i

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT

TAMILNADU REGIONAL OFFICE

TENDER DOCUMENT PART-1 (TECHNO-COMMERCIAL BID)

RENOVATION OF VISITING OFFICERS FLATS IN NABARD OFFICERS QUARTERS IN CENOTAPH ROAD, ,

ISSUED TO ...... ……………………………………………………………………………….

Last Date for Submission of Tender: 14:30 hrs. on 28/09/2017 Opening of Tender(Part-I) : 15:00 hrs. on 28/09/2017 Opening of Tender (Part-II) : To be intimated to tenderers

ii

INDEX S. Particulars Page No. No. PART 1 (TECHNO COMMERCIAL BID) Top Cover Page 1 Notice Inviting Tender 1-3 2 Form of Tender 4 3 Instructions to the contractors for furnishing Individual 5 details in prescribed proforma 4 General Instructions to the Contractors 6-10 5 Terms and Conditions 11-13 6 Scope of Work 14-15 7 Tests & Inspection 16-17 8 Preamble to Bill of Quantities 18-19 9 Important Note to the Agencies 20 10 Special Conditions of the Contract – 1 21-22 11 Special conditions of the contract -2 23 12 Technical Specifications 24-37 13 SAFETY CODE 38 14 Makes of Materials 39 15 Annexure A –Virtual Completion Certificate 40 16 Annexure B – Articles of Agreement 41-42 17 Annexure C – Indemnity Bond 43 18 Annexure D – Performance Guarantee for Water 44-45 proofing 19 Proforma – 1 General Details about the Contractor (a) General Details about the Contractor 46 (b) Number of Supplementary Sheets attached for 47 Proforma – 1 20 Proforma – 2 Construction Capability and Previous Experience (a) List of Projects Executed 48-49 (b) List of Projects on Hand 50-51 (c) List of available Tools, Plants, Machineries, 52 Equipment etc., (d) References (e) Number of Supplementary Sheets attached for 53 Proforma – 2 21 Proforma – 3 Technical Personnel and Special 54 Experience

iii

(a) List of Technical Personnel and Details 55 (b) Number of Supplementary Sheets attached for Proforma – 3 22 Proforma-4 Details of GSTIN of Contractor 56-57 23 Bank Account Details 58 24 Check List for submission of BID 59-60

1

NB (TN). DPSP/ / VOF-Toilet Renovation /2017-18 13th September 2017

NOTICE INVITING TENDER M/s.

Dear Sir

Invitation to bid for “Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai”

On behalf of National Bank for Agriculture and Rural Development (NABARD), We invite you to tender for the aforesaid work viz. “Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai” at the Estimated cost of Rs 12,01,274/- (Rs. Twelve Lakh One Thousand Two Hundred and Seventy Four Only) as per the terms and conditions, technical specifications and the schedule of qualities in the tender document. Civil Contractors having minimum experience and qualification, as given below, will be eligible to participate in the tender process. a) The contractor should have experience of similar works (Civil contractors in Renovation works ) during the last 5 years b) The annual turnover of the contractor during each of the last 3 years should be at least ` 3.60 Lakhs.

2. The contractor should also have done at least one of the following work assignments;

(a) Three similar works whose individual value is not less than ` 4.81 lakhs or

(b) Two similar works whose individual value is not less than ` 6.01 lakhs or

(c) One similar work whose value is not less than ` 9.61 lakhs.

3. You are requested to submit your bids as Two Part Tender [Techno- Commercial Bid (Part-1) and Price Bid (Part-2)] separately in two sealed envelopes, duly furnishing all the required information as per detailed specifications and Schedule of Quantities. Tender Document can be obtained from the office of the Chief General Manager, National Bank for Agriculture & Rural Development, Regional Office at 48, M.G. Road, , Chennai – 600 034, up to 27/09/2017 from 10:00 hrs. – 17:00 hrs. on payment of `.500/- (Rupees Five Hundreds only) in DD/cash towards the cost of Tender document. The Tender document shall be issued by Hand on payment of the aforesaid sum, which is not refundable.

4. The tender document is also available on NABARD website www.nabard.org and can be downloaded for use and reference of interested and eligible bidders. Those who download the tender documents from website shall enclose the cost of tender document ` 500/-(Rupees Five Hundreds only) (Non-Refundable) by way of

2

Demand Draft drawn on any scheduled Bank in favour of “NABARD” payable at Chennai and enclose the same with Part-1 of the Tender document. 5. The Tender Documents contain Notice Inviting Tender, Form of Tender, General Instructions to the Contractors, Terms and Conditions, Schedule of Quantities, Technical Specifications and list of makes of materials.

6. (i) Your Sealed Techno- Commercial bid (Part-1) in the prescribed format is to be submitted in an envelope as under: 1. DD (Towards cost of Tender if downloaded from Website) 2. DD (Towards Earnest Money Deposit) 3. Notice Inviting Tender 4. Form of Tender 5. Instructions to the contractor for furnishing individual details in prescribed proforma 6. General Instructions to Contractors 7. Terms and Conditions 8. Special Conditions 9. Technical Specifications 10. Proforma 1, 2,3 & 4 11. List of acceptable makes of accessories

(ii) Your Sealed Price bid (Part-2) in the prescribed format is to be submitted in an envelope as under: a. Standard form of tender b. Bidder’s Schedule of Quantities (where columns in respect of rates and amount of items of work should be filled by the contractor) The Bids shall not contain any conditions and in case any conditions are specified, the same shall not be taken into consideration for evaluation and the bid is liable to be rejected. 7. Both the sealed envelopes containing Techno-Commercial Bid and Price Bid shall be submitted duly Super scribed “Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai “(Envelope of Part- 1: Techno-Commercial Bid)” and “Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai “ (Envelope of Part-2: Price Bid)” respectively. The sealed envelopes shall be addressed to Shri. S Nagoor Ali Jinnah ,Chief General Manager, NABARD, No.48, Mahatma Gandhi Road, Nungambakkam, Chennai 600 034 .The last date of submission of the tender will be 14:30 hours on 28/09/2017. The tenders shall be submitted in 'Original'. 8. The Tender (Part-I Technical Bid) shall be opened at 15:00hrs on 28/09/2017 in the presence of bidders/ their authorized representatives, who choose to be present. The date of opening of Part-II Price Bid shall be communicated to all tenderers subsequently.

9. Tenders received later than the time and date prescribed, on account of any reason whatsoever as also telegraphic and faxed quotations shall not be considered.

10. The Earnest Money Deposit of `.24,000/.- (Rupees Twenty Four Thousand Only) by way of Demand Draft drawn on any scheduled Bank in favour of “NABARD” payable at Chennai as mentioned in Clause 4 of Form of Tender shall be submitted along with Part-1 of the Tender.

3

11. Completion period of the work mentioned in this tender shall be 30days from the 10th day of issue of work order by NABARD.

12. Liquidated Damages for delay shall be 0.25% (Zero Point Two Five percentage) of the accepted cost of tender per week beyond the date of completion of the works, subject to a maximum of 5% (Five per cent) of the accepted tender amount.

13. Defect Liability Period shall be 12 months from the date of Virtual Completion Certificate to be submitted by the contractor and accepted by PMC & NABARD, during which the contractor shall carry out the defects, if any, pointed out in the works carried out. Warranty for the water proofing works of Toilet and Bathroom shall be for five years from the date of Virtual Completion date. The Performance warranty shall be given in the format enclosed.

14. Validity of the offer shall be 60 days from the date of opening of the price bid. (Part -2)

15. NABARD reserves the right to accept or reject any or all tenders, without assigning any reasons whatsoever. The work may be divided and awarded separately among the tenderers either in part or whole, at the sole discretion of NABARD.

Yours faithfully,

Sd/- Debabrata Mitra (Deputy General Manager)

4

FORM OF TENDER

Shri S Nagoor Ali Jinnah The Chief General Manager National Bank for Agriculture and Rural Development 48, M.G. Road Nungambakkam Chennai 600 034

Dear Sir/Madam Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai 1. I / We have examined the Scope of Works, Specifications and Schedule of Quantities and Terms and Conditions relating to the tender for the said works after having obtained the Tender document invited by you. 2. I / We have visited the site, examined the site of works specified in the Tender Document and acquired the requisite information relating thereto as affecting the Tender. 3. I / We hereby offer to execute and complete the works in strict accordance with the Tender Document at the item rates quoted by me / us in the attached Schedule of Quantities in all respects as per the specifications and Scope of Works described in the Tender Document and the Annexures containing Terms and Conditions. 4. I / We enclose herewith interest-free Earnest Money Deposit (EMD) for ` 24,000/- (Rupees Twenty Four Thousand Only) by Demand Draft payable at Chennai in favour of 'National Bank for Agriculture and Rural Development' (NABARD) and the sum shall be forfeited in the event of our withdrawal of Tender before expiry of the validity period of offer and / or in the event of our failure to execute the Contract when called upon to do so by accepting our Quotation. 5. In the event of this tender being accepted, I/We agree to enter into and execute the prescribed Agreement with NABARD as per the format given at Annexure B. 6. I/ We agree to pay all Government (Central and State) Taxes such as Sales Tax, Works Contract Tax, VAT, Excise Duty, Octroi, service tax etc. and other taxes prevailing from time to time and the rates quoted by me/us are inclusive of the same. 7. The rate quoted by me / us is inclusive of all taxes like GST, Income Tax, etc. 8. The rates quoted by me / us are firm and shall not be subjected to variations on account of fluctuation in the market rates, taxes or any other reasons whatsoever. 9. Should this tender be accepted, I / we hereby agree to abide by and fulfill all the Terms and Conditions and Provisions of the said Contract Document annexed hereto. Name of the person authorized to sign and submit the Tender i) ii) Place Yours faithfully

Date Signature Seal

5

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT

Instructions to the Contractors for furnishing Individual details in prescribed proforma

1. The contractors are required to submit their full bio-data giving details about their organisation, experience, technical personnel in their organisation, space capacity, competence and adequate evidence of their financial standing, etc. in the enclosed form (Proforma-1, 2, 3&4) which will be kept confidential. Proforma-1 General Details about the contractor Proforma-2 Construction capability and previous experience Proforma-3 Technical Personnel and special experience Proforma-4 Details of GST of the contractor

2. If the space in the proforma is insufficient for furnishing full details, such information may be supplemented on separate sheets of paper stating therein the part of the proforma and serial number. Separate sheets shall be used for each part.

3. Any letter or document accompanying the proforma shall be submitted in duplicate.

4. Tenders containing false and/or inadequate information are liable for rejection.

5. While filling up the proforma with regard to the list of important projects completed or on hand, the applicants shall only include those works which individually cost not less than `4.81 lakh.

6. Clarifications if any required may be obtained from the Department of Premises, Security and Procurement (DPSP), National Bank for Agriculture and Rural Development, 48, Mahatma Gandhi Road, Nungambakkam, Chennai 600034.

7. While deciding upon the selection of contractors for participating in the Price bid, emphasis will be given on the ability and competence of applicants to do good quality works within the specified time schedule and in close co-ordination with other agencies, besides the rate structure of the items. Also, emphasis will be given to the applicants who have executed majority of the similar works.

8. Decision of the Bank in regard to selection of contractors for selecting them for price bidding will be final. The Bank is not bound to assign any reason therefor.

10. Each page of the tender document shall be signed. The application shall be signed by person/persons on behalf of the organisation having necessary authorisation/Power of Attorney to do so.

Signature

Seal

6

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT

GENERAL INSTRUCTIONS TO THE CONTRACTORS

1. The site of the proposed works is Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai

2. Contractors are advised to visit the site and thoroughly understand the nature and scope of the works and be familiar with the site conditions before quoting.

3. General Civil/ Specialised Contractors having minimum experience and qualification as given below shall be eligible for participating in the tender:

- the contractor should have experience of similar works (civil construction contract of multistoried building) during the last 5 years

- the annual turnover of the contractor during each of the last 3 years should be at least ` 3.60Lakhs

- the contractor should have done at least i. Three similar works whose individual value is not less than ` 4.81lakh or ii. Two similar works whose individual value is not less than ` 6.01 lakh or iii. One similar work whose value is not less than ` 9.61 lakh

4. Quantities indicated in the BOQ are only tentative and shall be executed only at the sole discretion of NABARD.

5. Quoted rates should be workable and reasonable and should include incidental and all overheads and profits. The contractor should furnish Rate Analysis for scrutiny of the rates by NABARD, if required.

6. Rates should include all Taxes, CGST, SGST etc. and should be firm for the entire Contract period. No escalation of rates will be allowed for the entire contract period on any account.

7. If the vendor/contractor has GSTN number, the GST portion i.e 18% will be paid to the vendor/contractor and if the vendor/contractor does not have GSTN number, the GST portion i.e 18% will be deducted and paid to the government so as to comply with the statutory norms.

8. Materials used should conform to relevant BIS Codes. BIS and CPWD Specifications and Method of Measurements shall be followed as applicable. However, in the absence of the same and / or in case of any discrepancy, the decision of NABARD shall be final.

9. Income Tax (TDS) and other applicable taxes as per statutory provisions will be deducted from total payment due to the Contractors.

10. The Contractor should arrange to obtain necessary insurance cover (CAR policy (for 1.25 times of the value of the work) including Third party Liability and Workmen Compensation policy ) at his cost for his employees as well as for any third party for any losses due to him during the execution of the work. The contractor shall be responsible for the safety of persons employed by him.

7

11. All the Standard Conditions of the Contract shall be binding on the parties as per Indian Contract Act and prevailing Rules.

12. The Contractor shall comply with all the applicable Acts, Rules, Regulations and Law (s) for entering into Construction / Maintenance Contract and NABARD will not in any way be liable or responsible for any default / irregularities / penalties on the Contractor's part.

13. The Contractor shall comply with the provisions of Contract, Labour (Regulation & Abolition) Act, 1970, Minimum Wages Act, EPF and NP Act,1952 and all other Labour Laws and other Statutory Regulations (both Central and State) that may be enforced from time to time by the appropriate authorities. NABARD shall not be held responsible for any penalty or failure of any Labour Regulations. NABARD shall have the power to inspect the Wage Register, PF Register and for physical verification of salary paid to the staff and PF deduction with reference to any records of the Contractor and to insist the Contractor to comply with Laws.

14. In case of any discrepancy in deduction of PF by the contractor, NABARD is compelled to deduct the amount and pay to PF authorities towards contract employees’ a/c on behalf of the Contractor.

15. The Contractor should obtain necessary permission that may be required for the purpose of this Contract from such authorities as may be prescribed by Law from time to time.

16. The Contractor or his authorised representative should visit the site frequently as required by Consultant/PMC/NABARD and meet them with prior appointment for any clarifications and to receive instructions, take measurements, etc. at the site.

17. The Contractor shall be fully responsible and shall compensate NABARD with suitable Insurance cover in the event of any damage to men or material, injury / damage or death as the case may be, caused directly or indirectly due to the negligence of the Contractor or his agents and / or his employees or workmen. The decision of NABARD in this regard shall be final and binding.

18. The Contractor shall indemnify the Employer against any losses as per format given at Annexure C.

19. Any act of indiscipline / misconduct / theft / pilferage on the part of any employee engaged by the Contractor resulting in any loss to NABARD in kind or cash will be viewed seriously and NABARD will have the right to claim damages or levy fine and / or terminate the Contract forthwith, if necessary.

20. In case of any default or failure on Contractor's part to comply with all/any one of the Terms / Conditions, NABARD reserves to itself the right to take necessary steps to remedy the situation including, inter-alia, the deduction of appropriate amount/s from dues otherwise payable to Contractor and / or by taking recourse to appropriate recovery proceedings.

21. If any dispute arises on any matter concerning this Contract, the decision of NABARD shall be final and binding.

22. The Contractor should not at any time do, cause or permit any nuisance on the site / do anything which shall cause unnecessary disturbances or inconvenience to the occupants/visitors at site or near the site of work.

8

23. The work should be carried out with least inconvenience to the occupants and the car parking. The workmen employed by the Contractor should abide by the Rules and Regulations maintained by PMC & NABARD in the premises, especially in respect of working hours, entry of the workers to the premises, interpersonal relation with the occupants etc.

24. The Contractor should obtain approvals, if any, necessary for the work from the statutory bodies on behalf of NABARD. The Contractor shall assist PMC & NABARD fully in respect of any liaison with TNEB / Municipal or any other authority for necessary approval/permission with regard to the construction / maintenance works. The fees and other statutory charges, if any, will be reimbursed to the Contractor based on the original receipts produced to NABARD.

25. The Contract can be terminated by NABARD on 15 days' notice if services are found to be unsatisfactory and if there is no improvement even after issue of three notices to the contractor.

26. On site storage space will be provided to the Contractor subject to availability. However, the Contractor may erect temporary sheds for storage purposes at his cost with the permission of NABARD. NABARD will not be responsible for Contractor's materials. The Contractor may be required to vacate the storage space and sheds as per exigency without any extra cost to NABARD. If any statutory charges are required to be paid for erection of sheds, the same should be borne by the Contractor.

27. The Contractor shall provide everything necessary for the proper execution of the works. NABARD will not supply any T & P materials or any other equipment, materials, labour, etc. and no payment in this respect will be made by NABARD. The Contractor shall supply, fix and maintain all the scaffoldings, jhulla, T&P etc. at his cost during the execution of any work and remove them as soon as the work is completed.

28. The Contractor shall not directly or indirectly transfer, assign or sublet the Contract or any part of it, without written permission of NABARD.

29. Any defect which may appear within the Defect Liability Period of 12 months after the completion of work should be rectified by the Contractor at his cost and only thereafter the Security Deposit will be refunded to the Contractor. The bidder shall enclose a Demand Draft (from a scheduled commercial bank) for ` 24,000,/- (Rupees Twenty Four Thousand Only) drawn in favour of National Bank for Agriculture and Rural Development payable at Chennai towards Earnest Money Deposit (EMD). In case of successful bidder, the EMD will be retained with NABARD, which will form part of the Security Deposit (SD) and will be refunded after three months after settlement of the final bill. In case of unsuccessful bidders, the EMD will be refunded only on award of contract to the successful bidder. The EMD / SD will not bear any interest. If the bidder withdraws his tender before expiry of the validity period of the tender or if the Contractor fails to execute / complete the works satisfactorily, NABARD reserves the right to forfeit the EMD / SD. Any tender not accompanied by the EMD will be rejected. (a) RETENTION MONEY DEPOSIT (RMD)/ SECURITY DEPOSIT (SD): Five percent (5%) of the gross value of the work done and claimed in the Bills shall be deducted towards Retention Money Deposit. This amount shall not bear any interest. The EMD already with NABARD shall be refunded while settling the Final Bill. The Security Deposit will not bear any interest and will be refunded as provided for under Clause 34 (iii) below after Defects Liability Period

9

of 12 months from the date of Virtual Completion of works, provided the Contractor has satisfactorily carried out all the rectification works and attended to all defects to the satisfaction of NABARD.

30. DEFECTS LIABILITY PERIOD: Twelve (12) months from the date of Virtual Completion (VCC) certified by NABARD. Performance warranty for the water proofing works shall be for 5 years from the VCC.

31. CERTIFICATE OF VIRTUAL COMPLETION OF WORKS: The Contractor shall report in writing to the Employer in the form of a Certificate as per the format given at Annexure A, as and when the works are completed in all respects. The Employer shall, after due verification of the works, issue to the Contractor a certificate to be called "Virtual Completion Certificate"(VCC). The defects liability period shall commence only from the date of actual possession.

32. VALIDITY OF OFFER: 60 Days from the date of opening of the price bid.

33. LIQUIDATED DAMAGES: 0.25% of the work value of the accepted tender per week or part of the week subject to maximum of 5% of the value of work.

34. PAYMENT OF CONTRACTOR'S BILL : i. The Contractor shall be entitled under the Interim Certificates, payment against the checked bills for the work done not prior to 15 days from the date of issue of the work order subject to the actual work being executed in accordance with the contract, and reasonable scrutiny by NABARD. The Contractor shall submit interim bills only after working out the appropriate measurements jointly recorded with PMC/NABARD at site in the measurement book (MB). This is not only to regulate the correctness of the quantity but also to facilitate expeditious clearing of the bills. The Minimum value of Interim Bill shall not be less than `. 6.00 Lakhs. ii. Interim Bills submitted by the Contractor will be paid by NABARD after all the statutory deductions viz. RMD @ 5%, TDS and other statutory deductions etc., as applicable. iii. Retention Money Deposit at the rate of 5% (Five percent) of the value of the work executed shall be deducted from running interim bills, which shall constitute the Security Deposit. The Security Deposit shall be released at the end of defects liability period of 12 months from the date of Virtual Completion, provided the defects are made good according to the true intent and meaning thereof after due completion of work.

35. COMPLETION PERIOD: The work should be completed within 30days from the 10th day of issue of work order.

36. DELAY AND EXTENSION OF TIME: If, in the opinion of the Employer the works be delayed (a) by force majeure or (b) by reason of any exceptionally inclement weather or (c) by reason of proceedings taken or threatened by the dispute with adjoining or neighboring owners or public authorities arising otherwise than through the Contractor's own default or (d) by the works or delays of other Contractors or tradesmen engaged or nominated by the Employer and not referred to in the Schedule of Quantities and/or Specifications or (e) by reason of Employer's instructions, or (f) by reason of civil commotion, local commotion of

10

workmen or strike or lockout affecting any of the building trades or (g) in consequence of the Contractor not having in due time necessary instructions from the Employer for which he shall have specifically applied in writing, ahead of time, giving the Employer reasonable time to prepare such instructions, the Employer shall make a fair and reasonable extension of time for completion of the Contracted works. In case of such strike or lockout, the Contractor shall, as soon as may be, given written notice thereof to the Employer, but the Contractor shall nevertheless constantly use his endeavors to prevent delay and shall do all that may reasonably be required to the satisfaction of the Employer to proceed with the work. The Contractor shall take all practicable steps to avoid or reduce any delay in the execution and completion of the works arising out of i. Force Majeure ii. Exceptionally inclement weather iii. Loss or damage by fire and earthquake iv. Civil commotion, lockout, strike etc. v. Employer's Instructions, as the case may be vi. Delay on the part of the nominated Sub-Contractor or nominated supplier vii. Delay on the part of the other Contractor employed by the Employer

37. Additional Terms and Conditions as per enclosure.

I/we accept all the above Terms and Conditions in all respects without any reservation.

Place Signature Date Name & Seal Address

11

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT TERMS AND CONDITIONS

1. The Tender is strictly on Item Rate basis.

2. All the pages of the Tender Document shall be signed by the bidder.

3. The Envelope containing Tenders should be properly sealed, addressed, duly super scribed with name of work. The tenders should be submitted in two parts as Techno-Commercial Bid (Part-1) and Price Bid (Part-2) separately in two sealed envelopes. These two envelopes should be duly superscribed Tender for " Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai (Part-1: Techno-Commercial Bid)” and " Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai (Part-2: Price Bid)” respectively and should be submitted in the Tender box provided at the Ground Floor of National Bank for Agriculture and Rural Development, 48, M.G. Road, Nungambakkam, Chennai 600034. The last date of receipt of tender is on or before 14:30 hours on 28/09/2017. The tender shall be submitted in Original.

4. The Tender (Part-I Technical Bid) shall be opened at 15:00hrs on 28/09/2017 in the presence of bidders/ their authorized representatives, who choose to be present. The date of opening of Part-II Price Bid shall be communicated to all tenderers subsequently.

5. Bids submitted by unauthorized agents and FAX / Telex / Telegraphic bids shall not be entertained / considered.

6. Bidders are advised to visit the site at their cost, conduct survey of existing conditions so as to familiarize themselves with the site conditions, nature of works etc. and get all clarifications as may be necessary from Consultant/ PMC/ NABARD before quoting the rates.

7. Rates should include for removal of debris out of premises to the safe Municipal limits, removing stains, cleaning the site thoroughly and unless the same is done to the satisfaction of the Consultant/PMC & NABARD, the bill will not be accepted.

8. Income Tax (TDS) and other statutory deductions etc., as applicable will be deducted from any payment due to the Contractors.

9. Quantities mentioned in the schedule of quantities may vary to any extent or may be deleted without assigning any reasons and as such, the rates quoted should be firm, workable, reasonable and should include all kinds of Taxes, Duties, Work Contract Tax, Octroi, Service Tax etc. as applicable, overheads and profit etc. No separate charges for carriage or labour would be made. There is no question of extra payment above the quoted rate under any circumstance. In case of any variation in quantity or value, the same will not be made as a subject matter for dispute by the bidder.

10. The BIS / CPWD specifications shall be followed as applicable and in the absence of the same the decision of NABARD shall be final.

11. The Contractor shall make necessary arrangement for watch and ward.

12

12. The bidders should quote their rates strictly adhering to Terms and Conditions stipulated in the Tender Document. Unsolicited correspondence after opening of the Tender shall not be entertained. Conditional/Deviation Tenders may be rejected without making any reference to the bidders.

13. No bidder will be allowed to withdraw his Tender during the validity period.

14. Rates should be filled in the Bidders Schedule of Quantity in the Price –Bid (Part- 2) neatly and no correction shall be made. Corrections, if any should be duly authenticated by the signing authority. The rates quoted should be written legibly in words and figures. If on check, differences are observed between the rates given by the Contractor in words and figures or in the amount worked out by him, the following procedure shall be followed.

i. When there is a difference between the rates in figures and in words, the rates, which corresponds to the amounts worked out by the Contractor shall be taken as correct.

ii. When the amount of an item is not worked out by the Contractor or it does not correspond with the rate written either in figures or in words, then the rate quoted by the Contractor in words shall be taken as correct.

iii. When the rates quoted by the Contractor in figures and in words tallies, but the amount is not worked out correctly, the rate quoted by the Contractor shall be taken as correct and not the amount.

15. No advance shall be paid towards mobilisation and cost of materials.

16. No compensation shall be admissible for any loss suffered by the Contractor during the execution of the work. It shall be the Contractor's sole responsibility to protect NABARD's staff and his employees against accidents from any cause and he shall indemnify NABARD against any claims for damage for injury to person or property, resulting from any such accidents with necessary Insurance cover.

17. The Contractor should obtain necessary insurance cover (Workmen compensation policy and Third Party Insurance) at his cost for his employees as well as for any third party for any losses due to him during the execution of the work. The contractor shall be responsible for the safety of persons employed by him.

18. Any damages caused to the building / premises during the execution of the work shall be made good by the Contractor at his risk and cost and if necessary, through suitable Insurance cover.

19. The Contractor shall use necessary safety equipment and maintain all safety measures during the execution of works and ensure compliance of Safety Code as per Rules and Regulations in force.

20. The Contractor shall engage necessary qualified and experienced supervisory staff at his cost during the execution of the work for attending to day to day affairs.

21. The Contractor shall submit the bills along with the accepted and jointly recorded measurement sheets duly certified by the Consultant/PMC & NABARD's Engineer.

22. The Contractor should have necessary Contract License and comply with the Labour Laws as applicable.

13

23. Notwithstanding anything stated above, NABARD reserves the right to assess the bidder's capability and capacity to perform the contract, should the circumstances warrant such assessment in the overall interest of NABARD.

24. The decision of NABARD in awarding the work shall be final and cannot be subjected to arbitration.

25. NABARD reserves the right to accept / negotiate / reject any Quotation either in whole or in part without assigning any reasons therefor whatsoever and without entering into any further correspondence and hence, NABARD shall be under no obligation to accept the lowest or any other Quotations received in response to this Quotation. The decision of NABARD in this regard shall be final and indisputable.

26. NABARD also reserves the right of supersession of any of the conditions stipulated in the Quotation Document.

27. The contractor shall require shifting some of the furniture, electrical items, etc., to some other places within the colony during the time of work and may also be required to place them in the appropriate place after completing the work. No extra payment will be made for those works.

28. There will be other works being carried out by various contractors in the said quarters. Hence Care should be taken not to damage any other works and also to coordinate with the other work contractors.

Place: Signature

Date: Name and Seal

14

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT

Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai Scope of the work

Part A- Toilet Renovation 1. The existing tile is to be dismantled and floor to be laid with matt finish tile of approved brand and design. 2. The existing wall tile is to be dismantled and new ceramic tile of approved brand and design to be fixed. 3. The old sanitary fixtures and pipe are to be removed and new pipes and fixtures as per the specification in the price bid is to be installed. 4. Water proofing with Fosroc make Brush Bond and Coneplast X421IC as per the manufacturer’s specification to be carried out on the floor of toilet and upto 2ft along the wall.

Part B- Internal Painting Works

5. The entire painting work shall be done in first class manner. The contractor shall use readymade paints of best quality and of approved manufacturers such as Asian Paints, Jotsun etc of appropriate grade and make as per Annexure "A" to this specification. 6. The Contractor will not be permitted to carry out any mixing at site except for addition of thinners for thinning the paint which shall be carried out in the presence of Bank's Staff. 7. The contractor undertake painting so as to match the existing paint. 8. Putty is to be applied to the plasters areas. Minimum two coat of paint is to be applied on the walls and ceiling and complete to finish. Part C- Electrical Works 9. The Existing switches fixtures are to be removed and replaced with new trendy modular switch and socket as per the specification in the price bid. Part D- Carpentry Works 10. The existing main door has to be replaced with new paneled door as mentioned in the specification. 11. The existing doors in the toilets has to removed and replaced with new flush doors as per the specification. Part E Miscellaneous Works** 12. The wall mounted cabinet wash basin has to be fixed with all accessories in complete form. 13. The mirror should be fixed on the wall above the wash basin.

15

** Part- E items to be delivered at NAARD Officers' Quarters, Bazullah Road 14. General Conditions

a) Where ever possible the work will be taken up after vacating the rooms in each VOF. During such time all necessary precautions shall be taken not to disrupt the occupancy and any services like Electrical, Water supply, sanitary lines etc. Whenever required temporary arrangements shall be made to maintain the continuity of the above services. b) Though mentioned above, the scope of the work is not limited strictly to the areas/units mentioned, but is required to be carried out at any other locations other than those mentioned above as directed by the Consultant/PMC/NABARD Engineer in charge. c) Supply of manpower with tools and tackles etc., along with supervision to carry out the miscellaneous jobs as directed by the Consultant/PMC/NABARD Engineer-in-charge. d) All the jobs given to the agency shall be taken up on priority basis without any delay by mobilizing all the resources immediately at site. e) If the job is delayed beyond the given schedule, NABARD shall be at its discretion to execute job through any other suitable agency at the risk and cost of the original agency. f) There may be other contractor working inside/ outside the flats simultaneously for carrying out other works. Cooperation and coordination between the contractors shall be maintained including permitting them to use the Scaffoldings. DECLARATION BY THE CONTRACTOR We / I have read and understood all the instructions / conditions made above and we / I have taken into account the above Instructions /Terms and Conditions while quoting the rates. We / I accept all the above Terms and Conditions without any reservation, in all respects.

Place: Signature Date: Name and Seal Address:

16

NATIONAL BANK FOR AGRICULTURE AND RURAL DEVELOPMENT TESTS & INSPECTION

1. The Agency shall carry out all tests, if required, to establish the quality of material conforming to the relevant standards/ codes degree of performance, described in tender document. The test procedure and acceptance criteria, if not specified in the tender documents, shall be as decided by the Consultant/PMC/NABARD Engineer-in-charge. Such tests either on the field or at outside laboratories shall be carried out by the agency at their own cost.

2. The work on the field including satisfactory storage of material is subject to inspection at all times by the Consultant/PMC/NABARD Engineer-in-charge. The agency shall carryout all instruction given during inspection and shall ensure that the work is carried out according to the provisions of the tender and other technical documents furnished to him from time to time during the performance of the work. Test procedures and acceptance criteria of all work, if not already described in the tender document, shall be as per direction of Consultant/PMC/NABARD Engineer-in- charge.

3. Any material brought to site, if rejected by engineer-in-charge; the same shall be removed from the site, rectified and re-tested, where applicable as per directions of engineer-in-charge at agency’s own cost.

4. Inspection and acceptance of work/materials by the owner/engineer-in- charge shall not relieve the agency from any of his responsibilities under this contract.

MOBILISATION

It shall be entirely the agency’s responsibility to provide all types of personal protective equipment to all the labour, provide construction equipment, tools &tackles necessary to perform the work in a workman like and efficient manner and completion of the jobs as per the time schedule indicated.

CEMENT, REINFORCEMENT STEEL AND CONSTRCUTION CHEMICALS

1. Cement, reinforcement steel and construction chemicals shall be supplied by the agency.

2. Agency shall procure the material in sufficient quantities in line with the progress schedule for the work.

3. Reinforcement steel shall be brought by the agency in standards lengths. Laps in the reinforcement steel shall be paid as per IS guidelines. No payment shall be made for scrap material. Procurement of nonstandard lengths of steel shall not entitle the agency for additional lapping.

SPECIFICATION OF THE MATERIALS

CEMENT

The cement used shall be ordinary Portland slag cement confirming to IS 455 of approved quality and brand.

17

STEEL REINFORCEMENT;

TMT bars conforming to IS 1786:2008

CONSTRUCTION CHEMICALS

The construction chemicals need to be conforming to either BS or ASTM or BIS, whichever is applicable.

REJECTION OF CEMENT/REINFORCEMENT STEEL/CONSTRUCTION CHEMICALS

The engineer-in-charge may reject any cement/reinforcement steel & construction chemicals as a result of any tests thereof notwithstanding the manufacturers’ certificate. He may also reject cement which has deteriorated owing to inadequate protection from moisture or due to intrusion of foreign matter or other causes. Any cement/reinforcement/structural steel which is considered defective by the engineer- in-charge shall not be used and shall be promptly removed within 24 hours from the site by the agency at their own expenses. The agency/ firm shall coordinate with the electrical agency if any, for timely completion of the work and also to avoid repair/duplication of works. Special conditions of contract shall be read in conjunction with general condition of contract.

Place: Signature Date: Name and Seal Address:

18

PREAMBLE TO BILL (S) OF QUANTITIES;

The rates shall be inclusive of costs of all materials, labour, tools & tackles, taxes, etc., and all costs and expenses which may be required in for the construction of the work described, together with all general risks involved, liabilities and obligations set forth or applied in the documents on which the tender is based.

1. General directions and description of works and materials given elsewhere in the tender documents are not necessarily being repeated in the bill(s) of quantities. A reference shall be made to the other documents for the full information/details.

2. Unless otherwise specified in the description of items of work in bills(s) of quantities the rates shall be for all heights and levels.

3. For all cement concrete work, the machine crushed hard blue granite stone aggregate shall be used whether the same has been specifically mentioned in the item of work or not and the rates quoted will be deemed to have been for the use of the above mentioned aggregate.

4. IS codes/specification referred shall mean latest IS codes/ specifications up to date.

5. House keeping the area of work and surrounding shall have to be carried out on daily basis.

6. Agency shall provide personal protective equipment (PPE) to its entire workforce.

7. All statutory regulations like ESI, PF, minimum wages registration etc., shall be strictly complied with.

NOTES TO THE AGENCY

The agency shall engage a qualified and experienced supervisor who can understand the instructions given by engineer-in-charge and can read and interpret the drawings and specifications and execute the job accordingly.

1. Agency shall have contact telephone number to contact any time inclusive of out of office hours and holidays. The agency supervisor shall meet Consultant/PMC/NABARD Engineer-in-charge on every working day morning between 8.30 am and 9.00 am without fail. 2. Metallic scaffolding as and when required has to be arranged by the agency for carrying out jobs at all elevations at their own cost and no additional claims shall be entertained on this account. Wooden scaffolding is not permitted in the outer areas. 3. The entire jobs at all stages are subject to the inspection and approval by job engineer and carry out the jobs along with the other agencies. 4. Agency shall ensure the presence of their supervisor at the job site continuously during the execution of the job failing which the work permit shall be withdrawn and the jobs suspended.

19

5. Agency shall mobilize necessary material, manpower etc., for carrying out the jobs within two days of intimation. Agency shall mobilize material in sufficient quantities in line with the schedule of the work. 6. Cement, reinforcement steel and construction chemicals shall be supplied by the agency. 7. Reinforcement steel shall be brought by the agency in standard lengths. Laps in the reinforcement steel shall be paid to the extent justified at the discretion of the engineer-in-charge. Procurement of non-standard lengths of steel shall not entitle the agency for additional laps. 8. Agency shall maintain documents giving details of gate entries/other relevant details for the material supply. 9. Agency should strictly adhere to the safety rules and regulations of the refinery. 10. Agency shall record the measurements only on NABARD approved format only. 11. All measurements sheets and other attachments submitted along with the bill shall carry the bill number and date clear description of job carried out and its location. SPECIFIC REQUIREMENTS Cement to be supplied by agency shall conform to IS: 455 (Portland slag cement) of approved brand.

The CONSTRUCTION CHEMICALS manufactured by FOSROC CHEMICALS (INDIA) LIMITED OR EQUIVALENT are acceptable. The offers of bidders quoting with construction chemicals of any other manufacturer are acceptable and shall be submitted with the required technical data sheet.

Bidders to note that all the works specified in this tender/bid shall be executed in living condition. Prior permissions have to be obtained from the owner wherever necessary. Work execution shall be carried out within the timings specified by the owner. Special sanction shall be taken from the owner for working beyond standard working hours. Bidders quoted rates shall be deemed to have taken care of the aspects and no extra claim at later date shall be entertained on this account.

Place: Signature Date: Name and Seal Address:

20

IMPORTANT NOTES TO THE AGENCIES

1. The rehabilitation/repair jobs have to be carried out during the normal operation of the living conditions. All the safety precautions stipulated shall be strictly followed. Usage of the relevant personnel protective equipment shall be ensured and the work shall be carried out with valid work permits.

2. While carrying out the chipping of loose/ porous/ spelled/ damaged concrete, it shall be ensured that the area is properly covered so that the chipped material/debris does not fall on the adjacent to and below the area or on parked cars. While chipping at higher elevations, the scaffolding platform shall be covered with sheets/tarpaulins, to prevent the debris falling on the cars/manpower below the area of repair works.

3. The agency shall take care of all statutory requirements such as ESI, PF, minimum wages etc. The agency shall possess its own individual ESI code and PF code.

4. Agency shall follow professional documentation for material movement, consumption testing and inspection data, work measurements and daily logging etc.

5. The agency shall adhere to the time schedule. The agency shall be prepared to execute part order. The quantities are likely to vary.

6. Agency shall visit the site, understand the scope of the job and familiarize with the area and site conditions under which the job is to be carried out before submitting their offer. Agency shall meet the engineer-in-charge for any clarifications regarding the scope and locations of the work to be carried out.

SAFETY REGULATIONS FOR AGENCIES 1. Maintain attendance record. 2. Ensure all contract employees are covered under ESI 3. Ensure all contract employees are medically fit. 4. Ensure all contract employees are more than 18 years and less than 58 years of age. 5. Ensure all contract employees do not work for more than 16 hours per day. 6. Ensure all contract equipment has valid certification. 7. Always wear safety equipment such as safety shoes and safety helmet, safety belt at height etc. 8. In case of accidents, for contract personnel agency should arrange subsequent medical treatment at his own expense.

Place: Signature Date: Name and Seal Address:

21

SPECIAL CONDITIONS - 1

1. SCOPE OF SUPPLY OF WATER AND ELECTRICITY BY NABARD

Only power and water will be supplied at free of cost as per the following: Power will be supplied free of cost at the nearest available source. However, Agency shall make their, own arrangements for tapping and distribution at their own cost. Water will be supplied, free of cost, at the nearest available source at one point. However, Agency shall make their own arrangements for tapping and distribution at their own cost.

2. SCOPE OF SUPPLY OF MATERIALS BY THE AGENCY

All materials, consumables, testing appliances, construction equipment, tools & tackles, skilled, unskilled manpower, supervision necessary for completing the work shall be procured and supplied by the Agency at their own cost for timely completion of job in all respects to the entire satisfaction of Engineer-in-Charge.

3. PAYMENT TERMS

i. Payments will be made against Running Accounts Bills certified by Consultant/PMC/NABARD’s Contact Person for this job/ his nominated representative within 15 Days from the date of receipt of the certified bill by the Disbursement Section of NABARD.

ii. Running Account Bills and the Final Bill (against this WO) shall be submitted by the Contractor together with the duly signed measurements sheet(s) to Consultant/PMC/NABARD’s contact Person for this job/ his nominated representative in duplicate for certification. The Bills shall also be accompanied by quantity calculations in support of the quantities contained in the bill, actual/theoretical, wherever applicable duly certified by Consultant/PMC/NABARD’s Contact Person for this job/ his nominated representative.

iii. All Running Account payments shall be regarded as on account payment(s) to be finally adjusted against payment of the Final Bill (against this WO). Payment of Running Account Bill(s) shall not determine or affect in any way the rights of Consultant/PMC/NABARD under this Contract to make the final adjustments of the quantities of material, measurements of work and adjustments of amounts etc., in the Final Bill (against this WO)

iv. The Final Bill (against this WO) shall be submitted by the Contractor within one month of the date of completion of the work fully and completely in all respects. If the Contractor fails to submit the Final Bill (against this WO) accordingly, Consultant/PMC/NABARD’s Contact Person for this job/ his nominated representative, may make the measurement and determine the total amount payable for the work carried out by the Contractor and such a certification shall be final and binding on the Contractor. Consultant/PMC/NABARD’s Contact Person for this job/his nominated representative, my take the assistance of an outside party for taking the measurement, the expenses of which shall be payable by the Contractor.

22

v. Payment of the Final Bill (against this WO) shall be made within 30 days from the date of receipt of the certified bill by the Disbursement Section of NABARD.

Rate is all inclusive of taxes and No additional amount will be paid by NABARD to the contractors. If the vendor/contractor has GSTN number, the GST portion i.e 18% will be paid to the vendor/contractor and if the vendor/contractor does not have GSTN number, the GST portion i.e 18% will be deducted and paid to the government so as to comply with the statutory norms.

Place: Signature Date: Name and Seal Address:

23

Special conditions of the contract - 2 1. The bidders shall visit the site and fully understand the scope of the work before quoting for the work. Clarifications and doubts, if any shall be got clarified from the Bank’s Engineer/PMC Engineer. 2. Payment if any, required to be paid to Authorities, for any aspect of the work shall be reimbursed on producing relevant receipts. No payment shall be made without producing receipts. 3. The work shall be done in strict coordination with the Bank’s Engineer/ PMC Engineer and the Bank’s Care Taker (CT) of the premises, as per the schedule/ shutdown sequence, etc. provided by the Bank/PMC. 4. The work has to be done in Guest house which are occupied. As such, the work shall be done strictly following decorum and discipline with least inconvenience to the residents. 5. If required and directed by the Bank/PMC, the contractor has to carry out the work late/ work on Saturdays/ Sundays/ Holidays to ensure smooth flow and timely completion of the work. 6. Debris shall be periodically removed from the site. Debris/ waste materials shall be removed from the flats/Premises periodically during the progress of the work. The scrap/ waste shall not be accumulated/ dumped in the flats/ premises. 7. Special care should be taken not to leave unfinished work overnight, during rains and provision of temporary approach for the cars to get in & get out at no additional cost during the progress of the work and safety arrangement to be provided all around the work area while work is executed at all time. 8. The specifications/ list of approved makes shall be strictly adhered to. If any item is not available as per the list of makes specified, approval has to be obtained for equivalent make, after having produced proof of non-availability of the item in the market. 9. The contract is strictly on item-rate basis. The quantities as executed, measured and accepted for payment shall be settled as per rates quoted. No escalation in rates for whatsoever reasons shall be entertained. 10. The old materials viz. any steel bars if demolition of RCC works uncounted, valves, pipes and other accessories shall be carefully dismantled and removed before installing the new system. 11. The total amount quoted for the items of work in the schedule, less the buyback amount if any shall only be taken for arriving at the L1 bidder. 12. Notwithstanding any insufficiency in detailing the scope of the work, the work is deemed to be done on turnkey basis strictly adhering to specification and instructions of the Bank from time to time and also conforming to prevalent BIS/ NBC norms. DECLARATION BY THE CONTRACTOR We / I have read and understood all the instructions / conditions made above and we / I have taken into account the above Instructions /Terms and Conditions while quoting the rates. We / I accept all the above Terms and Conditions without any reservation, in all respects. Place: Signature Date: Name and Seal Address:

24

TECHNICAL SPECIFICATIONS

Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai I PLUMBING WORKS

Materials And General Specifications

1.0 General :

Materials shall be of the best approved quality obtainable and unless otherwise specified they shall conform to the respective Indian Standard Specification.

1.1 Samples of all materials shall be got approved before placing order and the approved samples shall be deposited with the Employer.

1.2 In case of non-availability of materials in metric sizes, the nearest size in FPS units shall be provided with prior approval of the Owners / Consultants for which neither extra will be paid nor any rebate shall be recovered.

1.3 If directed, materials shall be tested in any approved testing laboratory and the contractor shall produce the test certificate. The entire charges for original as well as repeated tests shall be borne by the Contractor. If required by the Owners / Consultants, the Contractor shall arrange to test portion of work at his own cost in order to prove their soundness and efficiency. If, after any such test, the work or portion of work is found, in the opinion of the Employer / Consultants, to be defective or unsound, the Contractor shall pull down and re-do the same at his own cost. Defective material also shall be removed from the site.

1.4 Water pipe line And fitting materials: 1.4.1 Cold water pipe line use PVC pipe (Finolex Blue 3/4" dia) 1.4.2 Hot water pipe line use CPVC pipe with specials Solvent-cement joints. 1.4.3 Hydro-static test 15 kg / cm2 or twice the working pressure whichever is higher. Without drop in pressure as required.(Minimum Six hours)

1.5 Soil & waste pipe lines. 1.5.1Soil and waste pipe line use 6kg class pipe with fittings. 1.5.2Water Test & smoke test.

1.6 Floor sumps & Floor traps

The floor traps for toilet blocks shall be specially made to suit the toilet Configuration. The Deep seal W.G. “P” or “S” trap, shall be of PVC Fabricated with two inlet or one inlet and one outlet, SS grating with suitable flashing shall be provided. The trap shall be generally of size -100 x 75.

1.7 Ball Valves: All valves for shut-off purposes for sizes of 50 mm and below shall be ball valves. The valve body and body connector shall be carbon steel as per ASTM A216-WCB, the

25

ball and stem shall be stainless steel SS 304/316. The seats and stem packing shall be PTFE. All Valves shall have socket weldable ends, in 2/3 piece construction and the central portion could be bolted out for maintenance. All valves should be supplied in full bore construction. The valves should have a pressure rating of ANSI 150.

1.8 Final Test:

After fixtures are set, test the system with smoke test as follows:

1.9 Smoke Test:

Fill traps with water, then introduce into system a pungent thick smoke produced by one or more smoke machines. When smoke appears at stacks on the roof, plug stacks and allow pressure of 1-inch water column to build up in systems. The system shall be tight at all joints.

Test all down spouts or rain headers and their branches within the building by water as described for the above soil, waste and vent system.

1.10 All Water Piping:

1.10.1 Hydro-static test 15 kg / cm2 or twice the working pressure whichever is higher. Without drop in pressure as required.

1.10.2 All tests on below ground lines shall be continued until back fill on such lines is completed to disclose any damages caused by back- filling.

1.10.3 All systems shall be tested in sections as required to expedite the work of other trades and meet construction schedules and final test on completion.

2.0 Piping and Fitting Materials:

2.1 Work Included: Supply and install piping, fittings and joint materials for Plumbing Systems.

2.2 Related Works as under specified elsewhere: a) Pipe hangers b) Valves c) Soil, Waste, Vent and Storm Water System. d) Pipe Insulation.

2.3 Quality Assurance: a. Each Pipe length shall have the manufacturers name cast, stamped or rolled on. b. Each fitting shall have the manufacturer symbol and pressure rating stamped, rolled on.

2.4 Galvanized Iron Pipe:

Pipe: Standard weight galvanized iron “C” Class Conforming IS 1239 of TATA make only.

26

Application: Hot Water Supply lines. The weights of GI Pipes for various classes and diameter are as per IS Code.

Fittings: The fittings shall be “R” Brand or approved equal.

2.5 Polyvinyl Chloride (PVC) Pipes: Pipe: Virgin PVC Pipes - Schedule 40 & Schedule 80. Fittings: Schedule - 40. Joints: Washer jointed / Solvent Welded.

2.6 Kitec Pipes

Flexible HDPE sheathed aluminium pipes is a multilayer composite pipe having an aluminium tube bonded in between two layers of polyethylene.

Pipe and Fitting: Kitec Brass fittings for Internal and external Composite fittings.

2.7 Flow Guard CPVC

Flow Guard is a hot-cold potable water distribution system made of chlorinated polyvinyl chloride (CPVC) pipe and fittings are joined by solvent cement joints which, through chemical bonding, essentially makes the pipe and fitting become one continuous piece.

Fittings: The fittings shall be “SDR-11, 13.5 & 26” Plastic pipes and fittings.

3.0 Cutting, Threading, Laying and Joining:

The pipes and fitting shall be inspected at site before use to ascertain that they conform to the specification given in pare 2.0 above. The defective pipes shall be rejected and removed from site.

4.0 Joining & Laying:

a. Screwed Joints:

Do not damage the fitting surface, remove burrs and ream smooth. Apply red lead oil to nail threads only. Clean joints thoroughly of excess joining materials.

b. Flanged Joints:

Use matched flange faces and 2 mm thick compressed asbestos gaskets / rubber gaskets.

c. Exposed Threads on exposed finished piping at plumbing fixtures and equipment will not be accepted.

5.0 Internal work:

5.1 Generally, the galvanized iron pipes and fittings shall run in the wall chase inside the toilets and kitchen but on the surface in the service ducts. For

27

exposed pipes, the Clamps fixing shall be done by means of mild steel angle brackets and clamps, as shown in the drawings, keeping the pipes not more than 200 mm clear of the wall . When it is concealed, the pipe chasing may be adopted. For pipes fixed in the ducts or recesses etc., provide sufficient space to work on the pipes with the usual tools. The pipes shall not ordinarily be buried in solid floors. Where unavoidable pipes may be buried for short distances provided adequate protection is given against damage and shall be fixed at a place a pipe is passing through a wall or floor to allow freedom for expansion and contraction and other movements. In the case, the pipes is embedded in walls or floors it should be painted with anti-corrosive bitumastic of approved quality and pipe shall be wrapped in burlap or Hessian cloth impregnated with bitumen. The wrapping shall be made to fit tightly over the pipe and where wrapping with a new piece overlap the old pipe and where wrapping one joint it shall be tied with M.S wire or nylon thread. Where pipes are encased within chases made in the wall, they shall be fixed to the wall with M.S clamps so as to prevent movement before filling in and making good the chase.

5.2 PVC Pipes and fittings:

If internal cold water piping inside the toilets is carried out with PVC Pipes the same shall be threaded PVC Pipes of “Finolex/ SUPREME/SUPREME aqua Gold/ASTRAL PVC’ or equivalent make manufactured as per ASTM-D-1785 and threads as per IS:1239 (Part 1). The pipes shall be of following duty conditions. a. 15 mm dia upto 40 mm dia - Schedule 80 b. 50 mm dia upto 150 mm dia. - Schedule 80

5.3 Tightening by hand only.

Support: All horizontal pipes should be supported at a distance of approximately 0.8 M and all vertical pipes shall be supported at a distance of 1.2 Mts. with appropriate clips which allow for movement of pipes during temperature change.

5.4 Threading:

While threading at site, square cut of pipe ends shall be ensured. The ends shall be chamfered with a file. Proper sized wooden plugs shall be inserted in the pipe end and then threading shall be carried out. The sharp edges of gripping vice and other handling tools should be muffed with a suitable packing to prevent damage of pipe surface. No metallic tools should be used preferably for joining.

When pipes are concealed in walls, the pipes should be pressure tested and shall be kept full water while other accessories are being installed. In case of accidental puncture, this will ensure immediate detection.

Special care should be taken while connecting PVC Pipes and fittings with G.I. System. Either araldite joint or standard threaded injection moulded fittings should be used.

II WATER SUPPLY AND WASTE FITTINGS

1.0 General:

28

The brass or gun metal fitting shall be of heavy quality and approved manufacture and pattern with screwed ends as specified. The fittings shall in all respects comply with the Indian Standard Specifications No. I.S. 778 - 1957 and I.S. 781 - 1959.

The Standard size of brass or gun metal fittings shall be designated by the nominal bore of the pipe outlet to which the fittings are attached. A sample of each kind of fittings shall be got approved from the Engineer-in-charge / Owners representative at site and all supplies made according to the approved samples. All cast fittings shall be sound and free from laps, blow holes and fillings. Both internal and external surfaces shall be clean, smooth and free from sand etc., Burning, plugging, stopping or patching of the casting shall not be permissible. The bodies, bonnets, spindles and other parts shall be truly machined so that when assembled the parts shall be axial, parallel and cylindrical with surfaces smoothly finished. The area of the water-way of the fittings shall be less than the area of the nominal bore.

The fittings shall be fully examined and cleared of all foreign matters before being fixed. The fittings shall be fitted in the line in a workman-like manner. The joints and fittings shall be leak-proof when tested to a pressure of 6 kg/sq.cm. as described in para above and the defective fittings and joints shall be replaced or redone, without any extra cost.

2.0 Water Supply Fittings: All water supply fittings (including mixing fittings accessories shall be brass / copper, heavy chromium plated, of the make and design specified. The fittings shall be cast fittings of screw type, machine and threaded properly for fixing to the supply pipes. The plating shall conform to Indian Standard Specification IS: 4827 - 1968 electroplated coating of nickel and chromium on copper and copper alloys. The fittings shall be supplied complete with chromium plated matching flanges, nuts and extension pieces of required lengths. Metallic washers where required shall also be of chromium plated brass. All bib cocks and stop cocks shall conform to Indian Standard Specification IS: 781 - 1967 - Bib taps and stop valves for water services, sand cast brass screw-down (revised) pillar cocks to IS: 1795 - 1961. Pillar taps, mixing fitting to IS: 1701 - 1960 mixing valves for abolitionary and domestic purpose. Bath filler, shower arm, rose spout and other fittings shall match the supply fittings in construction, performance and appearance. All fixing accessories and screws shall be similar to fittings with all exposed parts chromium plated. All washers shall conform to Indian Standard Specification IS: 4326 - 1967 washers for water taps for cold water services.

2.1 Waste Fitting:

All waste fittings (waste, chain, pop-up, over-flow) shall be brass / copper, heavy chromium plated of the make and design specified and match the supply fittings. They shall conform to Indian Standard Specification IS: 2963 - 1964 waste fittings for wash basins and sinks non-ferrous.

2.1.1 Bottle Traps:

29

Bottle traps (for wash basins, sinks, urinals etc.,) shall be deep seal (minimum 6 cm. seal) cast brass bottle traps, heavy chromium plated. All bottle traps shall be provided with suitable cleaning eye, extension piece and flare nuts-all chromium plated. Bottle traps shall be of approved make and design. Traps for wash basins shall be 32 mm, for sinks 54 mm.

2.1.2 Wall Flange:

Wall caps shall be provided on all walls, floors, columns, etc., wherever supply and disposal of pipes pierce through them. These wall caps shall be chromium plated brass snugly fitting. The receiving pipes shall be large enough to cover the punctures properly.

2.1.3 Floor Traps:

Floor traps shall be of PVC / prefabricated of the size required, of approved design incorporating a deep seal (6 cm. minimum) and venting device unless otherwise indicated. The traps shall be supplied with at least iron cap with collar capable of receiving a screwed grating.

2.2 Valves & Appurtenances:

2.2.1 Ball Float Valve:

The ball valve shall be of high pressure type and shall be of sizes as specified. The normal size of a ball valve shall be that corresponding to the size of the pipe to which it is fixed. The ball valve shall be of brass or gun metal as specified, and the float of copper sheet. The minimum thickness of copper sheet used for making the float shall be of 0.45 mm for float exceeding 115 mm dia. Plastic floats may also be used if specified. The body of the high pressure ball valves when assembled in working conditions with the float immersed to not more than half of its volume shall remain closed against a test pressure of 3.5 kg/sq.cm.

The ball valve shall generally conform to I.S. specification No. 1703:1862. The weight of ball cock and the size of the ball cock shall be as per I.S. Specification.

2.2.2 Brass full way Valve:

Full way valve is a valve with suitable means of connection for insertion in a pipe line for controlling or stopping the flow. The valve shall be of brass fitted with a cast iron wheel and shall be of gun metal gate valve type opening full way of the size as specified. The valve shall be of best quality or approved by the Engineer-in-charge.

2.2.3 Gun-metal full way valve with wheel:

These shall be of the gun metal fitting with wheel and shall be of gate valve type opening full way and of the size as per specification. These shall generally conform to I.S 7780 - 1957.

2.2.4 Butterfly Valves:

30

All valves for water piping for sizes 50 mm and above shall be wafer type butterfly valves. The valves should be suitable for mounting between flanges drilled to IS 6392 Table 10 to 20. The valve body shall be cast iron. Body liner shall be integrally moulded and bonded to the body. The material shall be Buna-N Rubber. This body liner shall provide seating to the valve disk and “Gasket Joint” with mating pipe flanges. The valve disk material shall be Stainless steel or Ductile (SG) Iron with Electro less Nickel Coating. The valve stem shall be high tensile stainless steel (AISI 410). The Valve Stem shall be sealed properly using ‘O” rings. All valves up to 200 mm NB shall be provided with flow control levers. Valves of 250 mm NB and above shall be provided with gear operated levers. The valve should have a pressure rating of ANSI 150.

2.2.5 Foot Valves:

Provide cast iron body with brass disc and strainer of approved quality, wherever shown.

2.2.6 Pressure Reducing Valves: Pressure reducing valves shall be “Leader” make bronze pilot operated spring loaded valves for reducing pressure from 2.5 kg/cm2 to 0.5 kg/cm2 suitable for specified dia of pipe.

2.2.7 Sluice Valve:

The sluice valves are used in a pipe line for controlling or stopping flow of water. They shall be of specified size and class and shall be of inside non- raising screw type spindle with either double flange or double sockets ends and cap or hand-wheel.

These shall in all respects comply with the Indian Standard Specification I.S 780 -f 1963 for valves upto and including 300 mm, size and No. BDC (429) p2 for valves above 300 mm. size. Class - I sluice valves are used for maximum working pressure of 10 kg/cm2. (100 meter head) and Class - II sluice valves for 15 kg/cm2 (150 meter head).

The body, domes, covers, wedge gate and stuffing box shall be of good quality cast iron, the spindle of bronze the nut and valves seats of leaded tin bronze. The bodies, spindles and other parts shall be truly machined with surfaces smoothly finished. The area of the water way of the fitting shall be not less than the area equal to the nominal bore of the pipe. The valve wheel shall be marked with an arrow to show the direction to turn for closing the valves. The valve shall be fully examined and cleared of all foreign matter before being fixed. The fixing of the valve shall be done by means of bolts, nuts and 3 mm rubber insertions or chemically treated compressed fibre board of 1.5 mm thick minimum thickness and of weight not less than 0.183 gm per sq.cm. with the flanges of spigot and the socketed tail pieces drilled, to the same specification in the case of S & S pipe and with flanges in case of flanged pipes. The tail pieces shall conform to I.S 1938 - 1960. These shall be jointed to the pipe line by means of lead caulked joints.

2.2.8 Valve Schedules :

31

Service Type Size Rating Ends Materials Cold Butterfly 50 mm 150 Wafer Cast iron body Water NB & type slip above on Cold Ball with through 40 mm 150 Screwed Brass Ball Water bore 3 piece NB & Valves. construction below Cold Dual Plate Check 100 mm 150 Wafer Cast Steel & Water Valve NB type slip- SS flap on

2.2.9 Appurtenances: The other appurtenance of pipe line are mentioned below: a) Purge Valves: These are placed at every summit in the pipe line to permit the escape of air when the main is filled and afterwards, if any air carried out into the mains. These are also placed on long stretches of nearly level main. Purging assembly shall comprise of 25 mm x 150 mm G.I Pipe nipple and 25 mm NB TBS Ball Valve, fitted with hose nipples at the outlet. b) Scour Valves: These are placed at the bottom of all depressions for emptying the main or letting out the sediment. c) Reflux Valves: These are fixed so as to open in the direction of flow but automatically close if the water flows back. They are used to diminish the damage done by the escape of water due to a burst or prevent damage to impellers of pumps. d) Safety or Relief Valves: These are fixed at the downstream ends of long lengths of main or where water hammer may take place so as to reduce from any excessive pressure to the normal if it occurs, like in water pipes of high rise buildings. They are also called pressure reducing valves.

2.2.10 Fixing Water meter and stop cock in G.I. pipe line: Materials - Pipe fittings as described in material section. Cutting G.I Pipe Line: The G.I line shall be cut to the required length at the position where the meter and stop cock are required to be fixed. The ends of the pipe shall then be threaded. Unions shall be provided in the pipe assembly for fixing water meter. 2.2.11 Fixing Meter and Stop Cock: The meter and stop cock shall be fixed in position by means of connecting pipes, G.I. jam nut and socket etc., The stop cock shall be fixed near the inlet of the water. The paper disc inserted in the ripples of the meter shall be removed and

32

the meter installed exactly horizontal or vertical in the flow line in the direction shown by the arrow cast on the body of the meter.

Care shall be taken that the factory seal of the meter is not disturbed. Wherever the meter shall be fixed to a newly fitted pipe line, the pipe line shall have to be completely washed before fitting the meter. For this purpose a piece of pipe equal to the length of the meter shall be fitted in the proposed position of the meter in the new pipe line. The water shall be allowed to flow completely to wash the pipe line and then the meter installed as described above by replacing the connecting piece. 3.0 Jointing - PVC Pipes: 3.1 Rubber Ring: Cut the PVC Pipes with a fine toothed saw to required length and square to the axis. Chamfer the edge of the pipe to be inserted at angle of about 15 degree to about 1/3rd the wall thickness using 3 coarse file. Make sure the spigot and socket are thoroughly clean and dry. Apply the jointing lubricant to the chamfer end of the pipe right up to the mark made on spigot or to the socket end of the fitting. Push the pipe firmly into the socket leaving a gap between mark on the spigot and socket of about 10 mm to allow for thermal expansion. 4.0 Storage of PVC Pipes: To avoid any possibility of damage to PVC Pipes and fittings, a few points should be observed.  Pipes and fittings should not be kept on sharp objects.  Pipes and fittings shall be lifted and not dragged.  Fittings should be stored in cartons or bags.  Pipes should be stacked on even surface, the stacking height not exceeding 1.5 mts. if they have to be stored for a long period.  Rubber rings should be kept tension free.  Lubricants and solvent cement should be stored in a cool place away from direct sunlight. 5.0 Miscellaneous Items: Supports, Pedestals and base for inspection chambers, gully traps and pipes shall be in 1:2:4 cement concrete mix. 5.1 Pipe sleeves and inserts, etc., through RCC walls either external or internal shall be of C.I. or M.S provided with water bar flange. 5.2 During installation open ends of pipes shall be plugged with wood cut into required shape or gunny bags and to be maintained free from dirt. 5.3 Space between pipe and sleeve packed with hemp and chalk water tight with lead. 5.4 Space between pipe or pipe covering and sleeve with a non- combustible, permanently plastic, water proof, non-staining compound, leaving a finish smooth appearance or pack with mineral wool or fibre glass within 15 mm of both wall faces and provide caulking compound as per above, on floors provide caulking compound on inside faces only. 5.5 The size of branch waste pipes for different fittings shall be generally as follows:

33

Wash Basin - 40 mm dia PVC Sink - 50 dia PVC waste pipe. 5.6 W.C. pan connectors shall be to suit the requirements as per drawing, with 75 dia. vent horn for connection to the anti-syphonage pipe with pan connector. 5.7 The Pipe Connection to the sewage or storm water collection chambers shall be perfectly water tight. 5.8 The floor traps for toilet blocks shall be specially made to suit the toilet configuration. The trap shall be of PVC with one inlet and one outlet, SS grating with suitable flashing shall be provided. The trap shall be generally of size100 x 75.

III SANITARY FIXTURES AND FITTINGS 1.0 Installation of Fixtures and Fittings: All Plumbing and Sanitary Fixtures and fittings should be 1st (Standard) quality and shall be stored in covered stores and handled carefully to prevent damage. The sanitary fittings shall be installed at the correct assigned positions as shown on the drawings and as directed by the Engineer-in-charge / Consultants / Owners Representative at site and shall fully meet with the aesthetic and symmetrical requirements as demanded by the Architects. Fixtures shall be installed by skilled workmen with appropriate tools according to the Standard practice in the trade. Manufacturer’s instructions shall be followed for the installation of the fixtures. The outlet of water closet pans and similar appliances shall be examined to ensure that outlet ends are abutting properly on the receiving pipes before making the joints. It shall be ensured that the receiving pipes are clear of obstruction. When fixtures are being mounted, attention shall be paid to the possibility of movement / settlement by other causes. A check shall be made to ensure that necessary anchoring devices have been provided for supporting water closets, lavatory basin sinks, flushing cisterns and other appliances. Where the built-in types of brackets are used, they shall be securely fixed to the walls and slabs by approved means. It shall be ensured that while fixing the fixtures and fittings, no tool marks or scratches are developed. All steel brackets and supports shall be painted. 2.0 Protection of Fixtures: Care shall be taken at all times, particularly after fixing to protect fixtures from damage. All offsets shall be temporarily plugged during progress of work to prevent obstruction. Fixtures shall be finally cleaned to the satisfaction of the Engineer-in-charge / Owners Representative at Site.

IV CIVIL WORKS

General Builder's Technical Specifications

A. P.C.C. (Plain cement Concrete Brick Jelly concrete) 1:4:8

34

Cement concrete/ Brick Jelly concrete 1:4:8 (1cement, 4 sand, 8 hard blue granite metal/brick jelly 40mm graded) laid in layers not exceeding 15cm. in depth & well consolidated, curing all complete.

B. P.C.C. (Reinforced Cement Concrete) 1:2:4/1:1.5:3

Using 1 cement, 2/1.5 sand and 4/3 blue granite metal 20mm and down gauge well consolidated, curing all complete

C. Water proofing compound a) Remove the existing damaged pressed clay tiles, brick jelly and bed mortar and expose up to the parent concrete slab. Check for cracks, if any, and if so pressure grout the same using micro fine cement or low viscous epoxy resin based on the crack width and close the crack using polymer modified mortar. b) Acid wash and water wash the surface and allow the surface to dry. Mix the part A and Part B of the polymeric water proofing membrane (Brush bond manufactured by M/s Fosroc Chemicals or equivalent) and apply two coats, the second layer after the first one dries up completely.

D. Brick Work a. Supplying and laying locally available best table moulded bricks of approved quality (but not less than 50 kg/sq.cm. crushing strength) in 230mm brick work in C.M 1:5 (1 cement, 5 sand )

b. 115 mm thick brickwork using locally available best table moulded bricks of approved quality (but not less than 50 kg/ sq.cm. Crushing strength in C.M 1:6 (1 cement, 6 sand) and reinforced with two numbers of 6mm dia. MS rods at every fourth course embedded for partition.

E. Plastering

a. Prepare surfaces and plaster with cement mortar 1:4 (1 cement 4 sand) 12/15mm thick to ceiling sides and soffit of beams and columns and other interior and exterior cement mortar. b. Prepare surface and plaster with cement mortar 1:4 (1 cement 4 sand) 12/15mm thick to all interior faces of walls including RCC surfaces continuous to masonry. c. Prepare surface and plaster with cement mortar 1:4 (1 cement, 4 sand) 20mm thick to all external faces of brick walls including RCC surfaces continuous to masonry in all levels. d. Plastering with CM 1:3 mixed with water proofing compound as per manufacturer specification for toilet and terrace.

F. Flooring a. Providing and laying ceramic tile for toilet cum bathrooms and vitrified tile for the remaining flooring and skirting of approved quality, size and colour in flooring approved quality, size and colour in flooring set in CM 1:3 with water proof as mentioned in BOQ of 12-15 mm thick with thin

35

joints, so as to form a true and even surface and joints finished neatly with cement mixed with matching pigments all complete as directed.

b. Providing and laying glazed tiles of approved quality, size and colour in wall dado set in CM 1:3 of 12 mm thick with thin joints, so as to form a true and even surface and joints finished neatly with cement mixed with matching pigments all complete as directed. (7’ for toilets and 2’ for kitchen and service areas)

V PAINTING WORKS

1. The entire painting work shall be done in first class manner. The contractor shall use readymade paints of best quality and of approved manufacturers such as Jotun, Nerolac, Asian Paints, etc of appropriate grade as per Annexure "A" to this specification. 2. The Contractor will not be permitted to carry out any mixing at site except for addition of thinners for thinning the paint which shall be carried out in the presence of Bank's Staff. The contractor shall deposit sample panels of paints at his own cost for approval prior to commencement of work with the Bank. The colour shades of the paint approved by the Bank only shall be used. For outside painting, sample area shall be prepared and the shade got approved. 3. Rates shall be inclusive of doing plaster patch work (not exceeding 0.1 sqm. for each patch) and also making up the broken arises edge of walls, columns, beams, sills, ceiling, etc. so as to match the existing surface. 4. Special care shall be taken by providing suitable covers, tarpaulins etc. to prevent dust nuisance and for protecting furniture and costly equipment from stains. The work shall be carried out without any inconvenience to the occupants, the rates quoted shall include covering of furniture and for handling and re-arranging the furniture etc. and any damage to property caused by the Contractor shall be made good by the Contractor at his cost. The painting work in residential buildings shall be done in a sequence to complete all works required to be done, in as short a time as possible, in each flat. 5. The contractor has to wash and clean the floors after his work in the area that has been completed. 6. No further coat shall be applied, till previous coat has completely dried. 7. Additional coats shall have to be given without any extra cost, if instructed by the Bank, over and above the number of coats prescribed till the surface presents smooth and uniform finish. 8. After day's work is over, stains of paint over floor, fittings, furniture, glass panes etc. shall be thoroughly removed. 9. The contractor should include the cost of erecting scaffoldings, for painting the building from inside and outside. 10. Care should be taken to paint electric wiring on batten for which no extra payment will be made. 11. MODE OF MEASUREMENTS FOR PAINTING WORK All measurements shall be in metric units. Length and breadth to be measured, correct to a centimeter. Deductions in measurements to be regulated as follows:

36

For Acrylic paint , Oil Paint, Snowcem, French polish and Flat Paint / Plastic Emulsion Paint etc., (a) No deduction shall be made for opening less than 0.5 sqm. and no addition made for jambs, sills, reveals therein etc. (b) Openings exceeding 0.5 sqm. shall be deducted and jambs, soffits, sills etc. measured. Factor for enamel paint: AREAS OF PAINTING (a) Wooden doors, windows, partitions etc. (Measured flat including frame) 1. Paneled doors and windows etc. : 1.3 (for each side) 2. Flush doors : 1.2 (for each side) 3. Fully glazed doors and windows etc. : 0.8 (for each side) 4. Carved or enriched work : 2 (for each side) 5. Partly paneled and partly glazed doors, : 2 (for both sides) Windows and partitions 6. Fully venetian or louvered (not with glazing) : 1.8 (for each side) 7. Low railing with vertical balustrade and bracing : 0.50 (for each side) (b) Steel doors, windows etc. (Measured flat including frame) 1. Plain sheet doors and windows : 1.10 (for each side) 2. Fully glazed doors and windows : 1.5 (for both sides) 3. Collapsible gates, steel gates, railings, etc. : 1.10' (for painting all over) 4. Rolling shutters : 1.00 (for each side) 5. Partly glazed & partly paneled / louvered : 2.00 (for both sides) Doors and windows. 6. M/s. Grill / WI grill and expand metal / weld : 2.00 (for both sides) mesh / crimped mesh. (c) General Work Expanded metal, grills, gratings, etc. : 1.00 (for painting all over) VI Patch Repairing:-

The Patch repairs shall generally be carried out as under : i. Patches should be marked properly on the surface and all loose plaster of the cracked portion shall be removed as directed by the Engineer.

ii. The surface to be patched shall be wetted thoroughly and if plain, shall be recked or roughened up by hacking.

iii. The plastering shall be done as directed. The finishing coat shall match with the adjoining surface. The rate quoted shall include all types of finishing and no extra payment shall be admissible.

iv. The cement mortar used shall be 1:4 (one part cement to four parts of sand by volume) and the work shall be done as directed by the Engineer.

v. The patches thus repaired shall be cured adequately and shall be got approved from the Engineer before proceeding further.

vi. Wide cracks in plaster, if any due to separation of brick work from the concrete or wood work or between two masonry panels or diagonal cracks

37

shall be grooved as directed, filled with 1:2 cement plasters with the addition of "Groutex" or "Expandex" and surface finished with plaster of Paris. No payment will be made for this operation.

vii. Minor cracks in plaster due to separation of brick work from the concrete or wood work or between two masonry panels or diagonal cracks shall be grooved as directed, filled and finished with "SNOW FILLA" or suitable material approved by NABARD. The rates quoted for respective items shall be inclusive of this operation

VII Painting for Interior surfaces:

Acrylic Paint: The paint shall be of approved manufacturer and shade.

(i) Preparation of surfaces: The surface that has to receive the paint is to be scrubbed to make the surface smooth without undulation. Minor hairline cracks are to be filled by making V groove and smoothening the same with birla wall care putty. No extra payment will be made for the same. (ii) Preparation of paint: The paint shall be prepared strictly according to the manufacturer's instructions and specifications. (iii) Application of paint: After proper surface preparation the coat of acrylic paint is to be applied of approved brand and shade uniformly by using soft bristle brush to match with the existing paint surface.

VIII. Miscellaneous Items

SAMPLE SUBMISSION FOR APPROVAL OF MAKES. Contractor, before supply of material should show the samples of makes of all the materials to the bank and get it approved.

Place: Signature Date: Name and Seal Address:

38

SAFETY CODE

1. The Contractor shall maintain in a readily accessible place first aid appliances including adequate supply of sterilized dressings and cotton wool.

2. An injured person shall be taken to a public hospital without loss of time, in cases where the injury necessitates hospitalization.

3. No portable single ladder shall be over 8 meters in length. The width between the side rails shall not be less than 30 cm clear and the distance between two adjacent rungs shall not be more than 30 cm. When a ladder is used, an extra mazdoor shall be engaged for holding the ladder.

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

5. Workers employed on mixing and handling material such as asphalt, cement, mortar shall be provided with protective footwear and rubber hand gloves.

6. Hoisting machine and tackle used in the works, including their attachments, anchorage and supports shall be in perfect condition.

7. The Consultants / Employer reserves the right to instruct the Contractors to take additional safety precautions if found necessary.

8. All workers shall be provided with helmet, Safety Shoes and Safety belts

Signature of the Contractor

39

MAKES OF MATERIALS

CIVIL WORKS:

SL. ITEMS MAKE No. 1 Cement ACC / Ambuja / L&T / Sankar / Ramco / Coromandel 2 Steel Tata / Vizag / SAIL 3 Floor Tiles Kajaria /Johnson /NITCO - First quality ( Approx. price Rs. 50/ sqft. For Bathroom) 4 Glazed Tiles for wall Kajaria/Johnson/NITCO- First quality (Approx. price dado Rs.50/sq.ft) 5 Wall putty Birla / Atteck 6 Water Proofing Fosroc Chemicals 7 Brick First quality country burnt bricks 8 Paint Jotun, Asian Paints, or equivalent approved by NABARD. 9 Modular Switch and Roma, MK Wrapround, Legrand –Myrius, Panasonic- Vision or socket equivalent

PLUMBING WORKS: SL. ITEMS MAKE No. 1 Vitreous China ware Sanitary White colour - Parryware / Hindware fixtures ( IS 2556 )

2 CP Fittings Jaguar 3 Ball valves / GM valves Leader / Audco / Unifer 4 GI Pipes and MS pipes Tata – Heavy class 5 GI Specials R Brand 6 PVC pipes and fittings for soil, Finolex-6 Kg/Sqcm waste and vent 7 UPVC pipes and fittings for Finolex: Pipe - Schedule 40 Water supply Fittings - Schedule 80 8 PVC Floor trap Finolex Fabricated 9 CI Manhole frame and cover Neco 10 PCC Manhole frame and cover Pre-cast concrete product 11 CPVC Pipes Ashirwad

40

ANNEXURE A

VIRTUAL COMPLETION CERTIFICATE

Having executed the work in terms of the contract, we hereby certify and affirm that we have virtually completed the contracted works. We hereby certify that the work has been executed wholly to our satisfaction and with materials and workmanship in accordance with the contract. Thus we ensure that there will not be any leakage/seepage in the locations of repair.

We do certify further that we have executed the work in accordance with the applicable laws and without any transgression of such laws.

Signature of the Contractor

Place: Name :

Date: Address :

Seal :

41

ANNEXURE B

ARTICLES OF AGREEMENT

(On Rs. 200/- Stamp Paper)

ARTICLES OF AGREEMENT made on the ...... of...... 2017 between the National Bank for Agriculture and Rural Development, a body constituted by the NABARD Act 1981 and having its Head Office at C-24, G Block, Bandra-Kurla Complex, Bandra (E) Mumbai-400051 and Regional Office at 48, M.G. Road, Nungambakkam, Chennai – 600034 (hereinafter called the 'Employer') which expression shall, unless repugnant to the context mean and include its successors and assigns of the one part and M/s ...... (herein after called "the Contractor") which expression shall unless repugnant to the context mean and include its successors and assigns of the other part.

WHEREAS The Employer is desirous of getting executed the work of “Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai ".

The Contractor has agreed to execute the said works i.e., “Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai " subject to the provisions hereinafter contained and subject also to the instructions to the Bidders, General Conditions of Contract, Special Conditions, Technical Specifications, the said drawings, the Schedule of Quantities and Bidders Schedule of Quantities, all of which are hereinafter collectively referred to as 'the said conditions', strictly in accordance with the said drawings annexed hereto and the Specification and Schedule of Quantities referred to above at or for the respective rates set out in the Bidders Schedule of Quantities annexed hereto, amounting to the sum as hereunder arrived at or such other sum as may become payable hereunder (herein under referred to as the said contract amount).

NOW THEREFORE THIS AGREEMENT WITNESSETH THAT:

2. In consideration of the said Contract Amount to be paid by the Employer to the contractor at the time and in the manner set forth in the said conditions and in accordance with the schedule of payments, the Contractor shall upon completion subject to the said conditions execute and complete the work shown in the said Drawings and described in the said Specifications and Schedule of Quantities. 3. The said Conditions and the Annexure thereto shall be read and construed as forming part of this agreement and the parties hereto respectfully abide by, submit themselves to the said condition and perform the agreements on their part respectively contained in said conditions. 4. Tender documents containing notice to the Contractors, Conditions of Contract, Appendix thereto, Special Conditions of Contract, Technical Specifications and Schedule of Quantities with the rates entered therein, shall be read and stamped forming part of this agreement and the parties hereto shall positively abide by and submit themselves to the conditions and specifications and perform the agreements on their part respectively in conditions contained. 5. This Contract is neither a fixed lump sum Contract nor an item rate Contract, but is a Contract to carry out work to be paid for according to actual measured quantities and rates contained in the Schedule of Quantities and probable quantities provided in the said Conditions.

42

6. The Employer reserves to itself the right of altering the drawing, nature of the work by adding to, reducing or omitting any items of work or having portions of the same carried out without prejudice to this Contract. 7. The Contractor should have experienced and competent staff which will enable them to ensure proper quality check on the materials, and who will ensure to carry out proper tests as required by the specifications and will supervise the day-to-day working and execution of contract works.

8. If the Contractor has any doubt about the quality of any materials or any difficulty in supervision of the day to day work, it shall be the duty of the Contractor to report the matter in writing forthwith to the Employer and for the time being, to suspend that portion of the work about which difficulty is experienced and the Contractor will abide by the direction of the Employer.

9. The Contractor covenants and warrants that completed items of work as well as the entire work on completion will be in conformity with the Specifications and the terms and conditions of Contract and will be of proper quality and description.

10. Time shall be considered as the essence of this Agreement and Contractor hereby agrees to complete the work within 30days from the 10th day of issue of work order, nevertheless to the provisions of extension of time as contained in the said conditions.

11. All payments by the Employer under this contract will be made at CHENNAI by Cheque / e-payment only.

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

13. This agreement shall be signed in duplicate; the original document shall be kept in the custody of the Employer and the duplicate with Contractor. Stamp duty shall be borne by the Contractor.

IN WITNESS WHEREOF the Employer has set its hand hereunto through its duly authorized official and the contractor has caused these presents under its common seal/by its duly authorized representative at the place and on the date and year first hereinabove written.

As witness our hands are affixed this day of 2017.

Signed and sealed by the said Employer in the presence of

……………………………………………………….. ……………………………………………………….. Witness No. 1 ...... Witness No. 2 ...... Signed and Sealed by the said …………………………………………………… ……………………………………………… Contractor in the presence of Witness No. l ...... Witness No. 2 .....

43

ANNEXURE C

INDEMNITY BOND (On Rs. 100/- Stamp Paper) KNOW all men by these presents that I, Shri...... of M/s ...... do hereby execute Indemnity Bond in favour of National Bank for Agriculture and Rural Development ( NABARD), having their Registered Office at C-24, G Block, Bandra-KurIa Complex, Bandra (E) Mumbai-400051 and Regional Office at No. 48, , Chennai – 600034 and M/s...... having their office at ...... on this ...... day of...... 2017.

WHEREAS NABARD have appointed M/s...... as the Contractor for their proposed work relating to " Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai ".

THIS DEED WITNESSETH AS FOLLOWS:-

I/We M/s ...... hereby do Indemnify, and same harmless NABARD against and from

1. any third party claims, civil or criminal complaints liabilities, site mishaps and other accidents or disputes and/or damages occurring or arising out of any mishaps at the site due to faulty work, negligence, faulty construction and/or for violating any law, rules and regulations in force, for the time being while executing/executed works by me/us, 2. any damages, loss or expenses due to or resulting from negligence or breach of duty on the part of me/us or any sub-contractor/s if any, servants or agents. 3. any claim by an employee of mine/ours or of sub-contractor/s, if any, under the Workmen Compensation Act and Employers Liability Act, 1939 or any other law, rules and regulations in force for the time being and any Acts replacing and/or amend the same or any of the same as may be in force at the time and under any law in respect of injuries to persons or property arising out of and in the course of the execution of the contract work and/or arising out of and in the course of employment of any workmen/employee. 4. Any act or omission of mine/ours of sub-contractor/s if any, our/their servants or agents which may involve any loss, damage liability, civil or criminal action. IN WITNESS WHEREOF THE M/s ...... has set his/their hands on this ...... day of ...... 2017. SIGNED AND DELIVERED BY THE AFORESAID M/s IN THE PRESENCE OF WITNESS : (1) ……………………………….. (2) ………………………………..

44

ANNEXURE D Performance undertaking from the contractor

( On a Rs 200/- Non- Judicial stamp paper)

National Bank for Agriculture and Rural Development Plot No. C-24, G Block, Bandra-Kurla Complex Bandra(E) Mumbai- 400 051

WHEREAS

The National Bank for Agriculture and Rural Development (NABARD) is desirous of getting the waterproofing works at the toilets and bathrooms proposed to be renovated under the work of “Renovation of Visiting Officers Flats in NABARD Officers Quarters in Cenotaph Road, Teynampet, Chennai ". (hereinafter referred to as “the said venue”) and for that purpose invited tenders.

1. Pursuant to the acceptance by NABARD of the tender dated______submitted by us, on which NABARD has issued work order No ______(hereinafter referred to as “the said order”) and accepted us on______(date). 2. It is of the said order that works of water proofing treatment to the proposed terrace area (hereinafter referred to as the said water proofing works) has be carried out as per the tender specifications.

3. It is also one of the terms of the said order that we shall furnish to NABARD a performance undertaking against any defect which may arise in a period of 120 months from the date of virtual completion pertaining to bath the materials and workmanship in respect of the said water proofing works and which performance undertaking shall be signed by M/s______and which shall be valid for a duration of 120 months from the date of virtual completion of the said water proofing works.

NOW, THEREFORE, THIS PERFORMANCE UNDERTAKING WITNESSETH THAT: 1. We have carried out the said water proofing works. We have read and understood the terms and conditions of the said water proofing works as specified in the said order. 2. After virtual completion of the said water proofing works, if at any time or times the said water proofing works treated by us start leaking or any way get damaged to the influence of seeping water including forming wet patches, dampness etc. either due to the inadequacy of the work carried out or due to any other reason, whatsoever relating to the specifications, workmanship etc., we hereby undertake to carry out necessary remedial measures upto 10 years from the date of virtual completion of the said water proofing works to such extents so and often as may be necessary to free the premises from such leakage/dampness without any extra cost to the NABARD. The decision of NABARD in regard to the question as to whether there is any leakage or the treatment has given way to water or moisture shall be treated as final and binding on us. We shall diligently, efficiently and satisfactorily rectify the defects or faults detected/arising, during the aforesaid period to the full satisfaction of NABARD and also undertake to attend to the rectification work and reinstate the surfaces disturbed to its original condition after carrying out the rectification work, if necessary, by arising new materials at no extra cost to the NABARD.

45

We shall not revoke it without written consent of NABARD

Signed by:______

For & on behalf of M/s______

Date : Place :

46

PROFORMA-1

a) General details about the Contractor

S. Description Information to be filled No. up by the Contractors 1 Name of the Contractor /Organisation and address of the Registered Office 2 Year of establishment 3 Type of the Organisation (whether Sole Proprietorship, Partnership, Private Limited or Co- operative body, etc.) 4 Name of the Proprietor/Partner/Directors of the Organisation/Firm: (a) (b) (c) (d) 5 Details of Registration - Whether Partnership firm, Company, etc. Name of Registering Authority, Date and Registration Number 6 Whether registered with Government/Semi- Government/Municipal Authorities or any other Public Organisation and if so, in which class and since when? 7 Experience in the Relevant field 8 Areas of business activities other than construction, if any and place of business 9 Address of business activities other than construction, if any and place of business 10 Address of office through which the proposed work of the Bank will be handled and the name and designation of the Officer-in-charge 11 Adequate and satisfactory evidence to indicate financial capacity of the Organisation to undertake the said construction work with names of Bankers and their full addresses (Income-tax clearance certificate and Audited Balance Sheet and Profit and Loss Account for past three years should be attached) 12 Yearly turn-over of the Organisation during last three years (Rs.) 13 Whether any Civil Suit/litigation arisen in the contracts executed during the last ten years/being executed now. If yes, please furnish the details. in the table given below:

47

Sr. Name of the Nature Work Present Value of Brief details No. project and of work Order No. stage of contract of litigation (1) Employer (3) and date work (Rs) (7) (2) (4) (5) (6)

Note: Income-tax clearance certificate and Audited Balance Sheet and Profit and Loss Account for past three years should be attached separately. b) Number of supplementary sheets attached for Proforma-1:

Signature of the Contractor

48

PROFORMA-2: Construction capability and previous experience a). List of important Projects executed by the contractor costing Rs. 4.81lakh and above (with emphasis on similar civil construction works to Residential Apartments)

Sr. Name of the Nature of work Name and full Contract Amount No. Project and involved in the postal address (Rs.) (1) Location contract (e.g. with phone (5) (2) residential, Numbers of the offices, owner and industrial, etc. Architect. Also and No. of indicate whether storeys)* Govt. or Semi- (3) Govt. or Private Body (4)

49

Completion Period Whether work was Any other Stipulated Actual left incomplete or relevant (6) (7) contract was information terminated from (9) either side? Give full details (8)

* Note: Certificates from the clients should be furnished

Signature of the Contractor

50

b) List of important projects ON HAND costing Rs4.81 lakh and above (civil construction works to Residential Apartments)

Sr. Name of the Nature of work Name and full postal Contract No. Project and involved in the address phone Numbers Amount (1) Location contract (e.g. of the owner and Architect. (`.) (2) residential, offices, Also indicate whether (5) industrial, etc. and Govt. or Semi-Govt. or No. of storeys)* Private Body (3) (4)

51

Completion Period Whether work was left Any other relevant Stipulated Actual incomplete or contract information (6) (7) was terminated from (9) either side? Give full details (8)

* Note: Work orders from the clients should be furnished

Signature of the Contractor

52

c) List of available Tools, Plants, available Machineries, Equipment, etc.

Sr. Name of Tools/ Total No. of No. of units/sq.mt. can No. Plant/Machinery/Equ units/sq.mt. be spared for the (1) ipment and (3) proposed work Accessories (4) (2)

Signature of the Contractor d) References

Please give reference with full postal address of two persons (Engineers, Architects or top officials of an Organization for whom you have executed construction works of importance), who may be directly contacted by the bank or by the Bank's Architects/Consultant about the ability, competence or capability of your Organisation. (i) Reference-1:

53

(ii) Reference-2:

e) Number of supplementary sheets attached for Proforma-2.:

Signature of the Contractor

54

PROFORMA-3: Technical personnel and special experience a). List of your technical personnel, giving details about their technical qualifications and experience including that in your establishment.

Sr. Name Age Qualifi- Work experience Nature of No. (2) (3) cations (5) works handled (1) (4) (6)

55

Name of the Date from which Indicate special experience Projects handled, employed in your such as Advanced Construction costing more than organisation Management techniques like Rs. 4.81 lakhs (8) CPM/PERT and indicate (7) projects in which such techniques were employed (9)

b) No. of supplementary sheets attached for Proforma-3:

Signature of the Contractor

56

Proforma-4 Details of GSTIN of the contractor

In order to enable us to report the details of the GST collected from you in the GST returns submitted by us, we request you to furnish your GSTIN (Goods and Services Tax Identification Number) in the following format, along with a self-attested photocopy of the GSTIN allotment communication.

GSTIN Information

S.No GSTIN Details Details to be filled up by customer

1 Name of the Customer

2 Customer ID

3 Account No.

4 PAN

5 GST Identification Number (GSTIN)

6 TAN

7 Composition Scheme (Please indicate) ( Yes / No)

8 Nature of service rendered- as given the registration certificate issued by the authorities 9 Constitution of Business ( Pl. Tick) Compan Partnersh Proprieta Others, y ip ry plz specify

10 Address of principal Address place of business in the state as per GST registration certificate City

PIN

State

Multiple GST registration ** (If Yes, ( Yes / No ) Please fill the following details) GST Identification Number (GSTIN)

57

Address of principal place Address of business in the state as per GST Registration City certificate PIN

State

GST Identification Number (GSTIN)

Address of principal place Address of business in the state as per GST Registration City certificate PIN

State

11 Location SEZ/STP/DTA

12 Contact details Name

E-mail ID

Phone No.

Name of the Authorized Signatory/Primary Holder Signature

Name of the Authorized Signatory/Joint Holder 1 Signature

Name of the Authorized Signatory/Joint Holder 2 Signature

** In case of multiple GST Registration number, applicant may detail the GST registration of particular state for every transaction or else the default address mentioned in the form shall be selected by the bank for issuance of invoice

58

Bank Account Details for ECS Payments Details to be furnished by the Tenderers/contractors/Service Provider/Firm

1. Name of Contractor/Firm/Co./Service Provider with Address ______

2. Name of the Bank of the Contractor/ : Service Provider

3. Bank Branch and Address :

4. Title of Account where payment is required -: Exact wording of the account

5. Account No. :

6. Type of Account : Savings/Current/Overdraft/Cash Credit /Advances /NRE Savings/Credit Card

7. MICR No. of the Bank branch : (along with a cancelled copy of the cheque)

7. IFSC / RTGS / NEFT No. :

Place: Date:

Yours faithfully

Name and Address of the Tenderer/Contractor/Firm/Co./Service Provider

(Signature of the Tenderer/Contractor/Firm/Co./Service Provider) Address and Seal

Note: Enclose a copy of PAN & Cancelled Cheque

ANNEXURE – IV

59

CHECK LIST FOR SUBMISSION OF BID

Bidder is requested to fill this check list and ensure that all details/documents have been furnished as called for in the Bidding Document along with duly filled in, signed & stamped checklist with this bid document.

Please tick ( ) the box and ensure compliance:

EMD of requisite amount is submitted in the form of DD as mentioned in NIT in separately sealed envelope marked ‘’Earnest money deposit’’ Submitted EMD value: Rs. ______In the form of DD

DD No.______Dated______Drawn on______(Name of Bank)

1. Validity of offer is up to 90 days from the date of opening of Price Bid.

Yes

2. Power of Attorney in favour of person who has signed the offer, in stamp paper of appropriate value. For Proprietary Organisation, declaration for proprietorship submitted

Submitted Proprietorship

3. Partnership Deed is case of Partnership firm and Articles of Association in case of limited company.

Submitted Not applicable

4. Bid Compliance Statement (confirmation for no deviation stipulated in Bid) enclosed.

Submitted

5. Original Bidding Document along with blank (un-priced) copy of price Bid/ Schedule of Rates and addendum, if any. Price is not filled up in this document. Submitted

6. All pages/documents are stamped and signed by the authorised signatory of the bidder.

60

Yes

7. Price Part in original, duly filled in, signed and sealed in each page, submitted in separately sealed envelope.

Submitted

8. Duly filled in Details of Specific Experience as per the format attached in the Bidding Document along with Documentary evidences comprising Work order and Completion certificate in support of meeting Experience criteria as per the NIT. Submitted

9. Financial statement along with the Annual Audited balance sheets and P&L Accounts for the last three years.

Submitted

10. PAN NO. with documentary proof.

Submitted

11. ESI No. with documentary proof.

Submitted

12. Tax identification Number (TIN) applicable under VAT Act.

Submitted

NOTE: Documents, which are required to be submitted for the subject job, which are specifically mentioned in the Bidding Document.

SIGNATURE OF BIDDER : ______

NAME OF BIDDER : ______

COMPANY SEAL : ______