rates quoted by the lowest bidder for certain items of the SOR quantities of
the tender are found to be abnormally high or low in comparison to IGL’s estimate for the items at the
time of tendering in such case “The contractor has to inform the Engineer – in-charge immediately in
writing on execution of 70% of the SOR / ordered quantity by them for AHR / ALR items.”

However, in order to establish that the bidder has quoted a balance price for item vis-à-vis the internal
estimated rates for all items shall be compared. In case the total estimated price of ALR items are more
than 50% of the total estimated price of the complete job, such bid shall be considered as having
imbalance pricing as such bid will be rejected.

10 PENALTY CLAUSE:-
10.1 Manpower working during activity should have all PPE’s safety belts, helmets, shoes etc. If manpower
found working with PPE’s than penalty of Rs. 500/- will be imposed per instance.
10.2 Vendor has to adhere to work permit system whenever work is executed at Operational station any non-
adherence will attract penalty of Rs. 200/- per instance. Vendor has to submit work permit copy along
with invoice, Invoice will not be processed without work permit system copy.
10.3 Contactor failure to submit RPFC challans along with the bills for more than one month during the
tenancy of contract shall attract penalty of Rs. 1000/- per month. Owner may suspend the work
if challans are not submitted within three months.
10.4 Delay in obtaining ESI/WC cover taken for shorter duration will result into retention of an amount equal
to 5% of RA bill which will be released on receiving the requisite documents/ challans after deducting a
penalty of Rs. 1000/- per month per instance over and above the amount which would have otherwise
being paid by contractor in obtaining the required ESI/WC cover.
10.5 Delay in submitting the required insurance policies as specified in the tender document will result into
penalty of RS. 1000/- over and above the amount which would have otherwise being paid by the
contactor in obtaining the required insurance policies. The contract may be terminated in case of in-
ordinate delays at sole discretion of owner.
10.6 Vendor has to obtain Labour licence before start of work if manpower deployed will be more than 20
numbers. Non-compliance to this will attract penalty of Rs. 5000/- per instance.
10.7 Delay of more than 21 days from the date of work order in obtaining/ Submitting CPBG of requisite
amount as well as timely extension of value and /or time period shall attract a penalty of Rs. 1000/- per
week. Upto Max. of 10% of RA will.
10.8 Vendor has to ensure all tools and tackles for executing all works and instruments for measurement . If
all tools and tackles and instruments were not available than this will attract penalty of Rs. 1000/- per
instance.

11 GENERAL

11.1 All personnel of the contractor entering on work premises shall be properly and neatly dressed and
shall wear uniform badges while working on premises of the Owner including work sites.
11.2 The rates quoted by the bidder must be inclusive of all the taxes, duties & levies excluding Service Tax
on completed works. All taxes, duties, other statutory levies and rates thereof applicable as of 10 days
prior to due date of submission of bid shall be included in the quoted rates..
11.3 Contractor shall provide all labour and necessary supervision to carry out the work as per the scope of
work as defined in tender document, which forms part of this contract in accordance with the conditions
of the contract laid down in this part of contract read in conjunction with General Conditions of Contract.

Civil & Electrical work in new CGS Page 39 of 166


SCC IGL/ND/C&P/EC15509

12 INCOME TAX

12.1 Income Tax along with surcharge of Income Tax as applicable at the prevailing rate on the
gross amount billed shall be deducted from the Contractor’s bills as per applicable laws in India
and Tax Deduction at Source (TDS) certificate shall be issued.

12.2 Any reduction in Taxes and duties at the time of supply shall be passed on to Owner. However,
any increase in rate of taxes and duties and imposition of any new levy/ tax at the time of supply
after contractual completion period shall be borne by Contractor.

12.3 Bidders are required to strictly consider the following key points while preparing the bid document
as the following shall be applicable in all awarded Contracts and Purchase Orders:
(a) If prior to the placement of award, vendor realizes that the actual applicable rates of taxes are
higher than the GST rates quoted in the bid against any particular HSN Code, then the vendor shall do
reverse calculation and reduce the “basic unit price” of the product / service accordingly to match the
“total price inclusive of taxes” of that product / service.
Whereas, in case the vendor realizes that the actual applicable rates of taxes are lower than the GST
rates quoted in the bid against any particular HSN Code, then the vendor shall reduce the “GST rate” of
the product / service accordingly without changing the “basic unit price” of that product / service and the
invoices shall be raised as per the actual applicable GST.
(b) The tax rates shall only be changed under statutory variation if there is a change in the GST
rates after the due date of bid submission as per government notification in the applicable HSN code
which is quoted in the bid only and not in any other HSN Code. The differential tax amount will be paid
/ recovered depending upon whether the revised rate notified by government has increased / decreased
as compared to the existing rates.

Civil & Electrical work in new CGS Page 40 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

CIVIL & ELECTRICAL WORKS FOR CGS CONSTRUCTION IN NEW GA’S IN HARIYANA,
U.P AND RAJASTHAN FOR A PERIOD OF TWO YEARS

SECTION – V

FORMS & FORMATS

Civil & Electrical work in new CGS Page 41 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F-1

BIDDER’S GENERAL INFORMATION


To,

M/S INDRAPRASTHA GAS LIMITED,

NEW DELHI.

1-1 Bidder Name: ________________________________________

1-2 Name of Owner/ MD of organization ________________________________________

1-3 Number of Years in Operation: ________________________________________

1-4 Address of Registered Office: ________________________________________

City________________ District __________

State _______________ PIN/ZIP__________

1-5 Operation Address


if different from above: ________________________________________

________________________________________

City________________ District __________

State _______________ PIN/ZIP_________

1-6 Telephone Number: _______________________________________

(Country Code) (Area Code) (Telephone Number)

1-7 Mobile Number, if any ________________________________________

1-8 E-mail address: ________________________________________

1-9 Website: ________________________________________

1-10 Fax Number: ________________________________________

(Country Code) (Area Code) (Telephone Number)

1-11 ISO Certification, if any {If yes, please furnish details}

1-12 Bid Currency __________________________________________

1-13 Port of shipment __________________________________________

Civil & Electrical work in new CGS Page 42 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

1-14 Whether Supplier / Manufacture/Dealer/Trader/Service provider

1-15 Type of Material Supplies : ___________________________________________

1-16 Nature of firm : Partnership firm/Prop firm / LLP/Private limited /Public ltd/Others

1-17 If others please specify ______________________________________

1-18 Details of Directors/ Proprietors/ Partners _____________________________________

______________________________________

(Kindly attach separate sheets giving details for name of directors / proprietors and their stakes) along with the
supporting documents.

1-19 Banker’s Name : _____________________________________


1-20 Branch : _____________________________________
1-21 Branch Code : _____________________________________
1-22 Bank account number : _____________________________________
1-23 GST registration No.

(SIGNATURE OF BIDDER WITH SEAL)

Civil & Electrical work in new CGS Page 43 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F-2
BID BOND PROFORMA / PROFORMA FOR EMD

Bank Guarantee No.:

Date:

To

M/S INDRAPRASTHA GAS LIMITED,

NEW DELHI.

TENDER NO. _____________________________________ FOR CARRYING OUT


______________________

WHEREAS………………………………... (HEREINAFTER CALLED ‘THE Bidder’ has submitted his Bid


dated…………….. for carrying out of ………………………………… (Herein after called ‘The Bid’) KNOW ALL
MEN by these presents that WE ……………………………………. (hereinafter called ‘The Bank’) are bound unto
INDRAPRASTHA GAS LIMITED, IGL Bhawan, 4, Community Centre, Sector – IX, R. K. Puram, New Delhi 110
022 (herein after called ‘IGL’) in the sum of …………………………….. for which payment well and truly made
to IGL, the BANK binds itself its successor and assigns by these presents. Sealed with the Common Seal of the
said BANK this ……….. day of …………2014

THE CONDITIONS of this obligation are:

1. If the Bidder withdraws his Bid during the period of Bid validity specified by the Bidder on the Bid Form;
or
2. If the Bidder, having been notified of the acceptance of his bid by IGL during the period of bid validity
a) Fails or refuses to execute the Contract Form, if required: or
b) Fails or refuses to furnish the PERFORMANCE SECURITY in accordance with the Instructions to the
Bidder.
We undertake to pay IGL upto the above amount upon receipt of its first written demand, without IGL having to
substantiate its demand, provided that in its demand IGL will note the amount claimed by it is due to it owing to
the occurrence of one or both of the two conditions specifying the occurred condition or conditions.

The Guarantee will remain in force upto and including 60 days after the period of bid validity and any demand
in respect thereof should reach the BANK not later than the above date.

(Signature of the BANK)

(Signature of the Witness)

Name & address of Witness:

Date:

Civil & Electrical work in new CGS Page 44 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F – 3 A
ANNUAL TURNOVER

Bidder must fill in this form

Annual Turnover data for the last 3 years:

Year Amount

(in INR)

Year 1: 2017-18

Year 2: 2016-17

Year 3: 2015-16

1. The information supplied should be the Annual Turnover of the bidder

2. A brief note should be appended describing thereby details of turnover as per audited results.

SEAL AND SIGNATURE OF THE BIDDER

Civil & Electrical work in new CGS Page 45 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F – 3 B
FINANCIAL STATUS

Bidder must fill this form

FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR

For the year of 2017-18

Description
Amount
(in INR)

1. Current Assets

2. Current Liabilities

3. Working Capital (Current Assets - Current liabilities)

4. Net Worth
Owners funds (Paid up share capital and Free Reserves &
Surplus) (NW)

Attached are copies of the audited balance sheets, including all related notes and income statement for
the last Audited Financial year, as indicated above, complying with the following conditions;

 All such documents reflect the financial situation of the bidder


 Historic financial statements must be audited by a certified accountant.
 Historic financial statements must be complete, including all notes to the financial statements.
 Historic financial statements must correspond to accounting periods already completed and audited
(no statement for partial periods shall be requested or accepted)

SEAL AND SIGNATURE OF BIDDER

Civil & Electrical work in new CGS Page 46 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F-4
DEVIATION FORM

Name of Bidder:

Notes

1) BIDDER may give here a consolidated list of deviations/ clarifications/ comments for all sections of the
bid documents which for an appropriate offer are considered unavoidable by him.

2) Deviations/ clarifications mentioned elsewhere in the offer shall not be hiding on the IGL and any such
deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable
to be rejected.

3) BIDDER shall state the reason for the deviations in the remark column.

4) Only the deviations listed herein, in conjunction with the original Bid document, shall constitute

Sec Page Requirements as Deviation by Clarification/ Remarks


No./ No. per tender Bidder
Cls. No. Comments by Bidder

1)

2)

3)

4)

5)

6)

The bidder confirms that all clauses of the tender document as are not listed above are fully complied by the
bidder.

(Signature of the bidder)

Civil & Electrical work in new CGS Page 47 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F-5

CHECK LIST FOR AGREED TERMS AND CONDITIONS

S.No. DESCRIPTION BIDDERS


CONFIRMATION

1. Price Basis Firm Accepted

2. Complete Scope of work as defined in the Bid documents Included

3. Confirmation of acceptance of bid document in Toto Yes

4. Prices include all Taxes, duties, levies, fees, insurance, etc. Included

5. Contract Validity (As per Bid document) Accepted

6. Terms of Payments (As per Bid document) Accepted

7. Performance Bank Guarantee to be submitted in twenty one (21) Accepted


days

8. General /Special/ Technical terms & Conditions of Bid Accepted

9. Validity of bid Accepted

10. Bid Security (EMD) Submitted

Details of EMD: DD/ BG No. ________________

Dated___________

For Rs. ____________

Bank Name:

11. Price Quoted as per SOR. Yes

12. Any deviation/exception listed separately in Form 4 Yes

Name of the Bidder : M/s

Signature :

Name :

Designation :

Date :

Seal :

Civil & Electrical work in new CGS Page 48 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F– 6
DECLARATION (on Bidder’s letter head)

Indraprastha Gas Limited,

IGL Bhavan, 4 Community Centre,

Sector – IX, R.K.Puram,

New Delhi – 110022

We confirm that we are not under any liquidation, court receivership or similar proceedings.

We also confirm that we have not been banned or delisted by any Indian Government organization or its

undertaking or JV CGD company of PSU from quoting.

SEAL AND SIGNATURE OF BIDDER

Civil & Electrical work in new CGS Page 49 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F-7

PROFORMA FOR LETTER OF AUTHORITY

No. Date:

Indraprastha Gas Limited,

IGL Bhavan, 4 Community Centre,

Sector – IX, R.K.Puram,

New Delhi – 110022

Sub: Bidding Document for

Sir,

We ______________________________________________________ hereby authorize following


representative (s) to attend the Un-priced Bid opening and Priced Bid opening against above Bidding Document:

1. Name & Designation _________________ Signature _____________

2. Name & Designation _________________ Signature _____________

We confirm that we shall be bound by all and whatsoever our representative(s) shall commit.

Yours faithfully,

Signature

Name & Designation

For and on behalf of

Note: This letter of authority should be on the letterhead of the bidder and should be signed by a person
competent and having the power of attorney to bind the bidder.

SEAL OF THE COMPANY

Civil & Electrical work in new CGS Page 50 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F-8

Details of litigation (on Bidder’s letter head)

Bidder shall furnish details of litigation cases of the bidder during the last 5 years if any, in this
Form.

Civil & Electrical work in new CGS Page 51 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F- 9
(COVERING LETTER ON LETTER HEAD)

To, Date:

Subject: Certificate regarding………………………………….

Dear Sir,

We……………………………………………..(name of the Statutory Auditor/Chartered Accountant) are the


Statutory Auditor/Chartered Accountant of M/s……………………………………………………….(name of the
bidder).

We hereby confirm that we have issued following certificate:

1.

2.

3.

Thanking You,

Place: (Signature)

Date: Name of Authorised Signatory

Membership No.

Encl.: As above

Note:

Bidder whose accounts are not audited by the auditors as per law/jurisdiction, certification from Chartered
Accountant to be submitted.

Civil & Electrical work in new CGS Page 52 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F- 10
FORMAT FOR STATUTORY AUDITOR’S/ CHARTERED ACCOUNTANT *

CERTIFICATE FOR FINANCIAL CAPABILITY OF THE BIDDER

(For supply of Goods/Works/Services)

We have verified the Annual Accounts and other relevant records of M/s………………………. (Name of the
bidder) and certify the following

ANNUAL TURNOVER OF LAST 3 YEARS:

Year Amount (Currency)

Year 1:

Year 2:

Year 3:

FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR:

Description Year 2017-18


Amount (Currency)
1. Currency Assets
2. Current liabilities
3. Working capital (Current assets-current liabilities)
4. Net worth (Paid up share capital and free reserves &
surplus)

Name of Audit Firm: [Signature of Authorized signatory]


Chartered Accountant Name:
Date: Designation:

Seal:
Membership no.
Instructions:

1. The financial year would be the same as one normally followed by the bidder for its Annual Report.
2. The bidder shall provide the audited annual financial statements as required for this Tender Document.
Failure to do so would result in the personnel being considered as non-responsive.
3. For the purpose of this Tender document (i) Annual Turnover shall be “Sale value/Operating Income” (ii)
Working capital shall be “Current Assets less Current Liabilities” and (iii) Net Worth shall be “Paid up
share capital and Free reserves & Surplus”
4. Bidders whose accounts are not audited by auditors as per Law/jurisdiction, certification from a Chartered
Accountant to be submitted.

Civil & Electrical work in new CGS Page 53 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F-11
FORMAT FOR CERTIFICATE FROM STATUTORY AUDITOR FOR DETAILS OF SIMILAR GOODS/
WORK/ SERVICES SUPPLIED/ DONE DURING PAST 5 YEARS
(Applicable in all cases where bidder’s accounts are audited by Statutory Auditor)

Sr. Descrip LOA/ Full proposal, Value of Date of Scheduled Date of Reasons Project
no. tion of PO/ address & Contract/ Commen completion actual for delay cost
the WO phone nos. of Order cement time(month completio in
goods/ no. client Name, (Specify of s) delivery n/supply execution,
works/s & designation & Currency work/ser schedule if any
ervices date address of amount) vices or
engineer/office supply of
r-in-charge(for goods
cases other
than purchase)
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10)

Place: [Sign. Of authorized signatory of bidder]


Date: Name:
Designation:

Instructions:

1. Copies of letter of awards/order/work orders and completion certificate (in case of works/services) or
IRN/Proof of delivery (in case of supplies, if applicable) to be enclosed.
2. The supply/work/services completed earlier than 5 years need not be indicated here.
3. The list of supply/ work/ services not of similar nature need not be indicated here. Failing to comply
aforementioned instructions may lead to rejection of bid.
4. Bidders are expected to provide details in respect of each order in this Annex. The orders cited must
comply with the bid evaluation criteria specified in Tender Document Details provided in this section is
intended to serve as a backup for information provided in Offer/Quotation. Bidder should also refer to
the instructions below.
5. A separate sheet should be filled for each LOA/work order/ purchase order.
6. Certificate from the bidder’s statutory auditors must be furnished in the format below for LOA/Work
Order/Purchase Order mentioned above (separately for each orders)
7. It may be noted that in the absence above certificates, the details would be considered inadequate and
could lead to the bid being considered ineligible for further evaluation.

Civil & Electrical work in new CGS Page 54 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Certificate from the Statutory Auditor regarding Supply of Goods/Works/Services

Based on its books of accounts and other published information authenticated by it, {this is to certify that
LOA/PO/WO no. …………………………………….dated……………was awarded to
………………………………………..(name of the bidder) by…………………………..(name of the client) to
execute……………………………….((name of the supply/work/service). The Supply/ works/services commenced
on ……………………. (date) was/is likely to be completed on…………………………..(date, if any). It is certified
that the total value of contract/order executed by……………………………………….(name of bidder)
was………………………………………………(specify currency & amount) and executed value
was…………………………………(specify currency & amount).

Name of Audit Firm:


[Signature of authorized
signatory]
Chartered Accountant:

Date: Name:
Designation:
Seal:
Membership no.:

Civil & Electrical work in new CGS Page 55 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

Form F-12
DECLARATION ON TENDER DOCUMENT PURCHASED / DOWNLOADED (on Bidder’s letter
head)

No. Date:

Indraprastha Gas Limited,

IGL Bhavan, 4 Community Centre,

Sector – IX, R.K.Puram,

New Delhi – 110022

Sub:- Bid Document no. IGL/ND/C&P/EC15______ for _______________________ along with


Corrigendum & Reply to bidder’s queries etc.

Sir,

We hereby confirm that we have read each page of the subject tender document along with Corrigendum
& Reply to bidder’s queries thoroughly and understood the complete Scope of Work and other terms &
conditions. We herby also confirm that tender terms & conditions are acceptable to us and any deviation
other than mentioned in deviation form is not to be taken into account.

Yours faithfully,

Signature

Name & Designation

For and on behalf of

Civil & Electrical work in new CGS Page 56 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

FORM-13
CONTRACT – PERFORMANCE BANK GUARANTEE

(To be stamped in accordance with Stamp Act)

Ref: Bank Guarantee


No…………….

Date……………………………

To

INDRAPRASTHA GAS LIMITED

OWNER ORDER NO………………………….DATED………..

Dear Sir,

In consideration of the INDRAPRASTHA GAS LIMITED, NEW DELHI (INDIA) (hereinafter referred to
as the OWNER which expression shall unless repugnant to the context or meaning thereof include its
successors, administrators and assigns) having awarded the work of ……….. to
…………………………..having its Principal Office at ………………………………… (hereinafter
referred to as “VENDOR(SELLER”/”CONTRACTOR)” which expression shall unless repugnant to the
context or meaning thereof include their respective successors, administrators, executors and
assigns) the supply/execution by issue of OWNER’S Owner order No. ………………..
dated……………. And the same having been accepted by the VENDOR(SELLER/CONTRACTOR)
resulting into CONTRACTS for supplies of materials equipments/execution of works/services as per
above Owner Order having a total value of …………. for the complete supply of
materials/equipments/execution of works/services and the VENDOR(SELLER/CONTRACTOR)
having agreed to provide a Contract performance and Warranty/Guarantee for the faithful
performance of the aforementioned contract and warranty to quality to OWNER.

We (Bank) ……………having its Head Office at ………………………………………………. (hereinafter


referred to as the ‘Bank’ which expression shall unless repugnant to the context or meaning thereof,
include its successors, administrators, executors and assigns) do hereby guarantee and undertake to
pay the OWNER/OWNER, on demand any and all moneys payable by the seller/Contractor to the
extent of ___% ( ___ percent) of the Contract price without any deviation and protest as aforesaid at
any time up to……………….and without reference to the VENDOR(SELLER/CONTRACTOR). Any
such demand made by OWNER on the Bank shall be conclusive and binding notwithstanding any
difference between OWNER and VENDOR(SELLER/CONTRACTOR) or any dispute pending before
any Court, Tribunals, Arbitrator or any other Authority.

The Bank undertakes not to revoke this guarantee during its currency without previous consent of
OWNER and further agrees that the guarantee herein contained shall continue to be enforceable till
the OWNER discharges the guarantee. OWNER shall have the fullest liberty without affecting in any
way the liability of the BANK under this guarantee from time to time to extend the time for performance
by VENDOR(SELLER/CONTRACTOR) of the aforementioned contract. OWNER shall have the fullest
liberty, without affecting this guarantee, to postpone from time to time the exercise of any powers
vested in them or of any right which they might have against VENDOR(SELLER/CONTRACTOR) and
to exercise the same at any time in any manner, and either to enforce to forebear to enforce any
covenants contained or implied, in the aforementioned Contracts between OWNER and
VENDOR(SELLER/CONTRACTOR) or any other course of or remedy or security available to
OWNER. The BANK shall not be released of its obligations under these presents by any exercise by
OWNER of its liability with reference to the matters aforesaid or any of them or by reason or any other
acts of omission or commission on the part of OWNER or any other indulgence shown by OWNER or

Civil & Electrical work in new CGS Page 57 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

by any other matter or thing whatsoever which under law would, but for this provisions, have the effect
of relieving the BANK.

Bank Guarantee No…………….

Date…………………………….

The BANK also agrees that OWNER at its option shall be entitled to enforce this Guarantee against
the BANK as a Principal Debtor, in the first instance without proceeding against
VENDOR(SELLER/CONTRACTOR) and notwithstanding any security or other guarantee that
OWNER may have in relation to the VENDOR’S(SELLER’S/CONTRACTOR’S) liabilities.

Notwithstanding anything contained herein above our liability under this Guarantee is restricted to
AND it shall be remain in force upto and including ……….. and shall be extended from time to time for
such period as may be desired by the VENDOR(SELLER/CONTRACTOR) on whose behalf this
Guarantee has been given.

Dated this the ________ day of_________2019______at______

1. The guarantee shall not be affected by any change in constitution of the bank or by
absorption/merger of bank with any other body or corporation.

2. The guarantee shall be in addition to and not in substitution for any other guarantees or
security for the supplier/Contractor given or to the owner in respect of said purchase order
by the bank (whether alone or jointly with others.

3. The bank hereby declares that ___________(Name of the person signing on behalf of bank)
__________________is authorized to sign this guarantee /undertaking on behalf of the
bank and to bind the bank thereby.

4. Any notice by way of request, demand or otherwise hereunder may be sent by post/courier
to the bank address and duly verified by proof of delivery will be sufficient & shall be deemed
as claim lodging date by owner.

5. This guarantee is operative at _______________in Delhi NCR (name and address of the
branch) branch, ____________(Place).

6. Details of issuing and operating branches are as under:

Outstation Bank details Local Operating bank details.


Postal Address
Telephone no / Fax No
Contact person
Email ID

1. These present shall be governed by and construed in accordance to Indian law.


Bank Guarantee No…………….
Date…………………………….

Notwithstanding anything contained herein above:-


1. Our liability under this Bank Guarantee shall not exceed Rs. ------------- (amount in word).

Civil & Electrical work in new CGS Page 58 of 166


FORMS AND FORMATS IGL/ND/C&P/EC15509

2. This Bank Guarantee shall be valid up to ------------- (Contract period + Min period as defined
in contract/Tender(i.e. 90 days beyond contract/defect liability period whichever is higher)).

3. We are liable to pay the guaranteed amount or any part thereof under this Guarantee only
and only if you serve upon written claim or demand on or before -------------.”(1 month beyond
expiry date.)

WITNESS
(Signature) (Signature Bank Signatory)

Bank Rubber Stamp


(Name) (Name)
(Official Address)
Designation with Bank
Stamp plus Attorney as
Per Power of Attorney

No…………………….
Dated…………………

Civil & Electrical work in new CGS Page 59 of 166


SOR

CIVIL & ELECTRICAL WORKS FOR CGS CONSTRUCTION IN NEW GA’S IN


HARIYANA, U.P AND RAJASTHAN FOR A PERIOD OF TWO YEARS

SECTION – VI

SCHEDULE OF RATES (SOR)

Civil & Electrical work in new CGS Page 60 of 166


SOR

Schedule of Rates (SOR)


GST@....%( Total Unit Total
Unit
S Service HSN to be Price Price(FOT-
Item Description UoM Qty. Rate
N no. Code quoted by (FOT-IGL IGL
(Rs.)
Bidder) site){Rs.} site){Rs.}
DEMOLITION-
1 1000793 BRICKWORK BELOW M3 0.88
PLINTH LEVEL
DEMOLITION-
2 1000794 BRICKWORK ABOVE M3 0.88
PLINTH LEVEL
DEMOLITION-RCC
3 1000795 WORK BELOW PLINTH M3 0.88
LEVEL
DEMOLITION-RCC
4 1000796 WORK ABOVE PLINTH M3 0.88
LEVEL
DEMOLITION-PCC
5 1000797 WORK BELOW PLINTH M3 8.75
LEVEL
DISMANTLING-
6 1000798 STRUCTURAL STEEL TO 1.75
WORK
DISMANTLING-STRUCT.
7 1000799 TO 3.50
STEEL WORK BY CRANE
DISMANTLING-
8 1000800 GI/ASBEST/GLASS M2 1.75
SHEET-ROOF
EXCAVATION-EARTH
9 1000802 WORK UPTO 3.0M M3 437.50
DEPTH
EXCAVATION-EARTH
10 1000808 WORK SOFT ROCK UPTO M3 1.75
3M
FILLING-EARTH WORK
11 1000813 M3 4.38
FROM AVAILABLE SOIL
FILLING-EARTH WORK
12 1000814 M3 1750.00
FROM IMPORTED SOIL
PROV/LAYING-PCC 1:2:4
13 1000821 M3 43.75
FOR ALL DEPTHS
PROV/LAYING-DPC 40
14 1000822 M2 43.75
MM THK, PCC 1:2:4
PROV/LAYING-RCC M-25
15 1000834 M3 192.50
DESIGNMIX CONC RMC
PROV/LAYING-BRICK
16 1000837 M3 245.00
MASONRY IN CM 1:6
SUPL/FIXING-DEFORM
17 1000841 TO 21.88
STEEL BARS REINFORCE

Civil & Electrical work in new CGS Page 61 of 166


SOR

GST@....%( Total Unit Total


Unit
S Service HSN to be Price Price(FOT-
Item Description UoM Qty. Rate
N no. Code quoted by (FOT-IGL IGL
(Rs.)
Bidder) site){Rs.} site){Rs.}
SUPL/FIXING-MS MECH
18 1000849 M2 7.00
OPER ROLLING SHUTTER
FAB/ERECT-STRUCT
19 1000853 STEEL WORK IN TO 6.84
POSITION
PROV/FIXING- AL
20 1000856 GLAZED FRAMING M2 35.00
DOOR
PROV/APPLYING-
21 1000861 PLASTER 12 MM THICK M2 553.44
CM 1:4
PROV/APPLYING-
22 1000864 PLASTER 20 MM THK M2 553.44
EXT WALL
PROV/APPLYING-
23 1000865 DECORATIVE SANDTEX M2 1106.88
PAINT
PROV/FIXING-MIRROR 5
24 1000869 EA 0.88
MM THK, 450X610 MM
PROV/FIXING-HEAVY
25 1000870 DUTY HYD DOOR EA 0.88
CLOSER
SUPL/INSTL-PRE-CAST
26 1000873 CIRCULAR COVER EA 8.75
600MM
SUPL/INSTL-PRECAST
27 1000874 SLAB 550X600X75 MM M2 8.75
TH
SUPL/INSTL-PRECAST
28 1000875 SLAB 750X600X75 MM M2 8.75
TH
PLANTATION-
29 1000876 PROVIDING AND M2 43.75
PLANTING TURFS
SUPL/LAYING-STONE
30 1000880 AGGREGATE 90 TO M2 437.50
40MM
SUPL/LAYING-STONE
31 1000881 AGGREGATE 63 TO M2 437.50
40MM
PROV/APPLYING-TACK
32 1000884 M2 262.50
COAT, BITUMEN 80/100

Civil & Electrical work in new CGS Page 62 of 166


SOR

GST@....%( Total Unit Total


Unit
S Service HSN to be Price Price(FOT-
Item Description UoM Qty. Rate
N no. Code quoted by (FOT-IGL IGL
(Rs.)
Bidder) site){Rs.} site){Rs.}
PROV/LAYING-2 LAYER
33 1000885 (25MM) PREMIX M2 262.50
CARPET
PROV/FIXING-KERB
34 1000886 M 437.50
STONE BLOCK IN CM 1:3
SUPL/INSTL-SEPTIC
35 1000891 EA 0.88
TANK AS PER IS : 2470
CONST-SOAK PIT AS PER
36 1000892 EA 0.88
IS : 2470
SUPL/LAYING-RCC PIPE
37 1000894 M 43.75
250MM DIA INTERNAL
SUPL/LAYING-RCC PIPE
38 1000895 M 8.75
500MM DIA INTERNAL
PROV/FIXING-
39 1000901 CONCEALED GI PIPE M 1312.50
50MM DIA
PROV/FIXING-
40 1000903 CONCEALED GI PIPE M 87.50
25MM DIA
PROV/FIXING-CP BRASS
41 1000906 EA 0.88
BOTTLE TRAP 32 MM
PROV/FIXING-WHITE
42 1000907 GLAZED VITRE. CHINA EA 0.88
WC
PROV/FIXING-WHITE
43 1000908 GLAZE VITRE. CHINA EA 0.88
EWC
PROV/FIXING-WHITE
44 1000909 EA 0.88
GLAZED LIPPED URINAL
PROV/FIXING-CP SOAP
45 1000911 EA 0.88
DISH/DISPENSER
PROV/FIXING-TOILET
46 1000912 EA 0.88
PAPER HOLDER
PROV/FIXING-CP TOWEL
47 1000913 EA 0.88
RAIL SIZE 18"
PROV/FIXING-HDPE
48 1000914 WATER TANK OF 500 EA 5.25
LITRE
SUPL/FIXING-RIGID PVC
49 1000915 M 26.25
PIPE 160MM 4KG/CM2
PROV/FIXING-CAST
50 1000918 EA 0.88
IRON NAHANI TRAP

Civil & Electrical work in new CGS Page 63 of 166


SOR

GST@....%( Total Unit Total


Unit
S Service HSN to be Price Price(FOT-
Item Description UoM Qty. Rate
N no. Code quoted by (FOT-IGL IGL
(Rs.)
Bidder) site){Rs.} site){Rs.}
PROV/FIXING-STONE
51 1000919 WARE GULLY TRAP 100 EA 0.88
MM
PROV/FIXING-BRASS BIB
52 1000920 EA 1.75
COCK FOR 15MM PIPE
PAINTING-STEEL
53 1001109 STRUCTURE SYNTH. KG 6868.75
ENAMEL
PROV/LAYING-CERAMIC
54 1001181 TILE 200X200MM M2 70.00
COLOR
SUPPLY/ LAYING- THICK
55 1002656 M2 35.00
KOTA STONE
PROVIDE-ASBESTOS
56 1003209 CEMENT 6MM CORR. M2 43.75
SHEET
S/I - GI EARTHING STRIP
57 1007752 M 875.00
25X5MM
S/L OF PVC PIPES 25MM
58 1007798 M 87.50
DIA
D/S/I/T/C-INCOM 200A
59 1007801 NO 0.88
4P MCCB 35KA FOR LT
P/F FLAME PROOF CU
60 1007809 NO 875.00
CABLE 4CX2.5MM2
P/F FLAME PROOF Cu
61 1007810 NO 87.50
CABLE 4CX4MM2
S/L- Electromat 3mm
62 1007429 m2 7.00
thick
D/S/I/T/C-OUTGOING
63 1007815 NO 2.63
63A 4P MCCB 35KA, M1
D/S/I/T/C- OUTGOING
64 1007818 NO 17.50
10A 4P MCB 35KA E/P
P/F/T/C 6A 1 WAY
65 1007839 NO 8.75
SOCKET
S/I/T/C BLDG
66 1007840 LIGHTING,POWERPLUG NO 8.75
SOCKET
P/F/T/C 6 Amp. 1 WAY
67 1007841 NO 8.75
SWITCH
24010005 P/F/T/C CEILING FANS
68 NO 3.50
00 1200mm
S/L/T AL CONDUCTOR
69 1007845 NO 87.50
CABLE 3.5CX50mm2

Civil & Electrical work in new CGS Page 64 of 166


SOR

GST@....%( Total Unit Total


Unit
S Service HSN to be Price Price(FOT-
Item Description UoM Qty. Rate
N no. Code quoted by (FOT-IGL IGL
(Rs.)
Bidder) site){Rs.} site){Rs.}
D/S/I/T INDOOR LIGHT
70 1007852 NO 1.75
DISTRIBUTION BOARD
D/S/I/T OF EMERGENCY
71 1007858 NO 0.88
PANEL
72 1007859 D/S/I/T OF LT PANEL NO 0.88
D/S/I/T UPS
73 1007860 NO 0.88
DISTRIBUTION BOARD
P/T SUBMERSIBLE
74 1007862 NO 0.88
PUMP
B/D BOREWELL FOR
75 1007865 RAIN WATER EA 0.88
HARVESTING
S/F ANCHOR FASTNER
76 1007867 NO 8.75
16MM DIA
CONST. OF BOREWELL
77 1007868 EA 0.88
75M DEEP, 150MM DIA
P-CONCERTINA COIL
78 1007872 M 175.00
FENCING 600 MM DIA.
P/C-CABLE PITS
79 1007874 450X450X450MM,100M NO 8.75
M THK
D/S/I/T/C-25 KVAR
80 1007904 CAPACITORBANK OF NO 1.75
CAPAC
D/S/I/T/C-CHANGEOVER
81 1007915 NO 0.88
SWITCH 160A OF E/P
D/S/I/T/C- CIRCUIT
82 1007917 M 437.50
WIRING 1.5MM2
D/S/I/T/C- CIRCUIT
83 1007918 M 437.50
WIRING 2.5MM2
S/I-EXHAUST FAN 1440
84 1007923 EA 3.50
RPM, 240V, 50 HZ
S/L OF 100MM NB G.I
85 1007925 M 1750.00
PIPES
P/F/T/C 16A 1 WAY
86 1007926 NO 3.50
SWITCH/SOCKET
GEL EARTHING 3MTRS
87 1008069 NO 5.25
ELECTRODE
SUPPL/INST OF 80-
88 1008591 110W WP LED EA 8.75
STREETLIGHT
SUPPL/INST 80-110 W
89 1009965 NO 8.75
FLP LED STREET LIGHT

Civil & Electrical work in new CGS Page 65 of 166


SOR

GST@....%( Total Unit Total


Unit
S Service HSN to be Price Price(FOT-
Item Description UoM Qty. Rate
N no. Code quoted by (FOT-IGL IGL
(Rs.)
Bidder) site){Rs.} site){Rs.}
FAB/ERECT-STATION
90 1010384 NO 17.50
YARD LIGHTING POLE
SUPP/INST-SINGLE LED
91 1010445 NO 8.75
TUBE LIGHT BATTEN
SUPPL/INST OF 20W
92 1010446 NO 8.75
RETROFIT LED TUBELIGH
80 mm C.C. paver Block
93 1010853 M2 1750.00
( M-35)

Grand Total : In Figures Rupees………………………………………………..

: In Words Rupees…………………………………………………

Seal and Signature of Bidder

Civil & Electrical work in new CGS Page 66 of 166


SOR IGL/ND/C&P/EC15509

DETAILED DESCRIPTION
S Service
Item Description Long Description UoM
No. Code
Demolition of Brickwork (taking all necessary safety precautions) for all depths below plinth level including supply
of all tools & tackles, necessary scaffolding, propping, underpinning, cleaning and stacking of serviceable
DEMOLITION-BRICKWORK
1 1000793 material, disposal of unserviceable material outside the IGL boundary limits keeping IGL indemnified of any M3
BELOW PLINTH LEVEL
liabilities from statutory/ local bodies, all complete as specified & directed. (Excavation & backfilling shall be paid
separately under relevant items).

Demolition of Brickwork (taking all necessary safety precautions) for all heights above plinth level including supply
DEMOLITION-BRICKWORK of all tools & tackles, necessary scaffolding, propping, underpinning, cleaning and stacking of serviceable
2 1000794 M3
ABOVE PLINTH LEVEL material, disposal of unserviceable material outside the IGL boundary limits keeping IGL indemnified of any
liabilities from statutory/ local bodies, all complete as specified & directed.

Demolishing RCC work (taking all neccesssary safety precautions) for all depths below plinth level including
supply of all tools & tackles, necessary scaffolding, propping, underpinning etc., cutting, straightening, scraping &
DEMOLITION-RCC WORK
3 1000795 cleaning of reinforcement bars, stacking of serviceable material, disposal of unserviceable material outside the M3
BELOW PLINTH LEVEL
IGL boundary limits keeping IGL indemnified of any liabilities from statutory / local bodies, all complete as
specified & directed. (Excavation & Backfilling shall be paid separately under relevant items).

Demolishing RCC work (taking all neccesssary safety precautions) for all heights above plinth level including
supply of all tools & tackles, necessary scaffolding, propping, underpinning etc., cutting, straightening, scraping &
DEMOLITION-RCC WORK
4 1000796 cleaning of reinforcement bars, stacking of serviceable material, disposal of unserviceable material outside the M3
ABOVE PLINTH LEVEL
IGL boundary limits keeping IGL indemnified of any liabilities from statutory / local bodies, all complete as
specified & directed.
Demolishing PLAIN CEMENT CONCRETE (PCC) work (taking all neccesssary safety precautions) for all depths
below plinth level including supply of all tools & tackles, necessary scaffolding, propping, underpinning etc. ,
DEMOLITION-PCC WORK
5 1000797 disposal of unserviceable material outside the IGL boundary limits keeping IGL indemnified of any liabilities from M3
BELOW PLINTH LEVEL
statutory / local bodies, all complete as specified & dirrected. (Excavation & Backfilling shall be paid separately
under relevant items).

Civil & Electrical work in new CGS Page 67 of 166


SOR IGL/ND/C&P/EC15509

DISMANTLING-
STRUCTURAL STEEL Dismantling Bolted /welded structural steel work of all descriptions (taking all neccesssary safety precautions)
WORK including supply of all tools & tackles, consumables, necessary scaffolding etc., providing temporaray bracings as
required, cutting (by flame or saw as directed) gusset plates, bolts, nuts, welding etc. stacking of serviceable
6 1000798 TO
materials, cleaning the site of all unserviceable materials and disposal outside the IGL boundary limits, keeping
IGL indemnified of any liabilities from statutory / local bodies, all complete at all depths and heights as specified
and directed.

Dismantling Bolted /welded structural steel work of all descriptions (taking all neccesssary safety precautions)
including supply of crane and all tools & tackles, consumables, necessary scaffolding etc., providing temporaray
DISMANTLING-STRUCT. bracings as required, cutting (by flame or saw as directed) gusset plates, bolts, nuts, welding etc. stacking of
7 1000799 TO
STEEL WORK BY CRANE serviceable materials, cleaning the site of all unserviceable materials and disposal outside the IGL boundary
limits, keeping IGL indemnified of any liabilities from statutory / local bodies, all complete at all depths and heights
as specified and directed.
Dismantling GI/Asbestos/glass/translucent sheets, ridges, gutters etc. (taking all necessary precautions) in
roofing and walls/ wall claddings, including supply of all tools and tackles, consumables, necessary scaffolding
DISMANTLING-
etc,. Providing temporary bracings as required, cutting (by flame or saw as directed) of fixing hooks, stacking of
8 1000800 GI/ASBEST/GLASS SHEET- M2
serviceable materials, cleaning the site of all unserviceable materials and disposal outside the IGL boundary
ROOF
limits, keeping IGL indemnified of any liabilities from statutory / local bodies, all complete for all levels as specified
and directed.]

Earth work in excavation in all kinds of soil except rock in any plan dimension including disposal of excavated
EXCAVATION-EARTH earth up to any lead in all conditions, backfilling using serviceable earth and disposal of surplus and
9 1000802 M3
WORK UPTO 3.0M DEPTH unserviceable earth. Soil to be leveled and neatly dressed complete in all respect as per scope of work, detailed
construction drawings, as per technical specifications and directions of the Engineer-in-charge.Up to 3.0 M depth

Earth work in excavation in soft rock in any plan dimension including disposal of excavated earth up to any lead
EXCAVATION-EARTH
in all conditions, backfilling using serviceable earth and disposal of surplus and unserviceable earth. Soil to be
10 1000808 WORK SOFT ROCK UPTO M3
leveled and neatly dressed complete in all respect as per scope of work, detailed construction drawings, as per
3M
technical specifications and directions of the Engineer-in-charge. Up to 3.0 M depth
Earth work in filling after execution of work to proper grade and level with selected materials from available
FILLING-EARTH WORK excavated soil from spoil heaps within a lead of 50m, including re-excavating the deposited soil excavated earlier,
11 1000813 M3
FROM AVAILABLE SOIL breaking clods, laying at all depths and heights in layers of thickness not exceeding 15cms. including watering,
rolling and ramming by manual/mechanical means, to achieve 90% of maximum dry density, dressing, trimming,

Civil & Electrical work in new CGS Page 68 of 166


SOR IGL/ND/C&P/EC15509

levelling the top surface etc. in foundations, plinths, road embankments, road,shoulders, trenches etc. complete
in all respect as per scope of work, detailed construction drawings , as per technical specifications and directions
of the Engineer-in-charge
Earth work in filling with good quality imported earth from approved source in layers of thickness not exceeding
FILLING-EARTH WORK 15cms and compacted up to 90% to its MDD up to 4 m depth and any plan dimension including all testing,
12 1000814 M3
FROM IMPORTED SOIL compaction/rolling, watering etc. complete in all respect as per scope of work, detailed construction drawings , as
per technical specifications and directions of the Engineer-in-charge.
Providing and laying Plain Cement Concrete for all depths below and up to plinth level in foundations, drains,
fillings, non suspended floors, pavements and ramps or any other works etc. including shuttering,
PROV/LAYING-PCC 1:2:4 tamping,ramming,vibrating, curing etc. all as specified, in any shape , position, thickness and finishing the top
13 1000821 M3
FOR ALL DEPTHS surface rough or smooth as specified and directed, all complete for concrete of nominal mix 1:2:4 by mass (1
cement:2 coarse sand:4 crushed stone aggregates/gravels) with 20mm down size graded crushed stone
aggregates/ gravels.
Providing and laying 40 mm thick Damp Proof Course (DPC) with plain cement concrete of nominal mix 1:2:4 by
mass (1 cement:2 coarse sand:4 crushed stone aggregates/ gravels) with 10mm down size graded crushed
PROV/LAYING-DPC 40 MM stone aggregate including providing and applying two coats of hot bitumen (Grade A-90/S-90 conforming to IS:
14 1000822 M2
THK, PCC 1:2:4 73) applied @ 1.7Kg./Sqm after curing. The rate to include cleaning, watering, centering and shuttering, placing,
tamping, curing and sprinkling an even layer of dry and sharp sand over hot bitumen complete as per
specification and direction.
Providing and laying REINFORCED CEMENT CONCRETE OF M-25 Grade (Concrete shall be design mix)
confirming to IS 456 ( 2000) with 20mm & down size graded crushed stone aggregates/ gravel in NON
SUSPENDED slabs/pavement slabs including pedestals, ramps etc. leaving pockets, laying in alternate panels to
PROV/LAYING-RCC M-25 required sloopes, all neccessary form work and finishing the top surface rough or smooth as required and
15 1000834 M3
DESIGNMIX CONC RMC directed, providing pockets/openings, recesses, chamfering etc. wherever required, vibrating,tamping, curing, and
rendering smooth if required (EXCLUDING THE COST OF REINFORCEMENT AND SHUTTERING) in any
position,shape,level and thickness etc. all complete as specified, shown and directed. Design-mix concrete,
Ready Mixed from batching plant of approved vendors
Providing and laying BRICK MASONRY with bricks of class 7.5 in cement mortar 1:6 (1 cement: 6 sand) in one or
more brick thickness and in any shape (excluding circular/curved brick masonry) in sub/super-structure at all
PROV/LAYING-BRICK
16 1000837 depths including the cost of materials, labour,scaffolding/staging, sampling and testing, soaking of bricks, cutting M3
MASONRY IN CM 1:6
& laying of bricks, providing recesses, making openings of any shape and size, embedding the fittings & fixtures,
curing etc. all complete as per specifications. All materials including Cement to be supplied by the contractor.

Civil & Electrical work in new CGS Page 69 of 166


SOR IGL/ND/C&P/EC15509

Supplying and placing in position HIGH STRENGTH DEFORMED STEEL BARS REINFORCEMENT
(Conforming to IS:1786, Grade Fe 415) for RCC work including transporting, straightening, cleaning, de-coiling,
SUPL/FIXING-DEFORM
17 1000841 cutting & binding to required shapes and lengths as per details, binding with contractor's own 16SWG black soft TO
STEEL BARS REINFORCE
annealed binding wire at every intersection, supplying and placing with proper cover blocks, supports, chairs,
overlaps, welding, spacers, fan hooks etc. for all heights and depths etc. complete as directed.
Supplying and fixing M.S.rolling shutters conforming to IS:6248, including providing all accessories like shutter
constructed with interlocking lath sections formed out of cold rolled steel strips(0.9 mm thick, 80 mm wide and
SUPL/FIXING-MS MECH 1.25 mm thick, 80 mm wide recpectively for shutter width upto 3.5 M. and above 3.5 M.), jointless M.S.
18 1000849 M2
OPER ROLLING SHUTTER girders,pressed bottom rails, shutter suspension, sted shaft with pully and cage, top rolling springs, locking
arrangement etc. as per approved drawings including painting with two coats of synthetic enamel paint over a
coat of red oxide primer complete as per specifications and directions for mechanically operated Rolling Shutter.
Fabricating and erecting in position, testing/examining bolted and/or welded structural steel works including all
built up sections/compound sections made out of rolled sections and/or plates in trusses, purlins, wind ties, wind
girders, columns, racks, bracings, monorails, platforms, staircase, ladders, walkways, cable trays, pipe supports,
FAB/ERECT-STRUCT box sections etc. including cutting to required size straightening, edge preparation, preheating, bolting/welding of
19 1000853 TO
STEEL WORK IN POSITION joints, finishing edges by grinding, fixing in line and level with temporary staging and removal of the same after
erection, preparation of detailed fabrication drawing, preparation of surface for painting, surface cleaning, wire
brushing, removal of mill, scale, dust, oil or grease and applying one coat of red oxide zinc chromate primer after
fabrication. The rate to include cost of all materials, tools and labour.
Providing and fixing aluminium fully glazed framing, doors / windows as per scope of work, detailed construction
drawings, technical specifications and directions of Engineer-In-Charge.
PROV/FIXING- AL GLAZED
20 1000856 [Rate to include cost of all labour, tools, tackles, aluminium and rubber beadings, 10 mm thick toughened glass M2
FRAMING DOOR
ASAHI / MODI FLOAT etc. glass panes of approve make and thickness powder coating of approved shade and
quality etc complete].
Providing 12 mm thick average cement plaster in cement mortar 1:4 (1 cement : 4 sand) on brick wall / pitching or
PROV/APPLYING-PLASTER on concrete surfaces for manholes, valve-pits, culverts, wing walls including cleaning and preparation of the
21 1000861 M2
12 MM THICK CM 1:4 surface by hacking the concrete surface and raking out the joints of brickwork, scafolding, curing etc. for all
depths and heights complete as per drawings, spcifications and directions of Engineer-in-Charge

Providing and applying external plaster 20mm thk on exterior walls of building in two layers (Base layer 12 mm
PROV/APPLYING-PLASTER
22 1000864 thk in CM 1:6 and top layer 8 mm thk in CM 1:4) at all heights with all tools, material, labour, scaffolding and M2
20 MM THK EXT WALL
curing etc. complete as per specifications and direction.

Civil & Electrical work in new CGS Page 70 of 166


SOR IGL/ND/C&P/EC15509

PROV/APPLYING- Providing and applying 3 coats of decorative SANDTEX / MUROTEX matt finish acrylic emulsion, on external
23 1000865 DECORATIVE SANDTEX walls, surfaces in approved color at all hieghts of approved make, as per recommendations of manufacturer M2
PAINT including preparation of surfaces cleaning curing etc. all complete.
PROV/FIXING-MIRROR 5 Providing and fixing looking mirror made up of float glass 5 mm thick of approved make 450 mm X 610 mm size
24 1000869 EA
MM THK, 450X610 MM fixed on 6 mm thick A.C. sheet including CP cup type screws etc. complete as directed.

PROV/FIXING-HEAVY DUTY Providing and fixing heavy duty, hydraulic door closer in floors for aluminium doors all complete with fittings,
25 1000870 EA
HYD DOOR CLOSER covers etc.
Supplying, transporting to site and erecting in position Reinforced Cement concrete PRECAST ELEMENTS such
SUPL/INSTL-PRE-CAST as MANHOLE COVERS, TRENCH COVER SLABS of various sizes, of 'KK' make or approved equivalent,
26 1000873 EA
CIRCULAR COVER 600MM including placing in position wherever required. Extra heavy duty circular manhole covers with frame of size
600mm dia and 100mm thick
Supplying, transporting to site and erecting in position Reinforced Cement concrete PRECAST ELEMENTS such
SUPL/INSTL-PRECAST
27 1000874 as MANHOLE COVERS, TRENCH COVER SLABS of various sizes, of 'KK' make or approved equivalent, M2
SLAB 550X600X75 MM TH
including placing in position wherever required. Heavy duty trench covers, slab size 550x600x75 mm thk
Supplying, transporting to site and erecting in position Reinforced Cement concrete PRECAST ELEMENTS such
SUPL/INSTL-PRECAST
28 1000875 as MANHOLE COVERS, TRENCH COVER SLABS of various sizes, of 'KK' make or approved equivalent, M2
SLAB 750X600X75 MM TH
including placing in position wherever required. Heavy duty trench covers, slab size 750x600x75 mm thk
Providing and planting turfs, other plant material, pesticides, sweet soil, at all locations as per design and
PLANTATION-PROVIDING
29 1000876 specifications complete in all respects as per scope of work, detailed construction drawings, technical M2
AND PLANTING TURFS
specifications and directions of the Engineer-in-charge.
Suppliying and laying of stone aggregate of 90mm down to 40mm size for SUB BASE COURSE tough, sound,
clean and durable including cost of stone agrregates, all royalties, taxes, handling, transportation to site,
unloading the same by the side of the road with all leads and lifts, spreading and laying to form water bound
SUPL/LAYING-STONE
30 1000880 macadam in TWO LAYERS, each 115mm compacted thickness to proper grade, camber & level, binding the M2
AGGREGATE 90 TO 40MM
surface with murram, including the cost of supply of murrum consolidating with 8 / 10 T road-roller, watering with
all leads & lifts including preparation of camber below first layer etc. complete as per drawings, specifications and
directions of Engineer-in-Charge
Supplying and laying of stone aggregate of 63mm down to 40mm size for WBM LAYER BASE COURSE tough,
sound, clean and durable including cost of stone aggregates, all royalties, taxes, handling, transportation to site,
SUPL/LAYING-STONE
31 1000881 unloading the same by the side of the road with all leads and lifts, spreading and laying to form water bound M2
AGGREGATE 63 TO 40MM
macadam in ONE LAYER of 75mm compacted thickness to proper grade, cabmer & level, binding the surface
with murrum, including the cost of supply of murrum, consolidating with 8 / 10 T road-roller, watering, with all

Civil & Electrical work in new CGS Page 71 of 166


SOR IGL/ND/C&P/EC15509

leads & lifts including preparation of camber below first layer etc. complete as per drawings, specification and
direction Engineer-in-Charge
Providing and applying tack coat using bitumen emulsion conforming to IS: 8887, using emulsion pressure
PROV/APPLYING-TACK
32 1000884 distributer including preparing the surface & cleaning with mechanical broom. With rapid setting bitumen emulsion M2
COAT, BITUMEN 80/100
ON wbm/bituminous surface @ 0.75KG/SQ.MT
Providing two layers of 25 mm thick premix carpet surfacing with 2.25 cum. and 1.12 cum. of stone chipping of
PROV/LAYING-2 LAYER 13.2 mm and 11.2 mm size respectively per 100 sqmt and 52 kg and 56 kg of hot bitumen per cum. of stone
33 1000885 M2
(25MM) PREMIX CARPET chipping of 13.2 mm and 11.2 m size respectively including a tack coat with hot straight run bitumen including
consolidation with road roller of 6 to 9 tons capacity etc. complete with paving asphalt 60/70 with no solvent.
Providing and fixing kerb stone of approved make (kerb stone blocks shall have niche with reflective material
fixed in it) at or near ground level as per approved pattern and setting in position with cement mortar 1:3 (one
cement : 3 coarse sand) including required centering & shuttering, jointing the kerb stones with 6 mm thick
PROV/FIXING-KERB STONE
34 1000886 cement plaster 1:3 (1 cement : 3 fine sand) over 75 mm thick PCC 1:5:10 (1 cement : 5 coarse sand : 10 stone M
BLOCK IN CM 1:3
aggregate 40 mm) complete in all respects as per scope of work, detailed construction drawings, technical
specifications and directions of the Engineer-In-Charge.[ Rate to include all labour, tools, tackles, shuttering,
transportation, water charges, earth work if any , PCC etc complete]
Supplying, installation, testing and commissioning of SEPTIC TANK as per IS : 2470, Part-I, suitable for 10 users,
with all necessary accessories like inlet, outlet, vent pipes, MS rungs etc. including earthwork in excavation,
SUPL/INSTL-SEPTIC TANK
35 1000891 backfilling and disposal of surplus earth outside the boundary limits keeping IGL idenmnified of any liabilities from EA
AS PER IS : 2470
statutory / local bodies, complete as per standards, drawings, specifications and directions of Engineer-in-
Charge.

Construction of SOAK PIT conforming to IS:2470 suitable for 25 users, masonry, filling and hand picking
brickbats of size ranging between 40mm to 50mm, connecting with Septic tank with necessary fittings, piping etc.
CONST-SOAK PIT AS PER
36 1000892 including earthwork in execavation, backfilling and disposal of surplus earth outside the boundary limits keeping EA
IS : 2470
IGL indemnified of any liabilities form statutory / local bodies, complete as per standards, drawings, specification
and directions of Engineer-in-Charge.

Supplying and laying in postion RCC pipes, Class- NP2, with collars conforming to IS:458 for PIPE CULVERTS /
SUPL/LAYING-RCC PIPE
37 1000894 CABLE CROSSINGS etc. including cutting the pipe if necessary, lowering, laying in position to proper levels, M
250MM DIA INTERNAL
slopes etc. caulking the joints with spun yarn soaked in neat cement slurry and finishing with cement mortar 1:2

Civil & Electrical work in new CGS Page 72 of 166


SOR IGL/ND/C&P/EC15509

(1 cement: 2sand) curing etc. all complete as per drawings, specifications and directions of Engineer-in-charge
250 mm dia (internal)
Supplying and laying in postion RCC pipes, Class- NP2, with collars conforming to IS:458 for PIPE CULVERTS /
CABLE CROSSINGS etc. including cutting the pipe if necessary, lowering, laying in position to proper levels,
SUPL/LAYING-RCC PIPE
38 1000895 slopes etc. caulking the joints with spun yarn soaked in neat cement slurry and finishing with cement mortar 1:2 M
500MM DIA INTERNAL
(1 cement: 2sand) curing etc. all complete as per drawings, specifications and directions of Engineer-in-charge
500 mm dia (internal)
Providing and fixing concealed in structure G.I. pipe of class 'B' and approved make for water supply including all
PROV/FIXING-CONCEALED
39 1000901 necessary specials, making chases, holes, cutting floor etc. and making them good after completion of work and M
GI PIPE 50MM DIA
painting the pipe line with two coats of anti corrosive paint complete as directed, for 50 mm dia pipe.
Providing and fixing concealed in structure G.I. pipe of class 'B' and approved make for water supply including all
PROV/FIXING-CONCEALED
40 1000903 necessary specials, making chases, holes, cutting floor etc. and making them good after completion of work and M
GI PIPE 25MM DIA
painting the pipe line with two coats of anti corrosive paint complete as directed, for 25 mm dia pipe.
Providing and fixing 32 mm dia chromium plated brass heavy type approved quality bottle trap with necessary
PROV/FIXING-CP BRASS
41 1000906 connecting pipe, wall flange etc. complete as directed.trap with necessary connecting pipe, wall flange etc. EA
BOTTLE TRAP 32 MM
complete as directed.
Providing and fixing first quality Hindustan/ Cera or equivalent white glazed vitreous china W.C. Orissa Pan of
PROV/FIXING-WHITE
42 1000907 size 580 mm with 100 mm sand cast CI 'P' or 'S' trap of approved ISI mark in cement concrete 1:2:4 with PVC EA
GLAZED VITRE. CHINA WC
cistern including necessary pipes, fixtures etc. complete as directed.
Providing and fixing first quality Hindustan European, Cera or quivalent type white glazed vitreous china , WC
PROV/FIXING-WHITE
43 1000908 with heavy type black or white plastic sheet, lead with cp brass hinges, rubber buffers with fittings,brackets, EA
GLAZE VITRE. CHINA EWC
porcelein cistern with bend pipe etc. complete as per directions complete.
Providing and fixing large flat back white glazed first quality lipped urinal of approved make such as Hindustan/
PROV/FIXING-WHITE
44 1000909 Neycer/ Cera etc. including chromium plated angle valve, brass cp spreader and cp pipe, 31 mm dir chromium EA
GLAZED LIPPED URINAL
plated waste coupling with PVC waste pipe, vitreous china half round channel etc. complete as per directions
PROV/FIXING-CP SOAP
45 1000911 Providing and fixing C.P. Soap Dish Dispenser, make all complete. EA
DISH/DISPENSER
PROV/FIXING-TOILET Providing and fixing toilet paper holder of approved quality and make with Wooden / Aluminium / PVC roller etc.
46 1000912 EA
PAPER HOLDER complete as directed.
PROV/FIXING-CP TOWEL
47 1000913 Providing and fixing C.P. Towel Rail size 18", make all complete. EA
RAIL SIZE 18"
PROV/FIXING-HDPE
48 1000914 Providing and fixing HDPE water tank of 500 litres capacity, Sintex make all complete with fittings etc. EA
WATER TANK OF 500 LITRE

Civil & Electrical work in new CGS Page 73 of 166


SOR IGL/ND/C&P/EC15509

Supplying and fixing ISI approved concealed/ open, rigid PVC pipes of 4 Kg/cm2 pressure of Finolex make or
SUPL/FIXING-RIGID PVC
49 1000915 equivalent with all necessary specials such as Y's, T's, bends jointed with approved quality adhesive or as per M
PIPE 160MM 4KG/CM2
manufacturer's specifications complete as per directions and drawings, for 160 mm dia PVC pipe.
PROV/FIXING-CAST IRON Providing and fixing heavy cast iron Nahani trap of approved make with brass cast chromium plated jali including
50 1000918 EA
NAHANI TRAP cutting the floor and fixing trap in cement concrete 1:2:4, making good the floor etc. complete as directed.
Providing and fixing 100 mm dia stone ware gully trap (grade- A) and chamber with C.I. cover (Brick work, PCC
PROV/FIXING-STONE
51 1000919 and plastering of the chamber shall be paid separately) with frame of size 300 mm X 300 mm inside, the weight EA
WARE GULLY TRAP 100 MM
of cover to be not less than 4.5 kg. And frame to be not less than 2.7 kg. complete as directed.
PROV/FIXING-BRASS BIB Providing and fixing chromium plated brass bib cock of approved ISI quality and make with chromium plated disc
52 1000920 EA
COCK FOR 15MM PIPE etc. complete as directed for 15 mm dia pipe line.
PAINTING-STEEL Supplying and painting steel structure with one coat of Primer and two coats of Painting with synthetic enamel
53 1001109 STRUCTURE SYNTH. paint, having VOC (Volatile Organic Compound) content less than 150 grams/ litre, of approved brand and KG
ENAMEL manufacture, including applying additional coats wherever required to achieve even shade and colour.
P & L Ceremic glazed tiles Ist class of approved make like Kajaria, Somany, Bell, Johnson & Johnson etc.of
PROV/LAYING-CERAMIC
54 1001181 following sizes: in flooring,skirting,walls, risers of steps and dado on bed of 12 mm thick cement mortar 1:3 M2
TILE 200X200MM COLOR
finished with joints filled with requried shade of neat cement etc. complete.COLOR glazed tiles 200X200
Kota stone slab flooring over 20 mm (average) thick base laid over and jointed with grey cement slurry mixed with
SUPPLY/ LAYING- THICK
55 1002656 pigment to match the shade of the slab, including rubbing and polishing complete with base of cement mortar 1 : M2
KOTA STONE
4 (1 cement : 4 coarse sand) :
Providing non-asbestos high impact Polypropylene reinforced cement 6 mm thick corrugated sheets (as per IS:
PROVIDE-ASBESTOS
14871) roofing up to any pitch and fixing with polymer coated J, or L hooks, bolts and nuts 8 mm dia. G.I. plain
56 1003209 CEMENT 6MM CORR. M2
and bitumen washers or with self drilling fastener and EPDM washers etc. complete (excluding the cost of purlins,
SHEET
rafters and trusses), including cutting sheets to size and shape wherever required.
Supply , installation and connection of GI earthing strip of following sizes along the cable trenches or cable trays
S/I - GI EARTHING STRIP or clamped to wall /structure including welding at joints, providing anti-corrosive paint or bitumen and jute
57 1007752 M
25X5MM covering for the welded portion, clamping and necessary hardware for connecting etc. including all labour and
materials, as per the specifications and directions of Engieer-in-Charge - 25x5mm
Supply & laying of heavy grade PVC pipes of following size and associated fittings in brick walls for lighting /
S/L OF PVC PIPES 25MM power pints etc. including supply of GI sheet steel junction boxes with acrylic cover pull wire making cuts and
58 1007798 M
DIA chasis in built up brick work and making good the same including all labour and materials as per the
specifications and directions of engineer-in-charge - 25 mm dia
D/S/I/T/C-INCOM 200A 4P
59 1007801 200A 4P MCCB 35 KA NO
MCCB 35KA FOR LT

Civil & Electrical work in new CGS Page 74 of 166


SOR IGL/ND/C&P/EC15509

P/F FLAME PROOF CU Providing & fixing single compression flamproof / explosion-proof gland suitable for Cu conductor cable 4 C x 2.5
60 1007809 NO
CABLE 4CX2.5MM2 mm2
P/F FLAME PROOF Cu Providing & fixing single compression flamproof / explosion-proof gland suitable for Al conductor cable 4C x 4
61 1007810 NO
CABLE 4CX4MM2 mm2

62 1007429 S/L- Electromat 3mm thick SUPL/LAYING-ELECTROMATS, Class 'C', thickness 3 mm, width 1000 mm confirming to IS: 15652/2006 m2

D/S/I/T/C-OUTGOING 63A
63 1007815 63A 4P MCCB 35 KA NO
4P MCCB 35KA, M1
D/S/I/T/C- OUTGOING 10A
64 1007818 10A 4P MCB 35 KA NO
4P MCB 35KA E/P
Providing, fixing testing & commissioning 6 Amp. 1 way Socket of approved make with modular Box, plate white
65 1007839 P/F/T/C 6A 1 WAY SOCKET NO
colour, including circuit wiring for light, fans, exhaust fans etc. per no.
Supply, installation, testing & commissioning of Building Lighting and Power Plug Socket including concealed
S/I/T/C BLDG
point wiring with heavy duty PVC conduit earth wire, on / off switches etc. as required..20 Amp 3 Pin Industrial
66 1007840 LIGHTING,POWERPLUG NO
type socket with 20 Amp. SP MCB sheet steel enclosure with 4 sq. mm Cu. Conductor PVC insulated point wiring
SOCKET
for air conditioner.
P/F/T/C 6 Amp. 1 WAY Providing, fixing testing & commissioning 6 Amp. 1 way switch of approved make with modular Box, plate white
67 1007841 NO
SWITCH colour, including circuit wiring for light, fans, exhaust fans etc. per no.
P/F/T/C CEILING FANS
68 2401000500 Providing, fixing, testing and commissioning Ceiling Fans 1200mm USHA make per no. NO
1200mm
Supply, laying,termination and testing of XLPE insulated, PVC sheathed, 1100V grade steel armoured,Al.
S/L/T AL CONDUCTOR
69 1007845 conductor cable of following sizes & type n surface trench/on wall/structural surface/in G.I. Pipes/conduit as per NO
CABLE 3.5CX50mm2
the specifications and directions of Engineer_in_charge- 3.5C x 50 mm2
Design, supply, installation, testing & commissioning of Indoor Lighting Distribution Board double door
construction as per specifications & single line diagrams including transportation to site at the place of installation,
proper storage, unpacking, assembly of sections, mounting and wiring of loose accessories supplied by the
D/S/I/T INDOOR LIGHT
70 1007852 eqipment vendor etc., installation on foundations or fixing to wall, aligning, leveling, testing,with required NO
DISTRIBUTION BOARD
hardware, making connections including providing cable glands, lugs, earthing & painting etc. Arrangement for
termination of cables/wires including three phase and neutral bus bars etc. complete in all respects. including all
labour and materials as per specifications and directions of Engineer-In-Charge
EMERGENCY PANEL including all accessories, Bus Bar and everything required to complete the Panel as per
D/S/I/T OF EMERGENCY
71 1007858 specifications & single line diagrams and directions of Engineer-In-Charge, but excluding Circuit Breakers and NO
PANEL
Switch gears

Civil & Electrical work in new CGS Page 75 of 166


SOR IGL/ND/C&P/EC15509

LT Panel including all accessories, Bus Bar and everything required to complete the Panel as per specifications &
72 1007859 D/S/I/T OF LT PANEL single line diagrams and directions of Engineer-In-Charge, but excluding Circuit Breakers and Switch gears and NO
Capacitor bank
Design, supply, installation, testing & commissioning of UPS Distribution Board as per specifications & single line
diagrams including transportation to site at the place of installation, proper storage, unpacking, assembly of
D/S/I/T UPS DISTRIBUTION
73 1007860 sections, mounting and wiring of loose accessories supplied by the eqipment vendor etc., installation on NO
BOARD
foundations or fixing to wall, aligning, leveling, testing, calibration of meters and all other accessories. including all
labour and materials as per specifications and directions of Engineer-In-Charge
Providing, fixing, testing and commissioning Submersible pump 0.5H.P. Crompton make (SMD 052, 1ph) with
74 1007862 P/T SUBMERSIBLE PUMP NO
panel and starter complete including cables
Boring/drilling bore well for Rain water Harvesting of required dia for casing/ strainer pipe , by suitable method
prescribed in IS: 2800 (part I), including collecting samples from different strata, preparing and submitting strata
chart/ bore log, including hire & running charges of all equipments, tools, plants & machineries required for the
job, all complete as per direction of Engineer -in-charge, upto 60 metre depth below ground level in all types of
B/D BOREWELL FOR RAIN soil.
75 1007865 EA
WATER HARVESTING note ; rate include cost of
(a)Supplying, assembling, lowering and fixing in vertical position in bore well, unplasticized PVC medium well
casing (CM) pipe of 150mm diameter, conforming to IS: 12818, (b)Supplying,
filling, spreading & leveling stone boulders of size range 5 mm to 10 mm ,gravels of size range 5 mm to 10 mm
and coarse sand of size range 1.5 mm to 2 mm in recharge pit, in the required thickness, for all leads & lifts
Supply and fixing of anchor fastner 16mm dia, make of Hilti with RE500 chemical [Rate to include cost of all
S/F ANCHOR FASTNER
76 1007867 labour, nut, bolts, tools, tackles, hire charges, royalties, levies, transportation, scrap value, gas cutting, welding, NO
16MM DIA
other consumables, compressed air, water, electric power and etc.]
Construction of BOREWELL 75 mtrs deep with 150mm dia MS Pipe
NOTE:Rate to include (a) Boring/ drilling bore well of required dia for casing/strainer pipe, by suitable method
prescribed in IS: 2800 (part I), including collecting samples from different strata, preparing and submitting strata
chart/ bore log, including hire & running charges of all equipments, tools, plants & machineries required for the
CONST. OF BOREWELL job. (b)Supplying, assembling, lowering and fixing in vertical position
77 1007868 EA
75M DEEP, 150MM DIA in bore well, ERW (Electric Resistance Welded) FE 410 mild steel screwed and socketed/ plain ended casing
pipes of 150mm dia, conforming to IS: 4270, of reputed & approved make, including painted with outside surface
with two coats of anticorrosive paint of approved brand and manufacture
(c)Gravel packing in tubewell construction in accordance with IS: 4097, including providing gravel fine/ medium/
coarse, in required grading & sizes as per actual requirement,

Civil & Electrical work in new CGS Page 76 of 166


SOR IGL/ND/C&P/EC15509

(d) cost of labour, tools, tackles, equipment, hire charge, drilling,electric panel , 50mm G.I. pipe and other related
works complete in all respect.
Providing and fixing concertina coil fencing with punched tape concertina coil 600 mm dia 10 metre openable
length ( total length 90 m), having 50 nos rounds per 6 metre length, upto 3 m height of wall with existing angle
iron 'Y' shaped placed 2.4 m apart and with 9 horizontal R.B.T. reinforced barbed wire, stud tied with G.I. staples
P-CONCERTINA COIL
78 1007872 and G.I. clips to retain horizontal, including necessary bolts or G.I. barbed wire tied to angle iron, all complete as M
FENCING 600 MM DIA.
per direction of Engineer-in-charge, with reinforced barbed tape(R.B.T.) / Spring core (2.5mm thick) wire of high
tensile strength of 165 kg/ sq.mm with tape (0.52 mm thick) and weight 43.478 gm/ metre (cost of M.S. angle
shall be paid separately)
Providing and construction of Cable pits of clear internal dimensions of 450x450x450 mm deep with 100mm thick
P/C-CABLE PITS base slab of M15 grade concrete, walls made of 230mm thick brick masonry in cement mortar 1:6 (1cement: 6
79 1007874 450X450X450MM,100MM coarse sand), including plastering with cement mortar 1:4, Pre-cast cover of 600x600x70 mm thick of KK or NO
THK equivalent approved make along with Angle frame ( 75 mm x 75 mm x 6 mm) can be accomodated with clear gap
of 5mm all around between pre cast cover and frame including grouting the frame with cement mortar 1:4.
D/S/I/T/C-25 KVAR
80 1007904 CAPACITORBANK OF 25 KVAr Capacitor Bank NO
CAPAC
D/S/I/T/C-CHANGEOVER
81 1007915 Change Over switch 160A NO
SWITCH 160A OF E/P
Circuit wiring with 660V grade (sizes given below) PVC insulated copper wires in already laid surface / concealed
D/S/I/T/C- CIRCUIT WIRING
82 1007917 conduit from lighting board/ power board onwards including the supply of wires termination and connection M
1.5MM2
including all labour and materials as per the specifications and directions of the engineer-in-charge - 1.5 mm2
Circuit wiring with 660V grade (sizes given below) PVC insulated copper wires in already laid surface / concealed
D/S/I/T/C- CIRCUIT WIRING
83 1007918 conduit from lighting panel / power panel onwards including the supply of wires termination and connection M
2.5MM2
including all labour and materials as per the specifications and directions of the engineer-in-charge - 2.5mm2
Supply, Installation and commissioning of Exhaust Fan of Approved Make of 1440 RPM, suitable for use on
240V, 50 Hz, Single Phase with frame gravity drop louvers, clamps, etc. complete as required 300 sweep size.
S/I-EXHAUST FAN 1440
84 1007923 The job shall be complete in all respects including the cost of all materials, tools, labour, etc. as per this technical EA
RPM, 240V, 50 HZ
specification, applicable drawings, Special Terms & Conditions of this tender and as per directions of IGL #s
Engineer In Charge.
Supply & laying of 100 mm NB G.I. Pipes buried/ embedded into ground/ RCC/ PCC complete with pipe sockets/
85 1007925 S/L OF 100MM NB G.I PIPES M
bends etc. as required of following sizes. All pipe shall be of medium grade as per IS: 1239.
P/F/T/C 16A 1 WAY Providing, fixing, testing and commissioning 16 Amp 1 way Switch/Socket of approved make with modular plate
86 1007926 NO
SWITCH/SOCKET white colour, including circuiting wiring from switch plate upto power point provided for water cooler, heater etc.

Civil & Electrical work in new CGS Page 77 of 166


SOR IGL/ND/C&P/EC15509

Supply, installation, testing and commissioning of GEL Earthing Pits which include earth pipe electrode as per IS
3043 complete with 3mtr long with 100mm dia 'B' class G.I. pipe with watering funnel. Including 300mm x 300mm
GEL EARTHING 3MTRS
87 1008069 x 3mtr long excavation and construction of 600mm x 600mm x 450 mm high brick wall chamber with cement NO
ELECTRODE
mortor. The chamber shall be provided with with frame( Angle of 75mm x75mm x6 mm) and lockable facility. The
plate electrode shall be filled with alternate layer of salt and charcoal as required full depth.
non flp weather prrof led 100W- Supply and Installation of 80-100 W LED Street light should have System
lumens efficacy >= 100 Lm/W of Philips, GE, Osram, Crompton Greaves, Wipro, Bajaj, Trilux, Endo, Baliga and
any other reputed make* (subject to prior approval of IGL) on pole light structure and suitable for operation on 1
Phase, 150-270 V, 50 Hz, AC supply.
Light should by one on one replacement of 250 W HPMV lamp type conventional street light fittings.
SUPPL/INST OF 80-110W Light Should have Power factor > 0.9 Light Should have In-built electronic driver with APFC and THD<10%.
88 1008591 EA
WP LED STREETLIGHT Light fitting should have suitable arrangement for cable termination with gland opening of suitable size.
Light fitting should be certified for group IIA/B, CCOE, LM 79/80 & must have useful life greater than
40,000(LM 79&80).
Job also consists of removal of existing light fitting (if available) and handing over to concerned department.
Light Should be designed for IP66 protection.
The job shall be complete in all respect including the cost of all materials, tools, labour etc
flp light led 100W- Supply and Installation of 80-110 W LED Street light should have System lumens efficacy
>= 95Lm/W of Baliga , Sudhir , FCG and any other reputed make* (subject to prior approval of IGL) and suitable
for operation on 1 Phase, 150-270 V, 50 Hz, AC supply and installation on pole light structure. Light should by
one on one replacement of 250 W HPMV lamp type conventional street light fittings. Light Should have Power
SUPPL/INST 80-110 W FLP factor > 0.9 Light Should have In-built electronic driver with APFC and THD<10%. Light fitting should have
89 1009965 NO
LED STREET LIGHT suitable arrangement for cable termination with gland opening of suitable size. Light fitting should be certified
for group IIA/B, CCOE, LM 79/80 & must have useful life greater than 40,000. Job also consists of removal of
existing light fitting and handing over to concerned department. Light Should be designed for IP66 protection.
The job shall be complete in all respect including the cost of all materials, tools, labour etc.

FAB/ERECT-STATION YARD LIGHTING POLE- Fabrication, Supply / delivery & erection / installation at Site of
Station Yard Lighting Pole as per Site requirement. This item rate shall not include the cost of civil foundation
FAB/ERECT-STATION YARD
90 1010384 require for the erection of the Pole. The job shall be complete in all respects including the cost of all materials, NO
LIGHTING POLE
tools, labour, etc.as per this technical specification, applicable drawings, Special Terms & Conditions of this
tender and as per directions of IGL #s Engineer In Charge. Height of pole upto 6m.

Civil & Electrical work in new CGS Page 78 of 166


SOR IGL/ND/C&P/EC15509

SUPP/INST-SINGLE LED TUBE LIGHT BATTEN- Supply and Installation of Single LED light Batten . Batten
should have mounting On ceiling/ wall with screws at a distance of 900 mm, suspend by 2 nos. Ø19 mm conduit
SUPP/INST-SINGLE LED pipe at a distance of 600 mm or with chains at a distance of 700 mm. Installation consists of wiring of light from
91 1010445 NO
TUBE LIGHT BATTEN existing cable and successfully start up of light. Installation also consists of removal of existing light, packing of
removed light and handing over to concerned department. No additional tranportation or charges will be paid for
the same.
SUPPL/INST OF 20W RETROFIT LED TUBELIGHT- Supply and Installation of LED Tube Retrofit 20W having
System lumens range from 1900-2600 lumens. Make: havells. Light should be one on one replacement 36W
SUPPL/INST OF 20W
92 1010446 conventional tube light. Tube Light Should have Power factor > 0.9. Light Nominal voltage should be 240V. NO
RETROFIT LED TUBELIGH
Installation also consists of removal of existing light packing of removed light and handing over to concerned
department. No additional tranportation will be paid for the same
80 mm C.C. paver Block ( M-
93 1010853 Coloured interlocking C.C. paver block (60 mm thick, M-35) M2
35)

Seal and Signature of Bidder

Note:

1. Prices quoted at column 11 in SOR are all inclusive of applicable taxes, duties, freight, insurance and other incidental charges, and Purchaser shall
not be liable for any extra payment against the scope defined in this tender.
2. Bidder to quote prices for all items in each column (i.e. Unit & Total price under FOT Site) and ensure that total prices quoted is for complete scope
and terms and conditions of Tender document.
3. Quoted prices shall be inclusive of all other testing & inspection charges as required in Job Specification.
4. Tax Deduction at Source (TDS) towards income Tax shall be made by Purchaser as per applicable rules and TDS certificate issued. Any benefit
available to Contractor against TDS certificate, same shall be passed on to the Purchaser
5. Bidder to note that once quoted, no price change shall be allowed.
6. Bidder shall quote prices in the given format of Schedule of Rates and shall not modify the format in any form.
7. Owner reserves the right to place the order for all items as mentioned in the SOR or delete any item from the bidder’s scope of supply / scope of
work.
8. Quoted Prices as such will remain Firm & Fixed till complete execution of Contract excepting for statutory variations against documentary evidence
on the rates of taxes and duties of Owner’s country included in the contract Price and also imposition of any fresh statutory levy/ tax.
9. FOT stands for Free on Terminal delivery inclusive of packing, forwarding, handling, loading/unloading, freight and insurance up to Owner’s site
inclusive of all applicable taxes & duties.

Civil & Electrical work in new CGS Page 79 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

CIVIL & ELECTRICAL WORKS FOR CGS CONSTRUCTION IN NEW GA’S IN HARIYANA,
U.P AND RAJASTHAN FOR A PERIOD OF TWO YEARS

TECHNICAL SPECIFICATIONS

Civil & Electrical work in new CGS Page 80 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

TECHNICAL SPECIFICATIONS

CONTENTS

SECTION – I : CIVIL, STRUCTURAL & FINISHING WORKS

Civil & Electrical work in new CGS Page 81 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

CIVIL, STRUCTURAL & FINISHING WORKS


CONTENTS

00.1 MATERIAL SPECIFICATIONS

01.0 EARTH WORKS & BACKFILLING

02.0 SAND FILLING IN PLINTH/ FOUNDATIONS

03.0 DAMP PROOF COURSE (DPC)

04.0 PLAIN AND REINFORCED CONCRETE

05.0 FORMWORK & CENTERING

06.0 REINFORCEMENT IN CEMENT CONCRETE

07.0 BRICK MASONARY WORKS

08.0 BRICK WORK (HALF BRICK THICKNESS)

09.0 PLASTERING

10.0 ALUMINIUM GLAZED DOORS/ WINDOWS/ VENTILATORS

11.0 ANTI TERMITE TREATMENT

12.0 VITREOUS/ CERAMIC FLOOR / ANTI SKID FLOOR TILES

13.0 CERAMIC WALL TILE IN DADO

14.0 METAL DOORS, WINDOWS, VENTILATORS & COLLAPSIBLE GATES

15.0 METAL DOORS, WINDOWS, VENTILATORS & COLLAPSIBLE GATES

16.0 GLAZING

17.0 ROLLING SHUTTERS

18.0 STRUCTURAL STEEL WORKS

19.0 WHITE WASHING WITH WHITING

20.0 OIL BOUND DISTEMPER

21.0 ACRYLIC EMULSION PAINTING

22.0 SYNTHETIC ENAMEL PAINT

23.0 WATER PROOFING

Civil & Electrical work in new CGS Page 82 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

00.00 CIVIL & STRUCTURAL WORKS

00.01 Material Specifications

00.02 Brick

Bricks for masonry work shall confirm to IS:1077 specification for common burn clay building bricks and crushing
2
strength not less than 75 Kg/cm . Specific requirements like dimensions, tolerances and other common
requirements shall confirm to IS:1077. Bricks shall have smooth, rectangular faces with sharp corners and shall
be well burn, sound, hard, tough and uniform in color. These shall be free from cracks, chips, flaws and Florence.
All tests shall confirm as per the requirements of IS 5454 and IS 3495. Water absorption shall not be more than
20% by its dry weight when soaked in cold water for 24 hours.

00.03 Cement

Cement to be used for Civil & Structural work shall be of 43 grade/53 grade Ordinary Portland Cement confirming
to IS:8112/IS:12269 respectively.

00.04 Steel

All Steel bars, sections, plates and other miscellaneous steel materials shall be free from rust, oil, mud, paint or
other coatings. Reinforcement bars to be used for Civil & Structural work shall be of High Strength Deformed
Steel Bars of grade Fe 415 confirming to IS: 1786.

00.05 Aggregates

Coarse & fine aggregates for Civil & Structural work shall confirm in all respects to IS: 383 latest.

00.06 Water

Water used for Civil & Structural work shall be cleaned and free from injurious amount of oil, acids, alkalis,
organic, matters or other harmful substances which may be deleterious to concrete, masonry or steel. Potable
water shall be considered satisfactory.

Tests on water samples shall be carried out in accordance with IS:3025 and they shall fulfil all the guidelines and
requirements given in IS:456:2000.

01.00 Earthwork & Backfilling

01.01 Back filling for Plot & Construction of Embankment

Sweet Earth: Sweet earth is the clayey earth to be obtained from borrow areas indicated in the
drawings or, prospecting and soil testing to be carried out by the Contractor as per detailed
specifications and direction of the Owner. Earth obtained from the excavation of the plot may
be used for plot filing, if found suitable (as per relevant IS code) by laboratory tests.

All materials required for the backfill etc shall be obtained from the designated borrow areas to
be prospected & soil tested by the Contractor as per specification and as shown in construction
drawings or as designated by the Owner.

The depth of cut in all borrow areas will be designated by the Owner and the cuts shall be made
to such designated depths only. Shallow cuts will be permitted in the borrow areas if un-stratified
materials with uniform moisture contents are encountered. Each designated borrow area shall
be fully exploited before switching over to the next designated borrow area. Haphazard
exploitation of borrow pits shall not be permitted. The type of equipment used and the operations
in the excavation of materials in borrow areas shall be such as will produce the required
uniformity of mixture of materials for the embankment.

Civil & Electrical work in new CGS Page 83 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

Note: All permission to procure borrow earth, royalties, cess and transportation, etc. shall be contractors’
responsibility.

01.02 Tamping:

Earth fill shall be spread in layers of not more than 150 mm. in thickness when loose and shall
be moistened to have the required moisture content as specified. When each layer of material
has been conditioned to have the required moisture content, it shall be compacted to the
specified density by rollers, mechanical tampers or by other approved methods. All equipment
and methods used shall be subject to approval based on evidence of actual performance and
field compaction tests.

The capacity of mechanical roller/tamper and number of passes required to achieve the specified
[95% of MDD] shall be determined based on field tests [to match the OMC & MDD for the borrow
material as determined at Approved Laboratory] before taking up the filling of earth.

01.04 Excavation & back filling for foundation, pits, walls etc.

Excavation shall be carried out to true line and levels in all types of soil and shall be carried out for all lifts as
required by the work.

The Contractor shall provide suitable drainage arrangement to keep the pits dry. He shall also carry out all de-
watering required within the quoted rate.

If excavation is made in excess of the depth required, the contractor shall at his own expenses fill up to the
required level with lean concrete of mix 1:5:10 (1 cement:5 coarse sand:10 aggregate) or as decided by site-in-
charge.

The Contractor shall make necessary arrangements for lighting, fencing and other suitable measures for
protection against risk of accidents due to open excavation at his own expense.

All shoring and strutting required holding the sides of excavation from collapse are included in the quoted rates.

No excavated material shall be deposited within 1.5M of edge of excavation.

The Contractor shall not undertake any concreting in foundation until the excavation pit is approved by the site-
in-charge.

The Contractor shall not backfill around any work until it has been approved by the site-in-charge.

Back filling shall be carried out of selected earth coming out of excavation.

Back filling shall be carried out in layers of 150 mm and compacted to achieve 95% maximum dry density of the
soil being used.

Any surplus earth generated shall be transported to areas designated by the Engineer-in-charge.

01.06 Humus Earth with Manure

This is required for covering the downstream slopes to support the growth of green turfing. The
best quality organic manure with natural occurring humus earth that can support growth of
turfing/ scudding shall be used. This material shall be selected by an expert horticulturist /
arboriculturist.

Civil & Electrical work in new CGS Page 84 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

01.07 Borrow Areas

General

All materials required for the construction of the embankment and backfill etc. which are not
available from required excavations and serviceable debris materials shall be obtained from the
designated borrow areas to be prospected & soil tested by the Contractor as per specification
and as shown in construction drawings or as designated by the Owner.

The limits of each borrow area to be used in the various zones of embankment shall be flagged
in the field.

The depth of cut in all borrow areas will be designated by the Owner and the cuts shall be made
to such designated depths only. Shallow cuts will be permitted in the borrow areas if unstratified
materials with uniform moisture contents are encountered. Each designated borrow area shall
be fully exploited before switching over to the next designated borrow area. Haphazard
exploitation of borrow pits shall not be permitted. The type of equipment used and the operations
in the excavation of materials in borrow areas shall be such as will produce the required
uniformity of mixture of materials for the embankment.

Borrow pits shall not be opened within a distance of 10 (ten) times the height of the pond
embankment from the upstream toe or 5 (five) times the height from the downstream toe. Borrow
pits shall be operated so as not to impair the usefulness or mar the appearance of any part of
the work or any other property. The surface of wasted materials shall be left in a reasonably
smooth and even condition.

01.08 Stripping Borrow Areas

Borrow area shall be stripped of top soil, sod and any other matter which is unsuitable for the
purpose for which the borrow area is to be excavated. Stripping operations shall be limited only
to designated borrow areas. Materials from stripping shall be disposed off in exhausted borrow
areas or in the approved adjacent areas, as directed by the Owner and or local authorities.

01.09 Embankment

General

The embankment shall be constructed to the lines and grades shown in the construction
drawings. Placement of fill as shown in the drawings shall be performed in an orderly sequence
and in an efficient and workmanlike manner, so as to produce, fills having such qualities of
density and strength as will ensure the highest practicable degree of stability and performance
of the whole embankment.

Civil & Electrical work in new CGS Page 85 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

No bushes, roots, sods, or other perishable or unsuitable materials shall be placed in the
embankment. The suitability of each part of the foundation for placing embankment materials
thereon and of all material for use in embankment construction will be determined by the field
laboratory.

The embankment shall be maintained in continuous and approximately horizontal layers in the
reach programmed for construction in the said period. The embankment may be constructed in
discontinuous portions of reaches, provided that the slopes of the bonding surface parallel
between the previously completed portions of the embankment and materials to be placed in
each zone shall not be steeper then 3 to 1 (3 horizontal and 1 vertical).

01.10 Dressing Slopes

The outside slopes of the embankment shall be neatly dressed to lines as the placing of fill
progresses. Compaction shall extend over the full width of the embankment, and material in
earth slopes shall be compacted to ensure proper compaction on the edge. The cross-section
of the filling during construction shall be kept suitably wider and the cross-section be dressed to
the designed requirement after compaction.

All humps and hollows varying more than 15 cm. from the neat lines of the embankment shall
he re-graded. Material used to fill depression shall be thoroughly compacted and bonded to the
original surface. Slope shall be maintained until final completion and acceptance. Any material
that is lost by rains, weathering or other cause shall be replaced.

The rate for embankment construction shall allow for such extra widening of the cross section
and its subsequent dressing to the required cross section. Both dry weather and monsoon flow
in the basin of the existing area and its natural drainage system shall be properly diverted or
routed during the entire construction period. Adequate facilities shall be made by the Contractor
for this before taking up construction work.

Note : The cost of such diversion for taking care of flow both during monsoon and dry weather
shall be included in the rate quoted for construction against various items of the
Schedule of Quantities.

01.11 Settlement Allowance

In the earthfill embankments, settlement allowance of 2% will be provided. The base width of the
embankment will not be increased to maintain the design slopes indicated in the drawings for
the additional height as settlement allowance, but the following procedure will be adopted.
Settlement allowance will be calculated at various levels where the slope is to be changed and
the elevations, including settlement allowance, will be derived, the embankment widths at the
designed levels remaining same. The edges of embankment at the increased elevations

Civil & Electrical work in new CGS Page 86 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

(including settlement) when joined with the point where the slope has changed earlier below
shall give the slope to be adopted for construction.

01.12 Protection of Geosynthetics

All backfill placements must insure the integrity of the underlying geosynthetics, where present
on downstream slopes. The contractor is responsible for all damages or presumed damaged to
the geosynthetics. Resulting damage localization and reparation cost will be charged to the
contractor. The contractor is responsible for the construction of any temporary structures that
are necessary for to obtain proper working conditions.

02.00 Sand filling in plinth/foundations

Filling shall be carried out in layers not exceeding 15cms and shall be compacted mechanically
or by saturation to specified grade and level and to obtain 90% laboratory maximum dry density
or as specified in schedule or rates.

Compaction by flooding may be accepted at the discretion of the Engineer-in-charge, provided


the required compaction is achieved.

The Contractor shall not commence filling in and around any work until it has been permitted by
the Engineer-in-charge.

03.00 Damp Proof Course – (DPC)

The 40mm thick Damp Proof Course shall consist of plain cement concrete of nominal 1:2:4
volume (1 Cement: 2 Coarse Sand: 4 Crushed Stone Aggregates) with 10mm and down size
graded aggregate, unless otherwise specified.

The Damp Proof Course shall be laid at plinth level of masonry walls, flush with the floor surface
and shall not be carried across doorways.

Before laying, the top surface of wall shall be thoroughly cleaned and watered. The D.P.C. shall
be laid in layers of 20mm thickness retaining the edges by necessary framework and shall be
well tamped and trowelled to smooth finish. The layer shall be cured by keeping the surface wet
for 40 hours and after it had dried, two coats of hot bitumen of grade A90/S90 conforming to
2
IS:73 shall be applied over it at the rate of 1.7Kg./m . Over this, the second layer of 20mm thick
concrete shall be laid and cured as described in case of the first layer and two coats of hot
2
bitumen at the rate of 1.7Kg./m shall be applied again in a similar manner. Over this, dry coarse
sand shall be sprinkled evenly before hardening of second coat of bitumen paint.

Civil & Electrical work in new CGS Page 87 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

04.00 Plain and Reinforced Cement Concrete

The cement and steel reinforcement is in the contractor’s scope of supply. Engineer-in-Charge
may require tests to be carried out by the contractor as a part of his quoted rates to ensure
conformity with the relevant standards.

Engineer-in-charge may reject such of the cement supplied in the event of either unsatisfactory
tests or in the event of deterioration due to age, bad storage etc. Decision of Engineer-in-charge
shall be final in this regard.

Water used for concreting work shall be suitable for drinking and shall conform to IS 456:2000.
It shall be free from injurious substances.

Source of Coarse and find aggregates shall be approved by Engineer-in-Charge.

i) Contractor shall store each type and grade of aggregate separately. He shall maintain at site
of work adequate quantities to ensure conformity of work. Wet aggregate delivered to site
shall be stored for 24 hrs to facilitate drying before being used.

Admixtures shall be used only with the specific permission of Engineer-in-charge and where
used shall be conforming to the instruction of the manufacturer.

04.01 Grades & Proportioning

The grades indicated in drawing and schedules shall conform to IS : 456:2000, the strengths
being indicated below:

SPECIFIED CHARACTERISTIC COMPRESSIVE STRENGTH

2
04.02 Grade strength of 15 cm cube in N/MM

28 days 7 days,

M – 20 (Nominal mix) 20 13.5

M – 25 (Nominal mix) 25 16.5

Modulus of Rupture by Beam Test at Minimum

72 + 2 hours 7 days

M – 20 (Nominal mix) 1 .7 2.4

Civil & Electrical work in new CGS Page 88 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

M – 25 (Nominal mix) 2.1 2.8

The water cement ratio, coarse aggregates and grading for each mix shall be predetermined
from the results of cube tests of trial mixes. The mix proportions determined thus shall be
followed at site and shall in no way relieve the contractor of his responsibility as regards the
prescribed strength mix. The mix proportions, however, shall be revised if the results of the cube
tests during the construction show consistently lower than the prescribed one. No claim to alter
the rates of concrete work will be entertained due to such changes in mix designs, as the
contractor will be responsible to produce the concrete of required grade. The aggregates shall
be measured by volume.

All concrete shall be controlled concrete confirming to IS:456:2000. For mud-mat and filling
purpose, ordinary concrete of 1:4:8 for proportion or as specified may be used as indicated in
drawings.

04.03 Mixing

Mixing should be carried out in mechanical mixers. Hand mixing can however be permitted by
Engineer-in-charge in special cases subject to additional 10% extra cement without extra cost.
Water cement ratio shall be rigidly controlled during mixing. Mixers shall be fitted with automatic
devices to discharge measured quantity of water directly to the mixing pan. The water shall not
be admitted to the drum until all the cement and aggregate constituting the batch are thoroughly
mixed. Mixing shall continue until the concrete is uniform in colour and not less than 2 minutes
after all the materials and water are in the drum.

04.04 Placing

The place where concrete is to be poured should be clean and free from all lose dirt, wooden
pieces, dust, standing water etc. The form-work must be right and rigid, with all holes and
crevices stopped effectively, to prevent cement slurry from running out.

Walking on reinforcement layers is not permissible. Walkways of wooden planks or similar can
be placed with removable supports and should be independent of the reinforcement. The
reinforcement position should not be disturbed nor should it sag during carriage and placement
of concrete.

Placing and vibration should not take totally more than 20 minutes from time of mixing. Method
of placing should be got approved by Engineer-in-charge. Segregation during carriage and
placement should be avoided if during carriage concrete segregates, it should be re-mixed
before placement.

Concrete should not be dropped from a height of over 1.5M.

To ensure bond and water tightness between old concrete surface and fresh concrete to be
placed, the surface should be cleaned and roughened by “initial green out” by wire brushing or

Civil & Electrical work in new CGS Page 89 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

chipping. The initial green cutting may be done by wire brush after 6 hours of placing concrete
in order to facilitate the work. Chipping can be done only after 48 hours.

A layer of cement slurry with 1.1 mix (1 cement : 1 sand) should be poured to obtain a uniform
coating on old concrete. Immediately thereafter, the fresh concrete should be poured.

Concrete shall be placed in a single operation to the full thickness of slabs, beams and similar
members and shall be placed in horizontal layers not exceeding 1.5m deep in walls, columns
and similar members. Concrete shall be placed continuously until completion of the part of the
work between construction joints or as directed by Engineer-in-Charge.

04.05 Placing in the inclement Weather

All precautions shall be taken for concreting in extreme weather in accordance with relevant
clause of IS:456:2000. Due protection shall be provided to prevent cement being blown away
while proportioning and mixing during windy weather. No concreting shall be carried out in
continuous heavy rains and necessary arrangements to cover the freshly poured concrete shall
be provided, to protect it from the direct rays of the sun and from drying winds.

All concreting placements should be coordinated with placement of conduits, inserts, and
embedded parts etc. executed either by same agency or separately.

Concrete in standing water shall be executed strictly as per IS : 456:2000.This shall be paid as
a separate item where applicable.

04.06 Vibration

Concrete shall be compacted by means of vibrators of approved type under proper supervision
as directed by the Engineer-in-Charge. The whole mass of concrete shall be well vibrated until
a dense mass with a jelly like appearance and consistency and water just appearing on the
surface is obtained. Over vibration and vibration of very wet mixes shall be avoided. Care
should be taken to avoid segregation and formation of air bubbles.

04.07 Construction Joint

Construction joints shall be made in the position as indicated in drawings and as approved by Engineer-in-charge.
Such joints shall be truly vertical or horizontal as the case may be except that in an inclined or curved member
the joint shall be strictly at right angles to the axis of the member.

Civil & Electrical work in new CGS Page 90 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

04.08 Curing & Protection

The concrete shall be kept constantly wet for at least seven days from the date of placing of
concrete. In very hot weather precaution shall be taken to see that temperature of wet concrete
does not exceed 38°C while placing.

Concrete shall not be disturbed after initial setting has started. For freshly laid concrete formwork
shall not be jarred. Concrete placed below ground surface shall be protected from falling earth
during and after placing.

04.09 Finishes

On striking the formwork, all blow holes and honeycombing observed shall be brought to the
notice of Engineer-in-Charge. The Engineer-in-charge may at his discretion allow such honey
combing or blow holes to be rectified by necessary chipping and packing or grouting with
concrete or cement mortar.

If mortar is used, it shall be 1:3 mix or as specified by Engineer-in-Charge. However, if honey-


combing or blow holes are of such extent as being undesirable the Engineer-in-Charge may
reject the work totally and his decision shall be binding on the contractor. No extra payment
shall be made for rectifying these defects. All burrs and uneven faces shall be rubbed smooth
by carborundum stone.

The surface of non-shuttered faces shall be smoothened with a wooden float to give a finish
equal to that of the rubbed down shuttered faces. Concealed concrete faces shall be left as from
the shuttering except that honey combed surface shall be made good as detailed above. The
top faces of slabs not intended to be surfaced shall be leveled and floated smooth at the levels
or slopes shown on drawings. The floating shall not be executed to the extent of bringing excess
fine materials to the surface. The top faces of slab intended to be covered with screed,
granolithic or similar surface shall be left with a rough finish. Sides and soffits to be later covered
with plaster shall be suitably roughened.

04.10 V-Bee Test/Slump Test of Concrete

At least one Vee-Bee Test/Slump Test shall be made for every compressive strength test carried
out. More frequent tests shall be made if there is a distinct change in working conditions or if
required by the Engineer-in-Charge .

04.11 Strength Test of Concrete

Samples from fresh concrete shall be taken as per IS:1199 and cubes shall be made, cured and
tested at 28 days in accordance with IS:516.

In order to get a relatively quicker idea of the quality of concrete, optional tests on beams for
modulus of rupture at 72+2 hours or at 7 days, or compressive strength tests at 7 days may be
carried out in addition to 28 days compressive strength tests. For this purpose, the values as
given may be taken for general guidance in the case of concrete made with Ordinary Portland
Cement. In all cases, the 28 days compressive strength as specified shall alone be the criterion
for acceptance or rejection of the concrete from strength consideration. If, however, from tests

Civil & Electrical work in new CGS Page 91 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

carried out in a particular work over a reasonably long period, it has been established to the
satisfaction of Engineer-in-Charge that a suitable ratio between 28 days compressive strength
and modulus of rupture at 72+2 hours or compressive strength at 7 days compressive strength
as specified, provided the expected strength values at the specified early age are consistently
met. However, set of test cubes for 28 days strength test shall always be taken and maintained
to cater to any contingencies in the event of failure of 7 days strength.

04.12 Procedure

A random sampling procedure shall be adopted to ensure that each concrete batch shall have a
reasonable chance of being tested, that is the sampling should be spread over the entire period
of concreting and cover all mixing units.

4.13 Frequency of Sampling

The minimum frequency of sampling of concrete for each grade shall be in accordance with the
following:

Quantity of concrete in the work in m


3 Number of samples

1-5 1

6-15 2

16-30 3

31-50 4

51 & above 4 plus one additional sample for each additional


3
50 m or part thereof

Note: At least one sample shall be taken from each shift. Wherever concrete is produced at
continuous production unit, such as ready –mixed plant, frequency of sampling may agreed
upon mutually by suppliers and Engineer-in-charge.

04.14 Test Specimen

Three test specimens shall be made from each sample for testing at 28 days. Additional cubes
may be required for various purposes such as to determine the strength of concrete at 7 days or
at the time of striking the form work, or to determine the duration of curing, or to check the testing
error. Additional cubes may also be required for testing cubes cured by accelerated methods
as described in IS:9013. The specimen shall be tested as described in IS:516.

Civil & Electrical work in new CGS Page 92 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

04.15 Test Strength of Sample

The test strength of the sample shall be the average of the strength of three specimens. The
individual variation should not be more than + 15 percent of the average.

1. The concrete test failing to attain the specified strength.

2. Suspected over loading construction of the structure.

3. Shuttering being prematurely removed and not as per time specified in IS:456:2000.

4. Concrete improperly cured.

The contractor shall carry out tests at his own cost. If the results of the loading test be
unsatisfactory, the Engineer-in-Charge may instruct the contractor to demolish and
reconstruct the structure or part thereof at the contractor’s cost.

05.00 Formwork & Centering

Formwork in general shall conform to IS 456:2000.

For complicated work, the contractor shall submit his proposal of formwork before starting the
work for the approval of the Engineer-in-Charge. The number of props, their sizes and
dispositions shall be such as to be able to safely carry the full dead load and constructional
loads. However, approval of the Engineer-in-Charge to this effect shall not relieve the contractor
of his responsibility for proper work and safety.

All forms of beams, slabs and similar members shall be so designed and erected that the sides
can be removed without disturbing the soffit shutter and supports there to.

Beam soffit shall be provided with an upward, camber of 6mm for each 3M of horizontal span or
as directed by the Engineer-in-Charge. Vertical props shall be supported on wedges or sole
plates or other measures where by the props can be gently lowered while commencing to
remove the shuttering. Columns shuttering shall not be over 1.5M in height apiece.

Before removal of the shuttering the concrete shall be examined and it removal order taken from
the Engineer-in-Charge. In no circumstances shall forms be struck until the concrete reaches a
strength of at least twice the stress to which the concrete may be subjected at the time of striking.

Shuttering shall not be removed until the number of clear days specified in IS:456:2000 have
elapsed since the last day of placing concrete in the member concerned. All formwork shall be
removed without such shock or vibration as would damage the reinforced concrete. Before the
soffits and struts are removed the concrete surface shall be exposed, where necessary order to
ascertain in that the concrete has sufficiently hardened. The specified period may be extended
if desired by the Engineer-in-Charge on account of delayed hardening caused by low
atmospheric temperature.

06.00 Reinforcement in cement concrete

The steel for reinforcing bars shall be as indicated in drawings and conforming to specifications.

All reinforcement at the time of concreting, shall be free from loose rust or scales, oil, grease or
other harmful matter, and other castings that will destroy or reduce the bond.

The number, size, form and position of all the reinforcement shall, unless otherwise directed or
authorised by the Engineer-in-Charge be strictly in accordance with the drawings. Wherever
inserts interfere with the placing of reinforcement, proper adjustment shall be made as directed
by Engineer-in-Charge, before concrete is placed.

Civil & Electrical work in new CGS Page 93 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

All reinforcement work shall conform to IS:456:2000.

The steel reinforcement shall be connected to form a rigid cage. To prevent displacement before
or during concreting the bars shall be secured to one another with 16 SWG black annealed
binding wire. Bars intended to be in contact at passing points shall be securely wired together
similarly at all such points. Wooden planks provided for labour to move shall be supported
independent from the reinforcement cage, and the cage shall never be remitted to sag or get
displaced during concreting.

The vertical distances required between successive layers of bars in beams or similar members
shall be maintained by the provisions of steel spacer bars inserted at such intervals that the main
bars do not perceptibly sag between adjacent spacer bars.

Concrete spacer blocks shall be used to ensure cover of concrete over the bars. The concrete
over the reinforcement bars shall be as shown in drawings and shall be the clean cover.

The contractor must obtain the approval of the Engineer-in-Charge to the reinforcement placed
before any concrete in deposited.

Binding wires and wastages are not to be included in measurements.

07.00 Brick Masonry works

07.01 Cement Mortar

Cement mortar shall meet the requirements of IS:2250 and shall be prepared by mixing cement
and sand by volume in a mechanical mixer. Proportion of cement and sand shall be 1:6 (1 part
of cement and 6 parts of sand), or as directed by the Engineer-in-Charge/shown on the drawing,
for brick masonry of one brick thickness or more, while 1:4 cement mortar (1 part of cement and
4 parts of sand) shall be used for brick masonry of half brick thickness. The sand being used for
mortar shall be sieved. The mortar shall be used as soon as possible after mixing and before it
has begun to set and in any case within initial setting time of cement after water is added to the
dry mixture. Mortar unused for more than initial setting time of cement, shall be rejected and
removed from the site of work.

07.02 Proportioning

The unit of measurement for cement shall be a bag of cement weighing 50 kgs and this shall be
taken as 0.035 cubic meter. Sand shall be measured in boxes of suitable size on the basis of
its dry volume. In case of damp sand, its quantity shall be increased suitably to allow for bulkage.

07.03 Mixing
The mixing of mortar shall be done in a mechanical mixer operated manually or by power. The
Engineer-in-Charge may, however, permit hand-mixing as a special case, taking into account
the magnitude, nature and location of work. The Contractor shall take the prior permission of
Engineer-in-Charge, in writing, for using hand-mixing before the commencement of work.

07.04 Mixing in Mechanical Mixer


Cement and sand in specified proportions, by volume, shall be thoroughly mixed dry in a mixer.
Water shall then be added gradually and wet mixing continued for at least one minute. Care
shall be taken not to add more water than that which shall bring the mortar to the consistency of
stiff paste. Wet mix from the mixer shall be unloaded on water-tight masonry platform, made
adjacent to the mixer. Platform shall be at least 150 mm above the leveled ground to avoid
contact of surrounding earth with the mix. Size of the platform shall be such that it shall extend
at least 300mm around the loaded wet mix area. Wet mix, so Portland cement conforming to

Civil & Electrical work in new CGS Page 94 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

IS:269 after addition of water. Mixer shall be cleaned with water each time before suspending
the work.

07.05 Hand Mixing


The measured quantity of sand shall be leveled on a clean water tight masonry platform and
cement bags emptied on top. The cement and sand shall be thoroughly mixed dry by being
turned over and over, backward and forward, several times till the mixture is of uniform colour.
The quantity of dry mix which can be consumed within initial setting time of cement shall then
be mixed with just sufficient quantity of water to bring the mortar to the consistency of stiff paste.

07.06 Construction Procedure


Soaking of Bricks

Bricks shall be soaked in water before use for a period that is sufficient for the water to just
penetrate the whole depth of bricks as well as to remove dirt, dust and sand. Proper soaking of
bricks shall prevent the suction of water from the wet mortar as otherwise mortar will dry out
soon and crumble before attaining any strength. The bricks shall not be too wet at the time of
use as they are likely to slip on mortar bed and there will be difficulty in achieving the plumpness
of wall as well as proper adhesion of bricks to mortar. The period of soaking shall be determined
at site by a field test by immersing the bricks in water for different periods and then breaking the
bricks to find the extent of water penetration. The least period that corresponds to complete
soaking, will be the one, to be allowed for in the construction work.

The soaked bricks shall be removed from the tank, sufficient early, so that at the time of laying,
they are skin dry. The soaked bricks shall be stacked over a clean place, wooden planks or
masonry platforms to avoid earth, dirt being smeared on them.

07.07 Laying

Brick Work (one or more brick thickness)

Brick work (one or more brick thickness) shall be laid in English Bond unless otherwise specified.
Half or cut bricks shall not be used except when needed to complete the bond. In no case the
defective bricks shall be used.

A layer of average thickness of 10mm of cement mortar shall be spread on full width over a
suitable length of lower course or the concrete surface. In order to check and achieve uniformity
in masonry, the thickness of bed joints shall be such that four courses and three joints taken
consecutively shall measure equal to four times the actual thickness of the brick plus 30mm.
Each brick with frog upward, shall be properly bedded and set in position by gently tapping with
handle of trowel or wooden mallet. Its inside faces shall be buttered with mortar before the next
brick is laid and pressed against it. After completion of the course, all vertical joints shall be filled
from top with mortar.

All brick courses shall be taken up truly plumb; if battered, the batter is to be truly maintained.
All courses shall be laid truly horizontal and vertical joints shall be truly vertical. The level and
verticality of work in walls shall be checked up at every one meter interval.

Civil & Electrical work in new CGS Page 95 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

The masonry walls of structures shall be carried up progressively, leaving no part one metre
lower than the other. If this cannot be adhered to, the brick work shall be raked back according
to bond (and not left toothed) at an angle not more than 45 degrees but raking back shall not
start within 60 centimeters of a corner. In all cases returns, buttresses, counter forts, pillars etc.
shall be built up carefully course by course, and properly bonded with the main walls. The
brickwork shall not be raised more than fourteen (14) courses per day.

At the junction of any two walls, the bricks shall at each alternate course, be carried into each of
the respective walls so as to thoroughly unite the work.

The courses at the top of plinth and sills, at the top of the wall just below the soffit of the roof
slab or roof beam and at the top of the parapet, shall be laid with bricks on edge. Brick on edge
course shall be so arranged as to tightly fir under the soffit of the roof beam or roof slab,
restricting the mortar layer thickness upto 12mm, however, any gap between the finished brick
work and soffit of roof slab/beam shall by suitably sealed with the mortar.

08.00 Brick Work (Half brick thickness)

For brick walls of half brick thickness, all courses shall be laid with stretchers. Wall shall be
reinforced with 2 nos. 6mm diameter mild steel reinforcement bars, placed at every fourth
course. The reinforcement bars, shall be straightened and thoroughly cleaned. Half the mortar
thickness for the bedding joint shall be laid first and mild steel reinforcement, one on each face
of the wall, shall be embedded, keeping a side cover of 12mm mortar. Subsequently the other
half of the mortar thickness shall be laid over the reinforcement covering it fully.

The reinforcement bars shall be carried at least 150mm into the adjoining walls or RCC columns.
In case the adjoining wall being of half brick thickness, the length of bars shall be achieved by
bending the bars in plan. During casting of reinforced concrete columns, 6mm dia. M.S.
reinforcing bar shall be placed at every fourth course of brick masonry. At the junction of two
walls, the brick shall, at each alternate course, be carried into each of the respective walls so as
to thoroughly unite the work. The brick masonry work shall not be raised more than 14 courses
per day.

Brick course under the soffit of beam or slab, shall be laid by restricting the mortar thickness of
12mm. However, any gap between the finished brickwork and soffit to slab/beam, shall be
suitably sealed with the mortar.

09.00 Plastering

09.01 Materials

The specifications for cement, sand and water as given in specification including relevant
clauses for quality and testing of materials shall also apply for cement plaster materials and
works.

Civil & Electrical work in new CGS Page 96 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

Cement mortar shall be of grade and thickness specified in drawing or as directed by the
Engineer-in-Charge, if not specified. The surface on which plastering is to be done shall be
thoroughly cleaned from dust, dirt, oil, etc. It should be washed properly and watered for 4 hours
before plastering. The joints of brick work shall be raked out to a depth of atleast 12mm when
plastering has to be done. On cement concrete surface shall be scarified by lines with trowel
then it is still green or hacked if concrete is hard as directed by Engineer-in-Charge.

Plaster shall not in any case, be thinner than specified. It shall have uniform specified thickness.
Any extra thickness of plaster done by contractor will not be paid for. When smooth finishing is
required the cement plaster shall be floated over with neat cement within 15 minutes of the
application of the final coat.

During the process of plastering all corners shall be rounded to a radius of 25mm unless
otherwise specified.

The plaster shall be protected from sun and rain by such means as the Engineer-in-Charge may
approve. The plaster shall be cured for 14 days.

Construction joint shall be kept in plastering work at places approved by Engineer-in-Charge .

Marble/Stone Grit wash plaster min 21 m thk. in 2 layer of 12 m thk. cement plaster 1:6 (i.e. 1
cement : 6 Course sand) and top layer 9 m. thk. with stone grit laid in panels 1 m x 2 m or as
shown.

Panels are to be designed on the surface with patron strip. A mortar of white cement, dolomite
powder and chips in the ratio of 2.5:1:6 is to be applied the surface should be leveled with a float
applying gentle pressure.

After allowing initial setting for 1-2 hrs., the surface is to be scrubbed gently with a nylon brush
and water. The cement on the top of the chips is to be washed away exposing the aggregates.
After curing it is again to be washed with a 20% solution of HCL (Hydraulic Acid) followed by
clean potable water.

10.00 Aluminium Glazed Doors/Windows/Ventilators

Aluminum glazed doors/windows/ventilators shall be of specified sectional size, dimension and


profile as per drawing.

All Aluminum sections shall be extruded sections of INDAL aluminum alloy as per IS:733 and
IS:1285. Aluminum sections shall be anodised as per IS:7088 to min. 25 microns.

Civil & Electrical work in new CGS Page 97 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

Glass used for glazing shall be Float glass made of Modi/AWI ( thickness of glass is specified in
the drawings).

10.01 Workmanships

Frames shall be square and flat, the corner of the frame being fabricated to true right angle.
Details of construction of frames, shutters etc. shall be as per drawings.

The door shutters shall be fitted with pivots as specified. The handle for doors shall be of
Aluminum and as per design. The door shutters shall be provided with locking device, floor
spring. O/H door closer and any other hardwires, specified in item.

In case of composite Door/Window/Ventilator units, the units shall be coupled as per drawings.
Weather bar shall be provided whenever a coupling member is fitted over an external opening
shutter.

Glazing shall be fixed to the masonry by means of extruded aluminum beading. Glass panes
shall be provided with rubber lining before fixing.

The aluminum frames shall be fixed to the masonry over tough ground which are fixed by means
of aluminum lugs fixed to the frame (by counter sunk galvanised machine screws) and grouted
with M-15 (1:2:4) grade concrete in the hold in the masonry as per drawings.

In case of concrete wall, the frames shall be fixed by 96 mm long, 12 mm dia metallic dash
fasteners. Any steel material coming in contact with aluminium shall be galvanised.

The windows/ventilators/doors shall be checked to ensure smooth operation, perfect level and
plumb.

11.00 Pile Foundations

11.01 General

This work shall consist of construction of all types of piles for structures in accordance with the
details shown in the drawings and conforming to the requirements of these specifications.

During installation of piles, the sequence of construction shall be followed as directed by the
Engineer.

Civil & Electrical work in new CGS Page 98 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

The work shall be done as per IS: 2911 or as shown in drawings. The current project
contemplates the use of only bored cast-in-situ reinforced concrete piles. Integrity testing of
piles shall be required to be done in this project using pile driving analyser or approved equivalent
methodology.

11.02 Materials

Concrete shall conform to IS:456:2000 and other relevant clauses of these specifications.
Reinforcement and binding wire shall conform to IS:456:2000 of these specifications.

Additionally the concrete intended to be used for piles shall be provided with 10% extra cement
over and above that required by all mix design subject to a minimum of 400 kg cement/cum of
concrete.

Grade of concrete to be used in cast-in-situ piles shall be M20 and the cement content shall not
be less than 400 kg per cubic meter of concrete. Maximum water cement ratio shall be 0.45 for
cast-in-situ piles.

The minimum slump of concrete for bored cast-in-site piles shall be 150mm to 200mm. The
slump should not exceed 200mm in any case.

Concrete mix should have homogeneous mixture with required workability for the system of
piling adopted. Suitable and proven admixtures may be used in concrete mix where necessary.

11.03 Test Piles

Test piles which are shown in the drawings, or specified by the Engineer-in-charge in the
contract, or installed by the contractor on his own, to determine the lengths of piles to be
furnished, shall conform to the requirements for piling as indicated in these
specifications/drawings if they are to be incorporated in the completed structure.

Test piles that are to become a part of the completed structure shall be installed with the same
type of equipment that is proposed to be used for piling in the actual structure.

Test piles which are not to be incorporated in the completed structure shall be removed to at
least 600mm below the proposed soffit level of pile cap and the remaining hole shall be back-
filled with earth or other suitable material. These piles shall also be installed with the same type
of equipment that is proposed to be used for piling in the actual structure.

The piles shall be load tested in accordance with provisions laid down in this section.

BORED CAST –IN-SITU REINFORCED CONCRETE PILES

Bored cast-in-situ piles shall be installed by making a bore into the ground by removal of material.
Use of casing, temporary or permanent, shall be made wherever necessary to the satisfaction

Civil & Electrical work in new CGS Page 99 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

of the Engineer. Decision regarding the necessity and length of casing shall be certified by the
Engineer.

Any liner or bore-hole which is improperly located or shows partial collapse that would affect the
load carrying capacity of the pile, shall be rejected or repaired as directed by the Engineer at the
cost of the contractor.

Wherever practicable, concrete should be placed in a clean dry hole. Where concrete is placed
in dry and casing is provided, the top 3m of the pile shall be compacted using internal vibrators.
The concrete should invariably be poured through the tremie with a funnel so that the flow is
directed and concrete can be deposited in the hole without segregation. Where the casing is
withdrawn from cohesive soils for the insertion of cast-in-situ pile, the concreting should be done
with necessary precautions to minimize the softening of the soil by excess water. Where mudflow
conditions exist, the casing of cast-in-situ piles shall not be allowed to be withdrawn. No extra
payment shall be made for casing. Care shall be taken during concreting to prevent as far as
possible the segregation of the ingredients. The displacement or distortion of reinforcement
during concreting and also while extracting the tube shall be avoided.

If the concrete is placed inside pre-cast concrete tubes or consists of pre-cast sections, these
shall be free from cracks or other damage before being installed.

The concrete shall be properly graded, shall be self-compacting and shall not get mixed with
soil, excess water, or other indigenous matter. Special care shall be taken in silty clays and other
soils where the tendency is to squeeze into the newly deposited concrete, and cause necking.
Sufficient head of green concrete shall be maintained to prevent inflow of soil or water into the
concrete.

The placing of concrete shall be a continuous process from the toe level to the top of the pile.
To prevent segregation, a tube or tremie pipe as appropriate shall be used to place concrete in
all piles.

To ensure compaction by hydraulic static heads, rate of placing concrete in the pile shaft shall
not be less than 6m (length of pile) per hour.

Bored cast-in-situ piles in soils which are stable, may often be installed with only a small casing
length at the top. A minimum of 3.0m length of top of bore shall invariably be provided with
casing to ensure against loose soil falling into the bore. Cases in which the side soil can fall into
the hole, it is necessary to stabilize the side of the bore hole with drilling mud, or a suitable steel
casing. The casing may be left in position permanently specially in cases where the aggressive
action of the ground water is to be avoided, or in the cases of piles built in water or in cases
where significant length of piles could be exposed due to scour.

For bored cast-in-situ piles casing/liner shall be driven open ended with a pile driving hammer
capable of achieving penetration of the liner to the length shown on the drawing or as approved
by the Engineer. Materials inside the casing shall be removed progressively by air life, grab or
percussion equipment or other approved means. Where bored cast-in-situ piles are used in soils

Civil & Electrical work in new CGS Page 100 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

liable to flow, the bottom of the casing shall be kept enough in advance of the boring tool to
prevent the entry of soil into the casing, thus preventing the formation of cavities and settlements
in the adjoining ground. The water level in the casing should generally be maintained at the
natural ground water level for the same reasons. The joints of the casing shall be made as tight
as possible to minimise inflow of water or leakage of slurry during concreting.

Boring shall be carried out using approved rotary or percussion type equipment.

Prior to the lowering of the reinforcement cage into the pile shaft, the shaft shall be cleaned of
all loose materials. Cover to reinforcing steel shall be maintained by suitable spacers.

The diameter of the finished pile shall not be less than that specified and a continuous record
shall be submitted to the Engineer as to the volume of concrete placed in relation to the pile
length cast. The same shall be plotted on a graph paper to judge the profile of pile over its
length.

Before concreting under water, the bottom of the hole shall be cleaned of drilling mud and all
soft or loose material very carefully. In case a hole is bored with use of drilling mud. Concreting
should not be taken up when the specific gravity of bottom slurry is more than 1.2. The drilling
mud should be maintained at 1.5m above the ground water level.

General requirements and precautions for concreting underwater are as follows:

A) The concreting of pile must be completed in one continuous operation. Also, for bored holes,
the finishing of the bore, cleaning of the bore, lowering of the reinforcement cage and concreting
of pile for full height must be accomplished in one continuous operation with any stoppage.

B) The concrete should be coherent, rich in cement with high slump and restricted water cement
ratio.

C) The tremie pipe will have to be large enough with due regard to the size of aggregate. For 20mm
aggregate the tremie pipe should be of diameter not less than 150mm and for larger aggregate,
larger diameter tremie pipes may be necessary.

D) The first charge of concrete should be placed with a sliding plug pushed down the tube ahead
of it to prevent mixing of water and concrete.

E) The tremie pipe should always penetrate well into the concrete (minimum 1.0m) with an
adequate margin of safety against accidental withdrawal if the pipe is surged to discharge the
concrete.

F) The pile should be concreted wholly by tremie and the method of deposition should not be
changed part way up the pile to prevent the laitance from being entrapped with the pile.

G) All tremie tubes should be scrupulously cleaned after use.

The reinforcement in the pile shall be exposed for full anchorage length to permit it to be
adequately bonded into the pile cap.

Defective piles shall be removed or left in place as judged convenient without affecting the
performance of adjacent piles or pile cap. Additional piles shall be provided to replace the
defective piles.

11.04 Pile Test

The load test on a concrete pile shall not be carried out earlier than 28 days from the time of
casting of the pile.

Civil & Electrical work in new CGS Page 101 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

There shall be two categories of static tests on piles, namely, initial tests and routine tests. Initial
tests should be carried out on test piles, which are not to be incorporated in the work. Routine
tests shall be carried out as a check on working piles. The number of initial and routine tests on
piles shall be as determined by the Engineer depending upon the number of foundations, span
length, type of superstructure and uncertainties of founding strata. In any case, the initial load
tests shall not be less than 2 in number, while the routine load tests shall not be less than 2% of
the total number of piles in the structure nor less than 2 in number. These tests shall be carried
out at a cut-off level wherever practicable. Other wise, allowance shall be made in the
interpretation of test results if the test is not made at cut-off level.

Reaction may be applied using kentledge, anchor piles or soil anchors with the prior approval of
the scheme by the Engineer. Reaction to be made available shall be 25% more than the test
load.

The methodology of carrying out load tests and of arriving at safe load on piles shall conform to
IS:2911 (Part iv).

All pile tests shall be duly recorded and analysed with calculations in format approved by the
Engineer.

INITIAL TEST
The test shall generally conform to IS:2911 (part IV) 1985. Pile head shall be prepared for load
test by suitably cutting /bending the projecting pile reinforcement. A bearing plate with a hole at
center shall be placed over the pile head for placing the jacks.
Approximately 15mm gap between the bearing plate and pile head shall be kept which will be
filled with free-flowing non-shrink mortar such as FOSROC’S CONBEXTRA-GP2. Nothing extra
shall be paid on this account. Test load shall be equal to 2.5 times the estimated capacity of pile
of 425t. Interpretation of pile load capacity shall be done as per cl. 6.1.5 of IS:2911 (part IV)
1985.
ROUTINE TEST
The test shall generally conform to IS:2911 (part IV) 1985. Preparation of pile head and
placement of bearing plate including non-shrink mortar shall be as explained in the above clause.
The load shall be equal to 1.5 times the estimated capacity of pile determined as per above
clause. Interpretation of results shall be done as per of IS:2911 (part iv) 1985. The test shall be
carried out not earlier than 28 days after concreting of the pile unless specifically permitted
otherwise by the Engineer.

Selection of the piles for routine load test, which is often the most inferior set of piles, shall be
made by the Engineer, determined by integrity tests.

INTEGRITY TEST
This dynamic test using pile driving analyser or approved equivalent for pile integrity shall be
performed on the sample of piles selected by the Engineer. The top of pile shall be made
accessible, chipped off up to hard concrete, leveled by trimming it back as far as practicable.
The reinforcing bars of the piles to be tested shall be sent sideways.

The test shall be performed after removal of bad/weak concrete at top so that the wave
propagation is steady through hard concrete. The test shall be carried out at least 15 days after
concreting of the piles. The test shall be carried out at minimum of 3 locations on each pile in
such a way that the entire cross-section of the pile is evenly covered. A specialist approved
agency shall be employed for the test and the tests shall generally be as per recommendations
of the agency, unless directed otherwise by the Engineer.

Civil & Electrical work in new CGS Page 102 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

11.05 Pile Cap

Pile caps shall be of reinforced concrete. A minimum offset of 150mm shall be provided beyond
the outer faces of the outer most piles in the group. If the pile cap is in contact with earth at the
bottom, a leveling course of minimum 75mm thickness of PCC1:4:8 shall be provided or as
shown in the drawings.
The attachment of the pile head to the cap shall be adequate for the transmission of loads and
forces. A portion of pile top may be stripped of concrete and the reinforcement anchored into the
cap. Manual chipping may be permitted after three days of pile casting while pneumatic tools
for chipping shall not be used before seven days after pile casting. The top of pile after stripping
shall project at least 75mm into the pile cap. Concreting of the pile cap shall be carried out in dry
conditions.

The top of concrete in a pile shall be brought minimum one diameter above cut-off level to permit
removal of all latiance and weak concrete before pile cap is laid. This will ensure good concrete
at the cut-off level.

IMPORTANT CONSIDERATIONS, INSPECTION / PRECAUTIONS FOR BORED CAST-IN


SITU PILES

While concreting uncased piles, voids in concrete shall be avoided and sufficient head of
concrete is to be maintained to prevent inflow of soil or water into the concrete. It is also
necessary to take precaution during concreting to minimize the softening of the soil by excess
water. Uncased cast-in situ piles shall not be allowed where mudflow conditions exist.
The drilling mud such as bentonite suspension shall be maintained at a level sufficiently above
the surrounding ground water level to ensure the stability of the strata which is being penetrated
throughout the boring process until the pile has been concreted.

Where bentonite suspension is used to maintain the suability of the bore-hole it is essential that
the properties of the material be carefully controlled at stages of mixing, supply to the bore-hole
and immediately before concrete is placed. It is usual to limit:

The density of bentonite suspension to 1.05 g/cc

The marsh cone viscosity between 30 and 40

The ph value between 9.5 and 12

The silt content less than 1 per cent

The liquid limit of bentonite not less than 400%

These aspects shall act as controlling factors for preventing contamination of bentonite slurry for
clay and slit.

The bores shall be washed by bentonite flushing to ensure clean bottom at two stages viz. After
completion of boring and prior to concreting after placing of reinforcement cage. Flushing of
bentonite shall be done continuously with fresh bentonite slurry till the consistency of in flowing
and out-flowing slurry is similar.

Tremie of 150mm to 200mm diameter shall be used for concreting. The tremie should have
uniform and smooth cross-section inside, and shall be withdrawn slowly ensuring adequate
height of concrete outside the tremie pipe at all stages of withdrawal. Other recommendations
for tremie concreting are:

Civil & Electrical work in new CGS Page 103 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

the sides of the bore hole have to be stable throughout

the tremie shall be water tight throughout its length and have a hopper attached at its head by
a water tight connection.

the tremie pipe shall be larger enough in relation to the size of aggregates. For 20mm aggregate
the tremie pipe shall be of diameter not less than 150mm and for larger size aggregate tremie
pipe of larger diameter is required.

the tremie pipe shall be lowered of the bottom of the bore-hole, allowing water or drilling mud to
rise inside it before pouring concrete.

the tremie pipe shall always be kept full of concrete and shall penetrate well into the concrete
(minimum 1.0m) in the bone-hole with adequate margin of safety against accidental withdrawal
if the pipe is surged to discharge the concrete.

For very long or large diameter piles, use of retarding plasticiser in concrete is desirable.

Where possible, it may be desirable to grout the base of pile with cement slurry under suitable
pressure after concrete in the pile attains the desired strength. For this purpose, conduit pipes
with easily removable plugs at the bottom end should be placed in the bore along with
reinforcement cage before concreting. No extra payment shall be made for the same.

11.06 Tolerances

PERMISSIBLE TOLERANCES FOR BORED PILE

A) variation in cross-sectional dimensions : +50mm, -10mm


B) variation from vertical or specified rake : 1 in 50

C) variation in the final position

Of the head in plan : 50mm

D) variation of level of top of piles : + 25mm

PERMISSIBLE TOLERANCES FOR BORED PILE CAPS

A) variation in dimensions : +50mm, -10mm


B) misplacement from specified position in plan : 15 mm.

C) Surface irregularities measured with


3mstraight edge : 5mm
D) variation of levels at the top : + 25mm

12.0 Anti Termite Treatment

Designed Buildings shall be adequately protected against attack by termites by suitable chemical
treatment measures. The work shall be carried out by a specialist pest control agency approved
by the Architect/Engineer-in-charge. The pest control agency shall be a member of the Indian
Pest Control Association. The work shall carry a guarantee of the satisfactory performance of
the treatment for a minimum period of ten (10) years.

Civil & Electrical work in new CGS Page 104 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

The treatment shall be carried out generally in accordance with the stipulations laid down by
IS:6313 (Part II)-1971 (Code of Practice for Anti Termite Measures in Buildings – Part II – Pre-
constructional Chemical Treatment Measures) subject to the minimum requirements given in this
specification.

Treatment shall commence after excavation for foundation is ready, leveling/compacting of filled
soil, and before any damp proof membrane is laid under floors. The earth filling immediately
under the stone soiling (under floors), bottom and side fills of all foundations buildings shall be
chemically treated against termites.

The chemicals to be used for the treatment shall be formulation of approved soil toxicants like
Chloropyrifos emulsifiable concentrates 1 % confirming IS:8944 shall be used. The chemical
solution shall be prepared by mixing chemical with the appropriate quantity of water to obtain a
chemical emulsion of the correct concentration as stipulated. The prepared emulsion shall be
applied as described below.

Column Pits, Wall trenches etc.:

The bottom surface and sides of the excavations (up to a height of 30 cm from the bottom) made
for column foundations, wall foundations, etc., (excepting RCC foundations) shall be treated with
the chemical emulsion at the rate of 5 liters per sq.m. of surface area.

Treatment of Back fill:


After the column foundations, wall foundation, etc. have come up, the back fill in immediate
contact with the foundation structure shall be treated at the rate of 15 liters per sq.m. of the
surface of the substructure for each side. If water is used for ramming the earth fill, the chemical
treatment shall be done after ramming operation is completed by rodding earth at 15 cm centers
close to the wall face and spraying the chemical with the above doze. The earth is to be returned
in layers and the treatment shall also be carried out in similar stages. The chemical emulsion
shall be directed towards the masonry wall surfaces so that the earth in contact with these
surfaces is well treated with the chemical.

RCC Walls and Columns:


The treatment shall start at the depth of 50cm below natural ground level. From this depth the
back fill around the RCC columns, walls, etc., shall be treated at the rate of 15 liters per sq.m. of
the surface.

Top Surface of Plinth Filling:


The top surface of the plinth fill (just below the stone soiling) shall be treated with chemical
emulsion at the rate of 5 liters per sq.m. of the surface before the stone soiling is laid. If the filled
earth has been well consolidated and does not permit the emulsion to seep through, holes up to
50 to 75mm deep at 150mm centers both ways be made with crowbars to facilitate saturation of
the soil with the chemical emulsion.

Junction of Wall and Floor:


A channel of size 3cm x 3 cm shall be made at all the junctions and walls and columns with the
floor (before laying the soil) and rod holes made in the channels up to the ground level at 15 cm
centers. The solution is poured into the channel at the rate of 15 liters per sq.m. of the vertical
surface and allowed to soak through the holes so that the soil in contact with the column/wall is
fully soaked with the chemical. The soil shall be tamped back into the channel and consolidated
to original condition.

Civil & Electrical work in new CGS Page 105 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

External Perimeter of Building:


After the building is complete, holes shall be made along the external perimeter of the building
at intervals of 15cm and depths of 30cm and the emulsion shall be allowed to soak through these
holes fully at the rate of 5 liters per running meter of the perimeter wall.

Treatment Critical Areas:


Soil around utility pipe openings, floor drains, expansion joints, electrical conduit entry points
shall be thoroughly flooded with chemical emulsion at an appropriate rate of 25 to 30 liters. If,
during process of carrying out the work for services any chemical barrier is distributed/broken
additional treatment of such areas shall be carried out.

Treatment Under Aprons:


The soil below concrete or stone aprons to be provided around the perimeter walls of all buildings
shall also be treated with the chemical solution at the rate of 5 liters per sq.m.

12.01 Treatment over DPC:

Top concrete damp proof in external and internal walls shall be given a liberal coat of chemical solution when the
concrete is still green.

13.0 Vitreous/Ceramic/Anti Skid floor tiles

13.01 Tiles

The tiles shall be of the best quality and of approved make manufacture. These shall be of
specified size, type and colour and laid to pattern as shown in the drawings or as approved by
the Engineer. Sizes should not vary not exceeding +0.5mm. Tolerance in thickness + 0.4mm.
Normal thickness 8 to 10 mm.

13.02 Sub-Base

The base concrete on which the tiles are to be laid shall be cleaned, wetted and mopped. If
required 1:3:6 cement concrete screed shall be laid to make up the total thickness of floor finish
as specified. The surface shall be laid to falls and slopes as required and scratched for key.

13.03 Laying of Floor Tiles

After the base is cured and dried, 10mm thick 1:3 mortar (1 cement : 3 coarse sand) shall be
laid on the surface and spread evenly with a trowel. A neat cement slurry of honey like
consistency shall be spread over @3.3 kgs cement per sq. meter as would accommodate about
20 tiles, the back of the tile previously cleaned and soaked in water and placed over the mortar
and brought to proper level by striking gently with a wooden mallet.

The surface of the flooring during laying shall be frequently checked with a straight edge about
2 meter long so as to obtain a true surface with the required slope.

13.04 Pointing

The tiles shall be laid in the manner as specified above in required pattern with a thin joint as
possible. The joints shall be thoroughly cleaned off the grey cement slurry with wire/coir brush
or trowel to a depth of 2mm to 3mm and all dust and loose mortar to be removed and pasted

Civil & Electrical work in new CGS Page 106 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

with white cement slurry admixed with pigment of matching colour as the tiles. The pointing can
alternatively, be carried out with an approved non-shrink grout of matching colour as
recommended by the manufacturer.

13.05 Cutting of Tiles

Care shall be taken to see the full tiles are used as far as possible. Where not possible, the
edge tiles shall be neatly cut with a tile cutter and the edges rubbed smooth. The cut edge of
the tiles shall not be installed in exposed locations.

13.06 Curing

The tiling shall be cured for 7 days with water and then thoroughly cleaned and dried. Finished
floor shall not sound hollow when tapped with a wooden mallet.
14.00 Ceramic Wall tile in Dado

14.01 Tiles

The tiles shall be of approved make/manufacturer. They shall be flat, and true to shape and free
from cracks, crazing, spots, chipped edge and corners. The surface shall be of uniform shade
except for patterned tile.

The tiles shall be of nominal sizes of 200 x 300 mm or as shown. The thickness of the tiles
shall be 7 to 7.5mm unless otherwise mentioned or shown.
14.02 Colour and Pattern

The tiles shall be white, black matte, colored or patterned as specified.

14.03 Preparation of Surfaces

The joints shall be racked out to a depth of at least 12 mm in masonry walls, while the masonry
is being laid. In case of concrete walls, the surfaces shall be backed and roughened with wire
brushes. The surface shall be cleaned thoroughly, washed with water and kept wet before
skirting/dado is commenced.

14.04 Mortar

10mm thick plaster of cement, mortar 1:3 (1 cement : 3 coarse sand) shall be applied and allowed
slightly to harden. The plaster shall be roughened with wire brushes or by scratching diagonal at
close intervals.

14.05 Laying of Tiles

The tiles shall be soaked in water, adequately washed clean, and a coat of neat cement slurry
applied liberally at the back of tiles and set in the bedding mortar. The tiles shall be tamped and
corrected to proper plane and lines. The tiles shall be set in the required pattern and butt jointed.
The joints shall be as fine as possible and uniform. Top of dado shall be truly horizontal and
joints truly vertical except where otherwise indicated. Where full size tiles cannot be fixed these
shall be cut to the required size and their edges rubbed smooth. Care shall be taken to ensure
that as far as possible cut tile are in non-exposed locations. Works shall be carried out in all
areas only after the Engineer has approved a sample panel.

Civil & Electrical work in new CGS Page 107 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

14.06 Pointing

After laying is complete, the joints shall be cleaned off the grey cement grout with wire brush and
all dust and loose mortar removed. The joints shall then be flush pointed with white cement slurry
added with approved pigments to match the colour of tiles.

14.07 Curing and Finishing

The surface shall be cleaned and kept wet by sprinkling water for seven days. The finished
surface shall be clean, free of patches and glossy and shall not sound hollow. Finished dry
surfaces shall be washed with mild organic acid, if so required. The finished surface shall meet
the approval of the Engineer.

15.0 METAL DOORS, WINDOWS, VENTILATORS & COLLAPSIBLE GATES

15.1 General

Doors, windows and ventilators etc., shall be truly square and flat, i.e. free from twist and warp. The general
fabrication shall conform to IS : 1038 and IS : 1361 as appropriate.

15.1.1 Frames shall be constructed of sections which have been cut to length and mitered. They shall be
morticed, reinforced, drilled and tapped for hinges and lock and bolt strikes. Where necessary, frames shall be
reinforced for door closers. Flash butt welded construction with mitered corners shall be used. Rubber door
silencers shall be furnished for the striking jamb. Loose "T" masonry anchors shall be provided. Frames shall
finish flush with floor and adjustable floor anchors shall be supplied. Frames shall be brought to site with floor
ties/weather bars installed in place. All frames shall be square and flat. Door thresholds shall be provided as
shown on drawing. Doors without threshold shall have bottom tie of approved type.

15.1.2 The Contractor shall obtain doors, windows, ventilators etc., from an approved manufacturer.
The Contractor shall first submit for the approval of the Engineer, the name and address of the
manufacturer whose metal casements and doors and windows he intends to use, together with
typical drawings and specifications, describing the details of construction for each type of
door/window/ventilator etc.

15.1.3 All steel doors, windows and ventilators shall be either galvanized or painted. All steel surfaces
shall first be thoroughly cleaned free of rust, scale or dirt and mill scale by pickling or similar
process and they shall be painted with one coat of an approved primer conforming to IS : 11883
before despatch. Alternatively they may be galvanized by the "Hot Dip" zinc spray or electro-
galvanizing process as described in IS : 1361.

15.2 Fixing

Doors, windows and ventilators shall not be built in at the time the walls are constructed but shall
be subsequently fixed into prepared openings, as laid down in IS : 1081. Holes to accommodate
the fixing lugs are to be left or cut, and the casements fixed after all the rough masonry and
plaster work have been finalised. The lugs of the casement shall be jammed in cement concrete
(15C Mark) after holding the casement in proper position, line and level.

The width of the clear unfinished opening in the wall should be 25 mm more than the overall
width of the door frame to allow for 12.5 mm plaster on each jamb. The height of the unfinished
opening shall depend upon whether a threshold is required or not. While fixing the door, care
shall be taken to see that at least 6 mm space is left between the door and the finished floor.

Civil & Electrical work in new CGS Page 108 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

15.3 Fittings

Hardware shall be fixed as late as possible, preferably just before the final coat of paint is applied. It shall be
fitted in a workmanlike manner, so that it may not work loose and in such a way that screws and pins are not
marked and mutilated by hammers and screw drivers. It shall be tested for correct operation. Where specified,
doors shall be fitted with a three-way bolting device which can be operated from outside as well as inside, and a
locking system, which can similarly be operated from either side. Solid steel bolt handles shall be provided, one
on the outside and one on the inside of each shutter. In case of doors provided with a service door, the lock shall
be fitted on the service door. All materials shall be the best procurable and shall conform to the relevant IS
specifications.

15.4 Normal Steel Plate Doors

Steel doors may be of the hinged type or sliding/folding type, single shutter or double shutter, and of single-
walled or double walled construction, as specified on the drawings or Schedule of Items. All doors shall be
provided with a sturdy frame and hold fasts for fixing into the wall. Unless otherwise specified, the frame shall
be prepared from mild steel angles of size not less than 65 x 65 x 6 mm electrically welded at the corners and
the shutter shall be made from flat steel sheet of 18 gauge thickness with a frame of mild steel angles not less
than 50 x 50 x 6 mm all round, suitably braced. The whole shutter shall be of welded construction and shall be
hung at the sides by means of three or four hinges as specified.

15.4.1 Double Plate flush door shutters

Door shutters shall be 45 mm thick, completely flush design and shall comprise of two outer sheets or 18G steel
sheets, rigidly connected and reinforced inside with continuous vertical 20G stiffeners, spot welded in position at
not more than 150 mm on centres. Both edges of doors shall be joined and reinforced full height by steel
channels placed immediately inside and welded to the door faces. Top and bottom of doors shall be reinforced
horizontally by steel channels running full width of door. Doors shall not have more than 2.5 mm clearance at
jambs and head, shall have proper level on lock stiles and rails and shall be reinforced at corners to prevent
sagging or twisting. Spires or double doors shall have meeting style edges beveled or rebated. Where shown
on drawing, or in the Schedule of Items, the doors shall be sound-deadened by filling the inside voids with mineral
wool or other suitable approved materials. Doors shall be mortised, reinforced, drilled and tapped in shop for
hinges, locks and bolts. They shall also be reinforced for closers, push-plates and other surface hardware where
necessary. Any drilling and tapering required for surface hardware shall be done at site. Where shown in
drawing, provisions, shall be made for fixing glazing, vision panels, louvers etc. Glazing mouldings shall be of
18 g steel or extruded aluminium sections with profiles shown in drawing and suitable for fixing 6 mm glass.
Louver blades shall be V or Z shaped sections.

15.4.2 Single sheet door shutters

Single sheet doors shall be made from best quality 18g mild steel sheets, and shall present a flush surface on
the outside. The inside shall be stiffened with a semitubular edge and central stiffening rail which shall convey
the lock and other fixture. The frames shall be made from best quality steel sections. Wherever required or
shown on drawings, provision for fixing glass panes, louvers etc., shall be made.

The manufacturing shall done as specified in "Double Plate Flush Door Shutters".

15.5 Sliding Doors

Shall be either double plate or single plate construction as shown in drawings and Schedule of Items, made out
of 18 gauge steel sheets with adequate stiffeners. The Contractor shall specify the weight of the door in his shop
drawing and submit the manufacturer's catalogue of the sliding gear he proposes to use. Where shown in
drawings or in the Schedule of Items, the Contractor shall make provision for openings in the door for mono-rail

Civil & Electrical work in new CGS Page 109 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

beams. Doors when closed shall effectively exclude rain water from seeping in. When called for in schedule,
sliding doors shall withstand specified wind loads without buckling or jamming. The door shall slide freely under
all ambient conditions.

15.6 Pressed Steel Doors

All pressed steel doors shall be obtained from an approved manufacturer. The frame and shutters shall be
fabricated from cold rolled or pressed steel sections. Unless otherwise specified, the thickness of all sheets used
for frames shall be not less than 5 mm. The shutters shall be made of sheet steel of 2 mm thickness for single
shutter doors and double shutter doors with or without service door. The plates shall be adequately stiffened
with suitably placed stiffeners.

The double-walled door shutter shall consist of two plates each 2.5 mm thick, separated by a gap of 33 mm in
between making an overall thickness of 38 mm or as shown in drawing. The plates shall be adequately stiffened
by means of suitably spaced horizontal steel stiffeners.

15.7 Steel Windows, Sashes, Ventilators, etc.

These shall conform to IS : 1038 and IS : 1361 as appropriate and as shown in drawings. The details as called
for in the above codes shall be applicable for coupling mullions, transoms, weather bars, pivot arrangements for
ventilators, etc.

15.7.1 Where composite unit openings are shown in drawings, the individual window units shall be
joined together with requisite transoms and mullions. Where aluminium glazing beads are
specified, they shall be extruded aluminium channel 9.5 mm x 1.6 mm (Indal Section No. 2209)
unless otherwise shown in drawings. Aluminium beads shall be given one coat of zinc chromate
primer before fixing to windows.

All welds at the corner of casement shall be done by flash butt welding process and dressed
flush on all exposed and contact surfaces.

15.8 Collapsible Gate (Steel)

Mild steel collapsible gates shall be obtained from an approved manufacturer. These shall be of mid bar type
made out of double channels each 20 x 10 x 2 mm with 20 x 5 mm diagonals and shall be top hung with roller
bearings, and fitted with locking arrangement.

Collapsible gates under 3.0 meter height shall generally have 3 sets of lattices and those over 3.0 meter height,
4 sets of lattices. Guide tracks shall be fitted at the top and bottom, of T-iron 40 x 40 x 6 mm with 40 mm diameter
bearings in every fourth double channel.

16.0 GLAZING

16.1 General

Glazing shall be done with plain, frosted or ground glass or wired cast glass as shown on drawings,
described in the Schedule of Items or approved by the Engineer. The method of glazing adopted shall be such
that movement of the structure, to which the securing is done, does not transmit strain to windows, doors or
ventilators as the case may be. The work shall generally conform to IS : 1081, Code of Practice for Fixing and
Glazing of Metal Doors, Windows & Ventilators. The material for putting shall consist of whiting and linseed oil,
raw-mixed in such proportion as to form a paste conforming to IS : 419.

16.2 Doors, Windows, Ventilators, etc.

Windows and ventilators shall be designed for putty glazing fixed from outside and glazed doors for fixing
from inside. In addition, spring type glazing clips shall be provided at intervals of 30 cm, or as shown otherwise

Civil & Electrical work in new CGS Page 110 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

on drawings or described in the Schedule of Items. These shall be inserted into holes drilled in the shutters or
frames as the case may be.

All glazing shall be puttied to the shutters or frames with good quality putty in addition to glazing clips. Glass
panes shall not be placed directly against the metal/timber. A thin layer of putty shall be evenly spread over the
glazing rebate and the glass pressed firmly against it. It shall be secured in position by means of teak wood beds
for wooden shutters. Glass panes shall be sent without spraining and shall be bedded in putty and back puttied,
except where moulding or gasket are specified. Putty, mastic cement etc., shall be smoothly finished to even
lines. Figured glass shall be set with smooth side out. After completion of glazing work, all dirt stains, excess
putty etc., shall be removed and the glass panes shall be left in perfectly acceptable condition. All broken cracked
or damaged glass shall be replaced by new ones at the Contractor's cost.

16.3 Fixed Glazing

This shall consist of steel glazing bars as shown on drawings or described in the Schedule of Item and be subject
to approval of Engineer. The glazing parts shall be securely fixed in their frame and shall be weather-proof. All
glazing shall be flashed to the surrounding so as to be weather-proof. Glass shall be fixed to the a strangles with
glazing clips and putty.

17.00 Rolling Shutters

Rolling shutters shall conform to IS: 6248 – 1979. These shall include necessary locking
arrangement and handles etc. These shall be suitable for fixing in the position as specified. The
shutter shall generally be provided with reduction gear operated by mechanical device with
handle.
17.01 Shutter

The shutter shall be built up of interlocking lath section formed from cold rolled steel strips. The
thickness of the sheets from which the lath sections have been rolled shall be not less than 1.20
mm for shutters above 3.5 m width. Shutters above 9 meters in width should be divided in 2
parts with provision of one middle fixed or movable guide channel or supported from the back
side to resist wind pressure. The lath section shall be rolled so as to have interlocking curls at
both edges and a deep corrugation at the centre with a bridge depth of not less than 12mm to
provide sufficient curtain of stiffness for resisting manual pressures and normal wind pressure.
Each lath section shall be continuous single piece without any welded joint. When interlocked,
the lath sections shall have a distance of 75 mm rolling centres. Each alternate lath section shall
be fitted with malleable cast iron or mild steel clips securely rivetted at either ends, thus locking
the lath section at both ends and preventing lateral movement of the individual lath sections.
The clips shall be so designed as to fit the contour of the lath sections.

17.02 Spring

The spring shall be of coiled type. The spring shall be manufactured from high tensile spring
steel wire or strips of adequate strength conforming to IS: 4451- part I 1981.

17.03 Roller and Brackets

The suspension shaft of the roller shall be made of steel pipe conforming to heavy duty as per
IS: 1161-1979. For shutter upto 6 metre width and height not exceeding 5 metre, steel pipes of
50mm nominal bore shall be used. The shaft shall be supported on mild steel brackets of size
500 x 500 x 10 mm for shutter of clear height above 3.5 m and upto 6.5 m. The suspension
shaft clamped to the brackets shall be fitted with rotable cast iron pulleys to which the shutter is
attached. The pulleys and pipe shaft shall be connected by means of pretensioned helical
springs to counter balance the weight of the shutter and to keep the shutter in equilibrium in any
partly open position.

Civil & Electrical work in new CGS Page 111 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

When the width of the opening is greater than 3.5 meter. the cast iron pulleys shall be
interconnected with a cage formed out of mild steel flats of at least 32 x 6 mm and mild steel
dummy rings made of similar flats to distribute the torque uniformly. Self aligning two row ball
bearing with special cast iron casings shall be provided at the extreme pulley and caging rings
shall have a minimum spacing of 15 mm and at least 4 number of flats running throughout length
of roller shall be provided.

In cast of shutters of large opening with mechanical device for opening the shutter the roller shall
be fitted with a purion wheel at one end which in contract with a worm fitted to the bracket plate,
caging and pully with two ball bearing shall be provided.

17.04 Guide Channel

The width of guide channel shall be 25 mm the minimum depth of guide channels shall be 75mm.

The gap between the two legs of the guide channels shall be sufficient to allow the free
movement of the shutter and at the same time close enough to prevent rattling of the shutter due
to wind.
Each guide channel shall be provided with a minimum of three fixing cleats or supports for
attachments to the walls or column by means of bolts or screws. The spacing of cleats shall not
exceed 0.75 m. Alternatively, the guide channels may also be provided with suitable dowels,
hooks or pins for embedding in the walls.

The guide channels shall be attached to the jambs, plumb and true either in the overlapping
fashion or embedded in grooves, depending on the method of fixing.

17.05 Cover

Top cover shall be of mild steel sheets not less than 0.90mm thick and stiffened with angle or
flat stiffners at top and bottom edges to retain shape.

Lock plates, one center lock with sliding bolts, handles and anchoring rods shall be as per IS
6248 – 1979.

17.06 Fixing

The arrangement for fixing in different situations in the opening shall be as per IS 6248 – 1979.

Brackets shall be fixed on the lintel or under the lintel as specified with rawl plugs, and screws
bolts etc. the shaft along with the spring shall then be fixed on the brackets.

The lath portion (Shutter) shall be laid on ground and the side guide channels shall be found
with ropes etc. The shutter shall then be placed in position and top fixed with pipe shaft with
bolts and nuts. The side guide channels and cover frames shall then be fixed to the walls through
the plate welded to the guides. These plates and bracket shall be fixed by means of steel screws
bolts, and rawl plugs concealed in plaster to make their location invisible. Fixing shall be done
accurately in a workmen like manner that the operation of the shutter is easy and smooth.
17.07 Painting
All the steel works shall be coated with Red Oxide Zinc Chromate primer conforming IS:2074 and painting works
as mentioned in synthetic enamel paint.

18.00 STRUCTURAL STEEL WORKS

18.01 Steel Works

All finished steel unless otherwise specified shall be well and clearly rolled to dimensions and weight as specified
by ISI subject to permissible tolerances as per IS 1852-1973.

Civil & Electrical work in new CGS Page 112 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

Material shall be free from cracks, surface flaws, laminations, rough and imperfect edges and
other harmful defects like excessive rust, scaling and pitting etc. Structural steel work shall
conform to requirements depending upon the designation of steel that is being selected to be
used for particular structural function as specified in drawings.

All structural steel girders, channels, plates and other rolled sections shall conform to IS : 2062,
grade-A. Pipes shall conform to IS : 1161 - YST 240 MPa.

18.02 Electrodes required for metal arc welding shall be covered electrodes conforming to IS 814 –
1970. 88

18.03 Fabrication: Steel sections as required shall be straightened and cut to square and exact lengths. Cut
ends exposed to view shall be finished smooth. No two pieces shall be otherwise welded or jointed to make up
the required length of the number.

If straightening, flattening or bending is necessary, shall be done in a process that will not damage the material
or impair its strength. Shearing, flame cutting or chipping shall be done carefully and accurately. Finished
member shall be free from undue twists, bends, wrapping, distortion or other irregularities. Holes, where
required, shall be drilled to required size and not made nor enlarged by burning. Holes shall have their axis
perpendicular to surface bored through. Any fabricated assembly shall be without the member being strained or
forced into position and components shall meet at perfect angles. Where practicable, welds should preferably
be made in flat position. Welds shall be free from cracks, discontinuity in welding, or other defects categorised
as such in relevant standards. Welds will be inspected and cost of the same shall be deemed to be included in
the quoted rates. A defective weld, harmful to structural strength, shall be cut out and rewelded. All welds shall
be cleaned of slag and other deposits after completion.

All structural steel works for canopy and other structures shall have butt welds between adjacent surfaces ground
smooth. Items concealed from view need not require grinding of welds. Architectural metal work shall be well
formed to shape and size with sharp lines, angles and true curves. Drilling and punches shall produce clean true
line and surface. All site connections shall be preferably by permanent bolts. Welding at site shall be done with
the prior permission of engineer-in-charge. Exposed weld shall be ground smooth, exposed surfaces shall have
smooth finish. Joints shall be milled to close fit and corner joints shall be well formed and in true alignment.
Work shall be accurately fastened in place.

Painting shall be as described under the head “Painting”.

18.04 Roof Covering/ Sheeting: Canopy roof sheeting shall be of 0.6mm Zincalume/ galvalume
colour coated sheets and shall have trapezoidal profile with 28-32 mm deep crest and 186-250
c/c profile width with minimum two ribs at centre for stiffening. The sheet shall be of minimum fy
= 345 MPa and shall be coated with hot dip metallic Zinc aluminum alloy @ 150 gsm coating
mass total on both sides.

18.05 False Ceiling: False ceiling panels on the under-side of the canopy shall be of 0.6mm thk. cold
rolled colour coated steel of profile as per drawings of approved colour and make. False ceiling
panels shall be fixed with stainless steel screws in such a way that they are not visible from
below after completion of work.

18.06 Painting on Metal Work : Painting shall be as done to meet the following specification for
canopy:

Civil & Electrical work in new CGS Page 113 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

A. ON COILS

SUBSTRATE :

i) Cold Rolled Steel Coil


ii) Galvanised Coil IS 227

COATING NORMAL MAXIMUM

Zinc Aluminium 150 gms/ sqm 8 microns


Epoxy Primer 5-7 microns 10 microns
Alkyd Backer 5-7 micron 10 micron
Polyster top-Coat 12-16 micron 15-22 micron
Normal Total Coatings 22-30 micron 40 micron

TYPICAL PROPERTIES

PROPERTY APPLICABLE DATA


SPECIFICATION

1 Normal organic coating thickness ECCA-T-1(BS-3900/C-5) 23 micron

2 Specular gloss (60 Deg.) ECCA-T-2(ASTMD- 523) 30-80%

3 Pencil Hardness ECCA-T-4 (ASTMD-3363) 2H


4 Scratch Resistance BS-3900/E2(IS-101) 1500g

5 Flexibility :
5.1 Reverse Impact ECCA-T-6 (BS-3900) 5mn/mm
40”/lb
5.2 Bend Test ECCA-T-7 (BS-3900/E1) 2-T
5.3 Frichsen IS-10175 (52) >5mm

B. ON ALL OTHER STEEL MEMBERS

i) Surface preparation as per grade St -2 according to Swedish Standard


SIS055900.
ii) Two coats of zinc phosphate in phenolic alkyd medium (DFT 35µ/coat)
iii) Two coats of synthetic enamel (DFT 25 µ /coat) conforming to IS: 2932-1974.

18.07 Surface Preparation & Primer

One coat of primer shall be applied on shop. The shop coated surface shall be rubbed down
thoroughly with abrasive paper to remove dust, rust, other foreign matters and degreased
cleaned with warm fresh water and air dried.

Primer coat of zinc phosphate primer shall be applied by brushing/spraying over the shop coat
in a manner so as to ensure a continuous and uniform film throughout.

Civil & Electrical work in new CGS Page 114 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

18.08 Final Paint


After the primer is hard dry the surface shall be dusted of and one coat of synthetic enamel paint of approved
color and shade (conforming to IS:2932) shall be applied by brushing/spraying to achieve the required DFT.
Second coat will be applied after drying of previous one to give a uniform surface. Paints can be diluted by means
of thinner as approved by paint manufacturer only.

19.0 White Washing with Whiting


Preparation of mix : Whiting (ground white chalk) shall be dissolved in sufficient quantity of warm water and
thoroughly stirred to form a thin slurry which shall then be screened through a clean coarse cloth. Two kg of
gum (DDL) and 0.4 kg of copper sulphate dissolved separately in hot water shall be added for every cum of the
slurry which shall then be diluted with water to the consistency of milk so as to make a wash ready for use.

19.01 Preparation of surface


Before new work is white washed, the surface shall be thoroughly brushed free from mortar droppings and foreign
matter.

19.02 Application:

The white wash shall be applied with moonj brushes to the spcified number of coats. The
operation for each coat shall consist of a stroke of the brush given from the top downwards,
another from the bottom upwards over the first stroke, and similarly one stroke horizontally from
the right and another from the left before it dries.
Each coat shall be allowed to dry before the next one is applied. Further each coat shall be
inspected and approved by the Engineer-in-charge before the subsequent coat is applied. No
portion of the surface shall be left out initially to be patched up later on.
For new work, three or more coats shall be applied till the surface presents a smooth and uniform
finish through which the plaster does not show. The finished dry surface shall not show any
signs of cracking and peeling nor shall it come off readily on the hand when rubbed.

20.00 Oil Bound Distemper

20.01 Preparation of Surface

Preparation of surface shall in general any unevenness shall be made good by applying putty
made of plaster of paris mixed with water including filling up the undulation and then sand
papering the same after it is dry. Before starting painting with oil bound distemper, the prepared
surface shall be treated with two coats of primer consisting of cement primer, whiting and the
surface shall be smoothened by applying thick paste made of synthetic enamel paint, varnish
(Jallo) and chalk powder with knife edged patti.

20.02 Primer Coat

The primer coat shall be alkali resistant primer or distemper primer and shall be of the same
manufacture as oil bound distemper.
If the wall surface plaster has not dried completely, alkali resistant primer, otherwise distemper
primer shall be applied. The mixture of alkali resistant primer shall be prepared as per approved
manufacturer’s instructions.

20.03 Preparation of oil bound distemper


The distemper shall confirm to IS:428 and shall be diluted with water.

20.04 Application of Distemper


After the primer coat has dried for at least for 48 hours, the surface shall be lightly sand papered and dusted off
avoiding rubbing off the primer coat. Minimum 3 coats of distemper shall be applied with brushes in horizontal
strokes followed by immediate vertical strokes which together shall continue 1 coat. The subsequent coats shall
be applied after at least 24 hours between consecutive coats to permit proper drying of the proceeding coats.
The finished surface shall be even and uniform without patches, brush marks, drops etc.

Civil & Electrical work in new CGS Page 115 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

21.0 Acrylic Emulsion Painting

21.01 Preparation of surface

Same as mentioned in Oil Bound Distemper.

21.02 Preparation of Mix

Plastic emulsion paint shall conform to IS:5411 (Part 1) and shall be of approved shade.
Preparation of mix shall be as per manufacture’s instructions.

21.03 Application of Paint


The Paint mix shall be continuously stirred while applying for maintaining uniform consistency number of coats
shall be 3 or more coats. The painting shall be laid evenly and smoothly by means of crossing and laying off. The
crossing and laying off consists of covering the area with paint, brushing the surface hard at first, then brushing
alternately in opposite direction 2/3 times and then finally brushing lightly in a direction at right angles to the
same. In this process no brush marks, no hair marks, no clogging of paint puddles shall be permitted. The full
process of crossing and laying off will continue 1 coat. The paint shall be applied by means of brush and roller.

Plastic emulsion paint shall start only after the proceeding coat has become sufficiently hard to resist the brush
marking. Subsequent coats of plastic emulsion shall also be started after the preceding coat is dried by
evaporation of water content.

Plastic emulsion paint shall start only after the proceeding coat has become sufficiently hard to resist the brush
marking. Subsequent coats of plastic emulsion shall also be started after the preceding coat is dried by
evaporation of water content.

The surface of finishing shall present a flat, velvety smooth finish, even and uniform shade without patches,
marks, paint drops etc.

22.00 Synthetic Enamel Paint

The shop coated surface shall be rubbed down thoroughly with abrasive paper to remove dust, rust, other foreign
matters and degreased cleaned with warm fresh water and air dried.

Primer coat of red-oxide zinc chromate primer conforming to IS:2074 shall be applied by brushing/spraying over
the shop coat in a manner so as to ensure a continuous and uniform film throughout.

22.01 Final Paint

After the primer is hard dry the surface shall be dusted of and one coat of synthetic enamel paint
of approved color and shade (conforming to IS:2932) shall be applied by brushing/spraying. The
coats are applied after drying one after another to give a uniform surface. Paints can be diluted
/ thinning by means of thinner only as per the requirements of the finished paint surface.

23.00 Water Proofing

23.01 Surface Preparation

Applying and grouting a slurry coat of neat cement using 2.75 kg/sqm. of cement admixed with proprietary water
proofing compound conforming to IS. 3645 over the RCC slab including cleaning the surface before treatment.

Civil & Electrical work in new CGS Page 116 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

23.02 Laying

All exposed flat roofs shall be water proofed with two components elastic polymerised acrylic
water proofing system using “Uco Elastic Plaster” manufactured by STP including finishing the
surface with 40 mm thick cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone)
admixed with water proofing compound confirming to IS:2645 to required slope and treating
similarly the adjoining walls upto 300mm including rounding of junctions of wall and slabs.

After two days proper curing applying a second coat of cement slurry admixed with proprietary
water proofing compound conforming to IS:2645.

Finishing the surface with 20 mm think joint less cement mortar of mix 1:4(1cement :4coarse
sand) admixed with proprietary water proofing compound conforming to IS 2645 and finally
finishing the surface with trowel with neat cement slurry and making of 300X300 mm square.

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

Required No of Khurrah of size 450X450X12mm to be provided as per drawings.

Civil & Electrical work in new CGS Page 117 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

LIST OF APPROVED MAKES FOR CIVIL WORK

Cement Portland cement L&T

Raymonds

ACC

DLF

Steel Tor Steel SAIL

TISCO

RATHI

Structural Steel SAIL

TISCO

Sheeting Interarch

Metacolor

Supertech ( India ) Pvt. Ltd.

Bolts Unbrako

TVS

GKW

Electrodes ESAB

Advani

D&H

GI / MS Pipes IS : 1239 Tata, Jindal, Prakash, Surya

IS : 3589 TISCO Tubes

Paint Asian Paints

ICI

Shalimar

Berger

Civil & Electrical work in new CGS Page 118 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

External Finish Sandtex of ACC

Spectrum

Apex

Unitile

Construction Chemicals CICO

FOSROC

ROFFE

STP

MC

Pidilite

Aluminium Extruded sections Hindalco

Domal

Indal

Aluminum Hardware Earlbehari

ECIE

Glass Modi Float

Asahi

Atul

Floor Spring Door King

Prabhat

Ceramic Tiles Kajaria

Somani

Vitreous Tiles Kajaria

Somani (graviti)

Civil & Electrical work in new CGS Page 119 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

Grout ACC

Roffe

Fosroc

Unitile

Laminate Board Novapan

Bhutan

Kitply

False Ceiling 1. Tiger Steel Engineering India Ltd.

606, Devarrata Building, Sec. 17,

Vashi, New Mumbai – 400 705

2. Metalex Engineering & Construction Pvt. Ltd.

E-165, Greater Kailash Part-I, New Delhi

3. Interarch
4. Lloyd Insulation Pvt. Ltd.
5. Supertech ( India ) Pvt. Ltd.

Civil & Electrical work in new CGS Page 120 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

CONTENTS

01.0 PLUMBING, SANITARY & WATER SUPPLY WORKS


02.0 SANITARY FIXTURES
03.0 SOIL, WASTE, VENT & RAINWATER PIPES
04.0 WATER SUPPLY SYSTEM
05.0 DRAINAGE
06.0 WATER SUPPLY PUMPS & ANCILLARIES

Civil & Electrical work in new CGS Page 121 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

01.0 PLUMBING SANITARY & WATER SUPPLY WORKS

01.01. Scope of work

01.01.01 The form of Contract shall be according to the "Conditions of Contract". The following
clauses shall be considered as an extension and not in limitation of the obligation of the
Contractor.

01.01.02 Work under this Contract shall consist of furnishing all labor, materials, equipment and
appliances necessary and required. The Contractor is required to completely furnish all
the plumbing and other specialized services as described hereinafter and as specified
in the schedule of quantities and/or shown on the plumbing drawings.

01.01.03 Without restricting to the generality of the foregoing, the Plumbing installations shall include the
following:-

i) Sanitary Fixtures

ii) Soil, Waste, Vent, Pipes & Fittings

iii) Rainwater pipes

iv) Water Supply System

v) Sewerage & Storm Water Drainage including septic tanks & soakways and petrol-oil
interceptor trap

vi) Water Supply Distribution Pumps and related electrical works

vii) Sinking of borewell including submersible pump and related electrical works

01.01.04 Services rendered under this section shall be done without any extra charge.

01.02 Specifications

01.02.01 Work under this Contract shall be carried out strictly in accordance with specifications attached
with the tender.

01.02.02 Items not covered under these specifications due to any ambiguity or misprints or additional
works, the work shall be carried out as per latest specifications of the Central Public Works
Department with upto date amendments as applicable in the Contract.

01.02.03 Works not covered under para 1.02.01 and 1.02.02 shall be carried out as per relevant Indian
Standards specifications and Code of Practice as applicable.

Civil & Electrical work in new CGS Page 122 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

01.03 Execution of work

01.03.01 The Contractor should visit and examine the site of work and satisfy himself as to the nature of
the existing roads and other means of communication and other details pertaining to the
work and local conditions and facilities for obtaining his own information on all matters
affecting the execution of work. No extra charge made in consequence of any misunderstanding
or incorrect information on any of these points or on grounds of insufficient description will be
allowed.

01.03 02 The work shall be carried out in conformity with the plumbing drawings and within the
requirements of architectural, HVAC, electrical, structural and other specialized services
drawings.

01.03.03 The Contractor shall cooperate with all trades and agencies working on the site.

01.03.04 On award of the work, Contractor shall submit a schedule of construction in the form of a pert
chart or bar chart for approval of the Engineer-in-Charge. All dates and time schedule agreed
upon should be strictly adhered to, within the stipulated time of completion/commissioning along
with the specified phasing, if any.

01.04 Drawings

01.04.01 Tender drawings, diagrams and details shall not be used for setting out until all relevant
dimensions of existing structures and other related works have been checked on site by the
contractor. Plumbing drawings are diagrammatic but shall be followed as closely as actual
construction permits. Any deviations made shall be in conformity with the architectural and
other services drawings.

01.04.02 Architectural drawings shall take precedence over plumbing or other services drawings as to all
dimensions.

01.04.03 Contractor shall verify all dimensions at site and bring to the notice of the Engineer-in-Charge all
discrepancies or deviations noticed. Decision of the Engineer-in-Charge shall be final.

01.04.04 Large size details and manufacturers dimensions for materials to be incorporated shall take
precedence over small-scale drawings.

Civil & Electrical work in new CGS Page 123 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

01.04.05 Any drawings issued by the Architects/Consultant for the work are the property of the
Architects/Consultant and shall not be lent, reproduced or used on any works other than intended
without the written permission of the Engineer-in-charge

01.05 Inspection and testing of materials.

01.05.01 Contractor shall be required, if requested, to produce manufacturers test certificate for the
particular batch of materials supplied to him. The tests carried out shall be as per the relevant
Indian Standards.

01.05.02 For examination and testing of materials and works at the site Contractor shall provide all testing
and gauging equipment necessary and required at site for such tests.

01.05.03 All such equipment shall be tested for calibration at any approved laboratory, if required by the
Engineer-in-Charge.

01.05.04 Samples of all materials shall be got approved before placing order and the approved samples
shall be deposited with the Engineer-in-charge. Any materials declared defective by Engineer-
in-Charge shall be removed from the site within 48 hours.

01.06 Metric conversion

01.06.01 All dimensions and sizes of materials and equipment given in the tender document are
commercial metric sizes.

01.06.02 Any weights or sizes given in the tender having changed due to metric conversion, the nearest
equivalent sizes accepted by Indian Standards shall be acceptable without any additional cost.

01.07 Reference points

01.07.01 Contractor shall provide permanent benchmarks, flag tops and other reference points for the
proper execution of work and these shall be preserved till the end of the work.

01.07.02 All such reference points shall be in relation to the levels and locations, given in the architectural
and plumbing drawings.

01.08 Reference drawings

Civil & Electrical work in new CGS Page 124 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

01.08.01 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 indexed and placed
in racks no drawings shall be rolled.

01.08.02 All corrections, deviations and changes made on the site shall be shown on these reference
drawings for final incorporations in the completion drawings. All changes to be made shall be
initialed by the Engineer-in-Charge.

01.09 Shop drawings

01.09.01 The Contractor shall submit to the Engineer-in-Charge four copies of the shop drawings for
approval by Engineer-in-charge.

01.09.02 Shop drawings shall be submitted under following conditions: -

a) All design drawings for underground services, structural works, electrical works and
illumination works.

b) Equipment layout, piping and wiring diagram.

c) Manufacturer or Contractor's fabrication drawings for any materials or equipment


supplied by him. Showing any changes in layout in the plumbing drawings.

d) False ceiling, sheeting details.

e) RCC details and Bar bending Schedules.

f) Showing any changes in layout in the plumbing drawings.

g) As Built Details Drawings.

01.09.03 The Contractor shall submit four copies of catalogues, manufacturer’s drawings, equipment
characteristic data or performance charts as required by the Engineer-in-Charge.

01.10 Completion drawings

Civil & Electrical work in new CGS Page 125 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

01.10.01 On completion of work, Contractor shall submit one complete set of original tracings and two
prints of "As Built" drawings to the Engineer-in-Charge. These drawings shall have the following
information.

a) Run of all piping, diameters on all floors, vertical stacks and location of external services.

b) Ground and invert levels of all drainage pipes together with location of all manholes and
connections upto outfall.

c) Run of all water supply lines with diameters, locations of control valves access panels.

d) Location of all electrical equipment with their layout and piping connections.

No completion certificate shall be issued unless the above drawings are submitted.

01.10.02 Contractor shall provide four sets of catalogues, service manuals, manufacturer's drawings,
performance data and list of spare parts together with the name and address of the
manufacturer for all electrical and mechanical equipment provided by him.

01.10.03 All "Warranty Cards" given by the manufacturers shall be handed over to the Engineer-in-
Charge.

01.11 Contractor's rates

01.11.01 Rates quoted in this tender shall be inclusive of cost of materials, labor, supervision, erection,
tools, plant, scaffolding, service connections, transport to site, taxes, octroi and levies, breakage,
wastage and all such expenses as may be necessary and required to completely do all the items
of work and put them in a working condition.

01.11.02 Rates quoted are for all heights and depths and in all positions as may be required for this work.

01.11.03 All rates quoted must be for complete items inclusive of all such accessories, fixtures and fixing
arrangements, nuts, bolts, hangers as are a standard part of the particular item except where
specially mentioned otherwise.

01.11.04 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

Civil & Electrical work in new CGS Page 126 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

directed by Engineer-in-Charge. Contractor shall provide holes, sleeves, and recesses in the
concrete and masonry work as per requirement of work.

01.12 Testing

01.12.01 Piping, drainage, electrical and illumination works shall be tested as specified under the relevant
clauses of the specifications.

01.12.02 Tests shall be performed in presence of the Engineer-in-Charge.

01.12.03 All materials and equipment found defective shall be replaced and whole work tested to meet
the requirements of the specifications.

01.12.04 Contractor shall perform all such tests as may be necessary and required by the local authorities
to meet municipal or other byelaws in force.

01.12.05 Contractor shall provide all labor, equipment and materials for the performance of the tests.

01.13 Site clearance and cleanup

01.13.01 The Contractor shall, from time to time clear away all debris and excess materials accumulated
at the site.

01.13.02 After the fixtures, equipment and appliances have been installed and commissioned, Contractor
shall clean-up the same and remove all plaster, paints, stains, stickers and other foreign matter
or discoloration leaving the same in a ready to use condition.

01.13.03 On completion of all works, Contractor shall demolish all stores, remove all surplus materials
and leave the site in a broom clean condition, failing which the same shall be done at Contractor's
risk and cost.

01.14 License permits and municipal approvals

01.14.01 Contractor must hold a valid plumbing or any other license as required by the Municipal
corporation or Municipality or any other competent authority under whose jurisdiction the work
falls.

Civil & Electrical work in new CGS Page 127 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

01.14.02 Contractor must keep constant liaison with the municipal/statutory authority and obtain approval
of all Plumbing works carried out by him.

01.14.03 Contractor shall obtain, from the municipal and other authority completion certificate with
respect to his work, as required for occupation of the building. Contractor shall obtain
permanent water supply and drainage connections from authorities concerned. Engineer-
in-Charge shall reimburse the fees paid to the authorities towards the connection charges on
production of receipts for money paid.

01.15 Recovery of cost for materials issued to Contractors free of cost

01.15.01 If any materials issued to the Contractor, free of cost, are damaged or pilfered, the cost of the
same shall be recovered from the Contractor on the basis of actual cost to owner which shall
include all freight and transportation, excise duty, sales tax, octroi, import duty etc, plus 10%.
The decision on the actual cost given by the Engineer-in-Charge shall be final and binding on
the Contractor.

01.16 Materials supplied by Purchaser

01.16.01 The Contractor shall verify that all materials supplied by the Purchaser conform to the
specifications of the relevant item in the tender. Any discrepancy found shall be brought to the
notice of the Engineer-in-Charge.

01.17 Materials

01.17.01 Unless otherwise specified and expressly approved in writing by the Engineer-in-Charge, only
materials of makes and specification as mentioned in the list of approved makes attached with
the specifications shall be used.

01.17.02 If required, 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.

02.00 SANITARY FIXTURES

02.01 Scope of work

02.01.01 Work under this section shall consist of furnishing all materials & labor necessary and required
to completely install all sanitary fixtures, chromium plated fittings and accessories as required
by the drawings specified here-in-after and given in the Schedule of Quantities.
02.01.02 Without restricting to the generality of the foregoing the sanitary fixtures shall include the
following: -

a) Sanitary fixtures

b) Chromium plated fittings

Civil & Electrical work in new CGS Page 128 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

c) Porcelain or stainless steel sinks

d) Accessories e.g. toilet paper holders, liquid soap dispenser, coat hooks etc.

02.01.03 Whether specifically mentioned or not all fixtures and appliances shall be provided with all
fixing devices, nuts, bolts, screws, hangers as required.
02.01.04 All exposed pipes within toilets and near fixtures shall be chromium-plated brass or copper
unless otherwise specified.

02.02 General requirements

02.02.01 Sanitary fixtures shall be of the best quality approved by the Engineer-in-Charge. Wherever
particular makes are mentioned, the choice of selection shall remain with the Engineer-in-
Charge.

02.02.02 All 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 arrangement, brackets, and
nuts, bolts, screws and required connection pieces.

02.02.03 Fixing screws shall be half round head chromium plated brass screws with C.P. washers where
necessary.

02.02.04 Porcelain sanitaryware shall be glazed vitreous china of first quality free from warps, cracks and
glazing defects. All wares shall be white unless otherwise given in the Schedule of Quantities.
Color of sanitaryware, when specified shall be selected by the Engineer-in-Charge. Fixtures
shall conform to I.S.2556 (Part-I) 'General Requirements'.

02.02.05 Chromium plated fittings shall be cast brass chromium plated of the best quality approved by the
Architects. The chromium plating shall conform to BE 4827 and shall be of grade 2 (thickness
10 micron).

02.02.06 All fittings and fixtures shall be fixed in a neat workmanlike manner true to level and heights
shown on the drawings and in accordance with the manufacturer 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, tiling or terrace shall be made good at Contractor's cost.
02.03 Water Closet

02.03.01 European W.C

02.03.01.01 European W.C. shall be low volume flushing (4-6 liters) wash down wall mounted set flushed
by means of coupled porcelain flushing cistern with complete internal fittings of non-
corrosive materials. The EWC shall be supported through C.I. floor mounted chair. Flush
pipe/bend shall be connected to the W.C. by means of a suitable rubber adapter.

02.03.01.02 Each W.C. Set shall be provided with a solid plastic seat of color given in the schedule of
quantities, rubber buffers and chromium-plated hinges.

02.03.01.03 Plastic seat shall be so fixed that it remains absolutely stationary in vertical position without
falling down on the W.C.
02.04 Urinals

02.04.01 Urinals shall be flat back large (half stalls) white glazed vitreous china fixed on concealed
wall hangers and bracket. The size of the urinal shall be as given in schedule of quantities.

Civil & Electrical work in new CGS Page 129 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

02.04.02 Half stall urinals shall be provided with 15 mm dia. C.P. spreader, 32 mm dia C.P. domical waste
and C.P. cast brass bottle trap with pipe and wall flange, and shall be fixed to wall by C.I.
brackets and C.I. wall clips as recommended by manufacturers complete as directed by
Engineer-in-Charge.

02.04.03 Half stall urinals shall be fixed with C.P. brass screws and shall be provided with 32-mm dia
domical waste leading to urinal's trap.

02.04 04 Flush pipes shall be G.I. pipes concealed in wall chase but with chromium plated bends at inlet
and outlet or as given in Schedule of Quantities.

02.04.05 Rinals shall be flushed with No-touch automatic infrared flush valve set operated by a solenoid
valve.

02.04.06 Waste pipes for urinals shall be any one of the following:

a) G.I. pipes
b) Rigid P.V.C.

Waste pipes may be exposed on wall or concealed in chase as directed by the Engineer-in-
Charge. Specifications for waste pipes shall be same as given in Section III.

02.05 Lavatory basin

02.05.01 Lavatory basins shall be white glazed vitreous china of size, shape and type specified in the
Schedule of Quantities.

02.05.02 Each basin shall be provided with R.S. or C.I. brackets and clips and the basin securely fixed
to wall. Placing of basins over the brackets without secure fixing shall not be accepted.

02.05.03 Each basin shall be provided with 32 mm dia C.P. waste as specified in the Schedule of
Quantities, 32 mm dia C.P. brass bottle trap with C.P. pipe to wall and flange.

02.05.04 Each basin shall be provided with mixing fitting or as specified in the Schedule of Quantities.

02.05.05 Basins shall be fixed at proper heights as shown on drawings. If height is not specified, the rim
level shall be 79 CMS or as directed by Engineer-in-Charge.

02.06 Sinks

02.06.01 Sinks shall be white glazed fireclay or vitreous china or stainless steel or any other material as
specified in the Schedule of Quantities.

02.06.02 Each sink shall be provided with R.S. or C.I. brackets and clips and securely fixed. Counter top
sinks shall be fixed with suitable angle iron brackets or clips as recommended by the
manufacturer. Each sink shall be provided with 40-mm dia C.P. waste with chain and plug as
given in the Schedule of Quantities. Fixing shall be done as directed by Engineer-in-Charge.

02.06.03 Supply fittings for sinks shall be mixing fittings or C.P. taps as specified in the Schedule of
Quantities.

02.07 Accessories

02.07.01 Contractor shall install all chromium plated and porcelain accessories as shown on the drawings
or directed by Engineer-in-Charge and given in the Schedule of Quantities.

Civil & Electrical work in new CGS Page 130 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

02.07.02 All C.P. Accessories shall be fixed with C.P. brass half round head screws and cup washers in
wall with rawl plugs or nylon sleeves and shall include cutting and making good as required or
directed by Engineer-in-Charge.

02.07.03 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.

02.08 Urinal partitions

02.08.01 Urinal partitions shall be white glazed vitreous china or 25-mm thick marble of size specified in
the Schedule of Quantities.

02.08.02 Porcelain partitions shall be fixed at proper heights with C.P. brass bolts, anchor fasteners and
M.S. Clips as recommended by the manufacturer and directed by Engineer-in-Charge.

02.09 Measurement

02.09.01 Sanitary fixtures shall be measured by numbers.

02.09.02 Rate for providing and fixing of sanitary fixtures, accessories, urinal partitions shall include all
items, and operations stated in the respective specifications and Schedule of Quantities and
nothing extra is payable.

02.09.03 Rates for all items under specifications pares above shall be inclusive of cutting holes and
chases and making good the same, C.P. brass screws, nuts, bolts and any fixing
arrangements required and recommended by manufacturers, testing and commissioning.

03.00 SOIL, WASTE, VENT & RAINWATER PIPES

03.01 Scope of work

03.01.01 Work under this section shall consist of furnishing all labor, materials, equipment’s and
appliances necessary and required to completely install all soil, waste, vent and rainwater
pipes and fittings as required by the drawings, and given in the Schedule of Quantities.

03.01.02 Without restricting to the generality of the foregoing, the soil, waste, vent pipes system shall
include the following:-
a) Vertical and horizontal soil, waste and vent pipes, and fittings, joints, clamps and
connections to fixtures.
b) Connection of all pipes to sewer lines as shown on the drawings at ground floor levels.

c) Floor and urinal traps, cleanout plugs, inlet fittings and rainwater heads.

d) Testing of all pipelines.

Civil & Electrical work in new CGS Page 131 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

03.02 General requirements

03.02.01 All materials shall be new of the best quality conforming to specifications and subject to
the approval of Engineer-in-Charge.

03.02.02 Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat
workman like manner.

03.02.03 Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance
and shall not cause obstruction in shafts, passages etc.

03.02.04 Pipes shall be securely fixed to walls and ceilings by suitable clamps at intervals specified.

03.02.05 Access doors for fittings and cleanouts shall be so located that they are easily accessible
for repair and maintenance.

03.03 Cast iron pipes & fittings

03.03.01 Pipes

03.03.01.01 Soil, waste, vent, anti-siphonage and rainwater pipes shall be cast iron pipes. All pipes shall
be straight and smooth and inside free from irregular bore, blow holes, cracks and other
manufacturing defects. Pipes shall be centrifugal spun iron soil pipes conforming to I.S. 3989-
1970 or sand cast to I.S. 1729-1967.

03.03.01.02 Standard weight, dimensions and pig lead required for joints shall be as follows:-

For pipes conforming to I.S. 3989-1970 (centrifugal spun soil pipes)

Nominal Diameter Thickness Overall Weight Internal diameter Depth of


6'length 1.83mm of socket lead

---------------------------------------------------------------------------------------------------------------------
in mm mm kg mm mm

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

2 50 3.5 8.5 73 25

3 75 3.5 12.7 99 25

4 100 4.0 19.2 126 25

6 150 5.0 35.5 178 38

For pipes conforming to I.S. 1729-1967 (sand cast iron soil pipes and fittings)

Civil & Electrical work in new CGS Page 132 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

Nominal Diameter Thickness Overall Weight Internal diameter Depth of


6'length 1.83mm of socket lead

------------------------------------------------------------------------------------------------------------------
in mm mm kg mm mm

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

2 50 5
11.41
76
25
3 75 5 16.52 101 25

4 100 5 21.67 129 25

6 150 5 31.91 181 38

03.03.01.03 Tolerance

Acceptable tolerance for pipes to I.S. 3989 and I.S. 1729 shall be as follows:-

a) Wall thickness -15%

b) Length + 20 mm

c) Weight -10%

03.04 uPVC pipes & fittings

03.04.01 uPVC pipes for drainage system shall be unplasticized (rigid) PVC pipes conforming to I.S.:
4985 of appropriate class as specified in schedule of quantities.

03.04.02 Fitting for the pipes shall be injection molded with approved type of sockets and 'O' rings
joints.

03.04.03 Jointing shall be done as per the manufacturers recommendation. The pipes and fittings must
have matching dimensions for a perfect joint. Loose or excessively tight joints in the system shall
not be accepted. Fittings must have sufficient gap (approx. 10 mm) for permissible thermal
expansion of pipes.

03.04.04 uPVC pipes shall be clamped to the wall with approved type uPVC saddle clamps.

03.04.05 Use proper uPVC pipe adapters for connections between cast iron pipes, traps and uPVC
pipes.

Civil & Electrical work in new CGS Page 133 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

03.05 Fittings

03.05.01 Fittings shall conform to the same Indian Standard as for pipes. Contractor shall use pipes and
fittings of matching specifications.

03.05.02 Fittings shall be of the required degree of curvature with or without access door.

03.05.03 Access door shall be made up with 3-mm thick insertion rubber washer and white lead. The bolts
shall be lubricated with grease or white lead for easy removal later. The fixing shall be air and
watertight.

03.06 Fixing

03.06.01 All vertical pipes shall be fixed by M.S. clamps truly vertical. Branch pipes shall be connected
to the stack at the same angle as that of the fittings. No collars shall be used on vertical
stacks. Each stack shall be terminated at top with a cowl (terminal guard).

03.06.02 Horizontal pipes running along ceiling shall be fixed on structural adjustable clamps of special
design shown on the drawings or as directed. Horizontal pipes shall be laid to uniform slope
and the clamps adjusted to the proper levels so that the pipes fully rest on them.

03.06.03 Contractor shall provide all sleeves, openings, hangers, inserts during the construction. He
shall provide all necessary information to the building Contractor for making such provisions
in the structure as necessary. All damages shall be made good to restore the surfaces.

03.07 Clamps

03.07.01 Holder bat clamps shall be of standard design and fabricated from M.S. flats 40x3 mm
thick and 12-mm dia M.S. Rod and 6 mm nuts and bolts. They shall be painted with two
coats of black bitumen paint before fixing. Holder bat clamps shall be fixed in cement
concrete 1:2:4 mix blocks 10x10x10 cms deep.

03.07.02 Where holder bat clamps are to be fixed in RCC column or slotted angles, walls or beam they
shall be fixed with 40x3 mm flat iron "U" type clamps with anchor fasteners of approved design
or 6 mm nuts and bolts.

03.07.03 Structural clamps shall be fabricated from M.S. structural members e.g. rods, angles,
channels flats as per detailed drawing or as directed. Contractor shall provide all nuts, bolts,
welding material and paint the clamps with one coat of red oxide and two or more coats of black
enamel paint.

03.07.04 Slotted angle/channel supports on walls shall be provided wherever shown on drawings.
Angles/channels shall be of sizes shown on drawings or specified in schedule of quantities.
Angles/channels shall be fixed to brick walls with bolts embedded in cement concrete blocks
and to RCC walls with suitable anchor fasteners. The spacing of support bolts horizontally
shall not exceed 1 m.

03.07.05 Wherever M.S. clamps are required to be anchored directly to brick walls, concrete slabs, beams
or columns, nothing extra shall be payable for clamping arrangement and making good with
cement concrete 1:2:4 mix (1 cement :2 coarse sand :4 mm stone aggregate 20 mm nominal
size) as directed by the Engineer-in-Charge.

03.08 Traps

Civil & Electrical work in new CGS Page 134 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

03.08 .01 Nahni trap or floor traps shall be cast iron, deep seal with an effective seal of 50 mm. The trap
and waste pipes shall be set in cement concrete blocks firmly supported on the structural floor.
The blocks shall be in 1:2:4 mix (1 cement :2 coarse sand :4 stone aggregate 20 mm nominal
size) and extended to 40 mm below finished floor level. Contractor shall provide all necessary
shuttering and centering for the blocks. Size of the block shall be 30x30 cm of the required
depth.

03.08.02 Urinal traps shall be cast iron P or S traps with or without vent and set in cement concrete
block specified in para above without extra charge.
03.08.03 Floor trap inlet

Bath room traps and connections shall ensure free and silent flow of discharging water. Where specified,
Contractor shall provide a special type cast iron inlet hopper without or with one, two or three inlet sockets to
receive the waste pipe. Joint between waste and hopper inlet socket shall be lead caulked. Hopper shall
be connected to a C.I. P or S trap with atleast 50 mm seal (hopper and traps shall be paid for
separately.)Floor trap inlet hoppers and the traps shall be set in cement concrete blocks as specified in para
above without extra charge.

03.08.04 C.P. Grating

Floor and urinal traps shall be provided with 100-150mm square or round C.P./Stainless steel grating, with rim of approved
design and shape. Minimum thickness shall be 4 mm or as specified in the Schedule of Quantities.

03.09 Jointing

Soil, waste vent, antisyphonage and rainwater pipes shall be jointed with refined pig lead conforming to I.S.27-1977.
Sufficient skein of jute rope shall be caulked to leave a minimum space for the pig lead as given in para 3.1.2 to be poured
in. After the pouring the lead shall be caulked into the joint with caulking tool and hammer. all surplus lead shall be cut
and joint left flush with the rim of the socket neatly.

03.10 Cleanout plugs

Contractor shall provide cast brass cleanout plugs as required. Cleanout plugs shall be threaded and provided with
keyholes for opening . Cleanout plugs shall be fixed to the pipe by a G.I. socket and lead caulked joint.

03.11 Waste pipe from appliances

03.11.01 Waste pipe from appliances e.g. washbasins, sinks and urinals shall be of galvanized steel
or P.V.C. as given in the Schedule of Quantities.
03.11.02 All pipes shall be fixed in gradient towards the outfalls of drains. Pipes inside a toilet room shall
be in chase unless otherwise shown on drawings. Where required pipes may be run at ceiling
level in suitable gradient and supported on structural clamps. Spacing for clamps for such
pipes shall be as follows:-

Vertical Horizontal
G.I. pipes 300 cms 240cms

P.V.C. pipes 180 CMS 120cms

Civil & Electrical work in new CGS Page 135 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

03.11.03 Galvanized pipes

Pipes shall be galvanized steel tubes conforming to I.S.1239-1979 (medium class) and quality certificates
shall be furnished. Pipes shall be provided with all required fittings e.g. tees, couplings, bends, elbows,
unions, reducers, nipples, plugs. All G.I. waste pipes shall be terminated at the point of connection with the
appliance with an outlet of suitable diameter. Pipes in chase shall be painted with two coats of black bitumen
paint and exposed pipes with one coat of red oxide primer and two or more coats of synthetic enamel paint or
as given in the Schedule of Quantities.

Civil & Electrical work in new CGS Page 136 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

03.12 Cast iron pipes for drainage

03.12.01 All drainage lines passing under building, floors, in exposed position above ground e.g.
basement ceiling shall be cast iron pipes. Position of such pipes shall generally be shown
on the drawings.

03.12.02 Cast iron pipes shall be centrifugal spun iron pipes conforming to I.S. 1536-1967. Quality
certificates shall be furnished.

03.12.03 Fittings

a) Fittings used for C.I. drainage pipe shall conform to I.S.1538-1967. Wherever possible
junction from branch pipes shall be made by a Y tee.

b) Cleanout plugs shall be provided on head of each drain and at location indicated on plans
or directed by Engineer-in-Charge. Cleanout plugs shall be of size matching the full bore
of the pipe. Plugs shall be made out with G.I. coupling caulked into the socket of the pipe
or fittings. The end shall be provided with a brass screwed plug with suitable key for opening.

03.12.04 Laying

a) All cast iron pipes and fittings shall be jointed with best quality soft pig lead (conforming
to I.S. 27-1977) which shall be free from impurities in wet trenches joints shall be made
from lead wool. Nothing extra will be paid for lead wool joints. Depth of pig lead and weight
for joints shall be as per I.S. code.

b) The spigot of pipe or fittings shall be centered in the adjoining socket by caulking. Sufficient
turns of tarred gasket will be given to leave unfilled the required depth of socket for depth
of 45 mm when the gasket has been caulked tightly home. Joining ring shall be placed
round the barrel and against the face fill the remainder of the socket. This shall then be of
the socket. Molten pig lead shall then be poured to done in one pouring. The lead shall then
be solidly caulked with suitable tools and hammers weighing not less than 2 kg.

c) For lead wool joints the socket shall be caulked with tarred gasket, as explained above.
The lead wool shall be inserted into the sockets and tightly caulked home skein by skein
with suitable tools and hammers of not less than 2-kg weight until joint is filled.

03.12.05 Testing

All cast iron pipes for drainage shall be tested to a hydraulic test of 3-meter head. A test register shall be maintained
which shall be signed and dated by Contractor, Engineer-in-Charge and representative of Architect/Consultant.

03.13 Cement Concrete

Cast iron soil and waste pipes under floor in sunken slabs and in wall chases (when cut specially
for the pipe) shall be encased in cement concrete 1:2:4 mix (1 cement: 2 coarse sand: 4 stone
aggregate 12 mm size) 75 mm in bed and all around. When pipes are running well above the
structural slab, the encased pipes shall be supported with suitable cement concrete pillars of

Civil & Electrical work in new CGS Page 137 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

required height at intervals of 1.8 m. Rate for concrete round pipes shall be inclusive of pillars,
supports, shuttering and centering.

03.14 Painting

03.14.01 Soil, waste vent, anti-syphonage and rainwater pipes in exposed location in shafts and pipe
spaces shall be painted with two or more coats of synthetic enamel paint to give an even
shade.

03.14.02 Paint shall be of approved quality and shade. Where directed pipes shall be 4
painted in accordance with approved pipe color code.

03.14.03 G.I. waste pipes in chase shall be painted with two coats of bitumen paint, covered with
polythene tape and a final coat of bitumen paint. Exposed pipes shall be painted with two or
more coats of synthetic enamel paint.

03.14.04 C.I. soil and waste pipes below ground and covered in cement concrete or lead pipes shall
not be painted.

03.15 Testing

03.15.01 Before use at site all C.I. soil pipes shall be tested by filling up with water for at least 10
minutes. After filling, pipes shall be struck with a hammer and inspected for blowholes
and cracks. All defective pipes shall be rejected and removed from the site within 48 hours.
Pipes with minor sweating may be accepted at the discretion of the Engineer-in-Charge.

03.15.02 Pipes shall be tested after installation, by filling up the stack with water. All opening and
connections shall be suitably plugged. The total head in the stack shall be however not exceed
3 m.

03.15.03 Alternatively Contractor may test all soil and waste stacks by a smoke-testing machine. Smoke
shall be pumped into the stack after plugging all inlets and connections. The top end shall,
however, be left open. The stack shall then be observed for leakages and all defective pipes and
fittings removed or repaired as directed by the Engineer-in-Charge.

03.15.04 A test register shall be maintained and all entries shall be signed and dated by Contractors and
Engineer-in-Charge.

03.16 Measurements

03.16.01 General

03.16.01 Rates for all items quoted shall be inclusive of all work and items given in the above mentioned
specifications and Schedule of Quantities and applicable for the work under floors, in shafts or
at ceiling level at all heights and depths.

03.16.02 All rates are inclusive of cutting holes and chases in RCC and masonry work and making good
the same.

03.16.03 All rates are inclusive of pre testing and on site testing of the installations, materials and
commissioning.

03.16.04 Pipes (unit of measurement. Linear meter to the nearest centimeter).

03.16.05 All uPVC & C.I. soil, waste, vent, anti-syphonage and rain water pipes shall be measured
net when fixed correct to a centimeter including all fittings along its length. No allowance shall

Civil & Electrical work in new CGS Page 138 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

be made for the portions of pipe lengths entering the sockets of the adjacent pipes or fittings.
The above will apply to both case i.e. whether pipes are fixed on wall face or pillars or
embedded in masonry or pipes running at ceiling level.

03.16.06 Pipes shall be measured per running meter correct to a centimeter for the finished work which
shall include fittings e.g. bends, tees, elbows, reducers, crosses, sockets, nipples and nuts.
The length shall be taken along centerline of the pipes and fittings. All pipes and fittings shall be
classified according to their diameter, method of jointing and fixing substance, quality, and finish.
The diameters shall be nominal diameter of internal bore. The pipes shall be described as
including all cutting and waste. In case of fittings of unequal bore, the largest bore shall be
measured.

03.16.07 Cement concrete around pipes shall be measured along the center of the pipe line measured
per linear meter and include any masonry supports, shuttering and centering cutting complete
as described in the relevant specifications.

03.16.08 Slotted angles/channels shall be measured per linear meter of finished length and shall
include support bolts and nuts embedded in masonry walls with cement concrete blocks and
nothing extra will be paid for making good the same.

03.16.09 Fittings

Unit of measurement shall be the number of pieces. All urinal traps, trap gratings, hoppers, cleanout plugs
shall be measured by number per piece and shall include all items described in the relevant specifications
and Schedule of Quantities.
03.16.10 Painting: painting of pipes shall be measured per running meter and shall be inclusive of all
fittings and clamps. no deduction for fittings shall be made.

03.16.11 Excavation for soil pipes: - no extra payment shall be admissible with respect to excavation,
refilling and disposal of surplus earth for cast iron soil and waste pipes.

04.00 WATER SUPPLY SYSTEM

04.01 Scope of work

04.01.01 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 Schedule of Quantities.

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

a) Distribution system from main supply or overhead tank to all fixtures and appliances for
cold water.

b) Excavation and refilling of pipes trenches.

c) Pipe protection and painting.

d) Control valves, masonry chambers and other appurtenances.

e) Connections to all plumbing fixtures, tanks, appliances and municipal mains.

Civil & Electrical work in new CGS Page 139 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

f) Inserts for R.C.C. tanks

04.01.03 The word internal water supply is used as indicative of all water supply work required and
necessary for the building including such external work as may be necessary to make the
system functional.

04.02 General requirements

04.02.01 All materials shall be new of the best quality conforming to specifications. All works executed
shall be to the satisfaction of the Engineer-in-Charge.

04.02.02 Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat
workmanlike manner.

04.02.03 Short or long bends shall be used on all main pipelines as far as possible. Use of elbows shall
be restricted for short connections.

As far as possible all bends shall be formed by means of a hydraulic pipe bending machine for pipes upto 65 mm dia.

04.02.04 Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance
and shall not cause obstruction in shafts, passages etc.

04.02.05 Pipes shall be securely fixed to walls and ceilings by suitable clamps at intervals specified.

04.02.06 Valves and other appurtenances shall be so located as to provide easy accessibility for
operations, maintenance and repairs.

04.03 G.I. pipes & fittings

04.03.01 Where specified cold water lines shall be galvanized steel tubes conforming to I.S. 1239-
1979 of class specified. When class is not specified they shall be medium class.

04.03.02 Fittings shall be of malleable iron galvanized of approved make. Each fitting shall have
manufacturer's trademark stamped on it. Fittings for G.I. pipes shall include couplings, bends,
tees, reducers, nipples, unions, and bushes. Fittings shall conform to I.S.1879-(part I to X)
1975.

04.03.03 Pipes and fittings shall be jointed with screwed joints. Care shall be taken to remove
burr from the end of the pipe after cutting by a round file. Genuine red lead with grumet and a
few strands of fine hemp shall be applied. All pipes shall be fixed in accordance with layout
and alignment shown on the drawings. Care shall be taken to avoid air pockets. G.I. pipes
inside toilets shall be fixed in wall chases well above the floor. No pipes shall be run inside
a sunken floor as far as possible. Pipes may be run under the ceiling or floors and other
areas as shown on drawings.

04.04 Clamps

G.I. Pipes in shafts and other locations shall be supported by M.S. clamps of design approved by Engineer-in-Charge.
Iron hooks shall anchor pipes in wall chases. Pipes at ceiling level shall be supported on structural clamps fabricated

Civil & Electrical work in new CGS Page 140 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

from M.S. Structurally as described in section II-A. Pipes in typical shafts shall be supported on slotted angles/channels
as specified elsewhere.

04.05 Unions

Contractor shall provide adequate number of unions on all pipes to enable easy dismantling later when
required. unions shall be provided near each gunmetal valve, stop cock, or check valve and on straight runs
as necessary at appropriate locations as required and/or directed by Engineer-in-Charge.
04.06 Flanges

Flanged connections shall be provided on pipes as required or where shown on the drawings, all equipment
connections as necessary and required or as directed by Engineer-in-Charge. Connections shall be made by the correct
number and size of the bolts and made with 3 mm thick insertion rubber washer. Where hot water or steam connections
are made insertion gasket shall be of suitable high temperature grade and quality approved by Engineer-in-Charge.
Bolt hole dia for flanges shall conform to match the specification for C.I. sluice valve to I.S. 780.

04.07 Trenches

All G.I. pipes below ground shall be laid in trenches with a minimum cover of 60 cms. The width and
depth of the trenches shall be as follows: -

Dia of pipe width of trench depth of trench

15 mm to 50 mm 30 cms 75 cms

65 mm to 100 mm 45 cms 100 cms

04.08 Sand filling

Where specified in the Schedule of Quantities all G.I. pipes in trenches shall be protected with fine sand 15 cms all
around before filling in the trenches.

04.09 Painting

All pipes above ground shall be painted with one coat of red lead and two coats of synthetic enamel paint of approved
shade and quality. Pipes shall be painted to standard color code specified by Engineer-in-Charge.

04.10 Pipe protection

Where specified in the Schedule of Quantities all pipes in chase below floor or below ground shall be protected
against corrosion by the application of two coats of bitumen paint covered with polythene tape and a final
coat of bitumen paint.
04.11 HDPE Pipes & fittings

04.11.01 All pipes for D.M. and R.O. water supply shall be High Density Polyethylene (HDPE) to
IS:4984 Class V (10 kg/sqcm) with matching fittings of the same grade. Pipe lines for cold
water supply lines exceeding 25 O.D. shall also be HDPE or as specified in bill of quantities.

Civil & Electrical work in new CGS Page 141 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

04.11.02 Jointing: All HDPE pipes and fittings shall be jointed by welding as per manufacturers'
recommendations.
04.11.03 All piping works shall be tested after installation for a test pressure of one and half times the
working pressure.

Civil & Electrical work in new CGS Page 142 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

Composite pipes & fittings

04.12.01 Where specified, water supply pipes (both hot and cold) inside the building shall be Composite
PE-AL-PE tubes conforming to ASTM F-1282-95.

04.12.02 Fittings for composite tubes shall be brass compression fittings. The pipes shall be free of
visible cracks, holes, foreign inclusions, blisters and other known injurious defects. The pipe
shall be as uniform as commercially practicable in color, opacity, and regularity of the
distribution of the Polyethylene inside and outside.

04.12 Ball Valves

04.13.01 Where specified and shown on the drawings, valves 50 mm dia and below shall be bronze ball
valves quarter turn, lever operated with screwed female/flanged ends to BSP/BS:10 Table D.
Valves shall be tested at manufacturer's works and the same stamped on it.

04.13.02 Ball valves shall be provided with Stainless steel ball and spindle (AISI410/AISI304). All
valves shall be approved by the Engineer-in-Charge before they are allowed to be used on work.

04.14 Butterfly Valves

04.14.01 Valves 50 mm dia and above shall be cast iron butterfly valve to be used for isolation
and/or flow regulation. The valves shall be bubble tight, resilient seated suitable for flow in
either direction and seal in both direction.

04.14.02 Butterfly valve shall be of best quality conforming to IS: 13095. Butterfly valves for general
purpose.

04.15 Non Return Valve

04.15.01 Where specified non return valve (swing check type) shall be provided through which flow can
occur in one direction only. It shall be single door swing check type of best quality conforming
to IS: 5312.

04.16 Storage tanks (Overhead)

04.16.01 Overhead Storage tanks for water supply shall be High Density Polythene (HDPE) cylindrical
vertical tanks with closed top rated for outdoor installation (UV stabilized).

04.16.02 HDPE tanks for R.O. water storage shall be food grade type. Each tank shall be provided
with lockable type manhole cover.

04.16.03 HDPE tanks on terrace location shall be insulated with resin bonded mineral wool/glasswool
mattresses (with standard G.I. wire netting) of 50 mm thickness confirming to IS:8183.

04.16.04 The insulation shall be secured with Aluminum bands sealing at approx. 300 mm center
atleast 25mm back from butted joints. At irregular shapes where banding may be impractical
tie wire (12 SWG) may be used. The entire outer surface of insulation shall be coated with
vapor sealing compound. The insulation shall be encased with Aluminum cladding of 26 SWG
and held in position by bands and seals spaced at 450 mm c/c. Proper weather proofing
mastic shall be used as recommended by the insulation manufacturer.

Civil & Electrical work in new CGS Page 143 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

04.17 Outlets and overflow

All nozzles for puddle flanges in HDPE tanks for inlet, outlet, overflow and scour etc. shall be provided by Plumbing
contractor.

04.18 Storage tanks (Underground)

04.18.01 Underground water storage tanks for water supply shall be in reinforced cement concrete to
be constructed by Civil contractor.

04.18.02 Each tank shall be provided with lockable type manhole cover fabricated from M.S. sheet or
standard cast iron tank covers. Manhole covers shall be 450-500 mm dia as approved by
local municipal authority.

04.18.03 Outlets and overflow, all nozzles for puddle flanges in RCC tank for inlet, outlet, overflow
and scour etc. shall be provided by civil contractor or as given in the Schedule of
Quantities.

04.19 Testing

04.19.01 All pipes, fittings and valves, after fixing at site, shall be tested by hydrostatic pressure of 1.5
times the working pressure or 7kg/sqcm whichever is more. Pressure shall be maintained for
a period of at least thirty minutes without any drop.
A test register shall be maintained and all entries shall be signed and dated by Contractor(s) and Engineer-
in-Charge.

04.19.02 In addition to the sectional testing carried out during the construction, Contractor shall test
the entire installation after connections to the overhead tanks or pumping system or mains.
He shall rectify all leakages and shall replace all defective materials in the system. any damage
done due to carelessness, open or burst pipes or failure of fittings, to the building, furniture
and fixtures shall be made good by the Contractor during the defects liability period without any
cost.

04.19.03 After commissioning of the water supply system, Contractor shall test each valve by
closing and opening it a number of times to observe if it is working efficiently. Valves ,
which do not effectively operate, shall be replaced by new ones, at no extra cost and the same
shall be tested as above.

04.20 Measurement

04.20.01 G.I. pipes above ground shall be measured per linear meter (to the nearest cm) and shall be
inclusive of all fittings e.g. couplings, tees, bends, elbows, unions, and flanges. Deduction
for valves shall be made. Rate quoted shall be inclusive of all fittings, clamps, cutting holes
chases and making good the same and all items mentioned in the specifications and Schedule
of Quantities.

04.20.02 G.I. pipes below ground shall be measured per linear meter (to the nearest cm) and shall be
inclusive of fittings, e.g. couplings, tees, bends, elbows, unions, deduction for valves shall be
made. Rates quoted shall be inclusive of all fittings, excavation, back filling and disposal of
surplus earth, cutting holes and chases and making good and all other items mentioned in the
specifications and Schedule of Quantities.

04.20.03 Gunmetal and cast iron valves and puddle flanges shall be measured in numbers.

Painting/pipe protection/insulation for pipes shall be measured per linear meter over finished surface and shall
include all valves and fittings for which no deduction shall be made.

Civil & Electrical work in new CGS Page 144 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

04.20.05 All HDPE pipes shall be measured per linear meter to the nearest centimeter and shall be
inclusive of all fittings e.g. couplings, tees, bends, and elbows. deduction for valves shall be made.
04.20.06 All HDPE tanks shall be measured in numbers and shall include all nozzles, fittings, insulation
etc. as specified and given in schedule of quantities.
05.0 DRAINAGE

05.01 Scope of work

05.01.01 Work under this section shall consist of furnishing all labor, materials, equipment and
appliances necessary and required to completely install all the drainage system as required
by the drawings and specified hereinafter or given in the Schedule of Quantities.

05.01.02 Without restricting to the generality of the foregoing, the drainage system shall include:-

a) Sewer lines including excavations, pipe lines, manholes, drop connections and
connections to the municipal sewer or septic tanks as per site conditions.
b) Storm water drainage, excavation, pipe lines, manholes, catch basins and connections to
the existing municipal storm water drain. All roof water to be connected to ground water
recharge pit.

05.02 General requirements

05.02.01 All materials shall be of the best quality conforming to specifications and subject to the
approval of the Engineer-in-Charge.

05.02.02 Drainage lines and open drains shall be laid to the required gradients and profiles.

05.02.03 All drainage work shall be done in accordance with the local municipal bye-laws.

05.02.04 Contractor shall obtain necessary approval and permission for the drainage system from
the municipal or any other competent authority.

05.02.05 Location of all manholes, etc. shall be got confirmed by the Engineer-in-Charge before the
actual execution of work at site. As far as possible, no drains or sewers shall be laid in
the middle of road unless otherwise specifically shown on the drawings or directed by the
Engineer-in-Charge.

05.03. Excavation

05.03.01 Alignment and grade

The sewer pipes shall be laid to alignment and gradient shown on the drawings but
subject to such modifications as shall be ordered by the Engineer-in-Charge from time to time
to meet the requirements of the works. No deviations from the lines, depths of cutting or
gradients of sewers shown on the plans and sections shall be permitted except by the
express direction in writing of the Engineer-in-Charge.

05.03.02 Excavation in tunnels

The excavation for sewer works shall be open cutting unless the permission of the Engineer-in-Charge for the
ground to be tunneled is obtained in writing. Where sewers have to be constructed along narrow passages,
the Engineer-in-Charge may order the excavation to be made partly in tunnel and in such cases the excavated
soil shall be brought back later on for refilling the trenches or tunnel.

Civil & Electrical work in new CGS Page 145 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

05.03.03 Opening out trenches

In excavating the trenches, etc. The solid road metalling, pavement, kerbing, etc. And turf is to be placed
on one side and preserved for reinstatement when the trenches or other excavation shall be filled up. Before
any road metal is replaced, it shall be carefully sifted. The surface of all trenches and holes shall be restored
and maintained to the satisfaction of the Engineer-in-Charge and of the owners of the roads or other property
traversed and the Contractor shall not cut out or break down any live fence of trees in the line of the proposed
works but shall tunnel under them, unless the Engineer-in-Charge shall order to the contrary.

The Contractor shall grub up and clear the surface over the trenches and other excavations of all trees, stumps
roots and all other encumbrances affecting execution of the work and shall remove them from the site to the
approval of the Engineer-in-Charge.

05.03.04 Obstruction of roads

The Contractor shall not occupy or obstruct by his operation more than one half of the width of any road or
street and sufficient space shall then be left for public and private transit, he shall remove the materials
excavated and bring them back again when the trench is required to be refilled. The Contractor shall obtain the
consent of the Engineer-in-Charge in writing before closing any road to vehicular traffic and the foot walks
must be clear at all times.

05.03.05 Removal of filth

All night soil, filth or any other offensive matter met with during the execution of the works, immediately after
it is taken out of any trench, sewer or cess pool, shall not be deposited on to the surface of any street or
where it is likely to be a nuisance or passed into any sewer or drain but shall be at once put into the carts
and removed to a suitable place to be provided by the Contractor.

05.03.06 Excavation to be taken to proper depths

The trenches shall be excavated to such a depth that the sewer shall rest on concrete as described in the several
clauses relating there to and so that the inverts may be at the levels given in the sections. In bad ground, the
Engineer-in-Charge may order the Contractor to excavate to a greater depth than that shown on the drawings
and to fill up the excavation to the level of the sewers with concrete, broken stone, graven or other materials.
For such extra excavation and concrete, broken stone, gravel or other materials, the Contractor shall be paid
extra at rates laid down for such works in the schedule, if the extra work was ordered by the Engineer-in-
Charge in writing, but if the Contractor should excavate the trench to a greater depth than is required without a
specific order to that effect in writing of the Engineer-in-Charge the extra depth shall have to be filled up with
concrete at the Contractor's own costs and charges to the requirements and satisfactions of the Engineer-in-
Charge.
05.03.07 Refilling
After the sewer or other work has been laid and proved to be water tight, the trench or other excavations
shall be refilled. Utmost care shall be taken in doing this, so that no damage shall be caused to the sewer and
other permanent work. The filling in the haunches and upto 75 cms above the crown of the sewer shall
consist of the finest selected materials placed carefully in 15 cms layers and flooded and consolidated.
After this has been laid, the trench and other excavation shall be refilled carefully in 15 cms layers with materials
taken from the excavation, each layer being watered to assist in the consolidation unless the Engineer-in-
Charge shall otherwise direct.
05.03.08 Contractor to restore settlement and damages

The Contractor shall, at his own costs and Charges, make good promptly during the whole period the works
are in hand, any settlement that may occur in the surfaces of roads, berms, footpaths, gardens, open

Civil & Electrical work in new CGS Page 146 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

spaces etc. Whether public or private caused by his trenches or by his other excavations and he shall be
liable for any accidents caused thereby. He shall also, at his own expense and Charges, repair and make good
any damage done to buildings and other property. If in the opinion of the Engineer-in-Charge he fails to make
good such works with all practicable dispatch, the Engineer-in-Charge shall be at liberty to get the work
done by other means and the expenses thereof shall be paid by the Contractor or deducted from any money
that may be or become due to him or recovered from him in any other manner according to the law of the land.

05.03.09 Disposal of surplus soil

The Contractor shall at his own costs and charges provide places for disposal of all surplus materials not
required to be used on the works. As each trench is refilled the surplus soil shall be immediately removed, the
surface properly restored and roadways and sides left clear.

05.03.10 Timbering of sewer and trenches

a) The Contractor shall at all times support efficiently and effectively the sides of the sewer
trenches and other excavations by suitable timbering, piling and sheeting and they
shall be closed, timbered in loose or sandy strata and below the surface of the sub soil
water level.

b) All timbering, sheeting and piling with their walling and supports shall be of
adequate dimensions and strength and fully braced and strutted so that no risk of
collapse or subsidence of the walls of the trench shall take place.

c) The Contractor shall be held responsible and will be accountable for the sufficiency of
all timbering, bracing’s, sheeting and piling used as also for, all damage to persons and
property resulting from improper quality, strength, placing, maintaining or removing of
the same.

Civil & Electrical work in new CGS Page 147 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

05.03.11 Shoring of buildings

The Contractor shall shore up all buildings, walls and other structures, the stability of which is liable to be
endangered by the execution of the work and shall be fully responsible for all damages to persons or property
resulting from any accident.

05.03.12 Removal of water from sewer, trench etc

a) The Contractor shall at all times during the progress of the work keep the
trenches and excavations free from water which shall be disposed of by him in a manner
as will neither cause injury to the public health nor to the public or private property nor
to the work completed or in progress nor to the surface of any roads or streets, nor
cause any interference with the use of the same by the public.

b) If any excavation is carried out at any point or points to a greater width than the
specified cross section of the sewer with its envelope, the full width of the trench shall
be filled with concrete by the Contractor at his own expenses and charges to the
requirements of the Engineer-in-Charge.

05.03.13 Width of trench

The Engineer-in-Charge shall have power by giving an order in writing to the Contractor to increase the
maximum width in respect of which payment will be allowed for excavation in trenches for various classes
of sewer, manholes, and other works in certain lengths to be specifically laid down by him, where on account
of bad ground or other unusual conditions, he considers that such increased widths are necessary in view
of the site conditions.

05.03.14 Recommended width of trenches at the bottom shall be as follows:-


100 mm dia pipe 55 cms

150 mm dia pipe 55 cms

225-250 cms dia pipe 60 cms

300 mm dia pipe 75 cms

Maximum width of the bed concrete shall also be as above. No additional payment is admissible for widths greater
than specified.

05.04 Salt glazed stoneware pipes

05.04.01 Stoneware pipes shall be of first class quality salt glazed and free from rough texture inside
and outside and straight. All pipes shall have the manufacturers name marked on it and shall
comply with I.S. 651-1971 approved makes Perfect or Burn.

05.04.02 Laying and jointing of stoneware salt glazed pipes

a) Pipes are liable to be damaged in transit and without standing tests that may have
been made before dispatch each pipe shall be examined carefully on arrival at site.
Each pipe shall be rung with a wooden hammer or mallet and those that do not ring
true and clear shall be rejected. Sound pipes shall be carefully stacked to prevent

Civil & Electrical work in new CGS Page 148 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

damage. All defective pipes should be segregated, marked in a conspicuous manner


and their use in the works prevented.

b) The pipes shall be laid with sockets leading uphill and should rest on solid and even
foundations for the full length of the barrel. Socket holes shall be formed in the
foundation sufficiently deep to allow the pipe jointer room to work right round the pipe
and as short as practicable to admit the socket and allow the joint to be made.

c) Where pipes are not bedded on concrete the trench bottom shall be left slightly
high and carefully bottomed up as pipe laying proceeds so that the pipe barrels rest
on firm ground. If excavation has been carried too low it shall be made up with cement
concrete at the Contractor's cost and Charges.

d) If the bottom of the trench consists of rock or very hard ground that cannot be easily
excavated to a smooth surface, the pipes shall be laid on cement concrete bed to
ensure even bearing.

05.04.03 Jointing of pipes

a) Tarred gaskin shall first be wrapped round the spigot of each pipe and the spigot
shall then be placed into the socket of the pipe previously laid, the pipe shall then
be adjusted and fixed in its correct position and the gaskin caulked tightly home so as
to fill not more than one quarter of the total length of the socket.

b) The remainder of the socket shall be filled with stiff mix of cement mortar (1 cement:
1 clear sharp washed sand). When the socket is filled, a fillet should be formed
round the joint with a trowel forming an angle of 45 degrees with the barrel of the
pipe. The mortar shall be mixed as needed for immediate use and no mortar shall be
beaten up and used after it has begun to set.

c) After the joint has been made any extraneous materials shall be removed from
inside of the joint with a suitable scraper of "badger". The newly made joints shall be
protected until set, from the sun, drying winds, rain or dust. Sacking or other
materials, which can be kept damp, shall be used. The joints shall be exposed and
space left all round the pipes for inspection by the Engineer-in-Charge. The inside of
the sewer must be left absolutely clear in bore and free from cement mortar or
other obstructions throughout its entire length, and shall efficiently drain and discharge.

05.05 Testing

a) All lengths of the sewer and drain shall be fully tested for water tightness by means
of water pressure maintained for not less than 30 minutes. Testing shall be carried
out from manhole to manhole. All pipes shall be subjected to a test pressure of at
least 1.5 meter head of water. The test pressure shall, however, not exceed 6 meter
head at any point. The pipes shall be plugged preferably with standard design plugs
with rubber plugs on both ends. The upper end shall, however, be connected to a
pipe for filling with water and getting the required head.
b) Sewer lines shall be tested for straightness by:
i) inserting a smooth ball 12 mm less than the internal diameter of the pipe. In
the absence of obstructions such as yarn or mortar projecting at the joints the ball
should roll down the invert of the pipe and emerge at the lower end,
ii) means of a mirror at one and a lamp at the other end. If the pipe line is straight
the full circle of light will be seen otherwise obstruction of deviation will be
apparent.

Civil & Electrical work in new CGS Page 149 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

c) The Contractor shall give a smoke test to the drains and sewer at his own expense
and charges, if directed by the Engineer-in-Charge.
d) A test register shall be maintained which shall be signed and dated by Contractor,
Engineer-in-Charge and representative of Architects/Consultants.

05.06 Gully traps

05.06.01 Gully traps shall be of the same quality as described for stoneware pipes in clause 5.

05.06.02 Gully traps shall be fixed in cement concrete 1:5:10 mix and a brick masonry chamber 30x30
cms inside in cement mortar 1:5 with 15x15 cms grating inside and 30x30 cms C.I. sealed
cover and frame weighing not less than 7.3 kg to be constructed as per standard drawing. Where
necessary, sealed cover shall be replaced with C.I. grating of the same size (1 cement: 5 coarse
sand: 10 stone aggregate 40 mm nominal size)

05.07 Reinforced cement concrete pipes

05.07.01 All underground storm water drainage pipes and sewer lines where specified (other than those
specified cast iron) shall be centrifugal spun RCC pipes of specified class. Pipes shall
be true and straight with uniform bore, throughout. Cracked, warped pipes shall not be used
on the work. The manufacturer shall test all pipes and the Contractor shall produce, when
directed a certificate to that effect from the manufacturer.
05.07.02 Laying

R.C.C. spun pipes shall be laid on cement concrete bed or cradles as specified and shown
on the detailed drawings. The cradles may be precast and sufficiently cured to prevent cracks
and breakage in handling. The invert of the cradles shall be left 12 mm below the invert level of
the pipe properly placed on the soil to prevent any disturbance. The pipe shall then be placed
on the bed concrete or cradles and set for the line and gradient by means of sight rails and
bonding rods etc. Cradles or concrete bed may be omitted, if directed by the Engineer-in-Charge.

05.07.03 Jointing

After setting out the pipes the collar shall be centered over the joint and filled in with tarred gaskin, so
that sufficient space is left on either side of the collar to receive the mortar. The space shall then be filled with
cement mortar 1:2 (1 cement: 2 fine sand) and caulked by means of proper tools. All joints shall be finished at
an angle of 45 degrees to the longitudinal axis of the pipe on both sides of the collars neatly.
05.07.04 Testing
All pipes shall be tested to a hydraulic test of 1.5 m head for atleast 30 minutes at the highest point in the section
under test. Smoke test shall be carried out by the Contractor similar to those for stoneware pipes given above,
if directed by the Engineer-in-Charge, at the expense and charges of the Contractor. A test register shall be
maintained which shall be signed and dated by Contractor,/Engineer-in-Charge and representative of
Architects/ Consultant.
05.08 Cement concrete and masonry works (for manholes and chambers etc.)

05.08.01 Materials

a) Water

Water used for all the constructional purposes shall be clear and free from oil, acid, alkali, organic
and other harmful matters, which can deteriorate the strength and/or durability of the
structure. In general, the water suitable for drinking purposes shall be considered good
enough for constructional purpose.
c) Aggregate for concrete
The aggregate for concrete shall be in accordance with I.S.383 and I.S. 515.in general,
these shall be free from all impurities that may cause corrosion of the reinforcement. Before

Civil & Electrical work in new CGS Page 150 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

actual use these shall be washed in water, if required as per the direction of Engineer-in-
Charge. The size of the coarse aggregate shall be done as per I.S.383.
c) Sand

Sand for various constructional purposes shall comply in all respects with I.S. 650 and I.S. 2116. It shall be clean, coarse
hard and strong, sharp, durable, uncoated, free from any mixture of clay, dust, vegetable matters, mica, iron impurities
soft or flaky and elongated particles, alkali, organic matters, salt, loam and other impurities which may be considered
by the Engineer-in-Charge as harmful for the construction.

d) Cement

The cement used for all the constructional purposes shall be ordinary Portland cement or rapid hardening Portland
cement conforming to I.S.269.

e) Mild steel reinforcement

The mild steel for the reinforcement bars shall be in the form of round bars conforming to all requirements of I.S.
432 grade I.

f) Bricks

Brick shall have uniform color, thoroughly burnt but not over burnt, shall have plain rectangular faces with parallel sides
and sharp right angled edges. They should give ringing sound when struck. Brick shall not absorb more than 20% to 22%
of water, when immersed in water for 24 hours. Bricks to be used shall be approved by the Engineer-in-Charge.

g) Other materials

Other materials not fully specified in these specifications and which may be required in the work shall conform to
the latest I.S.. All such materials shall be approved by the Engineer-in-Charge before use.

05.08.02 Cement concrete (plain or reinforced)

a) Cement concrete pipes bedding, cradles, foundations and R.C.C. slabs for all works
shall be mixed by a mechanical mixer where quantities of the concrete poured at one
time permit. Hand mixing on properly constructed platforms may be allowed for small
quantities by the Engineer-in-Charge. Rate for cement concrete shall be inclusive of all
shuttering and centering at all depth and heights.
b) Concrete work shall be of such thickness and mix as given in the Schedule of Quantities.
c) All concrete work shall be cured for a period of atleast 7 days. Such work shall be kept
moist by means of gunny bags at all times. All pipes trenches and foundations shall be
kept dry during the curing period.
05.09 Masonry work

Masonry work for manholes, chambers, septic tanks, and such other works as required shall be constructed from 1st
class bricks or 2nd class as specified in the Schedule of quantities in cement mortar 1:5 mix (1 cement: 5 coarse sand).
All joints shall be properly raked to receive plaster.

05.10 Cement concrete for pipe support

a) Wherever specified or shown on the drawings, all pipes shall be supported in bed all
round or in haunches. The thickness and mix of the concrete shall be given in the
Schedule of Quantities. Width of the bedding shall be as per para 4.14.

b) Unless otherwise directed by the Engineer-in-Charge cement concrete for bed, all
round or in haunches hall be laid as per CPWD specifications 1977.

Civil & Electrical work in new CGS Page 151 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

c) R.C.C. pipes or C.I. pipes may be supported on brick masonry or precast R.C.C. or
in situ cradles. Cradles shall be as shown on the drawings.

d) Pipes in loose soil or above ground shall be supported on brick or stone masonry
pillars as shown on the drawings.

05.11 Manholes and chambers

05.11.01 All manholes, chambers & other such works as specified shall be constructed in brick masonry
in cement mortar 1:5 (1 cement: 5 coarse sand) or as specified in the Schedule of Quantities.

05.11.02 All manholes and chambers, etc. shall be supported on base of cement concrete of such
thickness and mix as given in the Schedule of Quantities or shown on the drawings. Sizes of
the manhole shall be as per CPWD specifications.

05.11.03 All manholes shall be provided with cement concrete benching in 1:2:4 mix (1 cement: 2
coarse sand: 4 stone aggregate 20 mm nom. Size). The benching shall have a slope of 10
cms towards the channel. The depth of the channel shall be full diameter of the pipe.
Benching shall be finished with a floating coat of neat cement.

05.11.04 All manholes shall be plastered with 12/15 mm thick cement mortar 1:3 (1 cement: 3 coarse
sand) and finished with a floating coat of neat cement inside. Manhole shall be plastered
outside as above but with rough plaster.

05.11.05 All manholes with depths greater than 1 m. shall be provided with 20 mm square or 25 mm
round rods catch rings set in cement concrete blocks 25x10x10 cms in 1:2:4 mix 30 cms
vertically and staggered. Foot rests shall be coated with coal tar before embedding.

05.11.06 All manholes shall be provided with cast iron covers and frames embedded in reinforced cement
concrete slab. Weight of cover, frame and thickness of slab shall be as specified in the Schedule
of Quantities or given above.

05.12 Septic tank and soak pits

05.12.01 Since the area is unsewered, it is proposed to discharge the sewage from the house in a
septic tank and the effluent from the same shall be disposed off to sub-surface disposal system
in form of soak pits.

05.12.02 Septic tank construction material shall be similar to manholes as described in para 7 above.
The size of the septic tank shall be as given in the schedule of quantities.

05.12.03 Every septic tank shall be provided with C.I. cover of adequate strength. The cover and frame
shall be 500 mm dia (Medium duty) minimum. Every septic tank shall also be provided with
a ventilating pipe of minimum 50 mm diameter.

05.12.04 Before the tank is commissioned for use, it shall be tested for water tightness by filling it up with
water and allowing it to stand for 24 hours. It shall then be topped up, if necessary, and allowed
to stand for a further period of 24 hours, during which time the fall in the level of water shall not
be more than 1.5 cm.

05.12.05 The septic tank shall be filled with water to its outlet level before the sewage is let into the
tank. It shall, preferably, be seeded with small quantities of well digested sludge obtained from
septic tanks or sludge digestion tanks. In the absence of digested sludge a small quantity of
decaying organic matter may be introduced.

05.12.06 The effluent from septic tank shall be discharged into a soak pit. The soak pit shall have a honey
comb dry brick shaft 45x45 cm and of depth as given in the specifications. Round the shaft
and within the radius of 60 cm shall be placed well burnt brick bats. Brick ballast of size from
50 to 80 mm nominal size shall be packed round the brick bats upto the radius of 90 cm. The

Civil & Electrical work in new CGS Page 152 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

remaining portion shall be filled with brick ballast of 40 mm nominal size. The construction of
shaft and filling of the bats and the ballast shall progress simultaneously. Over the filling shall
be placed a single matting, which shall be covered with minimum layer of 7.5 cm earth. The
shaft shall be covered with 7.5 cm thick stone or RCC slab. 10 cm wide and 10 cm deep
brick edging with first class bricks shall be provided round the pit.

05.13 Measurement
05.13.01 Excavation

05.13.02 Measurement for excavation of pipe trenches shall be made per linear meter under the
respective category of soil classification encountered at site:

A) Ordinary soil

B) Hard soil (hard moorum & soft rock)

C) Hard rock requiring chiseling

D) Hard rock requiring blasting.

05.13.03 Trenches shall be measured between outside walls of manholes at top and the depth shall
be the average depth between the two ends to the nearest cm. The rate quoted shall be for a
depth upto 1.5 m or as given in the Schedule of Quantities.

05.13.04 Payment for trenches more than 1.5 m in depth shall be made for extra depth as given in the
schedule of quantities and above the rate for depth upto 1.5 m.

05.13.05 Timbering and Shoring as described above shall be measured per sq.mt. and paid for as per
the type of timbering of shoring done at site and as per the relevant item in the Schedule of
Quantities. Rate for timbering and shoring shall be for all depths and types of soil
classifications including saturated soil.

05.13.06 Saturated Soil

No extra payment for pumping and bailing out water shall be made for excavation with an average depth of 1.5
m in saturated soil, surface water from rain falls or broken pipes lines or severs and other similar sources. An
extra rate as quoted in the schedule of quantities shall be paid for excavation in saturated soil for pipe trenches
above average depth of 1.5 m. No payment is admissible for water collected from surface sources and broken
pipe lines or sewers.

05.13.07 Refilling, Consolidation and Disposal of Surplus Earth


Rate quoted for excavation of trenches shall be inclusive of refilling, consolidation and disposal of surplus
earth within a lead of 200 m.

05.13.08 Stoneware Pipes/RCC/C.I. pipes shall be measured for the finished length of the pipeline per
linear meter i.e.

(a) Lengths between manholes shall be recorded from inside of one manhole to inside of
other manhole.
(b) Length between gully trap and manhole shall be recorded between socket of pipe near
gully trap and inside of manhole. Rate shall include all items given in the schedule of
quantities and specifications.

Civil & Electrical work in new CGS Page 153 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

05.13.09 Gully Traps shall be measured in numbers and rate shall include all excavation, foundation,
concrete, brick masonry, cement plaster inside and outside, C.I. grating and sealed cover and
frame.

05.13.10 Cement Concrete for Pipes

Cement concrete in bed and all round or in haunches shall be paid per running meter between the outside wall
of manholes at bottom of the trench. No additional payment is admissible in respect of concreting done for widths
greater than specified, for shuttering or centering and concreting in sub-soil water conditions.
05.13.11 Manholes
a) All manholes shall be measured by numbers and shall include all items specified above
and necessary excavation, refilling & disposal of surplus earth.
b) Manholes with depths greater than specified under the main item shall be paid for under
"extra depth" and shall include all items as given for manholes. measurement shall be
done to the nearest cm. Depth of the manholes shall be measured from top of the
manhole cover to bottom of channel.

05.13.12 Septic tanks and soak pits shall be enumerated and shall include the cost of materials and
labor involved in all the operations described above.

06.00 WATER SUPPLY PUMPS & ANCILLARIES

06.01 Scope of work

Work under this section consists of furnishing all labor, materials, equipment and appliances necessary and
required to supply install and commission the water supply pumps & accessories as described hereinafter and
given in the Schedule of Quantities and/or shown on the drawings.
06.02 General requirements

06.02.01 All materials shall be new of the best quality conforming to specifications and subject to the
approval of Engineer-in-Charge.

06.02 All equipment shall be of the best available make, manufactured by reputed firms.

06.02.03 All equipment shall be installed on suitable foundations, true to level and in a neat workman
like manner.

06.02.04 Equipment shall be installed so as to provide sufficient clearance between the end walls
and between equipment to equipment.

06.03 Pumping sets

06.03.01 Water supply pumps shall be suitable for fresh water. Pumps shall be single stage, mono-block
horizontal centrifugal pumps with cast iron body and gunmetal/bronze impeller, stainless steel
shaft mechanical seal and coupled to a TEFC electric motor. Each pump should operate upto a
curve-10m below specified head. The pump shall be of submersible type.

06.03.02 Motor shall be totally enclosed fan cooled induction motor of required H.P. The motor
shall be suitable for 400/440 volts, 3 phase, 50 cycles A.C power supply and shall conform to
I.S. 325.

06.03.03 Pressure Gauge

Civil & Electrical work in new CGS Page 154 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

Each pumping set shall be provided with a 150 mm dia. gunmetal "Bourden" type pressure gauge with gunmetal
isolation cock and connecting piping.

06.03.04 Vibration Pads

Provide vibration eliminating pads appropriate for each pump.

06.04 Cables

06.04.01 Contractor shall provide all power and control cables from the motor control center to various
motors.

06.04.02 Cables shall conform to I.S. 1554 and carry ISI mark.

06.04.03 Wiring cables shall conform to IS 694.

06.04.04 All power and wiring cables shall be aluminum conductor PVC insulated armored and PVC
sheathed of 1100 volts grade.

06.04.05 All control cables shall be copper conductor PVC insulated armored and PVC sheathed
1100 volt grade.

06.04.06 All cables shall have stranded conductors. The cables shall be in drums as far as possible
and bear manufacturer's name.

06.04.07 All cable joints shall be made in an approved manner as per standard practice.

06.05 Earthing

All equipment installed by the contractor shall be suitably earthed by making proper connection by means
of G.I. strip to the main earthing system laid by the electrical contractors.
06.06 Measurement

06.06.01 G.I. pipes shall be measured per linear meter of the finished length and shall include all
fittings, jointing, clamps for fixing to walls or hangers and testing.

06.06.02 Suction and delivery headers shall be measured per linear meter of finished length and shall
include all items as given in the Schedule of Quantities. Painting shall be included in the rate
of headers.

06.06.03 Pumps shall be measured by numbers and shall include all items as given in the specifications
and Schedule of Quantities.

06.06.04 Motor control panels, earthing station, vibration eliminators, and suction strainer shall be
measured by numbers and shall include all items as given in the Schedule of Quantities and
specifications.

Civil & Electrical work in new CGS Page 155 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

LIST OF APPROVED MAKES OF MATERIALS

S.No. Materials I.S. No. Brand Name Manufacturer

1. Vitreous China Sanitaryware 2556 (Part 1 to 16) Parry Parryware

Hindustan Hindustan Sanitaryware

& Industries, Bahadurgarh

Cera Madhusudan Ceramics

Ahmedabad

Jaquar
ROCA

2. Stainless Steel Sinks AMC Ashok Mfg. Co.

New Delhi

Neelkanth Neelkanth Mfg. Co.

New Delhi

Jayna Jain Brothers, New Delhi

3. C.P. Fittings Parko Prakash Brassware

Ind., New Delhi

GEM GEM Sanitary Appliances


Pvt. Ltd. Delhi.

4. Autoflush valves & taps ROBO AOS Systems New

Delhi

TOSHI Toshi Automatic Systems,


Ghaziabad

5. C.P. Accessories, waste fittings ESS ESS Ess Ess Bathroom

Products Pvt. Ltd.

Panchkula (Haryana)

Lotus D.P. Gupta & Co.

New Delhi

Orient Venus Metal Ind., Delhi

6. Soil, Waste & Rainwater Pipes & fittings

a) Sand Cast 1729 RIF Raj Iron Foundry, Agra

BIC Bengal Iron Co., Kolkata

Civil & Electrical work in new CGS Page 156 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

b) PVC Pipe 4985


SUPREME Supreme Industries,
Bombay

PRINCE Selfshine Industries

Bombay

7. G.I. Pipes/M.S. Pipes 1239 TATA TISCO- Tubes Div.

3589 Jamshedpur.

Jindal

8. G.I. Fittings (malleable 1879 R R.M. Engg. Works,

cast iron) Ahmedabad.

KS K.S. Engg. Works,

Ghaziabad.

9. Ball Valves (Bronze) Zoloto Zoloto Industries,

Jalandhar

Italvolvole Gujarmal Ganpat Rai,

New Delhi

10. Composite pipes and fittings KiTEC KiTEC Ind., Baroda

11. Gunmetal valves & Cocks works Leader Leader Engg. W

Jalandhar.

Zoloto Zoloto Industries,

Jalandhar

12. C.I. S/S pipes 1536 Kesoram Kesoram Spun Pipe &

Foundries, Kolkata.

Electrosteel Electrosteel
Casting Ltd.

West Bengal

13. C.I. double flanged sluice 780 Kirloskar Kirloskar Bros. Ltd.

Valves, Non Return Valve Pune

5312 Leader Leader Engg. Works

Jalandhar

Civil & Electrical work in new CGS Page 157 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

14. Butterfly Valve AUDCO L&T, Bombay

15. Suction Strainer Leader Leader Engg. Works

Jalandhar

Kirloskar Kirloskar Bros. Pune

16. Electrical cables CCI, RR cables, Grandley, KEI, Havells

Fort and Gloster

Finolex

17. Pressure gauges Fiebigh

H. Guru

18. Clear Water Pumps Best & Crompton

Kirloskar,

Mather & Platt

19. Motors NGEF, Kirloskar,

Siemens,

Crompton Greaves

20. Vibration Eliminator Resistoflex, Noida

D Wren, Calcutta

21. Electrical Switch Gear & Siemens, L & T

Starters. Cutler Hammer, HPL, CGL

English Electric.

Civil & Electrical work in new CGS Page 158 of 166


INDRAPRASTHA GAS LTD. TECHNICAL SPECIFICATIONS IGL/ND/C&P/EC15509

S.No. Materials I.S. No. Brand Name Manufacturer

22. Single Phasing Preventor L & T,

English Electric,

Siemens.

23. Liquid Level Controllers Minilec

Water Manager (Femack)

Silver Spark

24. Stoneware Pipes & Gully Traps 651 Perfect Perfect Potteries

HCI Jabalpur

25. R.C.C. pipes 458 Lakshmi, New Delhi

Sood & Sood, New Delhi

Jain & Co.

27. HDPE pipes and fittings HASTI, NOCIL, Bangalore


ORI-PLAST, Ori-plast Ltd., Balasore

Aaw (Orissa)

28. Lights Havells, Sudhir, Bajaj, Balliga,

Crompton, wipro, Syska

Civil & Electrical work in new CGS Page 159 of 166


INDRAPRASTHA GAS LTD. SCOPE OF WORK IGL/ND/C&P/EC15509

CIVIL & ELECTRICAL WORKS FOR CGS CONSTRUCTION IN NEW GA’S IN HARIYANA,
U.P AND RAJASTHAN FOR A PERIOD OF TWO YEARS

SCOPE OF WORK

Civil & Electrical work in new CGS Page 160 of 166


INDRAPRASTHA GAS LTD. SCOPE OF WORK IGL/ND/C&P/EC15509

01.00 GENERAL INFORMATION

01.01 Indraprastha Gas Limited a joint venture company of GAIL, BPCL & Delhi Govt., has embarked on a
prestigious programme of developing an extensive network of CNG Distribution Stations in Delhi and
NCR. The distribution network involves augmentation of present CNG stations.
01.02 Tendering Philosophy

The proposed tender relates to the Construction of new CGS (City Gate Station).
02.0 SCOPE OF WORK
02.01 Scope of work comprises of the major works as listed below:

i) Construction of CGS at the land allotted by IGL as per the layout given in “Good for
Construction” drawing approved by IGL’s architect.
ii) The construction shall conform to the Building bye laws/ relevant IS codes & as per
the plan sanctioned by concerned civic agency.
iii) The construction works will majorly comprise of the following:
 Equipment foundations (FRS, odorising unit, metering skids etc.) as per the
structural drawing issued by Architect/IGL/PMC.
 Building (RCC framed or as per the drawings issued by the Architect/ IGL/
PMC )
 Structural Steel works as per drawing issued by the Architect/ IGL/ PMC.
 Forecourt (RCC/ Paver Block as per the drawings issued by the Architect/
IGL/ PMC)
 Boundary wall / Trenches/ RCC pipes underground facilities etc. as per the
drawings issued by the Architect/ IGL/ PMC
iv) Electrical works including but not limited to installation of Electrical Panels, Laying &
Termination of Cables, Installation of Poles, Earthing strips, Earthing pits, testing &
commissioning of panels, etc.
v) Construction of Maintenance Free Chemical Earthing with 3 Mtr long, 100mm Dia
Galvanized Iron EARTH Electrode filled with non-corrective crystalline highly
conductive compound & sealed from both the side with extended GI strip for
connection at one end along with 2 bags (50 Kg) of Moisture Booster as per IS
standard code of IS:3043-1987 with 1.5 x 1.5 RCC earth pit chamber.

Earth enhancement material is a superior conductive material that improves earthing


effectiveness, especially in areas of poor conductivity (rocky ground, areas of moisture
variation, sandy soils etc.) It improves conductivity of the earth electrode and ground
contact area. It shall have following characteristics-
(i) Shall mainly consist of Graphite and Portland cement. Bentonite content
shall be negligible or supplied Earth enhancement material Shall have high
conductivity, improves earth’s absorbing power and humidity retention capability.
(ii) Shall be non-corrosive in nature having low water solubility but highly
hygroscopic.
(iii) Shall have resistivity of less than 0.2 ohms-meter. Shall be suitable for
installation in dry form or in a slurry form.
(iv) Shall not depend on the continuous presence of water to maintain its
conductivity. Shall be permanent & maintenance free and in its” set form”, maintains
constant earth resistance with time.
(v) Shall be thermally stable between – 10 C to + 60 C ambient temperatures.
Shall not dissolve, decompose or leach out with time.
(vi) Shall not require periodic charging treatment nor replacement and
maintenance.
(vii) Shall be suitable for any kind of electrode and all kinds of soils of different
resistivity.

Civil & Electrical work in new CGS Page 161 of 166


INDRAPRASTHA GAS LTD. SCOPE OF WORK IGL/ND/C&P/EC15509

(viii) Shall not pollute the soil or local water table and meets environmental
friendly requirements for landfill.
(ix) Shall not be explosive.
(x) Shall not cause burns, irritation to eye, skin etc.
02.02 Detailed Scope

While the actions for procurement, erection and commissioning of all major equipment e.g. FRS,
metering skid, odorising unit etc., are separately organised by IGL, it is intended through this
tender to construct the CNG stations in such a manner that the following activities are covered:

02.02.01 Taking over of the site from IGL and making arrangement of safety, security, temporary water &
electrical connections, traffic detour etc., as and when required.
02.02.02 The construction activities at CGS i.e. site clearance; leveling/ filling up to desired levels;
constructing boundary wall, partition walls, columns, beams, foundation (as per drawings issued
by architect/IGL/PMC), taking power and water connections; making outlet connections to
existing drainage and sewerage network; construction of approach/ exit road, culvert etc., taking
appropriate permissions from concerned Govt./Private agencies during construction period and
construction of facilities as per schedule for each station.
02.02.03 Construction of building as per Building bye-laws/NBC – with basic amenities e.g. control room,
toilets, electrical room, etc. The building shall be provided with specified finishes, illumination,
plumbing, sanitary, internal water supply fittings and hydro insulation of roof etc. complete.
02.02.04 Construction of equipment foundation e.g. metering skid, FRS, odorising unit as per requirement
including isolation, grouting and finishes after erection by equipment supplier(s).
02.02.05 Forecourt to be completed as per drawing & specification including drainage network, pipe/cable
trenches, green area, concrete kerbs, paver blocks etc.
02.02.06 Providing electrical and illumination equipment, cables, cable pits, GI Conduits, covers, trenches
etc
02.02.07 Construction of approach roads, catch drain, Rain water harvesting and joining with existing
public works including liasoning with local authorities for execution of such works.
02.02.08 Taking all measures to provide safety to traffic, public, workmen operating staff, equipment– and
providing FIRE PROTECTION measures during construction.
02.02.09 The site to be cleared, all debris removed to authorised dumping ground and completed work to
be handed over to IGL.
02.02.10 To submit daily, weekly and monthly progress reports and attend review meetings, site visits and
other discussions with IGL.
02.02.11 Submission of as-built details.
03.0 Completion Time Schedule

Completion time schedule shall be fixed by the client/PMC on case to case basis after mutual
discussion with the contractor.

04.0 General Instructions to the Contractor


04.01 Plan and prepare a schedule for execution and work implementation as per drawings issued by
IGL/ PMC/Architect.
04.02 Latest revision of all documents/ drawings shall be issued during the course of construction and
execution of work shall be in accordance to them.
04.03 In case of any discrepancy is found in drawings & actual site conditions, the same shall be
brought to the notice of the Engineer-in-charge before execution of work and decision of the
Engineer-in-charge shall be final and binding to the contractor without any extra cost implication
to the owner.
04.04 Quantities as mentioned are indicative and can have a variation from the quantities actually
executed. The contractor is advised to work out the breakup of individual work items and

Civil & Electrical work in new CGS Page 162 of 166


INDRAPRASTHA GAS LTD. SCOPE OF WORK IGL/ND/C&P/EC15509

quantities at his own before quoting any rates. Owner is not liable for any discrepancies in the
quantities and no extra time or cost shall be granted on this pretext.
04.05 The contractor is bound to execute all items (whether mentioned in the tender or otherwise)
required for proper completion of work. In case where a specification of any item is not provided,
CPWD specifications shall be applicable. In absence of CPWD Specification the same shall be
provided by IGL & shall be followed.
04.06 The contractor has to clear the site in all respect before commencement of work and after
completion of work including removal of old structures (Brick/RCC/ Steel), roads, trees and
bushes etc., without claiming any extra cost from the owner (except for the works for which items
are available in BOQ). All such material shall be appropriately disposed at an authorized
dumping ground at the contractor’s responsibility.
04.07 The contractor has to obtain all types of statutory approvals including `C’ form, `D’ form,
completion certificate, approval from electrical inspector for electrical work and DG set, electrical
connection, water connection, fire department etc. and all other approvals that might be required
to commission the station, from various relevant authorities during the course of work and after
completion of works in co-ordination with IGL without any cost implication to the owner.
04.08 The contractor has to arrange all tools and plants, site fencing material, site barricading (at least
8 ft), wind break wall, lighting arrangements, site office, store, outside name plate, electricity
and water at his own cost. The contractor shall follow NGT rules at all times.
04.09 The contractor should quote keeping this in mind that no extension of time or escalation in the
cost shall be entertained under any circumstances.
04.10 The contractor is bound to carry out all works on any number of sites simultaneously that may
be allotted to him.
04.11 The work shall be carried out in city conditions and generally close to the roads and public
services conveying a considerable volume of vehicular traffic and human activity. It is deemed
necessary that the tenderer considers the “SAFETY” as the MOST IMPORTANT aspect of
working conditions and is required to include in his offer all costs (direct and indirect) towards
observance, compliance and provision of all safety appurtenances and norms.
04.12 Grassing, paving, roads, drains, floral beds, fencing, tiles, flooring masonry etc. to be constructed
as per IGL’s/Architect’s/ PMC’s requirement and satisfaction.
04.13 Installing site markers, warning signs, fencing etc. and cleaning all unserviceable materials,
debris to designated disposal areas and obtain a no dues certificate from the concerned
authorities.
04.14 Handing over the completed works to IGL for their operation/ use purposes.
04.15 The Contractor has to prepare as built drawings, shop drawings and submit them along with
guarantee cards/ warranty cards/ service schedule any other purchase documents/ literature for
all equipment / fixtures / fittings installed at the time of completion of work.
04.16 Any other activity(ies) not mentioned/ covered explicitly above, but otherwise required for
satisfactory completion/ operation/ safety/ statutory/ maintenance of the works shall also be
covered under the Scope of Work and has to be completed by the Contractor within specified
Schedule of Items of Works at no extra cost to IGL.
04.17 The contractor has to return all the drawings issued to him from time-to-time along with the final
bill to the IGL. The contractor is not permitted to make copies of any drawing/ document provided
to him.

Civil & Electrical work in new CGS Page 163 of 166


INDRAPRASTHA GAS LTD. SCOPE OF WORK IGL/ND/C&P/EC15509

05.0 REFERENCE SPECIFICATION, CODES AND STANDARDS

The contractor shall carry out the work in accordance with this Specification and relevant BIS code.

If the Contractor find any discrepancy, ambiguity or conflict in or between any of the Standards and the contract
documents, then this should be promptly referred to the Engineer-in-charge (EIC) for his decision which shall
be considered binding on the contractor.

06.0 APPROVALS

06.01 Approval in principle for all work will be obtained from concerned authorities. To ensure smooth
execution of the work on a day to day basis it will be the Contractors responsibility to liaison with such
authorities and obtain necessary approvals.

06.02 The contractor shall obtain building plan sanction & occupancy cum completion certificate of the site
allotted to them from the concerned civic agency.

10% of each RA bill amount will be retained against obtaining Building Plan Sanction and Occupancy
cum completion certificate of the allotted site. The retained amount shall be released in parts i.e. 5%
(against retained 10%) after successfully obtaining Building Plan Sanction and 5% (against retained
10%) after successfully obtaining Completion Cum Occupancy Certificate.

07.0 STRUCTURES, SERVICES AND OTHER PROPERTY

07.01 Protection of Structures and Utilities

The Contractor shall at his own cost, support and protect all buildings, walls, fences or other structures and all
utilities and property which may, unless so protected, be damaged as a result of the execution of the works.
He shall also comply with the requirements in the specification relating to protective measures applicable to
particular operations or kind of work.

07.02 Interference with Traffic, Street Drainage and General Public

The Work shall be executed in such a manner as to cause a minimum of inconvenience to persons requiring to
use public or private roads, lanes, thoroughfares, walkways, rights of use or passages through which the works
are to be executed. Closure of roads, etc., shall not be permitted without the approval of the EIC.

The Contractor shall comply with all requirements of local authorities to maintain traffic rules and keep roads
open to traffic and main access to and within any private property.

The Contractor shall not, in any circumstance, use a private drive way, access track or entrance without the
prior approval of the EIC.

The Contractor shall provide suitable access where necessary in the form of temporary bridges, culverts,
flumes, etc. of a size and type approved by the EIC.

The Contractor shall comply with all relevant roads laws. Where limits and/or speed limits have been placed in
the vicinity of the works, the contractor shall provide for the necessary movement of plant and equipment in
accordance with the requirements of the relevant authority.
The Contractor shall not obstruct any drainage pipes or channels in any road but shall deviate them where
necessary and use all proper measures to provide for the free passage of water.

Civil & Electrical work in new CGS Page 164 of 166


INDRAPRASTHA GAS LTD. SCOPE OF WORK IGL/ND/C&P/EC15509

The Contractor shall deliver the completed works after proper cleaning of the site.

The contractor shall conduct his operations at all times, with a view to minimising as far as practicable noise
from construction and other objectionable nuisances (eg. oil leakage/ smoke/ dust/ SPM, etc.)

08.0 SAFETY

The Contractor shall conform to the requirements outlined in Preamble for safety requirements. In addition, the
Contractor shall observe safe working practices in the storage and handling of cleaning fluids, flammable fluids,
etc., and ensure smoking or naked flames are not permitted in the vicinity when these materials are being
used.

Excavation walls shall be battered with sufficient slope in order to minimise a trench collapse. Where there is a
danger of an earth slide or collapse.

The Contractor shall also protect all work sites with warning signs, barricades and night lighting. The
Contractor shall inspect all fenced excavations daily and maintain them in good order.

Where the EIC determines that the Contractor is performing the work in an unsafe manner, he may suspend
the work until the Contractor takes corrective action.

Since the work shall be carried out in city conditions and generally close to the roads and public services
conveying a considerable volume of vehicular traffic and human activity, it is deemed necessary that the
tenderer considers the “SAFETY” as the MOST IMPORTANT aspect of working conditions and is required to
include in his offer all costs (direct and indirect) towards observance, compliance and provision of all safety
appurtenances and norms.

09.0 PROGRESS OF WORK

The Contractor shall proceed with the Work under the Contract with due expedition and without delay.

The EIC may direct in what order and at what time the various stages or parts of the work under the Contract
shall be performed.

If the Contractor can reasonably comply with this direction, the Contractor shall do so. If the Contractor cannot
reasonably comply, the Contractor shall notify the EIC in writing giving reasons.

10.0 MATERIAL, LABOUR, PLANT AND EQUIPMENT

10.01 Supplied by the contractor

The Contractor shall provide the labour, tools, plant and equipment necessary for the proper execution
of the work. This will include but not limited to list of specialised items included.

10.02 Plant and Equipment

All vehicular type machinery shall be in good working order and shall not cause spillage of oil or
grease. To avoid damage to paved surfaces the Contractor will provide pads of timber or thick rubber
under the hydraulic feet or outriggers of machinery.

Civil & Electrical work in new CGS Page 165 of 166


INDRAPRASTHA GAS LTD. SCOPE OF WORK IGL/ND/C&P/EC15509

10.03 Backfill Material

The Contractor shall be responsible to arrange the supply of any backfill material including approved Sweet
Earth/ Coarse Sand/Aggregate/Quarry spoils.

Other Materials

The Contractor shall supply the following items where required.

- All materials required for formwork, trench support.


- All signs, barricades, lights and protective equipment.
- All minor items not expressly mentioned in the SOR but which are necessary for the
satisfactory completion and performance of the work under this Contract.

Civil & Electrical work in new CGS Page 166 of 166

You might also like